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 Health and Human Services, Program Support Center, Division of Acquisition Management, 12501 Ardennes Avenue Suite 400 Rockville MD 20857

R — IHS EEO Services IHS0001 102414 Michael Fischer, Contract Specialist, Email michael.fischer@ihs.gov Equal Employment Opportunity (EEO)
Indian Health Services
Sources Sought

This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is ONLY to invite qualified socio-economic firms to submit capability statements demonstrating the ability to provide the services listed below.  To be included in the capability statement, firms shall include information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUB Zone small businesses; service-disabled, veteran-owned small businesses; 8(a)dept of health and human services 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.

Background
Federal government agencies, in conjunction with the U.S. Equal Employment Opportunity Commission (EEOC), have the responsibility to prohibit discrimination within the civil service on the basis of race, color, religion or religious accommodation, sex, national origin, age, disability or disability accommodation, genetic information, reprisal for opposition to discrimination or participation in the complaint process, and sexual orientation.
Commissioned Corps Officers of the U.S. Public Health Service are not covered under the Equal Employment Opportunity (EEO) laws or subject to the provisions of Title 29 Code of Federal Regulations (C.F.R.) §1614. However, Commissioned Corps Personnel Manual, INSTRUCTION 6, Subchapter CC26.1, “Equal Opportunity: Discrimination Complaints Processing” establishes the rights of Commissioned Corps Officers to be free from discrimination and retaliation.
Complaints of EEO discrimination alleged by employees of federal agencies or applicants for federal employment covered by Title 29 C.F.R. § 1614 and any subsequent law, statute, regulation, or directive are included within the scope of this Statement of Work (SOW). Commissioned Corps Officers of the U.S. Public Health Service covered by the Commissioned Corps Personnel Manual, INSTRUCTION 6, Subchapter CC26.1, “Equal Opportunity: Discrimination Complaints Processing” are also included within the scope of this Statement of Work.
Objectives

Title 29 CFR Part 1614 requires federal agencies to develop and implement equal employment opportunity programs and complaint processing procedures. EEOC Management Directive EEO MD-110 implements the requirements of 29 CFR Part 1614. Federal agencies perform a portion of the required EEO services in house. This statement of work will outline the roles and responsibilities of each party when the Ordering Agency (Agency) needs to contract out investigative, EEO counseling, Alternative Dispute Resolution (ADR), and drafting Final Agency Decision (FAD) functions.

Scope of Work

Investigations of Formal EEO Complaints
The Agency will issue the case assignment to the Contractor. Three types of discrimination complaints may be investigated; the categories are: individual, consolidated, and class complaints. Regardless of the type of discrimination complaint, the investigation is usually performed in four major phases: (a) preparing for the investigation; (b) securing testimony; (c) obtaining documentary evidence and developing statistical information; and (d) preparing the investigative file. The Contractor shall perform work in accordance with the revised and most current editions of applicable laws, regulations, and executive orders that pertain to each case assignment issued under this contract and provided by the Agency to the Contractor.
Counseling of EEO Informal Complaints
The Agency will issue the case assignment to the Contractor. Three types of discrimination complaints may be counseled; the categories are: individual, consolidated, and class complaints. Regardless of the type of discrimination complaint, the EEO Counseling is usually performed in four major phases: (a) Interviewing the Counselee, Responsible Management Official(s) (RMO), and witnesses; (b) framing the claims and drafting management’s and witnesses’ responses to the claims; (c) obtaining documentary evidence and statistical information; and (d) preparing the counseling report and related documents. The Contractor shall perform work in accordance with the revised and most current editions of applicable laws, regulations, and executive orders that pertain to each case assignment issued under this contract and provided by the Agency to the Contractor. The Contractor will also use, unless otherwise indicated by the COR, documents and forms provided by the Agency.
Alternative Dispute Resolution (ADR)
The Agency will determine when an aggrieved person or complainant is to be referred to the Contractor for ADR services. Three types of discrimination complaints may be referred; the categories are: individual, consolidated, and class complaints. Regardless of the type of discrimination complaint, the Alternative Dispute Resolution (ADR) is usually performed in six major phases: (a) Reviewing the Agency dispute file; (b) Developing an ADR Action Plan; (c) Setting up Meetings/Caucuses between the Parties; (d) Reviewing the ADR process with the Parties; (e) Identifying the issues; and either (f) Assisting the Parties in putting a proposed settlement agreement in writing and develop a draft settlement agreement or notifying the Parties if efforts to settle the dispute have been unsuccessful. The Contractor shall perform work in accordance with the revised and most current editions of applicable laws, regulations, and executive orders that pertain to each case assignment issued under this contract and provided by the Agency to the Contractor. The Contractor will also use, unless otherwise indicated by the COR, documents and forms provided by the Agency.

Drafting a Final Agency Decision
The Agency will issue the case assignment to the Contractor. Three types of discrimination complaints may require written FADs; the categories are: individual, consolidated, and class complaints. Regardless of the type of discrimination complaint, the FAD is usually performed in four major phases: (a) reviewing the Report of Investigation (ROI); (b) Drafting a presentation of facts; (c) conducting and drafting a legal analysis of the claims based on the information and evidence in the ROI; and (d) drafting recommended findings, conclusions, and, if applicable, appropriate remedies. The Contractor shall perform work in accordance with the revised and most current editions of applicable laws, regulations, and executive orders that pertain to each case assignment issued under this contract and provided by the Agency to the Contractor. The Contractor will also use, unless otherwise indicated by the COR, documents and forms provided by the Agency.
Investigation of Discrimination Complaints and Preparation of Reports of Investigation
The purpose of this subsection is to obtain Reports of Investigation in conformance with the standards established by the Equal Employment Opportunity Commission. Investigations shall be performed to identify and obtain evidence from all relevant sources and gather sufficient information, relevant to the accepted issues in the complaint, to determine the validity of the allegations. If the Agency determines a violation of the applicable laws occurred, the Report of Investigation must provide the Agency with a sufficient factual basis from which to fashion an appropriate remedy.
Investigations shall include a thorough review of the circumstances under which the alleged discrimination occurred and the treatment of others not of the complainant’s class in the organizational segment. Additionally, the investigation shall require a review of any policies and practices related to the alleged discrimination.
1.1 Agency and Agency Contact Person
The Contractor will be provided an Agency Contact Person (ACP) at the Indian Health Service (IHS), Diversity Management and Equal Employment Opportunity Staff (DM & EEO). The ACP is to be determined when the service is ordered and specified on the case assignment by the Agency. The ACP will make the determination of the category of the complaint and the number of issues contained in each complaint. Disagreements between the Agency and the Contractor should be resolved by discussion between the ACP and the Contractor. If a modification to the original case assignment is required as a result of discussions between the ACP and the Contractor, the ACP shall revise the case assignment to reflect the agreed upon category of complaint and/or number of issues, and send the revised case assignment to the Contractor. If disagreements cannot be resolved, the Agency reserves the right to terminate the case assignment.
2. EEO Counseling of Discrimination Complaints and Preparation of Counseling Reports
2.1 Purpose
The purpose of the EEO Counseling inquiry is to obtain information regarding the claim(s), address jurisdictional questions, and attempt to facilitate a resolution to the Counselee’s requested remedy. The EEO Counselor should interview persons who can provide information that is relevant to the claim(s), settlement, and jurisdictional questions. The EEO counseling inquiry is not an “investigation” nor is it intended to resolve disputed facts; rather, it is simply gathering information necessary for the EEO Counselor to assist the parties in resolving the matter. The EEO Counselor must control the inquiry at all times and seek guidance and assistance from the Agency. Documents generated through EEO Counseling should adhere to Agency formats, style guide requirements, and unless approved in writing, use Agency-provided forms and materials.
2.2 Agency and Agency Contact Person
The Contractor will be provided an Agency Contact Person (ACP) at the Indian Health Service (IHS) Diversity Management and Equal Employment Opportunity Staff (DM & EEO). The ACP is to be determined when the service is ordered and specified on the case assignment by the Agency. The ACP will make the determination of the category of the complaint. Disagreements between the Agency and the Contractor should be resolved by discussion between the ACP and the Contractor. If a modification to the original case assignment is required as a result of discussions between the ACP and the Contractor, the ACP shall revise the case assignment to reflect the agreed upon category of complaint, and send the revised case assignment to the Contractor. If disagreements cannot be resolved, the Agency reserves the right to terminate the case assignment.
2.3 Requirements of the Contractor
To perform EEO counseling, the Contractor shall:
Provide to the ACP within 2 business days from receipt of case assignment the name, contact information, and, if not previously provided, documentation of current counseling certification.
Furnish all essential equipment, materials, personnel, and supplies necessary to perform all of the work detailed herein, including conducting EEO counseling and preparing the Counselor’s Report.
The EEO Counselor will immediately notify the ACP in writing providing details sufficient for the ACP to advise Agency leadership if any of the following occurs:
Any individual involved in the EEO Counseling process advises that he/she needs a reasonable accommodation or is unable to perform work duties due to a disability.
Any individual involved in the EEO counseling process advises that he/she is a threat to himself or others, or words to that effect, or that any other employee or contractor is a threat to self or others or words to that effect.
Conduct EEO Counseling via telephonic interviews, unless otherwise impracticable, at which point in-person interviews are permitted with prior written authorization from the COR. Any alternate method for conducting EEO Counseling must be approved in writing and in advance, of the EEO counseling, by the COR.
The EEO Counselor shall contact the Counselee within three (3) days of assignment to schedule the Initial interview.
The Initial interview with the Counselee should be conducted as soon as possible after receiving assignment, but no later than eight (8) days of assignment. If the Counselee has provided documentation of representation using the Agency-provided form, the EEO Counselor must include the representative in all correspondence, email, telephone conversations, interviews, and any other contact with the Counselee. Unusual circumstances that may prevent conducting the interview immediately; e.g., illness, emergency leave, priority assignments, must be brought to the attention of the ACP.
The EEO Counselor should request , within two (2) business days of the initial interview with Counselee, any documents from the ACP and/or the COR that the EEO Counselor believes are relevant to the limited inquiry.
The EEO Counselor must request all relevant documentation regarding the matters raised in counseling from the ACP and the Counselee only (all requests for documents, except for requests to the Counselee, must be made to the ACP or COR).
The EEO Counselor must instruct the Counselee to submit all requested/offered documents to the ACP and instruct all witnesses to submit any documents they offer in support of their interviews to the ACP EEO Counselor. The EEO Counselor will review the documents and determine they are to be included in the EEO Counselor’s Report within three (3) business days of receipt from the Counselee/witnesses. If the EEO Counselor has any questions regarding the inclusion of the submitted documents with the EEO Counselor’s Report, then the EEO Counselor shall check with the ACP for guidance on the matter.
The EEO Counselor shall interview all witnesses, including the RMO, within twenty (20) days of the Counselee’s Initial contact with the Agency. Prior to contacting anyone other than the Counselee, and if applicable, the Counselee’s representative, the EEO Counselor must obtain written authorization from the ACP or COR.
The Contractor must notify the ACP immediately if a Counselee or witness refuses to cooperate with the limited inquiry. The ACP will take appropriate steps to secure the witness’ cooperation and remind the witness of his/her duty to cooperate with the inquiry. If the Counselee and/or witness ultimately fail to cooperate with the EEO Counselor, the EEO Counselor must document all attempts to secure the cooperation of that uncooperative witness or Counselee in the Counseling Report and attach any documentation, such as emails, to the Report.
The EEO Counselor must control the inquiry at all times and seek guidance and assistance from the Agency.
The EEO Counselor shall write-up each interview after completion, and incorporate the information into the Counselor’s Report.
The EEO Counselor shall review and summarize all documents relevant to the claim(s) and incorporate the information into the Counselor’s Report.
If the EEO Counselor believes the inquiry is deficient procedurally, or in content or scope, he/she shall immediately notify the COR.
By the 26th day after the Counselee’s Initial contact with the Agency, if the EEO Counselor has not completed the counseling process, the EEO Counselor should contact the Counselee regarding obtaining an extension.
A Counselee may agree, in writing, to postpone the Final Interview and extend the period for pre-complaint counseling for up to or less than sixty (60) additional calendar days from the date of the Initial contact.
Any extension of counseling must be requested by the EEO Counselor to the ACP and/or COR prior to the expiration of the initial thirty (30) day period.
Because timely completion of Pre-complaint counseling increases the probability of informal resolution and minimizes the negative impact that protracted inquiries have on the work environment, requests for extensions of EEO Counseling should be requested from the COR and/or ACP only in the following instances:

With the written consent of the Counselee; or
Requested by the Counselee; or
Unusual circumstances which prevented completion of the counseling inquiry during the initial thirty (30) day period, i.e., illness, travel, or emergency leave of the Counselee, a primary witness; or
When the Agency believes that informal resolution is likely or imminent, and a short additional counseling period is necessary to consummate an agreement.

The EEO Counselor should attempt to facilitate a resolution of the pre-complaint. If the Counselee and the Agency agree to an informal resolution of the dispute during the course of the EEO counseling inquiry, the terms of the informal resolution should be reduced to writing, and provided to the ACP or COR, and sent to the EEO Office for final review and approval by the EEO Office for form and compliance purposes. The EEO Counselor may not provide said document to anyone other than the ACP or COR.

If the Counselee elects to withdraw the Pre-complaint, the withdrawal must be obtained in writing using Agency-provided forms.

The EEO Counselor is responsible for submitting a final Counselor’s Report, regardless of whether the Pre-complaint is withdrawn, settled, resolved, went to ADR or is completed in any other manner, along with all paperwork gathered during the counseling process to the EEO office within three (3) days of conducting the Final Interview, within three (3) days of the conclusion of EEO Counseling, whether by final interview or otherwise, but no later than the 29th day from the Counselor’s Initial contact with the Agency, unless the Counselee has authorized an extension using Agency-provided forms. If such an extension was granted, the Counseling materials are due no later than seven (7) days before the end of the extension period.

Submit a weekly status report of all open EEO Counseling cases to the COR; or submit a status report of any and all open EEO Counseling cases upon the request of the COR in a format acceptable to the COR.

Perform EEO Counseling and have access to data related to any complaint only after providing a signed Nondisclosure Agreement for all personnel assigned under this Statement of Work.
Review all relevant personnel records and statistical data and make copies as needed for inclusion in the Counselor’s Report.
3. Alternative Dispute Resolution (ADR)

At a minimum, the Contractor shall include the following steps in the ADR process:
Review of Agency Dispute File: The Contractor shall review the Agency dispute file to determine the specific action(s) that caused the Aggrieved Person to believe that he/she is a victim of discrimination.

The Contractor shall develop an ADR Action Plan, including milestone dates. The ADR Action Plan shall be made available to the Agency Contact Person (ACP) in accordance with the timeframes of this Statement of Work (SOW). The ADR Action Plan shall identify the name of the proposed dispute resolution professional and include a copy of the dispute resolution professional’s resume detailing his/her ADR experience.

Meetings/Caucuses: The Contractor shall advise the principal parties of the time and place for the ADR meeting(s). The Contractor shall explore with the parties various options for resolving the dispute. Meetings shall be conducted during normal duty hours of the principal parties. The Contractor shall also mediate like or related issues raised during the ADR process.

Initial Meeting: The Contractor shall, before beginning ADR and throughout the process, review with the parties the ADR process, respective responsibilities of the dispute resolution professional and the parties, affirm the party’s willingness to participate in the process, and fully explain EEO procedures and guidelines relating to ADR.

Identification of Issue(s) and Basis (es): The Contractor shall encourage and elicit sufficient information from the parties to ensure that the issue(s) is clearly defined.

Agreement: If the allegation(s) is resolved and full or partial agreement is reached on the substance of the dispute, the Contractor shall assist the parties in putting the proposed Settlement Agreement in writing and develop a draft Settlement Agreement.

Closure: When it becomes apparent to the Contractor that resolution will not be reached, the Contractor shall inform the parties that their efforts to settle the dispute have been unsuccessful and shall close the ADR process. The Contractor shall maintain confidentiality in the process unless required to by law.

The Contractor is required to adhere to the Model Standards of Conduct for Mediators promulgated by the Society of Professionals in Dispute Resolution, the American Arbitration Association, and the American Bar Association.

The Agency shall:

Determine when an aggrieved person or complainant is to be referred to the Contractor for ADR.
1. Obtain written consent agreement from the parties to participate in the ADR process.
2. Forward the case to the Contractor.
3. Provide private meeting space for the on-site visit and/or authorize other method(s) of ADR to accomplish resolution.
4. Provide other accommodation(s)/aid(s) that may be requested by persons with disabilities.
5. Make available Agency officials who will be able to respond to questions and who have authority to resolve the dispute.

The Contractor is required to adhere to the Model Standards of Conduct for Mediators promulgated by the Society of Professionals in Dispute Resolution, the American Arbitration Association, and the American Bar Association.

1. Confidentiality: All information revealed during the ADR process is confidential. The Contractor shall advise the parties to the resolution attempt of their obligation to resist disclosures of information about the contents and outcomes of the ADR process. The Contractor in connection with the ADR function shall not utilize electronic devices used for recordings or transcripts of ADR proceedings or conferences.

2. Additional Services: Upon request of the Agency, the Contractor and the COR may negotiate terms and conditions for additional ADR services, e.g. neutral evaluations, conciliation, mini-trials, etc.
4. Preparation of Final Agency Decisions
4.1 Agency and Agency Contact Person
The Contractor will be provided an Agency Contact Person (ACP) at the Indian Health Service (IHS) Diversity Management and Equal Employment Opportunity Staff (DM & EEO). The ACP is to be determined when the service is ordered and specified on the case assignment by the Agency. The ACP will make the determination of the category of the complaint. Disagreements between the Agency and the Contractor should be resolved by discussion between the ACP and the Contractor. If a modification to the original case assignment is required as a result of discussions between the ACP and the Contractor, the ACP shall revise the case assignment to reflect the agreed upon category of complaint, and send the revised case assignment to the Contractor. If disagreements cannot be resolved, the Agency reserves the right to terminate the case assignment.
4.2 Case Assignment
The COR will electronically forward the case assignment; the ACP will, depending on the size of the document files, electronically or via a nationally recognized mail service, forward the Report of Investigation (ROI) and the case file. The Contractor shall assign a FAD Writer to a matter within two (2) business days of receipt of the assignment.
4.3 Requirements of the Contractor
The Contractor shall prepare FADs and have access to information related to any complaint only after providing a signed Nondisclosure Agreement for all personnel assigned under this Statement of Work.
The Contractor shall prepare a FAD which discusses and analyzes all claims presented in the formal complaint(s). The analysis shall consist of a presentation of facts, and recommended findings and conclusions. The analysis shall be clear, concise, logical, well-reasoned, well documented and fully supported. It should include all procedural and substantive issues presented.
The Contractor shall submit an electronic copy (MSWord format via email or on CD Rom) of the completed FAD to the ACP within twenty (20) calendar days of receipt of the complete case file, including ROI.
The Contractor shall submit a weekly status report of all pending FADs to the COR; or submit a status report of any and all pending FADs upon the request of the COR.
To prepare a FAD, or Recommended FAD, the Contractor shall:
Furnish all essential equipment, materials, personnel, and supplies necessary to perform all of the work detailed herein, including reviewing the ROI and completing the FAD.
Each FAD ordered under this contract shall be limited to the specific issues accepted and investigated in the ROI. Claims dismissed by the Agency shall be reviewed and a statement of concurrence or non-concurrence with the dismissal shall be included in the FAD.
If the FAD reverses a dismissed claim, the claim shall be adjudicated in the FAD or remanded for supplemental investigation, if necessary. If the Contractor believes there are procedural grounds for dismissing the entire complaint, or some of the accepted claims, the FAD should address those grounds in addition to the decision on the merits.
Each FAD must articulate the relevant facts, legal standard, and analysis with sufficient clarity so that: 1) the complainant can understand how the final decision was reached on each claim, and 2) the decision can withstand EEOC scrutiny on appeal. Following the prescribed format, the FAD must:

State the claim (basis(es) and issues);
Summarize the relevant procedural (processing events and dates) and factual (testimony and documentary evidence) background;
Provide a thorough analysis (apply appropriate theory of discrimination); and
Set forth the recommended conclusion (finding of discrimination, no finding of discrimination, and/or procedural dismissal).

If discrimination is found, the FAD will include an “ORDER” for appropriate equitable remedies consistent with 29 C.F.R. § 1614.501. Generally, where compensatory damages are appropriate, an award amount will not be given in the original FAD, unless sufficient information was provided in the ROI to make that determination. Instead, the complainant will be advised that compensatory damages may be available and will be provided with guidance on the procedure used for requesting, proving, and determining compensatory damage awards.

The analysis of each claim must follow established rules, regulations and legal principles and precedents. The FAD must clearly identify which theory of discrimination is being applied, i.e., disparate treatment, hostile work environment harassment, and/or adverse impact.
Case law precedents relied on in the FAD will be cited and will be in accordance with the EEOCG Style Guide. Matters from the ROI referenced in the FAD will be accordance with the EEOCG Style Guide and include Exhibit and page number.

Ability and skill level
The EEO Counselors, Mediators, Investigators, and FAD Writers must possess the following requisite training, experience, knowledge, and skills to perform the required EEO services.
EEO Counselors and Investigators must receive the applicable thirty-two (32) hours of training and eight (8) hours of refresher training each fiscal year thereafter as described in the EEO MD-110.
EEO Mediators must receive the applicable thirty-two (32) hours of training and eight (8) hours of refresher training each fiscal year thereafter as described in the EEO MD-110.
FAD Writers must have completed at least 5 cases/decisions; and have a minimum of two (2) years of Federal EEO Investigative or FAD Writing experience and/or legal analysis experience.
The Contractor must ensure that its employees, staff, or sub-contractors maintain the required professional certification(s). The Contractor must retain documentation of such records and must provide a copy of the certificate and Counselor’s, Mediator’s, Investigator’s, and/or FAD writer’s resume to the COR prior to case assignments, if requested. The Government will not pay expenses for Contractor, its employees, staff, or sub-contractors to meet and/or maintain the professional certification requirement(s).
In accordance with FAR 37.1l4(c), the Contractor, its employees, and sub-contractors must always identify themselves as Contractor personnel when dealing with Government employees or the public in the performance of the services under this contract. All documents or reports produced by a Contractor must also be suitably marked as contractor products.
Property
The Contractor shall be responsible for ensuring that EEO Counselors, Investigators, and FAD Writers have access to commercially available computer hardware and software necessary to perform the duties under this SOW, including but not limited to a personal computer running an operating system of Windows 7 or later, Microsoft Office 2007 or later, Adobe Professional X or later, Internet Explorer, a scanner, internet connectivity, and telephonic and fax access. All individuals working under this Contract must maintain and regularly access email accounts capable of transmitting and receiving documents. The Government is not responsible for furnishing any equipment or connectivity necessary for performing work under this contract.
Deliverable Format
All documents generated by the Contractor must be created using Microsoft Office products or otherwise in compliance with Section 508 of the Rehabilitation Act of 1973, as amended.
Availability of Investigators, Mediators, EEO Counselors, and FAD Writers
The Contractor must be able to assign an investigator to an Agency investigation within five (5) business days of a request from the Agency, an EEO Counselor within two (2) business days from the request of the Agency, the EEO Mediator within two (2) business days, and a FAD writer within two (2) business days from the request of the Agency.
The Agency requires that the investigator secure testimony and the EEO Counselor conduct counseling duties via telephone or in-person interviews unless otherwise approved by the Agency. The investigator has the option of conducting the interviews via either method, but the EEO Counselor should conduct the interviews and counseling duties via telephone unless otherwise impracticable.
The Agency requires that the mediator conduct mediation duties via telephone or in-person interviews unless otherwise approved by the Agency. The mediator has the option of conducting the interviews via either method, but the EEO Mediator should conduct the mediation in a manner most conducive to the Parties of the mediation.
The Agency can be divided into two categories, Headquarters Offices and Regional Offices, called Areas. The EEO cases will be located within either the Headquarters Offices or in one of the Agency’s twelve Regional Offices (Areas) identified as follows:

IHS Regional Offices (Areas)
Alaska Area Albuquerque Area
Bemidji Area Billings Area
California Area Great Plains Area
Nashville Area Navajo Area
Oklahoma Area Phoenix Area
Portland Area Tucson Area
The Government will not reimburse any travel expenses unless prior authorization from the COR is granted in writing.

Anticipated Period of Performance

Base December 14, 2014 through December 13, 2015
Option Year One December 14, 2015 through December 13, 2016
Option Year Two December 14, 2016 through December 13, 2017
Option Year Three December 14, 2017 through December 13, 2018
Option Year Four December 14, 2018 through December 13, 2019

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 technical information in any resultant solicitation(s).

Interested small business firms are highly encouraged to respond to this notice. However, firms should understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Responses must directly demonstrate the company’s capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above.

Capability statement:
Interested parties should provide IHS with a capability statement on their company’s ability to perform. The following information is to be included in the white paper:

Information about their organizations: (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; (e) references, and other related information;
Respondents’ DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUB Zone, etc.) pursuant to the applicable NAICS code;
technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses
Federal Supply Schedule information (if applicable)

Responses shall be delivered, via email, in Microsoft Word format and must be received by 5:00PM EST October 24, 2014

Page limitation of responses: Four (4)

Responses shall be addressed to:
Michael Fischer
Contract Specialist
Program Support Center
Department of Health and Human Services
Email: Michael.Fischer @hhs.gov

Set-Aside: Total Small Business Place of Performance: TBD US URL: https://www.fbo.gov/spg/HHS/PSC/DAM/IHS0001/listing.html

OutreachSystems Article Number: 141022/PROCURE/0471 Matching Key Words: documentar*;

dept of health and human servicesDepartment of Health and Human Services, Program Support Center, Division of Acquisition Management, 12501 Ardennes Avenue Suite 400 Rockville MD 20857

R — IHS EEO Services IHS0001 102414 Stephen Yuter, Contracting Officer, Email Stephen.Yuter@ihs.gov – Michael Fischer, Contract Specialist, Email michael.fischer@hhs.gov Equal Employment Opportunity (EEO)
Indian Health Services
Sources Sought

This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is ONLY to invite qualified socio-economic firms to submit capability statements demonstrating the ability to provide the services listed below.  To be included in the capability statement, firms shall include information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUB Zone 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.

Background
Federal government agencies, in conjunction with the U.S. Equal Employment Opportunity Commission (EEOC), have the responsibility to prohibit discrimination within the civil service on the basis of race, color, religion or religious accommodation, sex, national origin, age, disability or disability accommodation, genetic information, reprisal for opposition to discrimination or participation in the complaint process, and sexual orientation.
Commissioned Corps Officers of the U.S. Public Health Service are not covered under the Equal Employment Opportunity (EEO) laws or subject to the provisions of Title 29 Code of Federal Regulations (C.F.R.) §1614. However, Commissioned Corps Personnel Manual, INSTRUCTION 6, Subchapter CC26.1, “Equal Opportunity: Discrimination Complaints Processing” establishes the rights of Commissioned Corps Officers to be free from discrimination and retaliation.
Complaints of EEO discrimination alleged by employees of federal agencies or applicants for federal employment covered by Title 29 C.F.R. § 1614 and any subsequent law, statute, regulation, or directive are included within the scope of this Statement of Work (SOW). Commissioned Corps Officers of the U.S. Public Health Service covered by the Commissioned Corps Personnel Manual, INSTRUCTION 6, Subchapter CC26.1, “Equal Opportunity: Discrimination Complaints Processing” are also included within the scope of this Statement of Work.
Objectives

Title 29 CFR Part 1614 requires federal agencies to develop and implement equal employment opportunity programs and complaint processing procedures. EEOC Management Directive EEO MD-110 implements the requirements of 29 CFR Part 1614. Federal agencies perform a portion of the required EEO services in house. This statement of work will outline the roles and responsibilities of each party when the Ordering Agency (Agency) needs to contract out investigative, EEO counseling, Alternative Dispute Resolution (ADR), and drafting Final Agency Decision (FAD) functions.

Scope of Work

Investigations of Formal EEO Complaints
The Agency will issue the case assignment to the Contractor. Three types of discrimination complaints may be investigated; the categories are: individual, consolidated, and class complaints. Regardless of the type of discrimination complaint, the investigation is usually performed in four major phases: (a) preparing for the investigation; (b) securing testimony; (c) obtaining documentary evidence and developing statistical information; and (d) preparing the investigative file. The Contractor shall perform work in accordance with the revised and most current editions of applicable laws, regulations, and executive orders that pertain to each case assignment issued under this contract and provided by the Agency to the Contractor.
Counseling of EEO Informal Complaints
The Agency will issue the case assignment to the Contractor. Three types of discrimination complaints may be counseled; the categories are: individual, consolidated, and class complaints. Regardless of the type of discrimination complaint, the EEO Counseling is usually performed in four major phases: (a) Interviewing the Counselee, Responsible Management Official(s) (RMO), and witnesses; (b) framing the claims and drafting management’s and witnesses’ responses to the claims; (c) obtaining documentary evidence and statistical information; and (d) preparing the counseling report and related documents. The Contractor shall perform work in accordance with the revised and most current editions of applicable laws, regulations, and executive orders that pertain to each case assignment issued under this contract and provided by the Agency to the Contractor. The Contractor will also use, unless otherwise indicated by the COR, documents and forms provided by the Agency.
Alternative Dispute Resolution (ADR)
The Agency will determine when an aggrieved person or complainant is to be referred to the Contractor for ADR services. Three types of discrimination complaints may be referred; the categories are: individual, consolidated, and class complaints. Regardless of the type of discrimination complaint, the Alternative Dispute Resolution (ADR) is usually performed in six major phases: (a) Reviewing the Agency dispute file; (b) Developing an ADR Action Plan; (c) Setting up Meetings/Caucuses between the Parties; (d) Reviewing the ADR process with the Parties; (e) Identifying the issues; and either (f) Assisting the Parties in putting a proposed settlement agreement in writing and develop a draft settlement agreement or notifying the Parties if efforts to settle the dispute have been unsuccessful. The Contractor shall perform work in accordance with the revised and most current editions of applicable laws, regulations, and executive orders that pertain to each case assignment issued under this contract and provided by the Agency to the Contractor. The Contractor will also use, unless otherwise indicated by the COR, documents and forms provided by the Agency.

Drafting a Final Agency Decision
The Agency will issue the case assignment to the Contractor. Three types of discrimination complaints may require written FADs; the categories are: individual, consolidated, and class complaints. Regardless of the type of discrimination complaint, the FAD is usually performed in four major phases: (a) reviewing the Report of Investigation (ROI); (b) Drafting a presentation of facts; (c) conducting and drafting a legal analysis of the claims based on the information and evidence in the ROI; and (d) drafting recommended findings, conclusions, and, if applicable, appropriate remedies. The Contractor shall perform work in accordance with the revised and most current editions of applicable laws, regulations, and executive orders that pertain to each case assignment issued under this contract and provided by the Agency to the Contractor. The Contractor will also use, unless otherwise indicated by the COR, documents and forms provided by the Agency.
Investigation of Discrimination Complaints and Preparation of Reports of Investigation
The purpose of this subsection is to obtain Reports of Investigation in conformance with the standards established by the Equal Employment Opportunity Commission. Investigations shall be performed to identify and obtain evidence from all relevant sources and gather sufficient information, relevant to the accepted issues in the complaint, to determine the validity of the allegations. If the Agency determines a violation of the applicable laws occurred, the Report of Investigation must provide the Agency with a sufficient factual basis from which to fashion an appropriate remedy.
Investigations shall include a thorough review of the circumstances under which the alleged discrimination occurred and the treatment of others not of the complainant’s class in the organizational segment. Additionally, the investigation shall require a review of any policies and practices related to the alleged discrimination.
1.1 Agency and Agency Contact Person
The Contractor will be provided an Agency Contact Person (ACP) at the Indian Health Service (IHS), Diversity Management and Equal Employment Opportunity Staff (DM & EEO). The ACP is to be determined when the service is ordered and specified on the case assignment by the Agency. The ACP will make the determination of the category of the complaint and the number of issues contained in each complaint. Disagreements between the Agency and the Contractor should be resolved by discussion between the ACP and the Contractor. If a modification to the original case assignment is required as a result of discussions between the ACP and the Contractor, the ACP shall revise the case assignment to reflect the agreed upon category of complaint and/or number of issues, and send the revised case assignment to the Contractor. If disagreements cannot be resolved, the Agency reserves the right to terminate the case assignment.
2. EEO Counseling of Discrimination Complaints and Preparation of Counseling Reports
2.1 Purpose
The purpose of the EEO Counseling inquiry is to obtain information regarding the claim(s), address jurisdictional questions, and attempt to facilitate a resolution to the Counselee’s requested remedy. The EEO Counselor should interview persons who can provide information that is relevant to the claim(s), settlement, and jurisdictional questions. The EEO counseling inquiry is not an “investigation” nor is it intended to resolve disputed facts; rather, it is simply gathering information necessary for the EEO Counselor to assist the parties in resolving the matter. The EEO Counselor must control the inquiry at all times and seek guidance and assistance from the Agency. Documents generated through EEO Counseling should adhere to Agency formats, style guide requirements, and unless approved in writing, use Agency-provided forms and materials.
2.2 Agency and Agency Contact Person
The Contractor will be provided an Agency Contact Person (ACP) at the Indian Health Service (IHS) Diversity Management and Equal Employment Opportunity Staff (DM & EEO). The ACP is to be determined when the service is ordered and specified on the case assignment by the Agency. The ACP will make the determination of the category of the complaint. Disagreements between the Agency and the Contractor should be resolved by discussion between the ACP and the Contractor. If a modification to the original case assignment is required as a result of discussions between the ACP and the Contractor, the ACP shall revise the case assignment to reflect the agreed upon category of complaint, and send the revised case assignment to the Contractor. If disagreements cannot be resolved, the Agency reserves the right to terminate the case assignment.
2.3 Requirements of the Contractor
To perform EEO counseling, the Contractor shall:
Provide to the ACP within 2 business days from receipt of case assignment the name, contact information, and, if not previously provided, documentation of current counseling certification.
Furnish all essential equipment, materials, personnel, and supplies necessary to perform all of the work detailed herein, including conducting EEO counseling and preparing the Counselor’s Report.
The EEO Counselor will immediately notify the ACP in writing providing details sufficient for the ACP to advise Agency leadership if any of the following occurs:
Any individual involved in the EEO Counseling process advises that he/she needs a reasonable accommodation or is unable to perform work duties due to a disability.
Any individual involved in the EEO counseling process advises that he/she is a threat to himself or others, or words to that effect, or that any other employee or contractor is a threat to self or others or words to that effect.
Conduct EEO Counseling via telephonic interviews, unless otherwise impracticable, at which point in-person interviews are permitted with prior written authorization from the COR. Any alternate method for conducting EEO Counseling must be approved in writing and in advance, of the EEO counseling, by the COR.
The EEO Counselor shall contact the Counselee within three (3) days of assignment to schedule the Initial interview.
The Initial interview with the Counselee should be conducted as soon as possible after receiving assignment, but no later than eight (8) days of assignment. If the Counselee has provided documentation of representation using the Agency-provided form, the EEO Counselor must include the representative in all correspondence, email, telephone conversations, interviews, and any other contact with the Counselee. Unusual circumstances that may prevent conducting the interview immediately; e.g., illness, emergency leave, priority assignments, must be brought to the attention of the ACP.
The EEO Counselor should request , within two (2) business days of the initial interview with Counselee, any documents from the ACP and/or the COR that the EEO Counselor believes are relevant to the limited inquiry.
The EEO Counselor must request all relevant documentation regarding the matters raised in counseling from the ACP and the Counselee only (all requests for documents, except for requests to the Counselee, must be made to the ACP or COR).
The EEO Counselor must instruct the Counselee to submit all requested/offered documents to the ACP and instruct all witnesses to submit any documents they offer in support of their interviews to the ACP EEO Counselor. The EEO Counselor will review the documents and determine they are to be included in the EEO Counselor’s Report within three (3) business days of receipt from the Counselee/witnesses. If the EEO Counselor has any questions regarding the inclusion of the submitted documents with the EEO Counselor’s Report, then the EEO Counselor shall check with the ACP for guidance on the matter.
The EEO Counselor shall interview all witnesses, including the RMO, within twenty (20) days of the Counselee’s Initial contact with the Agency. Prior to contacting anyone other than the Counselee, and if applicable, the Counselee’s representative, the EEO Counselor must obtain written authorization from the ACP or COR.
The Contractor must notify the ACP immediately if a Counselee or witness refuses to cooperate with the limited inquiry. The ACP will take appropriate steps to secure the witness’ cooperation and remind the witness of his/her duty to cooperate with the inquiry. If the Counselee and/or witness ultimately fail to cooperate with the EEO Counselor, the EEO Counselor must document all attempts to secure the cooperation of that uncooperative witness or Counselee in the Counseling Report and attach any documentation, such as emails, to the Report.
The EEO Counselor must control the inquiry at all times and seek guidance and assistance from the Agency.
The EEO Counselor shall write-up each interview after completion, and incorporate the information into the Counselor’s Report.
The EEO Counselor shall review and summarize all documents relevant to the claim(s) and incorporate the information into the Counselor’s Report.
If the EEO Counselor believes the inquiry is deficient procedurally, or in content or scope, he/she shall immediately notify the COR.
By the 26th day after the Counselee’s Initial contact with the Agency, if the EEO Counselor has not completed the counseling process, the EEO Counselor should contact the Counselee regarding obtaining an extension.
A Counselee may agree, in writing, to postpone the Final Interview and extend the period for pre-complaint counseling for up to or less than sixty (60) additional calendar days from the date of the Initial contact.
Any extension of counseling must be requested by the EEO Counselor to the ACP and/or COR prior to the expiration of the initial thirty (30) day period.
Because timely completion of Pre-complaint counseling increases the probability of informal resolution and minimizes the negative impact that protracted inquiries have on the work environment, requests for extensions of EEO Counseling should be requested from the COR and/or ACP only in the following instances:

With the written consent of the Counselee; or
Requested by the Counselee; or
Unusual circumstances which prevented completion of the counseling inquiry during the initial thirty (30) day period, i.e., illness, travel, or emergency leave of the Counselee, a primary witness; or
When the Agency believes that informal resolution is likely or imminent, and a short additional counseling period is necessary to consummate an agreement.

The EEO Counselor should attempt to facilitate a resolution of the pre-complaint. If the Counselee and the Agency agree to an informal resolution of the dispute during the course of the EEO counseling inquiry, the terms of the informal resolution should be reduced to writing, and provided to the ACP or COR, and sent to the EEO Office for final review and approval by the EEO Office for form and compliance purposes. The EEO Counselor may not provide said document to anyone other than the ACP or COR.

If the Counselee elects to withdraw the Pre-complaint, the withdrawal must be obtained in writing using Agency-provided forms.

The EEO Counselor is responsible for submitting a final Counselor’s Report, regardless of whether the Pre-complaint is withdrawn, settled, resolved, went to ADR or is completed in any other manner, along with all paperwork gathered during the counseling process to the EEO office within three (3) days of conducting the Final Interview, within three (3) days of the conclusion of EEO Counseling, whether by final interview or otherwise, but no later than the 29th day from the Counselor’s Initial contact with the Agency, unless the Counselee has authorized an extension using Agency-provided forms. If such an extension was granted, the Counseling materials are due no later than seven (7) days before the end of the extension period.

Submit a weekly status report of all open EEO Counseling cases to the COR; or submit a status report of any and all open EEO Counseling cases upon the request of the COR in a format acceptable to the COR.

Perform EEO Counseling and have access to data related to any complaint only after providing a signed Nondisclosure Agreement for all personnel assigned under this Statement of Work.
Review all relevant personnel records and statistical data and make copies as needed for inclusion in the Counselor’s Report.
3. Alternative Dispute Resolution (ADR)

At a minimum, the Contractor shall include the following steps in the ADR process:
Review of Agency Dispute File: The Contractor shall review the Agency dispute file to determine the specific action(s) that caused the Aggrieved Person to believe that he/she is a victim of discrimination.

The Contractor shall develop an ADR Action Plan, including milestone dates. The ADR Action Plan shall be made available to the Agency Contact Person (ACP) in accordance with the timeframes of this Statement of Work (SOW). The ADR Action Plan shall identify the name of the proposed dispute resolution professional and include a copy of the dispute resolution professional’s resume detailing his/her ADR experience.

Meetings/Caucuses: The Contractor shall advise the principal parties of the time and place for the ADR meeting(s). The Contractor shall explore with the parties various options for resolving the dispute. Meetings shall be conducted during normal duty hours of the principal parties. The Contractor shall also mediate like or related issues raised during the ADR process.

Initial Meeting: The Contractor shall, before beginning ADR and throughout the process, review with the parties the ADR process, respective responsibilities of the dispute resolution professional and the parties, affirm the party’s willingness to participate in the process, and fully explain EEO procedures and guidelines relating to ADR.

Identification of Issue(s) and Basis (es): The Contractor shall encourage and elicit sufficient information from the parties to ensure that the issue(s) is clearly defined.

Agreement: If the allegation(s) is resolved and full or partial agreement is reached on the substance of the dispute, the Contractor shall assist the parties in putting the proposed Settlement Agreement in writing and develop a draft Settlement Agreement.

Closure: When it becomes apparent to the Contractor that resolution will not be reached, the Contractor shall inform the parties that their efforts to settle the dispute have been unsuccessful and shall close the ADR process. The Contractor shall maintain confidentiality in the process unless required to by law.

The Contractor is required to adhere to the Model Standards of Conduct for Mediators promulgated by the Society of Professionals in Dispute Resolution, the American Arbitration Association, and the American Bar Association.

The Agency shall:

Determine when an aggrieved person or complainant is to be referred to the Contractor for ADR.
1. Obtain written consent agreement from the parties to participate in the ADR process.
2. Forward the case to the Contractor.
3. Provide private meeting space for the on-site visit and/or authorize other method(s) of ADR to accomplish resolution.
4. Provide other accommodation(s)/aid(s) that may be requested by persons with disabilities.
5. Make available Agency officials who will be able to respond to questions and who have authority to resolve the dispute.

The Contractor is required to adhere to the Model Standards of Conduct for Mediators promulgated by the Society of Professionals in Dispute Resolution, the American Arbitration Association, and the American Bar Association.

1. Confidentiality: All information revealed during the ADR process is confidential. The Contractor shall advise the parties to the resolution attempt of their obligation to resist disclosures of information about the contents and outcomes of the ADR process. The Contractor in connection with the ADR function shall not utilize electronic devices used for recordings or transcripts of ADR proceedings or conferences.

2. Additional Services: Upon request of the Agency, the Contractor and the COR may negotiate terms and conditions for additional ADR services, e.g. neutral evaluations, conciliation, mini-trials, etc.
4. Preparation of Final Agency Decisions
4.1 Agency and Agency Contact Person
The Contractor will be provided an Agency Contact Person (ACP) at the Indian Health Service (IHS) Diversity Management and Equal Employment Opportunity Staff (DM & EEO). The ACP is to be determined when the service is ordered and specified on the case assignment by the Agency. The ACP will make the determination of the category of the complaint. Disagreements between the Agency and the Contractor should be resolved by discussion between the ACP and the Contractor. If a modification to the original case assignment is required as a result of discussions between the ACP and the Contractor, the ACP shall revise the case assignment to reflect the agreed upon category of complaint, and send the revised case assignment to the Contractor. If disagreements cannot be resolved, the Agency reserves the right to terminate the case assignment.
4.2 Case Assignment
The COR will electronically forward the case assignment; the ACP will, depending on the size of the document files, electronically or via a nationally recognized mail service, forward the Report of Investigation (ROI) and the case file. The Contractor shall assign a FAD Writer to a matter within two (2) business days of receipt of the assignment.
4.3 Requirements of the Contractor
The Contractor shall prepare FADs and have access to information related to any complaint only after providing a signed Nondisclosure Agreement for all personnel assigned under this Statement of Work.
The Contractor shall prepare a FAD which discusses and analyzes all claims presented in the formal complaint(s). The analysis shall consist of a presentation of facts, and recommended findings and conclusions. The analysis shall be clear, concise, logical, well-reasoned, well documented and fully supported. It should include all procedural and substantive issues presented.
The Contractor shall submit an electronic copy (MSWord format via email or on CD Rom) of the completed FAD to the ACP within twenty (20) calendar days of receipt of the complete case file, including ROI.
The Contractor shall submit a weekly status report of all pending FADs to the COR; or submit a status report of any and all pending FADs upon the request of the COR.
To prepare a FAD, or Recommended FAD, the Contractor shall:
Furnish all essential equipment, materials, personnel, and supplies necessary to perform all of the work detailed herein, including reviewing the ROI and completing the FAD.
Each FAD ordered under this contract shall be limited to the specific issues accepted and investigated in the ROI. Claims dismissed by the Agency shall be reviewed and a statement of concurrence or non-concurrence with the dismissal shall be included in the FAD.
If the FAD reverses a dismissed claim, the claim shall be adjudicated in the FAD or remanded for supplemental investigation, if necessary. If the Contractor believes there are procedural grounds for dismissing the entire complaint, or some of the accepted claims, the FAD should address those grounds in addition to the decision on the merits.
Each FAD must articulate the relevant facts, legal standard, and analysis with sufficient clarity so that: 1) the complainant can understand how the final decision was reached on each claim, and 2) the decision can withstand EEOC scrutiny on appeal. Following the prescribed format, the FAD must:

State the claim (basis(es) and issues);
Summarize the relevant procedural (processing events and dates) and factual (testimony and documentary evidence) background;
Provide a thorough analysis (apply appropriate theory of discrimination); and
Set forth the recommended conclusion (finding of discrimination, no finding of discrimination, and/or procedural dismissal).

If discrimination is found, the FAD will include an “ORDER” for appropriate equitable remedies consistent with 29 C.F.R. § 1614.501. Generally, where compensatory damages are appropriate, an award amount will not be given in the original FAD, unless sufficient information was provided in the ROI to make that determination. Instead, the complainant will be advised that compensatory damages may be available and will be provided with guidance on the procedure used for requesting, proving, and determining compensatory damage awards.

The analysis of each claim must follow established rules, regulations and legal principles and precedents. The FAD must clearly identify which theory of discrimination is being applied, i.e., disparate treatment, hostile work environment harassment, and/or adverse impact.
Case law precedents relied on in the FAD will be cited and will be in accordance with the EEOCG Style Guide. Matters from the ROI referenced in the FAD will be accordance with the EEOCG Style Guide and include Exhibit and page number.

Ability and skill level
The EEO Counselors, Mediators, Investigators, and FAD Writers must possess the following requisite training, experience, knowledge, and skills to perform the required EEO services.
EEO Counselors and Investigators must receive the applicable thirty-two (32) hours of training and eight (8) hours of refresher training each fiscal year thereafter as described in the EEO MD-110.
EEO Mediators must receive the applicable thirty-two (32) hours of training and eight (8) hours of refresher training each fiscal year thereafter as described in the EEO MD-110.
FAD Writers must have completed at least 5 cases/decisions; and have a minimum of two (2) years of Federal EEO Investigative or FAD Writing experience and/or legal analysis experience.
The Contractor must ensure that its employees, staff, or sub-contractors maintain the required professional certification(s). The Contractor must retain documentation of such records and must provide a copy of the certificate and Counselor’s, Mediator’s, Investigator’s, and/or FAD writer’s resume to the COR prior to case assignments, if requested. The Government will not pay expenses for Contractor, its employees, staff, or sub-contractors to meet and/or maintain the professional certification requirement(s).
In accordance with FAR 37.1l4(c), the Contractor, its employees, and sub-contractors must always identify themselves as Contractor personnel when dealing with Government employees or the public in the performance of the services under this contract. All documents or reports produced by a Contractor must also be suitably marked as contractor products.
Property
The Contractor shall be responsible for ensuring that EEO Counselors, Investigators, and FAD Writers have access to commercially available computer hardware and software necessary to perform the duties under this SOW, including but not limited to a personal computer running an operating system of Windows 7 or later, Microsoft Office 2007 or later, Adobe Professional X or later, Internet Explorer, a scanner, internet connectivity, and telephonic and fax access. All individuals working under this Contract must maintain and regularly access email accounts capable of transmitting and receiving documents. The Government is not responsible for furnishing any equipment or connectivity necessary for performing work under this contract.
Deliverable Format
All documents generated by the Contractor must be created using Microsoft Office products or otherwise in compliance with Section 508 of the Rehabilitation Act of 1973, as amended.
Availability of Investigators, Mediators, EEO Counselors, and FAD Writers
The Contractor must be able to assign an investigator to an Agency investigation within five (5) business days of a request from the Agency, an EEO Counselor within two (2) business days from the request of the Agency, the EEO Mediator within two (2) business days, and a FAD writer within two (2) business days from the request of the Agency.
The Agency requires that the investigator secure testimony and the EEO Counselor conduct counseling duties via telephone or in-person interviews unless otherwise approved by the Agency. The investigator has the option of conducting the interviews via either method, but the EEO Counselor should conduct the interviews and counseling duties via telephone unless otherwise impracticable.
The Agency requires that the mediator conduct mediation duties via telephone or in-person interviews unless otherwise approved by the Agency. The mediator has the option of conducting the interviews via either method, but the EEO Mediator should conduct the mediation in a manner most conducive to the Parties of the mediation.
The Agency can be divided into two categories, Headquarters Offices and Regional Offices, called Areas. The EEO cases will be located within either the Headquarters Offices or in one of the Agency’s twelve Regional Offices (Areas) identified as follows:

IHS Regional Offices (Areas)
Alaska Area Albuquerque Area
Bemidji Area Billings Area
California Area Great Plains Area
Nashville Area Navajo Area
Oklahoma Area Phoenix Area
Portland Area Tucson Area
The Government will not reimburse any travel expenses unless prior authorization from the COR is granted in writing.

Anticipated Period of Performance

Base December 14, 2014 through December 13, 2015
Option Year One December 14, 2015 through December 13, 2016
Option Year Two December 14, 2016 through December 13, 2017
Option Year Three December 14, 2017 through December 13, 2018
Option Year Four December 14, 2018 through December 13, 2019

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 technical information in any resultant solicitation(s).

Interested small business firms are highly encouraged to respond to this notice. However, firms should understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Responses must directly demonstrate the company’s capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above.

Capability statement:
Interested parties should provide IHS with a capability statement on their company’s ability to perform. The following information is to be included in the white paper:

Information about their organizations: (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; (e) references, and other related information;
Respondents’ DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUB Zone, etc.) pursuant to the applicable NAICS code;
technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses
Federal Supply Schedule information (if applicable)

Responses shall be delivered, via email, in Microsoft Word format and must be received by 5:00PM EST October 24, 2014

Page limitation of responses: Four (4)

Responses shall be addressed to:
Stephen Yuter
Contracting Officer, Head of Contracting Activity
Program Support Center
Department of Health and Human Services
Email: Stephen.Yuter@hhs.gov

Set-Aside: Total Small Business Place of Performance: TBD US URL: https://www.fbo.gov/spg/HHS/PSC/DAM/IHS0001/listing.html

OutreachSystems Article Number: 141021/PROCURE/0359 Matching Key Words: documentar*;

Department of Health and Human Services, Program Support Center, Division of Acquisition Management, 12501 Ardennes Avenue Suite 400 Rockville MD 20857

R — IHS EEO Services IHS0001 102414 Stephen Yuter, Contracting Officer, Email Stephen.Yuter@ihs.gov – Michael Fischer, Contract Specialist, Email michael.fischer@hhs.gov Equal Employment Opportunity (EEO)
Indian Health Services
Sources Sought
Background
Federal government agencies, in conjunction with the U.S. Equal Employment Opportunity Commission (EEOC), have the responsibility to prohibit discrimination within the civil service on the basis of race, color, religion or religious accommodation, sex, national origin, age, disability or disability accommodation, genetic information, reprisal for opposition to discrimination or participation in the complaint process, and sexual orientation.
Commissioned Corps Officers of the U.S. Public Health Service are not covered under the Equal Employment Opportunity (EEO) laws or subject to the provisions of Title 29 Code of Federal Regulations (C.F.R.) §1614. However, Commissioned Corps Personnel Manual, INSTRUCTION 6, Subchapter CC26.1, “Equal Opportunity: Discrimination Complaints Processing” establishes the rights of Commissioned Corps Officers to be free from discrimination and retaliation.
Complaints of EEO discrimination alleged by employees of federal agencies or applicants for federaldept of health and human services employment covered by Title 29 C.F.R. § 1614 and any subsequent law, statute, regulation, or directive are included within the scope of this Statement of Work (SOW). Commissioned Corps Officers of the U.S. Public Health Service covered by the Commissioned Corps Personnel Manual, INSTRUCTION 6, Subchapter CC26.1, “Equal Opportunity: Discrimination Complaints Processing” are also included within the scope of this Statement of Work.
Objectives

Title 29 CFR Part 1614 requires federal agencies to develop and implement equal employment opportunity programs and complaint processing procedures. EEOC Management Directive EEO MD-110 implements the requirements of 29 CFR Part 1614. Federal agencies perform a portion of the required EEO services in house. This statement of work will outline the roles and responsibilities of each party when the Ordering Agency (Agency) needs to contract out investigative, EEO counseling, Alternative Dispute Resolution (ADR), and drafting Final Agency Decision (FAD) functions.

Scope of Work

Investigations of Formal EEO Complaints
The Agency will issue the case assignment to the Contractor. Three types of discrimination complaints may be investigated; the categories are: individual, consolidated, and class complaints. Regardless of the type of discrimination complaint, the investigation is usually performed in four major phases: (a) preparing for the investigation; (b) securing testimony; (c) obtaining documentary evidence and developing statistical information; and (d) preparing the investigative file. The Contractor shall perform work in accordance with the revised and most current editions of applicable laws, regulations, and executive orders that pertain to each case assignment issued under this contract and provided by the Agency to the Contractor.
Counseling of EEO Informal Complaints
The Agency will issue the case assignment to the Contractor. Three types of discrimination complaints may be counseled; the categories are: individual, consolidated, and class complaints. Regardless of the type of discrimination complaint, the EEO Counseling is usually performed in four major phases: (a) Interviewing the Counselee, Responsible Management Official(s) (RMO), and witnesses; (b) framing the claims and drafting management’s and witnesses’ responses to the claims; (c) obtaining documentary evidence and statistical information; and (d) preparing the counseling report and related documents. The Contractor shall perform work in accordance with the revised and most current editions of applicable laws, regulations, and executive orders that pertain to each case assignment issued under this contract and provided by the Agency to the Contractor. The Contractor will also use, unless otherwise indicated by the COR, documents and forms provided by the Agency.
Alternative Dispute Resolution (ADR)
The Agency will determine when an aggrieved person or complainant is to be referred to the Contractor for ADR services. Three types of discrimination complaints may be referred; the categories are: individual, consolidated, and class complaints. Regardless of the type of discrimination complaint, the Alternative Dispute Resolution (ADR) is usually performed in six major phases: (a) Reviewing the Agency dispute file; (b) Developing an ADR Action Plan; (c) Setting up Meetings/Caucuses between the Parties; (d) Reviewing the ADR process with the Parties; (e) Identifying the issues; and either (f) Assisting the Parties in putting a proposed settlement agreement in writing and develop a draft settlement agreement or notifying the Parties if efforts to settle the dispute have been unsuccessful. The Contractor shall perform work in accordance with the revised and most current editions of applicable laws, regulations, and executive orders that pertain to each case assignment issued under this contract and provided by the Agency to the Contractor. The Contractor will also use, unless otherwise indicated by the COR, documents and forms provided by the Agency.

Drafting a Final Agency Decision
The Agency will issue the case assignment to the Contractor. Three types of discrimination complaints may require written FADs; the categories are: individual, consolidated, and class complaints. Regardless of the type of discrimination complaint, the FAD is usually performed in four major phases: (a) reviewing the Report of Investigation (ROI); (b) Drafting a presentation of facts; (c) conducting and drafting a legal analysis of the claims based on the information and evidence in the ROI; and (d) drafting recommended findings, conclusions, and, if applicable, appropriate remedies. The Contractor shall perform work in accordance with the revised and most current editions of applicable laws, regulations, and executive orders that pertain to each case assignment issued under this contract and provided by the Agency to the Contractor. The Contractor will also use, unless otherwise indicated by the COR, documents and forms provided by the Agency.
Investigation of Discrimination Complaints and Preparation of Reports of Investigation
The purpose of this subsection is to obtain Reports of Investigation in conformance with the standards established by the Equal Employment Opportunity Commission. Investigations shall be performed to identify and obtain evidence from all relevant sources and gather sufficient information, relevant to the accepted issues in the complaint, to determine the validity of the allegations. If the Agency determines a violation of the applicable laws occurred, the Report of Investigation must provide the Agency with a sufficient factual basis from which to fashion an appropriate remedy.
Investigations shall include a thorough review of the circumstances under which the alleged discrimination occurred and the treatment of others not of the complainant’s class in the organizational segment. Additionally, the investigation shall require a review of any policies and practices related to the alleged discrimination.
1.1 Agency and Agency Contact Person
The Contractor will be provided an Agency Contact Person (ACP) at the Indian Health Service (IHS), Diversity Management and Equal Employment Opportunity Staff (DM & EEO). The ACP is to be determined when the service is ordered and specified on the case assignment by the Agency. The ACP will make the determination of the category of the complaint and the number of issues contained in each complaint. Disagreements between the Agency and the Contractor should be resolved by discussion between the ACP and the Contractor. If a modification to the original case assignment is required as a result of discussions between the ACP and the Contractor, the ACP shall revise the case assignment to reflect the agreed upon category of complaint and/or number of issues, and send the revised case assignment to the Contractor. If disagreements cannot be resolved, the Agency reserves the right to terminate the case assignment.
2. EEO Counseling of Discrimination Complaints and Preparation of Counseling Reports
2.1 Purpose
The purpose of the EEO Counseling inquiry is to obtain information regarding the claim(s), address jurisdictional questions, and attempt to facilitate a resolution to the Counselee’s requested remedy. The EEO Counselor should interview persons who can provide information that is relevant to the claim(s), settlement, and jurisdictional questions. The EEO counseling inquiry is not an “investigation” nor is it intended to resolve disputed facts; rather, it is simply gathering information necessary for the EEO Counselor to assist the parties in resolving the matter. The EEO Counselor must control the inquiry at all times and seek guidance and assistance from the Agency. Documents generated through EEO Counseling should adhere to Agency formats, style guide requirements, and unless approved in writing, use Agency-provided forms and materials.
2.2 Agency and Agency Contact Person
The Contractor will be provided an Agency Contact Person (ACP) at the Indian Health Service (IHS) Diversity Management and Equal Employment Opportunity Staff (DM & EEO). The ACP is to be determined when the service is ordered and specified on the case assignment by the Agency. The ACP will make the determination of the category of the complaint. Disagreements between the Agency and the Contractor should be resolved by discussion between the ACP and the Contractor. If a modification to the original case assignment is required as a result of discussions between the ACP and the Contractor, the ACP shall revise the case assignment to reflect the agreed upon category of complaint, and send the revised case assignment to the Contractor. If disagreements cannot be resolved, the Agency reserves the right to terminate the case assignment.
2.3 Requirements of the Contractor
To perform EEO counseling, the Contractor shall:
Provide to the ACP within 2 business days from receipt of case assignment the name, contact information, and, if not previously provided, documentation of current counseling certification.
Furnish all essential equipment, materials, personnel, and supplies necessary to perform all of the work detailed herein, including conducting EEO counseling and preparing the Counselor’s Report.
The EEO Counselor will immediately notify the ACP in writing providing details sufficient for the ACP to advise Agency leadership if any of the following occurs:
Any individual involved in the EEO Counseling process advises that he/she needs a reasonable accommodation or is unable to perform work duties due to a disability.
Any individual involved in the EEO counseling process advises that he/she is a threat to himself or others, or words to that effect, or that any other employee or contractor is a threat to self or others or words to that effect.
Conduct EEO Counseling via telephonic interviews, unless otherwise impracticable, at which point in-person interviews are permitted with prior written authorization from the COR. Any alternate method for conducting EEO Counseling must be approved in writing and in advance, of the EEO counseling, by the COR.
The EEO Counselor shall contact the Counselee within three (3) days of assignment to schedule the Initial interview.
The Initial interview with the Counselee should be conducted as soon as possible after receiving assignment, but no later than eight (8) days of assignment. If the Counselee has provided documentation of representation using the Agency-provided form, the EEO Counselor must include the representative in all correspondence, email, telephone conversations, interviews, and any other contact with the Counselee. Unusual circumstances that may prevent conducting the interview immediately; e.g., illness, emergency leave, priority assignments, must be brought to the attention of the ACP.
The EEO Counselor should request , within two (2) business days of the initial interview with Counselee, any documents from the ACP and/or the COR that the EEO Counselor believes are relevant to the limited inquiry.
The EEO Counselor must request all relevant documentation regarding the matters raised in counseling from the ACP and the Counselee only (all requests for documents, except for requests to the Counselee, must be made to the ACP or COR).
The EEO Counselor must instruct the Counselee to submit all requested/offered documents to the ACP and instruct all witnesses to submit any documents they offer in support of their interviews to the ACP EEO Counselor. The EEO Counselor will review the documents and determine they are to be included in the EEO Counselor’s Report within three (3) business days of receipt from the Counselee/witnesses. If the EEO Counselor has any questions regarding the inclusion of the submitted documents with the EEO Counselor’s Report, then the EEO Counselor shall check with the ACP for guidance on the matter.
The EEO Counselor shall interview all witnesses, including the RMO, within twenty (20) days of the Counselee’s Initial contact with the Agency. Prior to contacting anyone other than the Counselee, and if applicable, the Counselee’s representative, the EEO Counselor must obtain written authorization from the ACP or COR.
The Contractor must notify the ACP immediately if a Counselee or witness refuses to cooperate with the limited inquiry. The ACP will take appropriate steps to secure the witness’ cooperation and remind the witness of his/her duty to cooperate with the inquiry. If the Counselee and/or witness ultimately fail to cooperate with the EEO Counselor, the EEO Counselor must document all attempts to secure the cooperation of that uncooperative witness or Counselee in the Counseling Report and attach any documentation, such as emails, to the Report.
The EEO Counselor must control the inquiry at all times and seek guidance and assistance from the Agency.
The EEO Counselor shall write-up each interview after completion, and incorporate the information into the Counselor’s Report.
The EEO Counselor shall review and summarize all documents relevant to the claim(s) and incorporate the information into the Counselor’s Report.
If the EEO Counselor believes the inquiry is deficient procedurally, or in content or scope, he/she shall immediately notify the COR.
By the 26th day after the Counselee’s Initial contact with the Agency, if the EEO Counselor has not completed the counseling process, the EEO Counselor should contact the Counselee regarding obtaining an extension.
A Counselee may agree, in writing, to postpone the Final Interview and extend the period for pre-complaint counseling for up to or less than sixty (60) additional calendar days from the date of the Initial contact.
Any extension of counseling must be requested by the EEO Counselor to the ACP and/or COR prior to the expiration of the initial thirty (30) day period.
Because timely completion of Pre-complaint counseling increases the probability of informal resolution and minimizes the negative impact that protracted inquiries have on the work environment, requests for extensions of EEO Counseling should be requested from the COR and/or ACP only in the following instances:

With the written consent of the Counselee; or
Requested by the Counselee; or
Unusual circumstances which prevented completion of the counseling inquiry during the initial thirty (30) day period, i.e., illness, travel, or emergency leave of the Counselee, a primary witness; or
When the Agency believes that informal resolution is likely or imminent, and a short additional counseling period is necessary to consummate an agreement.

The EEO Counselor should attempt to facilitate a resolution of the pre-complaint. If the Counselee and the Agency agree to an informal resolution of the dispute during the course of the EEO counseling inquiry, the terms of the informal resolution should be reduced to writing, and provided to the ACP or COR, and sent to the EEO Office for final review and approval by the EEO Office for form and compliance purposes. The EEO Counselor may not provide said document to anyone other than the ACP or COR.

If the Counselee elects to withdraw the Pre-complaint, the withdrawal must be obtained in writing using Agency-provided forms.

The EEO Counselor is responsible for submitting a final Counselor’s Report, regardless of whether the Pre-complaint is withdrawn, settled, resolved, went to ADR or is completed in any other manner, along with all paperwork gathered during the counseling process to the EEO office within three (3) days of conducting the Final Interview, within three (3) days of the conclusion of EEO Counseling, whether by final interview or otherwise, but no later than the 29th day from the Counselor’s Initial contact with the Agency, unless the Counselee has authorized an extension using Agency-provided forms. If such an extension was granted, the Counseling materials are due no later than seven (7) days before the end of the extension period.

Submit a weekly status report of all open EEO Counseling cases to the COR; or submit a status report of any and all open EEO Counseling cases upon the request of the COR in a format acceptable to the COR.

Perform EEO Counseling and have access to data related to any complaint only after providing a signed Nondisclosure Agreement for all personnel assigned under this Statement of Work.
Review all relevant personnel records and statistical data and make copies as needed for inclusion in the Counselor’s Report.
3. Alternative Dispute Resolution (ADR)

At a minimum, the Contractor shall include the following steps in the ADR process:
Review of Agency Dispute File: The Contractor shall review the Agency dispute file to determine the specific action(s) that caused the Aggrieved Person to believe that he/she is a victim of discrimination.

The Contractor shall develop an ADR Action Plan, including milestone dates. The ADR Action Plan shall be made available to the Agency Contact Person (ACP) in accordance with the timeframes of this Statement of Work (SOW). The ADR Action Plan shall identify the name of the proposed dispute resolution professional and include a copy of the dispute resolution professional’s resume detailing his/her ADR experience.

Meetings/Caucuses: The Contractor shall advise the principal parties of the time and place for the ADR meeting(s). The Contractor shall explore with the parties various options for resolving the dispute. Meetings shall be conducted during normal duty hours of the principal parties. The Contractor shall also mediate like or related issues raised during the ADR process.

Initial Meeting: The Contractor shall, before beginning ADR and throughout the process, review with the parties the ADR process, respective responsibilities of the dispute resolution professional and the parties, affirm the party’s willingness to participate in the process, and fully explain EEO procedures and guidelines relating to ADR.

Identification of Issue(s) and Basis (es): The Contractor shall encourage and elicit sufficient information from the parties to ensure that the issue(s) is clearly defined.

Agreement: If the allegation(s) is resolved and full or partial agreement is reached on the substance of the dispute, the Contractor shall assist the parties in putting the proposed Settlement Agreement in writing and develop a draft Settlement Agreement.

Closure: When it becomes apparent to the Contractor that resolution will not be reached, the Contractor shall inform the parties that their efforts to settle the dispute have been unsuccessful and shall close the ADR process. The Contractor shall maintain confidentiality in the process unless required to by law.

The Contractor is required to adhere to the Model Standards of Conduct for Mediators promulgated by the Society of Professionals in Dispute Resolution, the American Arbitration Association, and the American Bar Association.

The Agency shall:

Determine when an aggrieved person or complainant is to be referred to the Contractor for ADR.
1. Obtain written consent agreement from the parties to participate in the ADR process.
2. Forward the case to the Contractor.
3. Provide private meeting space for the on-site visit and/or authorize other method(s) of ADR to accomplish resolution.
4. Provide other accommodation(s)/aid(s) that may be requested by persons with disabilities.
5. Make available Agency officials who will be able to respond to questions and who have authority to resolve the dispute.

The Contractor is required to adhere to the Model Standards of Conduct for Mediators promulgated by the Society of Professionals in Dispute Resolution, the American Arbitration Association, and the American Bar Association.

1. Confidentiality: All information revealed during the ADR process is confidential. The Contractor shall advise the parties to the resolution attempt of their obligation to resist disclosures of information about the contents and outcomes of the ADR process. The Contractor in connection with the ADR function shall not utilize electronic devices used for recordings or transcripts of ADR proceedings or conferences.

2. Additional Services: Upon request of the Agency, the Contractor and the COR may negotiate terms and conditions for additional ADR services, e.g. neutral evaluations, conciliation, mini-trials, etc.
4. Preparation of Final Agency Decisions
4.1 Agency and Agency Contact Person
The Contractor will be provided an Agency Contact Person (ACP) at the Indian Health Service (IHS) Diversity Management and Equal Employment Opportunity Staff (DM & EEO). The ACP is to be determined when the service is ordered and specified on the case assignment by the Agency. The ACP will make the determination of the category of the complaint. Disagreements between the Agency and the Contractor should be resolved by discussion between the ACP and the Contractor. If a modification to the original case assignment is required as a result of discussions between the ACP and the Contractor, the ACP shall revise the case assignment to reflect the agreed upon category of complaint, and send the revised case assignment to the Contractor. If disagreements cannot be resolved, the Agency reserves the right to terminate the case assignment.
4.2 Case Assignment
The COR will electronically forward the case assignment; the ACP will, depending on the size of the document files, electronically or via a nationally recognized mail service, forward the Report of Investigation (ROI) and the case file. The Contractor shall assign a FAD Writer to a matter within two (2) business days of receipt of the assignment.
4.3 Requirements of the Contractor
The Contractor shall prepare FADs and have access to information related to any complaint only after providing a signed Nondisclosure Agreement for all personnel assigned under this Statement of Work.
The Contractor shall prepare a FAD which discusses and analyzes all claims presented in the formal complaint(s). The analysis shall consist of a presentation of facts, and recommended findings and conclusions. The analysis shall be clear, concise, logical, well-reasoned, well documented and fully supported. It should include all procedural and substantive issues presented.
The Contractor shall submit an electronic copy (MSWord format via email or on CD Rom) of the completed FAD to the ACP within twenty (20) calendar days of receipt of the complete case file, including ROI.
The Contractor shall submit a weekly status report of all pending FADs to the COR; or submit a status report of any and all pending FADs upon the request of the COR.
To prepare a FAD, or Recommended FAD, the Contractor shall:
Furnish all essential equipment, materials, personnel, and supplies necessary to perform all of the work detailed herein, including reviewing the ROI and completing the FAD.
Each FAD ordered under this contract shall be limited to the specific issues accepted and investigated in the ROI. Claims dismissed by the Agency shall be reviewed and a statement of concurrence or non-concurrence with the dismissal shall be included in the FAD.
If the FAD reverses a dismissed claim, the claim shall be adjudicated in the FAD or remanded for supplemental investigation, if necessary. If the Contractor believes there are procedural grounds for dismissing the entire complaint, or some of the accepted claims, the FAD should address those grounds in addition to the decision on the merits.
Each FAD must articulate the relevant facts, legal standard, and analysis with sufficient clarity so that: 1) the complainant can understand how the final decision was reached on each claim, and 2) the decision can withstand EEOC scrutiny on appeal. Following the prescribed format, the FAD must:

State the claim (basis(es) and issues);
Summarize the relevant procedural (processing events and dates) and factual (testimony and documentary evidence) background;
Provide a thorough analysis (apply appropriate theory of discrimination); and
Set forth the recommended conclusion (finding of discrimination, no finding of discrimination, and/or procedural dismissal).

If discrimination is found, the FAD will include an “ORDER” for appropriate equitable remedies consistent with 29 C.F.R. § 1614.501. Generally, where compensatory damages are appropriate, an award amount will not be given in the original FAD, unless sufficient information was provided in the ROI to make that determination. Instead, the complainant will be advised that compensatory damages may be available and will be provided with guidance on the procedure used for requesting, proving, and determining compensatory damage awards.

The analysis of each claim must follow established rules, regulations and legal principles and precedents. The FAD must clearly identify which theory of discrimination is being applied, i.e., disparate treatment, hostile work environment harassment, and/or adverse impact.
Case law precedents relied on in the FAD will be cited and will be in accordance with the EEOCG Style Guide. Matters from the ROI referenced in the FAD will be accordance with the EEOCG Style Guide and include Exhibit and page number.

Ability and skill level
The EEO Counselors, Mediators, Investigators, and FAD Writers must possess the following requisite training, experience, knowledge, and skills to perform the required EEO services.
EEO Counselors and Investigators must receive the applicable thirty-two (32) hours of training and eight (8) hours of refresher training each fiscal year thereafter as described in the EEO MD-110.
EEO Mediators must receive the applicable thirty-two (32) hours of training and eight (8) hours of refresher training each fiscal year thereafter as described in the EEO MD-110.
FAD Writers must have completed at least 5 cases/decisions; and have a minimum of two (2) years of Federal EEO Investigative or FAD Writing experience and/or legal analysis experience.
The Contractor must ensure that its employees, staff, or sub-contractors maintain the required professional certification(s). The Contractor must retain documentation of such records and must provide a copy of the certificate and Counselor’s, Mediator’s, Investigator’s, and/or FAD writer’s resume to the COR prior to case assignments, if requested. The Government will not pay expenses for Contractor, its employees, staff, or sub-contractors to meet and/or maintain the professional certification requirement(s).
In accordance with FAR 37.1l4(c), the Contractor, its employees, and sub-contractors must always identify themselves as Contractor personnel when dealing with Government employees or the public in the performance of the services under this contract. All documents or reports produced by a Contractor must also be suitably marked as contractor products.
Property
The Contractor shall be responsible for ensuring that EEO Counselors, Investigators, and FAD Writers have access to commercially available computer hardware and software necessary to perform the duties under this SOW, including but not limited to a personal computer running an operating system of Windows 7 or later, Microsoft Office 2007 or later, Adobe Professional X or later, Internet Explorer, a scanner, internet connectivity, and telephonic and fax access. All individuals working under this Contract must maintain and regularly access email accounts capable of transmitting and receiving documents. The Government is not responsible for furnishing any equipment or connectivity necessary for performing work under this contract.
Deliverable Format
All documents generated by the Contractor must be created using Microsoft Office products or otherwise in compliance with Section 508 of the Rehabilitation Act of 1973, as amended.
Availability of Investigators, Mediators, EEO Counselors, and FAD Writers
The Contractor must be able to assign an investigator to an Agency investigation within five (5) business days of a request from the Agency, an EEO Counselor within two (2) business days from the request of the Agency, the EEO Mediator within two (2) business days, and a FAD writer within two (2) business days from the request of the Agency.
The Agency requires that the investigator secure testimony and the EEO Counselor conduct counseling duties via telephone or in-person interviews unless otherwise approved by the Agency. The investigator has the option of conducting the interviews via either method, but the EEO Counselor should conduct the interviews and counseling duties via telephone unless otherwise impracticable.
The Agency requires that the mediator conduct mediation duties via telephone or in-person interviews unless otherwise approved by the Agency. The mediator has the option of conducting the interviews via either method, but the EEO Mediator should conduct the mediation in a manner most conducive to the Parties of the mediation.
The Agency can be divided into two categories, Headquarters Offices and Regional Offices, called Areas. The EEO cases will be located within either the Headquarters Offices or in one of the Agency’s twelve Regional Offices (Areas) identified as follows:

IHS Regional Offices (Areas)
Alaska Area Albuquerque Area
Bemidji Area Billings Area
California Area Great Plains Area
Nashville Area Navajo Area
Oklahoma Area Phoenix Area
Portland Area Tucson Area
The Government will not reimburse any travel expenses unless prior authorization from the COR is granted in writing.

Anticipated Period of Performance

Base December 14, 2014 through December 13, 2015
Option Year One December 14, 2015 through December 13, 2016
Option Year Two December 14, 2016 through December 13, 2017
Option Year Three December 14, 2017 through December 13, 2018
Option Year Four December 14, 2018 through December 13, 2019

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 technical information in any resultant solicitation(s).

Interested small business firms are highly encouraged to respond to this notice. However, firms should understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Responses must directly demonstrate the company’s capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above.

Capability statement:
Interested parties should provide IHS with a capability statement on their company’s ability to perform. The following information is to be included in the white paper:

Information about their organizations: (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; (e) references, and other related information;
Respondents’ DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUB Zone, etc.) pursuant to the applicable NAICS code;
technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses
Federal Supply Schedule information (if applicable)

Responses shall be delivered, via email, in Microsoft Word format and must be received by 5:00PM EST October 24, 2014

Page limitation of responses: Four (4)

Responses shall be addressed to:
Stephen Yuter
Contracting Officer, Head of Contracting Activity
Program Support Center
Department of Health and Human Services
Email: Stephen.Yuter@hhs.gov

Place of Performance: TBD US URL: https://www.fbo.gov/spg/HHS/PSC/DAM/IHS0001/listing.html

OutreachSystems Article Number: 141020/PROCURE/0149 Matching Key Words: documentar*;

Department of the ArmyDepartment of the Army, Army Contracting Command, MICC, MICC – Fort Benning, MICC – Fort Benning, Directorate of Contracting, Building 6, Meloy Hall, Room 207, Fort Benning, GA 31905-5000

99–Refuse Collections Services at Fort Benning Georga W911SF-15-R-0001 102914 katie.washington1, 706-545-2219 MICC – Fort Benning THIS IS A SOURCES SOUGHT ANNOUCEMENT ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME Sources sought synopsis announcements are issued to assist the Agency in performing market research, to determine industry interest and capability. This is not a request for proposals (RFP). A response to this request will not be considered a proposal and cannot be accepted by the Government to form a binding contract. This is not a guarantee of a future RFP or an award. This document should not be construed as a commitment of any kind by the U.S. Government. Any information provided to the Government in response to this document will become the Mission and Installation Contracting Command Fort Benning (MICC-Fort Benning) property and will not be returned. The Government will not reimburse contractors for any cost associated with responding to this document. The Mission and Installation Contracting Command, (MICC-Fort Benning), Fort Benning, GA is seeking interested sources capable of providing Refuse Collections Services for Fort Benning, Georgia. The North American Industry Classification System Code (NAISC) code for this requirement is 562111 and the size standard is $38.5 million.
Objectives: The objectives shall include, but not limited to increasing the overall solid waste diversion rate, responsiveness, quality, final site condition, and acceptability to the customer. The contractor shall perform to the standards in the contract as well as comply with the latest installation, local, state, and federal regulations. The target diversion rate is at least 50 % of total annual refuse collection.

SECURITY: Access and General Protection/Security Policy and Procedures. This requirement is for Contractor employees with an area of performance within an Army-controlled installation, facility, or area. The Contractor and all associated Subcontractor employees shall comply with applicable installation, facility, and area commander installation and facility access and local security policies and procedures (provided by the Government representative). The Contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by the installation Provost Marshal Office, Director of Emergency Services, or Security Office. The Contractor workforce must comply with all personal identity verification requirements as directed by DoD, HQDA, and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in Contractor security matters or processes.

Contractors who believe they possess the expertise and experience shall submit a written technical capabilities statement. Interested contractors should also address whether they can fulfill the requirements. In addition, any small businesses that believe they can accomplish this requirement should indicate their small business status (See FAR Part 19) in their capability statements. Please send responses to the ATTN: REFUSE COLLECTIONS FY15, via email at usarmy.benning.hqda-aca.mbx.doc-offer@mail.mil by 3.00 p. m. eastern standard time (EST) on 29 October 2014. Please limit your responses to no more than five pages, using Times New Roman 12 pt font or equivalent.

As part of the capability package, firms must include the following:

(1) Capability Statement demonstrating knowledge and ability to perform services as specified. Capability statement must be sufficient to demonstrate performance directly related to the performance of the requirement.

(2) DUNS number, Business Size, socioeconomic status, annual revenue history and location.

(3) Contact information, name, title, telephone number, and e-mail address of designated corporate point of contact.

(4) Statement regarding capability to obtain the required industrial security clearances for personnel.

(5) Company’s ability to perform at least 51% of the work.

(6) Company’s ability to begin performance upon contract award.
NOTE: All interested parties must be currently registered in the System for Award Management (SAMS).

Further information and documents pertinent to this planned procurement will be posted to a ASFI website as they become available, interested parties are encouraged to visit this link regularly.
Place of Performance: MICC – Fort Benning Directorate of Contracting, Building 6, Meloy Hall, Room 207 Fort Benning GA 31905-5000 US URL: https://www.fbo.gov/notices/71a49130bdcddf475266da7206fbfa31

OutreachSystems Article Number: 141018/PROCURE/0321 Matching Key Words: writ*; technical; standard;

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–Army Trademark Management – Hang Tags, Package Seals, Holographic Stickers, and Track and Trace Technology W9124D15R0011 102314 Elizabeth Phelps, 502-624-6751 MICC Center – Fort Knox Mission Installation Contracting Command – Knox intends to issue a request for proposals (RFP) for officially licensed hang tags, holographic stickers, package seal, and track and trace technology. This solicitation will be solicited as 100% small business set-aside; all responsible and responsive small businesses may submit an offer for consideration. A single no-cost agreement will be awarded. NAICS 323111 (Size Standard: 500) applies to this procurement. The RFP will be posted to the Federal Business Opportunities website at http://www.fbo.gov on or about 24 October 2014 with offers due on or about 25 November 2014. These dates are subject to change. All amendments to the solicitation will be likewise posted on thisDepartment of the Army website. Contractors are cautioned to check the website periodically for amendments. Solicitation mailing list will not be compiled and the RFP and amendments will not be sent out in paper copy. All documentation can and must be downloaded from the website above. Anticipated award date will be on or 15 January 2015. All contractors must be registered in the System for Award Management (SAM) at http://www.sam.gov to be eligible for award of a contract. Faxed proposals or amendments will not be accepted. All proposals must be submitted in accordance to the instructions in the RFP. Offerors shall deliver in person or mail completed proposal packages to: MICC – Fort Knox, Attn: CCMI-CKX-KX, Bldg 1109B, Ste 256, 199 6th Ave, Fort Knox, KY 40121-5720. Faxed, late or emailed proposals WILL NOT be accepted. All proposals shall be submitted no later than the date and time specified for receipt (see Block 8 on the SF 1449 or the latest issued amendment).

Set-Aside: Total Small Business URL: https://www.fbo.gov/notices/3e4f35d6e70afbb002942f4848898223

OutreachSystems Article Number: 141017/PROCURE/0029 Matching Key Words: age:state!ky; state!ky;

dept of health and human servicesDepartment of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd 5th Floor Rockville MD 20852-3804

99 — Sign Language Interpreting and Computer Aided Real Time Transcribing Services Market Research HHS-NIH-OD-OLAO-SS-14-009 110314 Sharmaine Gerstel, Contract Specialist, Phone 301-594-3744, Fax 301-402-3407, Email gerstels@mail.nih.gov 10/16/14
SOURCES SOUGHT NOTICE

Sources Sought Number: HHS-NIH-OD-OLAO-SS-14-009

Project Title: Sign Language Interpreting and Computer Aided Real Time Transcribing Services Market Research

The National Institutes of Health (NIH’s), Office of Research Services (ORS), Division of Amenities and Transportation Services (DATS) is conducting a Market Survey to find qualified small business concerns, 8(a) small businesses, Woman-owned, small disadvantaged businesses, HUB Zone small businesses and Service-disabled Veteran small business concerns with the capabilities to adequately provide interpreting and CART services. Offerors are expected to have appropriate corporate infrastructure that will efficiently fulfill requirements set forth in the Statement of work. The intended procurement will be classified under NAICS 541930 Translation and Interpretation Services.

The Sources Sought is only for the above mentioned business types under the NAICS code 541930.
Background
The need for a qualified interpreting services and CART contractor exists because of the continual growth, professional development, and daily work routine of the D/HH employees, NIH guests and patients. There are also a number of “open to the public” events regularly scheduled.
Purpose and Objectives:

The purpose of this requirement is to have a qualified contractor provide Sign Language Interpreting Services and Computer Aided Real Time (CART) Transcribing Services. This will facilitate communication for events/meetings such as work related meetings, training sessions, safety talks, discussions on work related procedures, policies and assignments, disciplinary actions, conferences and any events attended by deaf-hard-of-hearing employees who communicate in sign language. These services may also be required for NIH patients, and their visitors to attend visits and appointments.
Key Project Requirements

Coordination of all aspects of the interpreting services scheduling.

A reservation system: To provide the data necessary to confirm and schedule requests, track
the contract, and track the event/meeting data (i.e. date, time, place, length of event/meeting, type of
event/meeting, requestor, and interpreter(s) assigned), and invoice the NIH for services rendered.

508 Compliant reports/database.

Anticipated period of performance
02/01/15 – 01/31/16
Capability Statement Requirements and Delivery Instructions

• Offerors should be able to demonstrate their ability to handle large volumes of interpreting/ CART services requests in excess of 1,500 hours per month in the various settings mentioned above.

• Offerors should also be able to adjust staffing as demand for interpreting requests increase.

Offerrors should have appropriate functional and technical capabilities to handle the requirement; For example having an interpreting services reservation system

In 15 pages or less, interested parties should respond to this market research notice highlighting  the following critical information:

1. The spectrum of interpreting and CART services that your firm has supported over the last three years. List the information for each task area separately.
2. The number of times that your firm has subcontracted out for an expertise within the task areas specified on the draft SOW. If so, what was the expertise you subcontracted for? List each task area separately.
3. Please identify your firm’s size standard.
4. Provide information to indicate that staffing requirements can be fulfilled. Particularly the provision of services for requests in excess of 1,500 hours per month.
5. Does your company have a database available to track interpreting requests?
6. Your overall management approach for the provision of these services.

Disclaimer and important notes.

It is emphasized that this request for information is only intended to be used for market research purposes and responses to this notice are not considered offers, will not be considered adequate responses to a solicitation and cannot be accepted by the Government to form a binding contract. After a review of the responses received, a pre solicitation synopsis and solicitation may be published in Federal Business Opportunities.

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

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. Information provided will be used to assess tradeoffs and alternatives available for the requirement. 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.

Submission of Capability Statements:
Capability statements should be received by Monday November 3, 2014 by 10:00 AM EST.
(a) When mailing your capabilities through the U.S. Postal Service use the following address: National Institutes of Health, Office of Logistics and Acquisition Operations, (OLAO), 6011 Executive Blvd., Room 629C, Bethesda, MD 20892. ATTN: Sharmaine Gerstel. (b) When hand delivering, or using a courier service such as: UPS, Federal Express, etc., use the following City, State, and Zip Code: Rockville, MD 20852. Responses by Facsimile (FAX) will not be accepted. Capability statements can be emailed by the due date listed above to gerstels@mail.nih.gov

Alternate Drop off point:
Capability Statements can be delivered to the receptionist on fifth (5th) floor at 6011 Executive Boulevard.

Point of Contact:
Sharmaine Gerstel, Contract Specialist, Phone: (301) 594-3744; gerstels@mail.nih.gov

Statement of Work (SOW)

National Institutes of Health (NIH), Department of Health and Human Services (HHS)

1. Title: NIH Sign Language Interpreting Services and Computer Aided Real Time Transcribing Services Performance Based Contract.

2. Background: As the world’s premier biomedical research institution, the NIH is committed to meeting the needs of staff, patients, guests and visitors who are Deaf/Hard of Hearing (D/HH). The NIH uses interpreting services and Computer Aided Real Time Transcribing Services (CART) to facilitate communication for events/meetings such as work-related meetings, training sessions, safety talks, discussions on work related procedures, policies and assignments, human resources actions, conferences and any events attended by (D/HH) persons, as well patient visits and appointments. In 2008, NIH used over 21,000 hours of interpreting and CART services. Over the last five years, NIH has used an average of over 19,000 hours annually. Historically, interpreting services have increased 5 to 7 percent a year. The services are primarily performed at on- and off-campus locations. In addition to the main NIH Bethesda Campus, services may be required to be performed at other NIH locations throughout the United States. The contractor is to provide qualified interpreters and CART services to meet these requirements.

The need for a qualified interpreting services and CART contractor exists because of the continual growth, professional development, and daily work routine of the D/HH employees, NIH guests and patients. There are also a number of “open to the public” events regularly scheduled. The NIH currently provides interpreting and CART services through a centrally-funded and managed performance based contract.

The NIH has established under the Office of the Director (OD), Office of Research Services (ORS), Division of Amenities and Transportation Services (DATS) a Program Management Team to oversee these requirements and services provided to our customers through this contract. This team consists of the Program Manager, a Federal Government employee in the DATS who is responsible for oversight and management of the contract. In addition, DATS has one full-time and one part-time Quality Assurance Specialist to assist in handling the day to day operations and surveillance of the contract as well as resolve any issues that may arise.

3. Project Objectives: The DATS Program Management Team will maintain primary responsibility and oversight of the contract. This SOW is for functional and technical assistance in this effort. This one year Performance Based Service Contract with four (4) option years will be to provide interpreting and CART services to the NIH. NIH is requesting qualified offeror’s to respond to the tasks described in this SOW.

4. Scope: The NIH employs approximately 30,000 persons of which an estimated 100 are self-identified as D/HH employees, but also numerous events that are open to the public, scientific and research symposiums, patients, patient visitors, contractors, etc. who are located primarily on the NIH Bethesda Campus but at our leased facilities throughout Montgomery County, MD as well. There is an expectation that this number of D/HH employees will grow by 1 to 2 % each year. NIH employees are also located in Frederick, Baltimore, North Carolina, and Montana and in other parts of the United States where there is/may be a need to provide interpreting and CART services to employees and guests. On an individual or case by case basis, the NIH will make prior arrangements with the contractor to reimburse for certain out-of-pocket expenses incurred by the interpreter (i.e., mileage, parking, tolls, lodging) in accordance with U.S. Government/NIH travel regulations if the interpreting or CART request is not in an NIH recognized duty station. Interpreting services are used principally for meetings, which can include supervisory-employee meetings, training classes, etc. Interpreting and CART services are also needed for patient consultations, lectures and special events, which include, but are not limited to, a large gathering of persons which may include D/HH persons (i.e., symposiums, conferences, lectures etc.) In addition, any activities sponsored by NIH involving government employees, patients, guests, and visitors in accordance with the guidance found in the NIH Manual Issuance – 2204 Reasonable Accommodations http://www1.od.nih.gov/oma/manualchapters/management/2204/2204.pdf Section J: Sign Language Interpreting Services may also require interpreting and CART services.

Types of Interpreting Services Required

Basic interpreting services include but are not limited to, ASL, sign language, oral, tactile, close-vision, deaf interpreting, cued speech, Video Relayed Services, Video Remote Interpreting or combination of services.

Scientific interpreting services include the basic interpreting services above, but also require the interpreter to have a working knowledge of the vocabulary that is specialized and/or technical in the area of scientific and medical applications. All interpreters assigned to provide services under this Performance Based Service Contract should be or quickly become familiar with government vernacular.

The contractor must be able to staff at all times between 27 – 44 interpreters which will be evaluated as follows:

• Minimum of 12-15 qualified interpreters with documented experience in scientific interpreting;
• Minimum of 4 Certified Deaf Interpreters;
• Minimum of 15-20 qualified interpreters to handle all non-technical routine interpreting services;
• Minimum of 5 CART reporters able to serve NIH.

The above minimum staffing numbers can/may increase/decrease based on business needs of the NIH. All of the above minimum staffing numbers are considered Key Personnel for this SOW.

5. Functional Specific Tasks:

a. Interpreters assigned to perform services outlined in this SOW should have a college degree (A.A., B.S., B.A., M.A., or M.S.), in an interpreting related field, with at least three years of current interpreting work experience. If the interpreter has no college degree, he/she must have at least five (5) years of current interpreting work experience preferably for Federal Agencies, Private Industry similar to the size and scope of the NIH, or Medical/Research Facilities. Interpreters must also be certified through screening as recognized by the National Registry of Interpreters for the Deaf (RID) and the National Association for the Deaf (NAD) levels 4 or 5 only.

b. Fluency of sign language on the entire sign language continuum to effectively facilitate communication between D/HH employees and hearing employees;

c. Ability to perform at least one of the following: (1) interpret voice to sign, (2) interpret sign to voice, (3) oral transliteration, (4) tactile, (5) close-vision, and (6) cued speech; Must have documented certifications for various disciplines as specified by RID and NAD levels 4 and 5.

Please refer to attached website http://www.rid.org/education/edu_certification/index.cfm

d. Ability to accurately interpret in a variety of settings, including those that require specialized, technical, legal, scientific, medical, library, and information technology vocabulary, and familiarity with government vernaculars;

e. Ability to keep pace with communications in conferences, meetings, seminars, training classes, etc.;

f. Ability to negotiate with speakers as ‘colleagues’ to mediate pace of communication as necessary and appropriate; or voice interpret when a D/HH person-s speech is not easily understood;

g. Ability to abstract, select and highlight within context when dealing with complicated concepts, idioms, etc.;

h. Practicing knowledge of and adherence to the tenets of the RID and NAD Code of Professional Conduct which include:

1. Interpreters adhere to standards of confidential communication;
2. Interpreters possess the professional skills and knowledge required for the specific interpreting situation;
3. Interpreters conduct themselves in a manner appropriate to the specific interpreting situation;
4. Interpreters demonstrate respect for consumers;
5. Interpreters demonstrate respect for colleagues, interns, and students of the profession;
6. Interpreters maintain ethical business practices; and
7. Interpreters engage in professional development.
The complete version of the RID and NAD Code of Professional Conduct may be found at the following web address: http://www.rid.org/UserFiles/File/NAD_RID_ETHICS.pdf
i. Knowledge of the diverse cultures within NIH D/HH community to effectively work as an interpreter;

j. Knowledge of the diversity of culture and skill to prepare for each interpreting assignment including the knowledge needed to assist in setting up an environment that is conducive to meeting the communication needs of both the hearing and deaf consumer;

k. Ability to effectively assess the language needs of the deaf consumer;

l. Ability to apply the analytical skills necessary to determine which communication modes the Deaf consumer is utilizing.

m. In certain circumstances color appropriate attire may be necessary. This is the responsibility of the contractor.

n. The Government shall not exercise any direct supervision or control over the Contractor employees performing these services under this contract. Such Contractor personnel shall be accountable to the Contractor, who, in turn, shall be accountable to the Government; and

o. The Contractor should use and evaluate all latest technology available when providing interpreting services for NIH. This should and may include the use of Video Relay Services and/or Video Remote Interpreting where applicable. The Government Reserves the right to modify and to make use of improved technology to enhance the provision of these services.

Qualified CART reporters must meet the following minimum knowledge, skills, and abilities:

a. Demonstrate Knowledge, skills and abilities in the Core Competency areas defined by the National Court Reporters Foundation. In addition reporters must be a Certified CART Provider (CCP);

b. Ability to provide small venue CART services to be used by D/HH staff, patients and visitors;

c. CART reporter must be able to handle and report various medical, scientific and technical terms proficiently;

d. CART translation shall be provided in real time; and

e. One unedited transcript of the service shall be provided to the consumer upon their request.

6. Deliverables

The contractor shall provide adequate interpreting and CART services as well as the overall management of the provisions of these services in order to meet our growing demand. To the extent that the DATS Program Office can, the NIH plans to advise the contractor of an interpreting service requirement at least five business days in advance of the event/meeting. The requests will include a description of the event/meeting, location, planned duration, type of service requested (Basic, Medical, Scientific, Emergency, Etc.), and recommended interpreter (if requested). All requests received five business days prior to an event/meeting must be filled and confirmed within one business day of receipt of request. Any requests received with less than five working days advanced notice should be filled according to the Performance Requirements Summary (pages 9-10).

Deliverables and Reporting Requirements are such that the Contractor shall provide a database similar to the current NIH Interpreting Services Database that will have the capability to compile and review the following reports and statistical data: reporting capability should be prepared to report on services being provided on a daily, weekly, monthly, yearly for regular types of reports, and on an ad-hoc basis depending on necessity by the Government:

a) Confirmation of Requests
b) Update of Individual Requests
c) Manage Status of Requests
d) Interpreting Services Reports
e) Monthly Invoices
f) Data by Institutes
g) Consumer Evaluation of Requests

Other standard data to be included on any data base must include: Name/NIH Identification Card Number, One-Time or On-Going Request, Date, Location, Type of Event (i.e. Conference, Interview, Meeting, Training, On-call, Medical, Patient, Scientific, etc.), Open/Closed to the Public, Type of Service Requested (i.e. ASL, Oral, Tactile, Close Vision, Cued Speech, CART, etc.), Special Instructions, and Date Requested/Date Cancelled. This standard reporting can be modified as necessary to ensure that appropriate data is being collected.

Note: This is subject to further enhancement throughout the term of the contract through active discussion with the Contractor, Contracting Officer, Project Officer, and Customers.
The Government retains the right to modify this deliverable as required. All reports are the sole property of the Government, and can only be released to the Contracting Officer or Project Officer.

7. Contract Requirements

1. The NIH requires that each interpreter on the vendor’s submitted list be approved by the NIH. These interpreters cannot be replaced or substituted without prior written approval from the Project Officer, except on an emergency basis;

2. Each Interpreter and CART reporter shall be able to obtain and display an NIH ID and also display at all times the company of employment’s ID. The contractor shall make profiles of its interpreters available on its website. These profiles should include a brief bio, including qualifications and a picture of the interpreters;

3. The NIH has a small need for interpreting emergency and non-emergency requests during both NIH business hours and non-business hours which may also occur during Federal government holidays or weekends and the contractor will be required to fulfill these infrequent requests;

4. The NIH will develop and distribute an evaluation survey which customers can complete and return to the project office. This may be in one of several ways including hard copy or electronic format. It should be noted that customers can also submit their own satisfaction or dissatisfaction comments to the Program Office;

5. The assigned interpreter shall make personal contact with the organizer/requestor of any assignment as appropriate. The NIH understands that emergency or last minute/late requests may not allow for this interaction between the contractor and the customer;

6. Operation during inclement weather and Government Closure may be required. It is the contractor’s responsibility to insure sufficient staff is available to support any non-cancelled operations during inclement weather, even if the Government has announced Official Closure or Liberal Leave. This also applies to events as stated in Number 3 above. If contact cannot be made with the Event Requestor as stated in Number 5 above, the Contractor must contact the Project Officer PRIOR to the event to determine if there is a need to provide service.

7. The contractor shall develop and maintain a reservation system matching employees to preferred interpreters. This would include a first and second preference interpreter for a specific employee. If those interpreters are not available for the D/HH employee, the contractor may then assign another interpreter to the assignment.

8. Technical Requirements:

The NIH requires coordination of all aspects of the interpreting services scheduling.
The Contractor shall provide the type of interpreting services reservation system approved with
the award of the contract. The reservation system shall provide the data necessary to
confirm and schedule requests, track the contract, and track the event/meeting data (i.e.
date, time, place, length of event/meeting, type of event/meeting, requestor, and interpreter(s) assigned), and invoice the NIH for services rendered

508 Compliance: Section 508 of the Rehabilitation Act requires that Federal agencies’ electronic and information technology is accessible to people with disabilities. This courseware product must be Section 508 conformant. Specifically, the end product must be conformant with all applicable provisions, including:

• 1194.21 Software Applications and Operating Systems
• 1194.22 Web-based Intranet and Internet Information and Applications
• 1194.24 Video and Multimedia Products
• 1194.31 Functional performance criteria
• 1194.41 Information, documentation, and support

These provisions can be found at http://www.access-board.gov/sec508/standards.htm

Information Security Training

HHS policy requires contractors/subcontractors receive security training commensurate with their responsibilities for performing work under the terms and conditions of their contractual agreements. The contractor shall ensure that each contractor/subcontractor employee has completed the NIH Computer Security Awareness Training course at: http://irtsectraining.nih.gov/ prior to performing any task order work, and thereafter completing the NIH-specified fiscal year refresher course during the period of performance of the task order.

Offeror’s Official Responsible for Information Security

The offeror shall include in the “Information Security” part of its Technical Proposal the name and title of its official who will be responsible for all information security requirements should the offeror be selected for an award.

Information Technology Rules of Behavior

The contractor/subcontractor employees shall comply with the NIH Information Technology General Rules of Behavior at: http://irm.cit.nih.gov/security/nihitrob.html.

Personnel Security Responsibilities

The contractor shall perform and document the actions identified in the “Employee Separation Checklist” (http://nitaac.nih.gov/downloads/ciosp2/Employee_Separation_Checklist.doc) when a contractor/subcontractor employee terminates work under this contract. All documentation shall be made available to the Project Officer and/or Contracting Officer upon request.

9. Government Furnished Property

NIH shall provide for use by contractor one office for on-call interpreters as well as two computers for use by on-call interpreters.

10. Quality Standards and Records & Reports:

The contractor shall comply with their proposed quality assurance plan. The NIH is committed to providing quality interpreting services for its requesters and users; to creating an effective service relationship between the NIH, Contractor, and our many diverse customers. We are committed to maintaining the highest standards for providing interpreting services as a government agency.

The Contractor shall maintain records and prepare reports as set forth in this SOW. A copy of all reports shall be maintained and be available for inspection by the Government at all times. From time to time, the Contractor and their employees may be required to make written and/or oral statements to authorized Government agencies due to a particular incident or issue. Any written statements provided shall be considered a report under the terms of this contract. All records and copies of reports shall be turned over to the Project Officer within five (5) calendar days after completion.

The Government reserves the right to modify any performance standards and/or metrics during the life of this contract, in order to ensure that the appropriate outcomes are being assessed and that the performance standards are appropriate. Changes will be accomplished via a bi-lateral contract modification

The Contracting Officer is the only person with the authority to act as an agent of the Government under this contract. Only the Contracting Officer has authority to perform any of the following:

• direct or negotiate any changes in the Solicitation or specifications
• modify or extend the period of performance
• change the delivery schedule
• change any terms and conditions of the contract.
.
Under the terms of this SOW, contractors are continuously encouraged to use innovative approaches in addressing the requirements contained in this solicitation. That creativity flexibility will be evaluated in terms of the extent to which it successfully addresses the requirements and constraints of the SOW and the likely effectiveness of the proposed performance standards, monitoring approaches, and incentives in producing optimal contract results while lessening the Government’s oversight burden. This partnership may come from many resources that are available – the Contractor, the assigned interpreters, the NIH, and most importantly, our customers who use these vital services.

The Contractor shall continually monitor the quality of interpreting services which will include internal methods for monitoring, identifying problems and deficiencies and effectively alleviating them to produce a quality level of services to the NIH.

The Contractor shall propose to meet these stated quality standards and shall state how it will achieve and monitor them including any additional proposed quality standards.

1. At least 98% of all requests received at least 5 business days in advance will be filled.

2. At least 90% of all requests received less than 5 business days in advance are filled.

3. At least 85% of all requests received for that particular day (day of) will be filled.

4. At least 90% of requests received outside normal business hours will have an interpreter respond onsite within 40 minutes.

5. At least 98% of all requests will be initially confirmed and scheduled by the vendor with accurate information based upon user provided information on each request (i.e., date, times, type of services, any special instructions, etc.).

6. At least 98% of all requests received are confirmed by the vendor within one (1) business day (e.g., all requests received during the hours of 7:00 a.m. to 6:00 pm must be confirmed to the Project Office no later than 4:00 p.m. the following business day. For requests received on a Friday between those hours, the vendor will provide the confirmation on Monday).

7. At least 95% of all confirmed interpreters respond to the properly scheduled event at least 15 minutes prior to start of the event.

The following represents the acceptable percentage that respondents will rate the contractor.

Excellent 30% minimum
Very Good 45% minimum
Average 22% minimum
Below Average 2% maximum
Poor 1% maximum

The NIH understands that this is a demanding and growing industry. During the Project Office’s monthly reconciliation process, it will identify performance standards that have been exceeded for that period. While we cannot place a cap or threshold on the number of requests requiring services over a given period, the NIH will provide incentives for each performance standard exceeded as shown on the Performance Requirements Summary. (Pages 9 – 11)

11. Standards of Conduct – Personnel:

Interpreting services are vital to the success of many of the NIH events or programs, regardless of whether they are open or closed to the public. Our employees, guests and visitors will receive quality services by professional interpreters. The following standards of conduct are specific to this contract, as well as adherence to the NIH Rules of Conduct. These standards have been developed to ensure that Interpreting or CART services are provided in the most effective and professional manner:
• The contractor shall provide the most accurate translation, interpretation or CART services possible;

• The contractor shall receive assignments directly from the Government and shall not act on requests received directly from customers;

• The contractor shall not perform any services for individuals, meetings, events on a volunteer basis;

• The contractor shall abide by all confidentiality rules and standards and shall maintain professional integrity during and after all assignments. The contractor shall not discuss the content of any service(s) performed under this contract with any persons other than the Project Officer/Contracting Officer

• The contractor shall not offer personal opinions, advice, or counsel before, during or after an assignment;

• The contractor shall direct all questions or problems relating to work performed under this contract to the Project Officer/Contracting Officer for consideration;

• The Interpreter/translator shall uphold all policies of the Government not specifically listed in or as periodically updated during the duration of this contract;

• Other Federal Personnel Rules of Conduct and Behavior that are not specifically cited or that may be implemented during the life of this contract; and

• The contractor shall not represent himself/herself or permit himself/herself to be represented to the public as an agent of the Government, nor shall he in anyway use this association with the Government in any type of advertising.

12. Post – Award Administration:

Contractor performance will be monitored in accordance with the Quality Assurance Performance Requirements and by review of monthly status and invoice reports. Monthly reports will be provided to the project management team and will include the following monthly information: the number of hours of interpreting and CART services provided per month, and billable cancellations per month. In addition the Project Officer in accordance with the Quality Assurance Plan will calculate incentives/disincentives based on contractors performance. Project Officer will approve and request invoicing for services no later than the 15th of each month.

Accurate/
Confirmed Requests

98% of all interpreting services requests received more than 5 days in advance of date are filled.
Project Officer will review and compare vendor-s and government-s monthly records to determine if vendor is meeting the stated standard.

Last Minute Requests
90% of all interpreting services requests received less than 5 days in advance of the requested date are filled.
Project Officer will review and compare vendor-s and government-s monthly records to determine if vendor is meeting the stated standard.

Day-of Requests
85% all interpreting services requests received during normal working hours of that day are filled.
Project Officer will review and compare vendor-s and government-s monthly records to determine if vendor is meeting the stated standard.

Emergency Off-hour Requests
90% of all interpreting services requests received after normal working hours will have an interpreter respond on-site within 40 minutes.
Project Officer will review and compare vendor-s and government-s monthly records to determine if vendor is meeting the stated standard.

Scheduling and Confirmation Accuracy
All interpreting services requests will be scheduled/confirmed with accurate information (date, times, type of service and/or special instructions).
Project Officer will review and compare vendor-s and government-s monthly records to determine if vendor is meeting the stated standard.

Confirmation of Request Delivery
All interpreting services requests are confirmed by the vendor within 1 (one) business day of request receipt.
Project Officer will review and compare vendor-s and government-s monthly records to determine if vendor is meeting the stated standard.

Confirmed Interpreter Response Time
All interpreters respond to the scheduled requested event at least 15 minutes prior to the start of the event. The Point of Contact (derived from the request) must be appraised of the interpreters’ arrival and departure for each event.
Project Officer will review customer-s evaluation sheets and other consumer feedback to determine if the interpreter arrived 15 minutes prior to the start of the event and made appropriate contacts.

Set-Aside: Total Small Business Place of Performance: NIH Bethesda, MD 20892 US URL: https://www.fbo.gov/spg/HHS/NIH/OoA/HHS-NIH-OD-OLAO-SS-14-009/listing.html

OutreachSystems Article Number: 141017/PROCURE/0446 Matching Key Words: video*; produc*; train*; conference?; seminar?; you; website; web; site?; page?; education*; business*; documentation; event?; produce?; distribut*; instruct*;

National Aeronautics and Space Administration, George C. Marshall Space Flight Center, Procurement Office, NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812

U–REVIEW PANEL RANGE SAFETY AND LAUNCH SUPPORT FOR NASA STUDENT LAUNCH NNM15530930Q 102214 Melinda James, Contracting Officer, Phone 256-544-0317, Fax 256-961-9604, Email melinda.l.james@nasa.gov – Melinda James, Contracting Officer, Phone 256-544-0317, Fax 256-961-9604, Email melinda.l.james@nasa.gov Melinda James **********PLEASE CONTACT HAROLD SMITH(ARCS), ONLY, IN WRITING AT HAROLD.SMITH-1@nasa.gov , or fax, (256)961-9604, FOR QUOTE OR TECHNICAL CONCERNS. CONTACT INFORMATION IS ALSO IN THE BODY OF THIS SOLICITATION.************** This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in300px-NASA_logo.svg FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation shall not be issued. This notice is being issued as a Request for Quotations (RFQ) for A Review panel, Range Safety and Launch Support for NASA Student Launch Initiative. Specifications are attached. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement is 541690/$7.0. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. However, any award from this RFQ shall require the potential vendor to be certified within the System For Award Mangement System (SAM)and completion of Reps and Certs in the SAM system prior to award at http://www.sam.gov. Delivery shall be FOB Destination to MSFC, Central Receiving, Bldg 4631, MSFC, AL. Delivery date TBD. Offers for the items described above are due by October 22, 2014 by 2:00 P.M. CST to Harold Smith(ARCS) at Harold.Smith-1@nasa.gov or faxed to (256)961-9604 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. All contractual and technical questions must be in writing (e-mail or fax) to Harold Smith at Harold.Smith -1@nasa.gov or faxed to 256-961-9604 no later than 2:00 PM CST 10/20/2014. Telephone questions will not be accepted. Offerors shall provide the information required by FAR 52.212-1 (JUL 2014), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product offered is other than a domestic end product as defined in the clause entitled “Buy American Act — Supplies,” the offeror shall so state and shall list the country of origin. FAR 52.212-4(May 2014), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5(July 2014), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and are attached to this solicitation. The FAR may be obtained via the Internet at URL: Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/NASA/GMSFC/POVA/NNM15530930Q/listing.html

OutreachSystems Article Number: 141016/PROCURE/0060 Matching Key Words: writ*; technical; standard;

FedBizOpps – Awards

Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Jacksonville, 690 San Carlos Rd., Pensacola, FL 32508

69–LEADERSHIP TRAINING N43944T15P001 Name: Client Services, Title: Client Services,600px-US-DeptOfNavy-Seal.svg Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; 880955757 $43,260.00 101714 ALL PREP EDUCATIONAL VIDEO INC DBA PREP EDUCATIONAL PRODUCTS [DUNS: 825327083], 7600 E Orchard Road, Suite 300S,GREENWOOD VILLAGE CO 80111 No Description Provided
URL: https://www.fbo.gov/notices/3a06282024c00d80d9907902e9cf379a

OutreachSystems Article Number: 141018/AWARDS/0666 Matching Key Words: video*; produc*; train*; education*;

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 Baled Mixed Recycleable Material QRP15-0011 102414 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 Baled Mixed Recyclable Material. 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/QRP15-0011/listing.html

OutreachSystems Article Number: 141018/SURPLUS/0688 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 – Digital Evidence Management Solution SOL RFP-3307-0-2014/PL Digital Evidence Management Solution Due Date: 11/5/2014 3:00 PM Eastern Contact: Peter Langlois For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141017/BID/0411 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

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $391,607,952 cost-plus-incentive-fee contract to provide recurring sustainment support for delivered air systems for the F-35 Lightning II program including, but not limited to: ground maintenance activities; action request resolution; depot activation activities; Automatic Logistics Information System operations and maintenance; reliability, maintainability and health600px-US-DeptOfNavy-Seal.svg management implementation and support; supply chain management; and activities to provide and support pilot and maintainer initial training for the U.S Air Force, U.S. Marine Corps, U.S. Navy, and international partners. Work will be performed at 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 by Nov. 30, 2015. Fiscal 2014 and 2015 aircraft procurement (Air Force, Navy and Marine Corps) funds, and international partner funds in the amount of $360,313,730, 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 according to FAR 6.302-1. The Naval Air System Command, Patuxent River, Maryland is the contract activity (N00019-15-C-0031).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $220,748,611 modification to a previously awarded cost-plus-incentive-fee contract (N00019-12-C-0070). This modification provides for the System Development and Demonstration Phase I Increment 2, to continue support of F-35A Conventional Take Off and Landing (CTOL) air system for the government of Israel under the foreign military sales program. This modification includes the development and demonstration of the hardware and software for the Israel F-35A CTOL air system. Work will be performed at Fort Worth, Texas, and is expected to be completed in March 2019. Foreign military sales funds in the amount of $77,777,441 are being obligated on this 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.

Rockwell Collins, Inc., Government Systems, Cedar Rapids, Iowa, is being awarded a $101,069,955 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of AN/ARC-210 electronic protection radio equipment in support of domestic and foreign military sales (FMS) aircraft. This contract consists of a maximum of 1,160 radios inclusive of potential FMS sales: 920 associated ancillary equipment; five training sessions; 15 FMS Have Quick software media downloads; 140 associated FMS license and royalty fees; 500 FMS standard commercial warranties; 250 receiver-transmitter conversions; 10 failure analyses; and one lot for data. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in September 2015. Contract funds will not be obligated at the time of award. This contract was not was not competitively procured pursuant to FAR 6.302-1 The Naval Air Systems Command, Patuxent River, Maryland is the contracting activity (N00019-15-D-5501).

Raytheon Co., Integrated Defense Systems, Tewksbury, Massachusetts, is being awarded a $7,848,850 modification to a previously awarded contract (N00024-10-C-5126) to exercise options for integration, production and life cycle support planning and management services in support of the DDG 1000 program. Work will be performed in Portsmouth, Rhode Island (80 percent), and in Bath, Maine (20 percent), and is expected to be completed by December 2015. Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $1,666,921 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
600px-US-TRANSCOM-Emblem.svg

U.S. TRANSPORTATION COMMAND

Twenty-four transportation carriers have each been awarded indefinite-delivery/indefinite-quantity, fixed-price with economic price adjustment contracts for transportation protective services. The transportation carriers are: TNI (USA), Inc., doing business as AATCO, Duenweg, Missouri (HTC711-15-D-R002); Ace Doran Hauling Rigging Co, Inc., Cincinnati, Ohio (HTC711-15-D-R003); AAT Carriers, Inc.,* Chattanooga, Tennessee (HTC711-15-D-R004); Baggett Transportation Co.,* Birmingham, Alabama (HTC711-15-D-R005); Bennett Motor Express, Inc., McDonough, Georgia (HTC711-15-D-R006); T. F. Boyle Transportation, Inc.,* Billerica, Massachusetts (HTC711-15-D-R007); Chalich Trucking, Inc.,* Ramsey, Minnesota (HTC711-15-D-R008); Cole Motorsports, Inc.,* Douglasville, Georgia (HTC711-15-D-R009); FedEx Custom Critical, Uniontown, Ohio (HTC711-15-D-R010); Green Valley Transportation Co.,* Tracy California (HTC711-15-D-R011); Landstar Inway, Inc., Jacksonville, Florida (HTC711-15-D-R012); Landstar Express America, Inc., Jacksonville, Florida (HTC711-15-D-R013); Landstar Ranger, Inc., Jacksonville, Florida (HTC711-15-D-R014); McCollisters Transportation Systems Inc., Burlington, New Jersey (HTC711-15-D-R015); Mercer Transportation Co., Louisville, Kentucky (HTC711-15-D-R016); Martin Logistics,* Canton, Ohio (HTC711-15-D-R017); NEI Transport LLC., Duenweg, Missouri (HTC711-15-D-R018); Northern Neck Transfer, Inc.,* King George, Virginia (HTC711-15-D-R019); Prestera Trucking Co.,* South Point, Ohio (HTC711-15-D-R020); PTS Worldwide Inc.,* Somonauk, Illinois (HTC711-15-D-R021); Panther II Transportation, Inc., Seville, Ohio (HTC711-15-D-R022); R and R Trucking, Inc., Duenweg, Missouri (HTC711-15-D-R023); Secured Land Transport, Glendale, Arizona (HTC711-15-D-R024); and Bedrock, doing business as Tri-State Motor Transit, Joplin, Missouri (HTC711-15-D-R025). The total cumulative face value of the program is $205,971,494. Work will be performed throughout the continental United States, Alaska and Canada, with an expected completion date of Oct. 27, 2015. Type of appropriation is fiscal 2015 transportation working capital funds to be obligated by individual military services, Defense Logistics Agency, and government agency transportation officers/ordering officers. The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

AIR FORCE

Raytheon Technical Services Co., LLC, Indianapolis, Indiana, has been awarded a $35,000,000 indefinite-delivery/indefinite-quantity contract for Joint Miniature Munitions Bomb Rack Unit (JMM BRU) aircraft integration and lifecycle technical support. Contractor will provide aircraft integration and life cycle technical support throughout the technology development and engineering, manufacturing and development (EMD); and EMD F-15 flight test and production phases. Work will be performed at Indianapolis, Indiana, and is expected to be completed by Aug.356px-Seal_of_the_US_Air_Force.svg 31, 2021. This award is the result of a sole-source acquisition. Fiscal 2014 Navy research, development, test and evaluation funds in the amount of $634,398 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8672-15-D-0054).

Credence Management Solutions, LLC, Herndon, Virginia, has been awarded a $29,852,448 cost-reimbursable contract for advisory and assistance services (A&AS) for the Battle Management Directorate – Distributed Common Ground System. Contractor will provide A&AS support for all the weapon systems, platforms, cells, and capabilities managed by the C21SR Division in support of Air Force Life Cycle Management Center Battle Management. Work will be performed predominantly at Robins Air Force Base, Georgia, and will have some additional performance at Hanscom Air Force Base, Massachusetts, and Langley Air Force Base, Virginia, and is expected to be completed by Dec. 5, 2019. This award is the result of a competitive acquisition solicited as a Fair Opportunities Notice to Pool 3 awardees of the General Services Administration One Acquisition Solution for Integrated Services Small Business indefinite-delivery/indefinite-quantity contract, with 14 offers received. Fiscal year 2015 operations and maintenance funds in the amount of $50,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8622-15-F-8100).

Boeing Co., Defense Space and Security division, Kent, Washington, has been awarded a not to exceed $25,640,000 firm-fixed-price, fixed-price-incentive-fee, cost-plus-fixed-fee for the Japan Airborne Warning and Control System (AWACS) mission control unit design and production program to upgrade four E-767 aircraft and three ground support facilities. Contractor will provide procurement of mission computing, electronic support easures, traffic alert and collision avoidance system, interrogator friend or foe transponder, next generation IFF, automatic identification system, and data link upgrades. Work will be performed at Kent, Washington, and is expected to be completed by Feb. 28, 2015. The contract is 100percent foreign military sales. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-15-C-0003).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a $486,506,664 modification to exercise an option year (P00566) to previously awarded contract FA8611-08-C-2897 for F-22 sustainment activities. Work will be performed at Fort Worth, Texas, and is expected to be completed by Dec. 31, 2015. Fiscal 2014 research, development, test and evaluation funds in the amount of $1,000,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8611-08-C-2897).

Exbon Development, Inc., Garden Grove, California, has been awarded a $45,000,000 indefinite-delivery/indefinite-quantity, Simplified Acquisition of Base Engineering Requirements contract for Edwards Air Force Base, California. Contractor will provide maintenance, repair, renovation/alteration, and minor construction of real property. It also contains a scope of a broad range of construction disciplines, including but not limited to: roofing, paving, utilities, HVAC, design, carpentry, excavating, electrical, steam fitting, plumbing, sheet metal, painting, demolition, concrete masonry, and welding. Work will be performed at Edwards Air Force Base, California, and Palmdale, California, and is expected to be completed by Sept. 30, 2019. This award is the result of a competitive acquisition, with 18 offers received. No funds are being obligated at the time of award. Air Force Test Center, Edwards Air Force Base, California, is the contracting activity (FA9301-15-D-0011).

Stellar Science Ltd. Co., Albuquerque, New Mexico, has been awarded a $7,429,454 cost-plus fixed-fee contract for research and development on the Directed Energy High Performance Computing Software Applications Institute. Contractor will develop a capability to perform end-to-end simulations of all directed energy weapon (DEW) systems by integrating laser source, target effects, ancillary system components, and propagation simulations along with directed energy (DE) platform system, engagement, and mission level models. In addition, the work to be performed will include basic research and development of underlying DE technologies and integration of simulations for improving DEW system component performance. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be completed by Jan. 24, 2018. This award is the result of a competitive acquisition, with two offers received. Fiscal 2014 research, development, test and evaluation funds in the amount of $1,958,828 are being obligated at the time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9451-15-C-0028).

Department of the ArmyARMY

AAI Corp. Hunt Valley, Maryland, was awarded an $82,215,853 modification (P00020) to foreign military sales, cost-plus-incentive-fee contract W58RGZ-14-C-0001 to acquire Shadow Unmanned Aircraft systems performance-based logistics and sustainment/operations. Fiscal 2015 operations and maintenance (Army) and other procurement funds in the amount of $15,599,124 were obligated at the time of the award. After award of this modification, the total cumulative contract value will be $215,842,143. Estimated completion date is Oct. 31, 2015. Work will be performed at Hunt Valley, Maryland (50 percent); Afghanistan (30 percent); Australia (5 percent); and Iraq 15 percent). Army Contracting Command, Redstone Arsenal (Aviation), Redstone Arsenal, Alabama, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Science Applications International Corporation,* Fairfield, New Jersey, has been awarded a maximum $20,500,000 modification (P0001) for additional delivery orders to be made to the maintenance, repair, and operations prime vendor, bridge contract SPE8E3-14-D-0908. The revised total being awarded, based on this modification, is $30,500,000. This is a firm-fixed-price,Defense_Logistics_Agency indefinite-delivery/indefinite-quantity contract. This is a sole-source acquisition. Location of performance is New Jersey, with a Dec. 17, 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.

NAVY

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $19,024,373 cost-plus-fixed-fee, firm-fixed-price modification to a previously awarded contract (N00024-13-C-5402) to exercise options for fiscal 2015 Standard Missile (SM) depot and intermediate level maintenance; all-up-round recertifications and special maintenance tasks; and foreign military sales SM-2 repairs and maintenance. This contract combines purchases for the U.S. Navy (74 percent), and the governments of Australia (19 percent), and Taiwan (7 percent) under the foreign military sales program. Work will be performed in Tucson, Arizona (91 percent); Camden, Arkansas (8 percent); and Andover, Massachusetts (1 percent), and is expected to be completed by October 2015. Fiscal 2015 operations and maintenance (Navy) and foreign military sales funding in the amount of $6,691,800 will be obligated at the time of award. Contract funds in the amount of $4,956,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Wiley Wilson Burns & McDonnell Joint Venture, Alexandria, Virginia, is being awarded a maximum amount $75,000,000 firm-fixed-price, indefinite-quantity, architect-engineering contract for engineering and design services for general and administrative facilities. No task orders are being issued at this time. Work will be performed at various administrative facilities within the Naval Facilities Engineering Command Washington area of responsibility, including but not limited to: Maryland (45 percent), Washington, District of Columbia (30 percent), and Virginia600px-US-DeptOfNavy-Seal.svg (20 percent). Work may also be performed in the remainder of the United States (5 percent). The term of the contract is not to exceed 60 months, with an expected completion date of October 2019. Fiscal 2015 operations 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 19 proposals received. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-15-D-0452).

Colonna’s Shipyard Inc.,* Norfolk, Virginia (N50054-15-D-1501); Davis Boat Works Inc.,* Newport News, Virginia (N50054-15-D-1502); East Coast Repair & Fabrication LLC*, Norfolk, Virginia (N50054-15-D-1503); Lyon Shipyard Inc.,* Norfolk, Virginia (N50054-15-D-1504); and Tecnico Corp.,* Chesapeake, Virginia (N50054-15-D-1505), are being awarded a $24,000,000 fixed-price, indefinite-delivery/indefinite-quantity multiple award contract to support U.S. Navy living barges and their auxiliary systems, including potential periodic docking. Contractors will furnish the necessary non-personal management, administrative and production services, materials, tools, equipment, facilities, and required support to accomplish a full range of depot level troubleshooting, repair, renewal, refurbishment, modernization, and maintenance. Work will be performed in the Norfolk, Virginia, area and is expected to be completed by November 2015. Each contractor will receive $72,000 at time of award. Fiscal 2015 operations and maintenance (Navy) funds are being obligated, of which $360,000 will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with six offers received. The Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity.

Information Sciences Consulting, Inc.,* Manassas, Virginia, is being awarded a $10,430,366 indefinite-delivery/indefinite-quantity, firm-fixed-price task order contract for motorcycle traffic safety training courses throughout the continental United States and Hawaii. The contract is for one base year and four one-year options, which if exercised, would bring the contract value to $36,303,703. Work will be performed in the Naval District, Washington, District of Columbia (5 percent); Mid-Atlantic (21 percent); Southeast (28 percent); Southwest (31 percent); Northwest (9 percent); Midwest (2 percent); and Hawaii (4 percent), and is expected to be completed by Oct. 26, 2015. If all options are exercised, work will continue until Oct. 26, 2019. No funds will be obligated at the time of award; funds will be released as individual task orders are issued. This contract was set aside as 100 percent small business competitive procurement via the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with five offers received in response to this solicitation. NAVSUP Fleet Logistics Center, San Diego, California, is the contracting activity (N00244-15-C-0001).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a not-to-exceed $33,402,219 undefinitized contract action (P00559) to previously awarded contract FA8611-08-C-2897 for AIM-9X Configurable Rail Launcher (CRL) modification to the F-22. Contractor will provide upgrade to 220 AIM-9 CRLs with AIM-9X capability. Work will be performed at Fort Worth, Texas, and is expected to be completed by Feb. 28, 2017. Fiscal 2014 aircraft procurement funds in the amount of $5,783,310 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Associated Petroleum Products, Inc.,* Tacoma, Washington, has been awarded a minimum $7,347,232 modification (P00014) to contract SP0600-13-D-4506. The modification is for additional diesel fuel line items. The revised total being awarded, based on this modification, is $38,174,038. This is a fixed-price with economic-price-adjustment contract. This is a competitiveDefense_Logistics_Agency acquisition, and 33 offers were received. Location of performance is Washington, with a performance completion date of July 30, 2016. Using military service is Navy. Type of appropriation is fiscal 2016 Navy working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

600px-US-DeptOfNavy-Seal.svgNAVY

Northrop Grumman Corp. Electronic Systems, Linthicum Heights, Maryland, is being awarded a $207,291,682 modification to a previously awarded contract (M67854-07-C-2072) for procurement of four Ground/Air Task-Oriented Radar (G/ATOR) low-rate initial production systems, including operating spares, contractor engineering services and support, developmental and operational test support, and transition to production. G/ATOR is an expeditionary, three-dimensional, short-to-medium-range multi-role radar system designed to detect low-observable, low-radar cross section targets such as rockets, artillery, mortars, cruise missiles, and unmanned aircraft systems. G/ATOR is being developed and fielded in three blocks and will be employed by the Marine Air Ground Task Force across the range of military operations. Work will be performed in Linthicum Heights, Maryland (55 percent); East Syracuse, New York (24 percent); Stafford Springs, Connecticut (5 percent); San Diego, California (5 percent); Big Lake, Minnesota (3 percent); Londonderry, New Hampshire (2 percent); High Point, North Carolina (2 percent); Wallingford Center, Connecticut (2 percent); Camarillo, California (1 percent); and Woodbridge, Illinois (1 percent), and is expected to be completed by October 2017. Fiscal 2013 procurement (Marine Corps) funds in the amount of $81,934,362; fiscal 2014 procurement (Marine Corps) funds in the amount of $80,869,885; and fiscal 2014 research, development, test and evaluation funds in the amount of $12,735,865, will be obligated at the time of award. Contract funds in the amount of $94,670,227 will expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

General Dynamics Bath Iron Works, Bath, Maine, is being awarded a $32,512,320 modification to previously awarded fixed-price-incentive contract N00024-11-C-2306 to exercise options for DDG 1000 class services. This work will provide technical and industrial engineering in the interpretation and application of the detail design to support construction and the maintenance of the ship design. Work will be performed in Bath, Maine, and is expected to be completed by September 2015. Fiscal 2015 shipbuilding and conversion (Navy) contract funds in the amount of $32,512,320 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.

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is being awarded a $7,926,639 modification to definitize a previously awarded advance acquisition undefinitized contract action (N00019-10-G-0004). This modification is for task order 0506 to procure non-recurring engineering in support of the MV-22 Integrated Aircraft Survivability Equipment Suite upgrade, including integration of the AN/AAQ-24(V)25 software with an electronic warfare controller and the MV-22 mission computer. Work will be performed in Rolling Meadows, Illinois, and is expected to be completed in April 2016. Fiscal 2014 aircraft procurement (Navy) funds in the amount of $7,926,639 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.

ARMY

Waller, Todd and Sadler, Architects, Inc.,* Virginia Beach, Virginia, was awarded a $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for multidiscipline design and/or professional services, as required, for planning, design and construction for the Department of Defense Education Activity program. Funding and work location will be determined with each order, with an estimated completion date of Oct. 22, 2018. Bids were solicited via the Internet, with 33 offers received. U.S. Army Corps of Engineers, NorfolkDepartment of the Army District, Norfolk, Virginia, is the contracting activity (W91236-15-D-0014).

Heeter Construction,* Spencer, West Virginia, was awarded a $9,236,746 modification (P00005) to firm-fixed-price contract W91237-12-C-0006 to install 36 anchors at the Bluestone Dam, Hinton, West Virginia. Fiscal 2015 other procurement funds in the amount of $9,236,746 were obligated at the time of the award. After award of this modification, the total cumulative contract value will be $94,738,808. Estimated completion date is Oct. 16, 2019. U.S. Army Corps of Engineers, Huntington District, Huntington, West Virginia, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is being awarded a $612,758,634 cost-plus-fixed-fee contract for naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (84 percent), and Schenectady, New York (16 percent). Fiscal 2015 shipbuilding and conversion (Navy) contract funds in the amount of $612,758,634 will be obligated at time of award and will not expire at the end of the current fiscal year. No completion date or additional information is provided on Naval Nuclear Propulsion program contracts. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-C-2100).

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is being awarded a $206,657,145 cost-plus-fixed-fee modification to a previously awarded contract (N00024-12-C-2106) for naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (99 percent), and Schenectady, New York (1 percent). Fiscal 2015 other procurement (Navy) contract funds in the amount of $194,553,563 will be obligated at time of award and will not expire at the end of the current fiscal year. No completion date or additional information is provided on Naval Nuclear Propulsion program contracts. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $110,515,999 cost-plus-fixed-fee delivery order against a previously issued basic ordering agreement (N00019-14-G-0020) for the procurement and installation of 281 retrofit modification kits to incorporate into designated aircraft and supporting subsystems that are critical to meeting F-35 requirements. Work will be performed in Fort Worth, Texas (45 percent); Ogden, Utah (20 percent); Cherry Point, North Carolina (20 percent); Yuma, Arizona (5 percent); Eglin Air Force Base, Florida (5 percent); and Edwards Air Force Base, California (5 percent), and is expected to be completed in March 2018. Fiscal 2013, 2014, and 2015 aircraft procurement (Navy, Marine Corps, and Air Force) funds, fiscal 2015 research, development, test and evaluation funds (Navy, Marine Corps, and Air Force), and Joint Strike Fighter partner funds in the amount of $55,976,500 are being obligated on this award, $759,000 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Whitesell-Green, Inc.,* Pensacola, Florida, is being awarded a $9,947,000 firm-fixed-price contract for repairs to Bachelor Quarters 3709 and 3710 at Corry Station, Naval Air Station Pensacola. The work to be performed provides for interior demolition, minor structural repairs, drywall replacement on walls and ceilings, interior electrical repairs, interior plumbing replacement, installation of fire suppression system and detection systems, window replacement, floor covering replacement, interior and exterior door replacement, roof replacement, heating, ventilation and air conditioning system replacement, miscellaneous interior repairs, and construction of exterior walkways with handrails. Work will be performed in Pensacola, Florida, and is expected to be completed by May 2016. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $9,947,000 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 seven proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-15-C-0601).

ARMY

Louis Berger Group, Inc., Morristown, New Jersey, was awarded a $95,000,000 firm-fixed-price contract to enable the U.S. Army Corps of Engineers to assess power requirements, install diesel- powered emergency generators, and fuel, operate and maintain generators at critical facilities when requested by a state or territory within 24-hours of receiving aDepartment of the Army mission assignment for emergency support. Funding and work location will be determined with each order, with an estimated completion date of Oct. 21, 2019. Bids were solicited via the Internet, with two received. U.S. Army Corps of Engineers, Pittsburgh District, Pittsburgh, Pennsylvania, is the contracting activity (W911WN-14-D-0004).

Airbus Defense and Space, Inc., Herndon, Virginia, was awarded an $82,917,199 modification (P00852) to contract W58RGZ-06-C-0194 to acquire 17 72A Lakota helicopters with airborne radio communications 231 radios. Fiscal 2014 other procurement (Army) funds in the amount of $82,917,199 were obligated at the time of the award. After award of this modification, the total cumulative contract value will be $2,660,632,872. Estimated completion date is Jan. 31, 2016. Work will be performed at Columbia, Mississippi. Ten bids were solicited, with five offers received. Army Contracting Command, Redstone Arsenal (Aviation), Redstone Arsenal, Alabama, is the contracting activity.

Dutra Group, San Rafael, California, was awarded a $47,906,369 firm-fixed-price contract to stabilize Fire Island by placing 2,500,000 cubic yards of sand for initial construction of the Smith Point County Park reach of the Fire Island Inlet to Montauk Point project area. This project will include planting dune grass and creating two bird habitat areas landward of the beach placement area. Contractor will dredge sand from an offshore borrow area, located 1.5 miles from the beach at Quantuck Bay, which is between 8-14 miles from the project area. Work will be performed on Fire Island, New York, with an estimated completion date of April 20, 2015. Bids were solicited via the Internet, with two offers received. Fiscal 2015 other procurement funds in the amount of $47,906,369 are being obligated at the time of the award. U.S. Army Corps of Engineers, New York District, New York, New York, is the contracting activity (W912DS-15-C-0001).

600px-WHS_Insignia.svgWASHINGTON HEADQUARTERS SERVICES

Booz Allen Hamilton, McLean, Virginia, is being awarded a $6,643,293 task order (P00003) to a previously awarded firm-fixed-price contract (HQ0034-14-A-0023) to provide technical support services for the Department of Defense’s Chief Information Officer Cybersecurity and Information Assurance Support program. Work will be performed in Alexandria, Virginia, with an expected completion date of Oct. 16, 2015. Fiscal 2015 operations and maintenance funds in the amount of $6,643,293 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured, with two proposals received. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Thales Components Corp.,* Totowa, New Jersey, has been awarded a maximum $12,898,008Defense_Logistics_Agency firm-fixed-price, indefinite-delivery/indefinite-quantity contract for electron tubes (NSN 7GH 5895-01-291-3075), minimum quantity 18 each – maximum quantity 120 each. This contract was a sole-source acquisition. This is a three-year base contract with two one-year option periods. Locations of performance are New Jersey and France with an Oct. 2018 performance completion date. Using military service is Navy. Type of appropriation is fiscal year 2015 through fiscal year 2017 Navy working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania (SPRMM1-15-D-W001).

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

Beenetwork Media Group (BMG) has issued the following 2015 Open Call for Speakers.  Topics to be discussed should be in the area(s) of:

Entrepreneurship

Finance

Civic Responsibility

Community Empowerment

Family

Education

Youth Empowerment

Interested parties should be able to present a twenty-five minute presentation on one of the above topics.  Speakers are required to be at least 18 years or older.  Brief biographies, pictures and 2015 availability should be sent to:  beetv10@yahoo.com.  Sample DVD or CD should be mailed to:  BMG, 2900 West Broadway #40, Louisville, KY 40211 no later than November 17th, 2014.  All submitted material will be held in confidentiality and not returned.

BMG OPEN CALL FOR 2015 LOGO


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

AIR FORCE

Exelis Services, Hellerup, Denmark, has been awarded a $411,000,000 hybrid, firm-fixed price with economic price adjustment and cost reimbursable line items maintenance contract for Thule Air Base to include: civil engineering, airfield/water port operations, fuels management, transportation, non-secure communications, environmental management, food service, medical/public health, supply, recreation and community services. Work will be performed at Thule Air Base, Greenland, and is expected to be completed by Sept. 30, 2022. This award is the356px-Seal_of_the_US_Air_Force.svg result of a competitive acquisition, with four offers received. Fiscal 2015 operations and maintenance funds in the amount of $505,789 are being obligated at the time of award. The 21st Contracting Squadron, Detachment 1, Copenhagen, Denmark, is the contracting activity (FA2523-15-C-0001).

DynCorp International Limited Liability Co., Fort Worth, Texas, has been awarded a $81,983,360 modification (P00029) to previously awarded contract FA8617-12-C-6208 for Contractor Operated and Maintained Base Supply non-personal services for the joint primary aircraft training system T-6A/B Texan II Aircraft. Work will be performed at Fort Worth, Texas, and is expected to be completed by Oct. 31, 2015. Fiscal 2015 operations and maintenance and Navy operations and maintenance funds in the amount of $29,003,790 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Accenture Federal Services LLC, Arlington, Virginia, has been awarded a $77,847,977 firm-fixed-price, undefinitized contract action for Defense Enterprise Accounting Management System Development (DEAMS) Final Phase. Contractor will provide requirements analysis, gap analysis, blueprinting, design, build, test, pre-deployment, deployment support, and operations and post-production support for the remaining DEAMS capability releases through contractor support. The scope will focus on program management, systems engineering and architecture, blueprinting, solution development, solution testing, deployment support, solution support and maintenance, and transition management. Work will be performed at Fairborn, Ohio, and is expected to be completed by April 30, 2017. This award is the result of a sole-source acquisition. Fiscal 2014 research, development, test and evaluation funds in the amount of $16,354,132 are being obligated at the time of award. Air Force Life Cycle Management Center, is the contracting activity (FA8770-15-C-0509).

Exelis Systems Corp., Systems Div., Patrick Air Force Base, Florida, has been awarded a $21,341,441 cost-plus-award-fee modification (P00966) for launch and test range system support to the Eastern and Western Ranges. Work will be performed at Patrick Air Force Base, Florida, and Vandenberg Air Force Base, California, and is expected to be completed by April 30, 2015. Fiscal 2015 operations and maintenance; research, development, test and evaluation; and other procurement funds in the amount of $13,921,755 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (F04701-01-0001).

Boeing Aerospace Operations, Inc., Oklahoma City, Oklahoma, has been awarded a $9,261,602 cost-plus-incentive-fee modification (P00212) to previously awarded contract FA8106-07-C-0001 for VC-25 Avionics Modernization Program. Contractor will subcontract support necessary to provide nonrecurring engineering services, and associated hardware, in support of research and development of enhanced avionics capability in support of the VC-25A platform. Work will be performed at Oklahoma City, Oklahoma, and San Antonio, Texas, and is expected to be completed by May 30, 2018. Fiscal 2014 research, development, test and evaluation funds in the amount of $9,261,602 are being re-aligned at the time of award from funding previously obligated under the contract. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

Department of the ArmyARMY

BAE Systems, York, Pennsylvania, was awarded a $141,788,689 modification (P00011), exercising Option 1, to fixed-price-incentive contract W56HZV-14-C-0002, for 18 Self-Propelled Howitzers and 18 Carrier Ammunition Tracked vehicles. Fiscal 2014 and 2015 other procurement funds in the amount of $141,788,689 were obligated at the time of the award. Estimated completion date is Feb. 28, 2017. Work will be performed in Elgin, Oklahoma (18 percent), and York, Pennsylvania (82 percent). The cumulative total for the contract, with this modification, is $386,734,224. Army Contracting Command, Tank and Automotive (Warren),Warren, Michigan, is the contracting activity.

Boeing Co., Mesa, Arizona, was awarded a $121,166,915 firm fixed-price, undefinitized contract action to support Apache performance based logistics of the D-Unique, D/E Common and E-Unique components services and supplies. Work will be performed in Mesa, Arizona, with an estimated completion date of Oct. 31, 2015. Bids were solicited via the Internet, with one offer received. Fiscal 2014 other procurement funds in the amount of $90,854,936 are being obligated at the time of the award. Army Contracting Command, Redstone Arsenal (Aviation), Redstone Arsenal, Alabama is the contracting activity (W58RGZ-15-C-0017).

Lockheed Martin, Orlando, Florida, was awarded a $48,700,000 cost-plus-fixed-fee contract for test instrumentation enterprise development and support. Funding and work location will be determined with each order, with an estimated completion date of Oct. 31, 2019. Bids were solicited via the Internet, with five received. Army Program Executive Office, Simulation, Training and Instrumentation, Orlando, Florida, is the contracting activity (W900KK-15-D-0001).

Raytheon/Lockheed Martin Javelin Joint Venture, Tucson, Arizona, was awarded a $15,300,934 modification (P00012) to foreign military sales contract W31P4Q-13-C-0129 for an undefinitized contract action to purchase 74 Javelin Block I Missiles, 318 Battery Coolant Units, 22 Outdoor Trainer Instructor Stations, 22 Javelin Weapon System-Student Stations and 44 tripods to support the U.S. Army and foreign military sales customers, including Indonesia, Ireland, Jordan, Lithuania, Oman, Qatar, and the United Arab Emirates. Fiscal 2010, 2011, and 2014 other procurement funds in the amount of $11,475,700 were obligated at the time of the award. Estimated completion date is April 30, 2023. Work will be performed in Tucson, Arizona. Army Contracting Command, Redstone Arsenal (Missile), Redstone Arsenal, Alabama, is the contracting activity.

Honeywell International Aerospace, Tempe, Arizona, was awarded a $13,910,890 modification (P00032) to firm-fixed-price contract W58RGZ-11-C-0039 for technical, engineering, and logistical services for maintenance and overhauling T-55 engines. Fiscal 2015 other procurement funds in the amount of $13,910,890 were obligated at the time of the award. Estimated completion date is Nov. 1, 2016. Work will be performed at the Corpus Christi Army Depot, Corpus Christi, Texas. Army Contracting Command, Redstone Arsenal (Aviation), Redstone Arsenal, Alabama, is the contracting activity.

Boeing Co., Mesa, Arizona, was awarded a $10,223,886 modification (P000910) to firm-fixed-price contract W58RGZ-10-D-0027 for component material and over and above purchases for technical engineering, logistical services and support, for a six-month contract extension with the Corpus Christi Army Depot. Funding and work location will be determined with each order. Estimated completion date is April 30, 2015. Army Contracting Command, Redstone Arsenal (Aviation), Redstone Arsenal, Alabama, is the contracting activity.

Stanley Associates Inc., Fairfax, Virginia, was awarded a $10,106,913 modification (P00055) to cost-plus-fixed-fee contract W52P1J-10-C-0003 to sustain the Army’s prepositioned stock and maintenance management capabilities in support of the Army Force Regeneration process. Fiscal 2015 operations and maintenance (Army) funds in the amount of $7,094,472 were obligated at the time of the award. Estimated completion date is April 29, 2015. Work will be performed in Kuwait (51 percent) and at multiple sites in Virginia (49 percent). Army Contracting Command, Rock Island Arsenal, Rock Island, Illinois, is the contracting activity.

Universal Technologies, Inc.,* Estill Springs, Tennessee, was awarded an $8,560,000 firm-fixed-price contract for forgings and castings for the production of the M66 Machine Gun Ring Mount. Funding and work location will be determined with each order, with an estimated completion date of Oct. 30, 2018. Bids were solicited via the Internet, with two received. Army Contracting Command, Joint Manufacturing and Technology Center, Rock Island, Illinois, is the contracting activity (W9098S-15-D-0004).

NAVY

Woods Hole Oceanographic Institution, Woods Hole, Massachusetts, was awarded a $35,545,211 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee and cost-only contract for engineering and technical services to support the Navy in developing, assessing, upgrading and modernizing the Persistent Littoral Undersea Surveillance program, the Digital Acoustic Communications development program, the Remote Environmental Measuring Units (REMUS) Autonomous Undersea Vehicle program, the Explosive Ordnance Disposal “Fast Track” program, development and operational support for the REMUS Automated Submarine Launch and Recovery600px-US-DeptOfNavy-Seal.svg Capability program, and the development of new advanced ocean technologies related to these programs. These systems are essential to evaluate the evolving advanced ocean technologies, improve operational capability, support rapid prototype development, and provide technology improvement recommendations including: battery and energy systems, propulsion systems, navigation systems, control systems, sensor systems, acoustic communication systems, data acquisition systems, and the development of new functionality to shipboard systems. Work will be performed in Woods Hole, Massachusetts (55 percent); Newport, Rhode Island (15 percent); Andros Island, Bahamas (10 percent); Groton, Connecticut (5 percent); Kings Bay, Georgia (4 percent); Bangor, Washington (2 percent); San Diego, California (2 percent); Pearl Harbor, Hawaii (2 percent); Norfolk, Virginia (2 percent); Niantic, Connecticut (1 percent); Dresden, New York (1 percent); and Keyport, Washington (1 percent); work is expected to be completed in August 2019. Fiscal 2015 research, development, test and evaluation contract funds in the amount of $645,000 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 10 U.S.C. 2304(c)(1) – only one or limited number of sources and no other suppliers will satisfy the requirements. The Naval Undersea Warfare Center Division, Newport, Newport, Rhode Island, is the contracting activity (N66604-14-D-0344). (Awarded Aug. 27, 2014.)

Wolf Creek Federal Services, Inc.,* Anchorage, Alaska, is being awarded a $28,300,296 modification under a previously awarded firm-fixed-price, indefinite-delivery indefinite-quantity contract (N40192-14-D-9000) to exercise option one for housing operations and maintenance services and change of occupancy maintenance for various military installations in Santa Rita, Guam. The work to be performed provides for management and housing operations to maintain and repair family housing units, unaccompanied housing units, and provide any services, maintenance and change of occupancy maintenance in both vacant and occupied family housing units and unaccompanied housing units to include management, supervision, quality control, labor, tools, equipment, material, supplies, incidental engineering, and transportation necessary. The total contract amount after exercise of this option will be $130,657,282. Work will be performed in Santa Rita, Guam (60 percent), and Yigo, Guam (40 percent), and is expected to be completed by October 2015. Fiscal 2015 family housing operation and maintenance (Navy and Air Force); fiscal 2015 quarter operations (Navy); and fiscal 2015 sustainment (Navy) contract funds in the amount of $11,139,564 are being obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity.

Railroad Construction Co., Inc., Paterson, New Jersey, is being awarded an $8,261,728 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N40085-14-D-5200) to exercise option one for the maintenance and repair of railroad trackage at Naval Weapons Station Earle. The work to be performed provides for preventive maintenance of railroad switch turnouts, maintenance of railroad track right-of way to include weed control and tree trimming, ultrasonic testing of railroad track components, maintenance of railroad crossings, and the repair of railroad trackage to include the replacement of crossties, switch timbers, rail and switch turnout components. The total contract amount after exercise of this option will be $16,301,483. Work will be performed in Colts Neck, New Jersey, and is expected to be completed by October 2015. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $300,000 (Continuing Resolution Authority apportionment through Dec. 11, 2014) are being obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command Mid-Atlantic, Public Works Department Earle, Colts Neck, New Jersey, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

KPMG LLP, McLean, Virginia, has been awarded a maximum $9,662,653 firm-fixed-price contract for audit readiness management, personnel, and documentation services. This contract was a competitive acquisition and six offers were received. This is a one-year base contract with no option periods. Location of performance is Virginia, with an Oct. 27, 2015, performance completion date. Using service is Defense Logistics Agency. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Richmond, Virginia (SP4703-11-A-0017-0052).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Orbital Sciences Corp., Dulles, Virginia, has been awarded a cost-plus-fixed-fee contract (HR0011-15-C-0020) for a Defense Advanced Research Projects Agency (DARPA) research project with a Phase 1 total amount of $7,174,748. Phase 1 of the contract is the first of a three-phase program and has a period of performance of 10 months. Fiscal 2014 research and development funds in the amount of $4,618,063 have been applied to Phase 1 at the time of award. Work will be performed in Dulles, Virginia, with an expected completion date of Aug. 31, 2015. This contract was a competitive acquisition. Defense Advanced Research Projects Agency, located in Arlington, Virginia, is the contracting activity.

NAVY

L-3 Communications Integrated Systems, Waco, Texas, is being awarded a $102,888,983 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-11-D-0017) to exercise an option for services in support of the P-3, EP-3 and NP-3 Sustainment Modification and Installation program. This effort includes planned maintenance interval, structural replacement and fabrication efforts pertaining to special structural inspection600px-US-DeptOfNavy-Seal.svg kits, center wing assemblies, zone five kits, and outer wing installations and refurbishments. Work will be performed in Waco, Texas, and is expected to be completed in May 2016. Fiscal 2014 aircraft procurement (Navy) funds in the amount of $2,296,236 are being obligated on this 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.

Electric Boat Corp., Groton, Connecticut, is being awarded an $83,797,108 cost-plus-fixed-fee modification to a previously awarded contract (N00024-13-C-2128) to manufacture tactical missile tubes to support the manufacture of the Common Missile Compartment for the Ohio Class Replacement program. This contract combines purchases for the U.S. Navy (30 percent), and the government of the United Kingdom (70 percent), under the foreign military sales program. Work will be performed in Quonset Point, Rhode Island, and is expected to be completed by July 2017. Foreign military sales and fiscal 2015 research, development, test and evaluation contract funds in the amount of $60,057,032 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.

Lockheed Martin Mission Systems and Training, Owego, New York, is being awarded $24,022,053 for cost-plus-fixed-fee delivery order 4008 against a previously issued Basic Ordering Agreement (N00019-14-G-0019) for non-recurring engineering efforts for unique development, testing, validation and verification, and retrofit modifications to the MH-60R aircraft mission avionics systems for the government of Australia under the foreign military sales program. Work will be performed in Owego, New York, and is expected to be completed in September 2017. Foreign military sales funds in the amount of $24,022,053 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.

Austin Brockenbrough & Assoc., LLP,* Richmond, Virginia, is being awarded a maximum amount $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for new construction, repair and renovation of petroleum, oil and lubricant systems and support facilities in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The work also provides for preparation of design-build request for proposals, fully designed plans and specifications; preparation of reports, evaluations, studies or analyses; integrity assessments; spill management; cost estimates; life cycle cost analysis; economic analysis; planning and programming documents; post construction award services and related support 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 October 2019. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $5,000 are 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 (N62473-15-D-2401).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

KPMG LLP, McLean, Virginia, has been awarded a maximum $48,083,705 firm-fixed-price contract for audit readiness management, personnel, and documentation services. This contract was a competitive acquisition, and six offers were received. This is a one-year base contract, with no option periods. Location of performance is Virginia, with an Oct. 27, 2015, performance completion date. Using service is Defense Logistics Agency. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Richmond, Virginia (SP4703-11-A-0017-0051).

UTC Aerospace Systems, Troy, Ohio, has been awarded a maximum $22,270,112 firm-fixed-price contract for main wheel and brake assemblies. This contract was a competitive acquisition and two offers were received. This is a four-year base contract, with one one-year option period. Location of performance is Ohio, with a Sept. 30, 2018, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2018 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Hill Air Force Base, Utah (SPRHA1-15-C-0002).

St. Michael’s Inc.,* Woodbridge, Virginia, has been awarded a maximum $14,322,936 firm-fixed-price contract for audit readiness management, personnel, and documentation services. This contract was a competitive acquisition and six offers were received. This is a one-year base contract, with no option periods. Location of performance is Virginia, with an Oct. 27, 2015, performance completion date. Using service is Defense Logistics Agency. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Richmond, Virginia (SP4703-11-A-0001-0015).

ARMY

ATK Launch Systems, Corinne, Utah, was awarded a $16,753,366 firm-fixed-price contract, with options, for procurement of the LUU-19B/B Infrared Illuminating Flare. The flares provide infrared illumination of a target area for night vision capable forces. Work will be performed in Corinne, Utah, with an estimated completion date of Sept. 2, 2016. Bids were solicited via the Internet, with one offer received. Fiscal 2014 other procurement funds in the amount of $16,753,366 are being obligated at the time of the award. Army Contracting Command, RockDepartment of the Army Island Arsenal, Rock Island, Illinois, is the contracting activity (W52P1J-15-C-0003).

Nebraska Game & Parks Commission, Lincoln, Nebraska, was awarded a $9,000,000 firm-fixed-price contract for integrated science support in Nebraska of the Missouri River Recovery Program for Pallid Sturgeon, which includes threatened and endangered species recovery work. Estimated completion date of work is Oct. 29, 2019. Bids were solicited via the Internet, with one offer received. Funding and work location will be determined with each order. U.S. Army Corps of Engineers, Omaha District, Omaha, Nebraska, is the contracting activity (W9128F-15-D-0011).

DEFENSE HUMAN RESOURCES ACTIVITY

Inspiritec Inc., Philadelphia, Pennsylvania, has been awarded a $14,147,857 modification (P00008) to H98210-13-C-0001 to exercise option period three for consolidated call center support services for the Defense Manpower Data Center. Work will be performed in Seaside, California; Alexandria, Virginia and Fort Knox, Kentucky with an estimated completion date of May 31, 2015. Fiscal 2015 operations and maintenance funds are being obligated at award. The Defense Human Resources Activity, Alexandria, Virginia is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is being awarded a $793,051,336 modification to the previously awarded fixed-price-incentive-firm target Low Rate Initial Production Lot VIII F135 propulsion systems contract (N00019-13-C-0016). This modification provides for the procurement of 19 F135-PW-100 Conventional Take Off and Landing propulsion systems for the U.S. Air Force; six F135-PW-600 Short Take-off and Vertical Landing propulsion systems for the U.S. Marine Corps; and four F135-PW-100 propulsion systems for the U.S. Navy. In addition, the modification provides for four F135-PW-100 propulsion systems and four F135-PW-600 propulsion systems for international partners, eight F135-PW-100 propulsion systems, and three F135-PW-100 spare propulsion systems for foreign military sales countries. This modification further provides for program administrative labor, engineering assistance to production, and spare modules. Work will be performed in Middletown, Connecticut (67 percent); Bristol, United Kingdom (16.5 percent); and Indianapolis, Indiana (16.5 percent), and is expected to be completed in March 2018. Fiscal 2014 aircraft procurement (Navy and Air Force), international partner, and foreign military sales funds in the amount of $793,051,336 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchase for the U.S. Air Force ($264,216,520; 33 percent); the U.S. Navy ($235,894,434; 30 percent); international partners (150,463,904; 19 percent); and foreign military sales ($142,476,478; 18 percent). 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 $411,111,649 modification to a previously awarded cost-plus-incentive-fee contract (N00019-15-C-0031) for the repair and replenishment of government-owned F-35 Lightening Joint Strike Fighter assets, including spare parts for the U.S. Navy, U.S. Marine Corps, U.S. Air Force and international partners. In addition, this modification provides for sustainment analysis and training related efforts. 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 by November 2015. Fiscal 2014 aircraft procurement (Navy, Marine Corps, and Air Force); fiscal 2015 aircraft procurement (Navy and Air Force); fiscal 2015 operations and maintenance (Navy, Marine Corps, and Air Force); and international partner funds in the amount of $159,958,125 are being obligated at time of award, $55,569,144 of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Navy ($69,514,030; 17 percent); the U.S. Marine Corps ($114,460,228; 27 percent); the U.S. Air Force ($202,698,107; 49 percent); and the international partners ($24,439,284; 7 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contract activity.

Engility Corp., Chantilly, Virginia, is being awarded a $61,251,130 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to procure up to 907,200 man-hours of engineering services for the functional organizations supporting numerous Department of Defense weapons acquisition programs and related research, development, test and evaluation efforts in support of the Naval Air Warfare Center Weapons Division. Services to be provided include design studies and evaluations associated with research, development, production and operations; test engineering services for planning, preparing for, performing, analyzing, and documenting results; transition engineering and related support services to transfer new technology from concept to Fleet support; and support services required for management of technical activities. Work will be performed at China Lake, California (60 percent); Point Mugu, California (30 percent); and Patuxent River, Maryland (10 percent), and is expected to be completed in December 2017. Fiscal 2015 working capital (Navy) funds in the amount of $165,000 are being obligated on this 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; three offers were received. The Naval Air Warfare Center, Weapons Division, China Lake, California, is the contracting activity (N68936-15-D-0004).

Raytheon Technical Services Co. LLC, Norfolk, Virginia, is being awarded $16,617,837 for task order L612 under a previously awarded cost-plus-fixed-fee Basic Ordering Agreement (N00024-09-G-5422) for engineering services, overhaul, repair and upgrade of the MK57 Mod 13 NATO Seasparrow Surface Missile System for USS Abraham Lincoln (CVN 72), equipment and other associated test, ancillary and support equipment. Work will be performed in Norfolk, Virginia (90 percent), and Chula Vista, California (10 percent), and is expected to be completed by September 2015. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $25,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Port Hueneme, California, is the contracting activity.

Airborne Tactical Advantage Co., Newport News, Virginia, is being awarded a $12,798,915 modification to a previously awarded firm-fixed-price, cost reimbursement, indefinite-delivery/ indefinite-quantity contract (N00019-14-D-0010) to exercise an option 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 February 2015. Fiscal 2015 operations and maintenance (Navy) funds in the amount of $7,449,300 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.

Lockheed Martin Corp., Owego, New York, is being awarded $8,034,097 for delivery order 7035 issued under a previously awarded Basic Ordering Agreement (N00383-12-G-010F) for the repair of 16 items for the common cockpit for the H-60R/S helicopters. Work will be performed in Owego, New York, (61 percent); Farmingdale, New York, (33 percent); and Horsham, Pennsylvania (6 percent), and work is expected to be completed by Jan. 1, 2016. Fiscal 2015 Navy working capital funds in the amount of $8,034,097 will be obligated at the time of award and 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 the solicitation. NAVSUP Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

AIR FORCE

The Boeing Co., doing business as Boeing Defense, Space and Security, St. Louis, Missouri, has been awarded a $307,512,722 firm-fixed-price contract for Joint Direct Attack Munition (JDAM) tail-kits. This award is issued as an undefinitized contract action for the production of Lot 18 JDAM tailkits. Work will be performed at St. Louis, Missouri, and work is expected to be completed by October 2016. This award is the result of a sole-source acquisition. Current action includes 30 percent unclassified foreign military sales in support of United Arab Emirates, Morocco, and Norway. Fiscal 2013 munitions procurement funds, and 2014 Air Force and Navy munitions procurement funds in the amount of $150,681,233, are being obligated at time of award. Air Force356px-Seal_of_the_US_Air_Force.svg Life Cycle Management Center/EBHK, Hill Air Force Base, Utah, is the contracting activity (FA8213-15-D-0002).

General Atomics Aeronautical Systems, Inc., Poway, California, has been awarded a $16,064,628 modification to exercise an option on a delivery order (0113) for an existing Basic Ordering Agreement (FA8620-10-G-3038) for France’s MQ-9 Contractor Logistics Support (CLS) Phase 2. Contractor will provide an additional period of CLS for the French Air Force. Work will be performed at Poway, California, and Niamey, Niger, and is expected to be completed by Oct. 31, 2015. This modification is 100percent foreign military sales for France. Medium Altitude Unmanned Aircraft Systems, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Department of the ArmyARMY

General Dynamics Information Technology, Fairfax, Virginia, was awarded a $99,000,000 cost-plus-fixed-fee, foreign military sales contract (Australia, Canada and Spain) for integrated logistics support to Naval Air Systems Command, Patuxent River, Maryland, for all foreign military sales of Navy aircraft. The initial task order encompasses administrative functions. Individual task orders will be issued and reported as foreign military sales. Funding and work location will be determined with each order with an estimated completion date of Nov. 1, 2016. Bids were solicited via the Internet, with four received. Army Contracting Command, Picatinny Arsenal, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-15-D-0001).

AM General, LLC, South Bend, Indiana, was awarded a $37,601,570 modification (P00010) to firm-fixed-price contract W56HZV-14-C-0146 to upgrade 300 Army National Guard M1165A1B3 High Mobility Multipurpose Wheeled Vehicles to the latest configuration. Fiscal 2014 other procurement (Army) funds in the amount of $37,601,570 were obligated at the time of the award. Estimated completion date is May 29, 2015. Work will be performed South Bend, Indiana. Army Contracting Command, Tank and Automotive (Warren), Warren, Michigan, is the contracting activity.

Federal Resources Supply Co.,* Stevensville, Maryland, was awarded a $35,313,255 firm-fixed-price contract for Urban Operations Squad Sets to provide military personnel with enhanced capabilities to perform complex or urban terrain missions. Funding and work location will be determined with each order, with an estimated completion date of Oct. 28, 2017. Bids were solicited via the Internet, with three received. Army Contracting Command, Tank and Automotive (Warren), Warren, Michigan, is the contracting activity (W56HZV-15-D-0006).

Trax International Corp., Las Vegas, Nevada, was awarded a $31,580,419 modification (P00136) to cost-plus-award-fee contract W9124R-09-C-0003 for non-personal test support services to the U.S. Army Yuma Proving Ground, Yuma, Arizona, with an estimated completion date of Feb. 28, 2015. Work will be performed at Yuma, Arizona (99 percent), and Fort Greely, Alaska (1 percent). Fiscal 2015 research, development, test and evaluation funds in the amount of $31,580,419 were obligated at the time of the award. The cumulative total for the contract, with this modification, is $658,299,825. Army Contracting Command, Yuma Proving Ground, Yuma, Arizona, is the contracting activity.

Lockheed Martin Corp, Grand Prairie, Texas, was awarded a $14,724,257 modification (0008) to cost-plus-incentive-fee contract W31P4Q-12-G-0001 for the PATRIOT Advanced Capability-3 (PAC-3) and Missile Segment Enhancement, and Post Deployment Build-8 PAC-3 System and flight test support. Fiscal 2014 research, development, test and evaluation funds in the amount of $1,000,000 were obligated at the time of the award. Estimated completion date is Jan. 30, 2018. Work will be performed in Grand Prairie, Texas (40 percent); Lufkin, Texas (56 percent); Camden, Arkansas (1 percent); White Sands Missile Range, New Mexico (1 percent); and Andover, Massachusetts (2 percent). Army Contracting Command, Redstone Arsenal (Missile), Redstone Arsenal, Alabama, is the contracting activity.

Phillips Corp.,* Hanover, Maryland, was awarded a $13,375,272 firm-fixed-price contract for 35 lathes and 110 modified lathe assemblies, and field service representative services to modernize the Army’s machining and welding systems. Funding and work location will be determined with each order, with an estimated completion date of Oct. 29, 2020. Bids were solicited via the Internet, with one received. Army Contracting Command, Joint Manufacturing and Technology Center, Rock Island, Illinois, is the contracting activity (W9098S-15-D-0006).

Phillips Corp.,* Hanover, Maryland, was awarded a $12,233,166 firm-fixed-price contract for 25 mills and 110 mill assemblies, and field service representative services to modernize the Army’s machining and welding systems. Funding and work location will be determined with each order, with an estimated completion date of Oct. 29, 2020. Bids were solicited via the Internet, with one received. Army Contracting Command, Joint Manufacturing and Technology Center, Rock Island, Illinois, is the contracting activity (W9098S-15-D-0007).

DEFENSE LOGISTICS AGENCY

Raytheon Company, Andover, Massachusetts, has been awarded a maximum $38,826,176 firm-fixed-price contract for antenna element and circuit card assemblies. This contract was a sole-source acquisition. This is a five-year base contract with no option periods. Location of performance is Massachusetts, with an Oct. 30, 2019, performance completion date. Using militaryDefense_Logistics_Agency 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 (SPRRA2-15-D-0001).

Nihon Kohden America, Foothill Ranch, California, has been awarded a maximum $27,579,330 modification (P0001), exercising the third one-year option period on a base contract (SPM2D1-12-D-8300) with eight one-year option periods, for patient monitoring systems, subsystems, accessories, consumables, spare and repair parts, and training. This is a fixed-price with economic-price-adjustment contract. Location of performance is California, with an Oct. 30, 2015, performance completion date. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. 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.

Bremen-Bowdon Investments,* Bowdon, Georgia, has been awarded a maximum $13,033,800 modification (P00106), exercising the fourth option year on a one-year base contract (SPM1C1-10-1090) with four one-year option periods, for men’s Army coats. This is a competitive acquisition and five offers were received. Location of performance is Georgia, with a Nov. 14, 2015, performance completion date. Using military service is Army. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS


beenetworknews.com           30 seconds
PITISE UNIV

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–Court Reporting Services for Fort Knox Kentucky W9124D-15-T-0006 111914 Amy Perkins,Department of the Army 502-624-8045 MICC Center – Fort Knox Requirements type contract for court room reporting services in support of the Fort Knox Equal Employment Opportunity Office during the period of 12 December 2014 through 11 December 2015, with two one-year option periods.
Set-Aside: Total Small Business Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/fd95849d9da391d072671d66d9f00b50

OutreachSystems Article Number: 141105/PROCURE/0048 Matching Key Words: age:state!ky; state!ky;

500px-FCC_New_Logo.svgFederal Communications Commission, Office of the Managing Director, Contracts and Purchasing Center, 445 12th Street, SW Washington DC 20554

R — EAC Contract Support FCC14R0022 100314 Sunny Diemert, Special Projects Contracting Officer, Phone 2024180594, Email Sunny.Diemert@fcc.gov – Timothy G. Smith, Chief of Contracts and Purchasing Center, Phone 2024180469, Email timothy.smith@fcc.gov The contractor shall provide support to the Federal Communications Commission Enterprise Acquisition Center (EAC) for technical writing and business analysis projects related to the acquisition of information technology (IT) business and technical processes. Analytical business reports regarding the EAC shall be delivered, as directed by the COR. The contractor shall be responsible for producing, writing and assisting in the review of policy and compliance documents.
The FCC EAC requires technical writing services to draft and develop, draft, and finalize various business and technical documents/templates in order to institute repeatable business processes and models. The contractor’s efforts shall result in producing high quality documents and deliverables in support of the FCC EAC work operations.

Set-Aside: Service-Disabled Veteran-Owned Small Business Place of Performance: Federal Comimunications Commission 445 12th St. SW Washington, DC 20554 US URL: https://www.fbo.gov/spg/FCC/FCCOMD/FCCCPC/FCC14R0022/listing.html

OutreachSystems Article Number: 141105/PROCURE/0055 Matching Key Words: writ*; technical;

Agency for International Development, Overseas Missions, Uganda USAID-Kampala, Dept. of State Washington DC 20521-2190

R — Supervisory Development Outreach and Communications 617-14-0005 070514 Grace W. Nakaddu, Executive Specialist, Phone 256-41-4306-001, Fax 2546-41-4306-661, Email gnakaddu@usaid.gov – Grace Muntu, Executive Assistant, Phone 256-41-4306-001, Fax 256-41-4306-661, Email gmuntu@usaid.gov 1. Position Title: Supervisory Development Outreach and Communications 2. Market Value: GS-14 Equivalent $85,544 to $111,203. Final compensation720px-USAID-Identity.svg will be based upon the candidate past salary and work history, experience, and educational background of the successful candidate. 3. Place of Performance: Kampala, Uganda 4. Period of Performance: Two year Contract. 5. The U.S. Agency for International Development Mission in Uganda seeks to employ a U.S. (U.S. and Resident Aliens) Personal Services Contractor who will implement development, outreach, and communications efforts to increase awareness of USAID assistance programs in Uganda for a variety of audiences within and outside of Uganda. 6. Education: It is preferred, but not required, that the candidate hold a Master’s degree with significant coursework in relevant fields. Relevant fields include – but are not limited to – journalism, communications, public relations or affairs, international relations, international development, public administration, Development/area studies, and social studies. Eight to 10 years’ experience as a journalist, in public affairs or international relations is required. 7. Work Experience: At least five years’ relevant experience in a developing country. Relevant experience is defined as work in journalism, public relations, communications, and/or outreach. 8. Language Proficiency: The candidate must be fluent in both spoken and written English. 9. Skills and Abilities: The candidate must have a demonstrated capacity in the following skills and abilities: Demonstrated ability to exercise sound, independent, professional judgment; Excellent organizational and critical thinking skills; Excellent written and verbal communication skills with a demonstrated ability to translate highly technical material into easy to understand narrative; Exceptional interpersonal skills with the ability to influence relationships positively; Superior project management skills and the ability to take initiative working with the direction of management; must be able to take ownership of projects, creatively problem solve and see through to completion; Strong and demonstrated knowledge of the principles and practices of public relations, media relations, and journalistic writing and reporting techniques; Knowledge of technical aspects involved in the production of different public outreach activities, such as production of televised programs; Superior levels of professionalism while working under pressure in a fast-paced and sometimes difficult or dangerous environment; Willingness to assume duties and responsibilities in all communications areas, as needed; Strong, working knowledge of Microsoft Word, Excel, Power Point, and Internet applications; Familiarity using a digital camera and videotaping equipment; 10. Clearance: U.S. Secret clearance (or the ability to attain one) is required. 11. Applicants who meet the minimum qualifications will be evaluated and ranked based on the selection criteria. Applicants are strongly encouraged to address each of the criteria on a separate sheet describing specifically and accurately what experience, training, education, and/or awards that are relevant to each factor. 12. Notice to Applicants: USAID reserves the right to obtain from previous employers relevant information concerning the applicant’s past performance, technical knowledge, required skills, including teamwork and team-building experience and may consider such information in its evaluation. Shortlisted candidates may be required to submit writing samples and/or do a written test. USAID/Uganda shall not pay for any expenses associated with the interviews. Introduction: The S/DOC is an essential member of the Office of Program and Policy Development, responsible for producing and disseminating public information about mission activities for Ugandan and American consumption and to educate and promote a better understanding of USAID/Uganda programs. In this capacity, the incumbent is responsible for strategically planning, developing, implementing, and administering the DOC program to promote better awareness and understanding of U.S. foreign assistance to Uganda. S/he guides, coordinates, and oversees the mission’s communication practices and outreach efforts, helping to ensure that they reflect the U.S. Government’s (USG) priorities and promote USAID’s accomplishments to key audiences. S/he is also responsible for relaying related policies and achievements to key audiences of the host country, in the United States, and other countries. Major duties and responsibilities: The S/DOC will manage the full range of public information and outreach activities in support of USAID/Uganda’s programs and objectives, targeting information to specific audiences in both the US and (country), in accordance with the Mission’s public strategy and evolving circumstances. Specific duties include but are not limited to the following: Supervisory and Coordination: Lead the Mission’s Development Outreach and Communications (DOC) team comprised of one to two Foreign Service Nationals to ensure overall quality and coherence of the team’s communications and outreach products and initiatives. Lead the development and implementation of the Mission’s communications strategy and outreach plan. Represent the Mission at the senior level in all matters pertaining to public affairs and outreach activities with other branches of the USG, the Government of Uganda, implementing partners, other donor nations, the UN, World Bank and other groups or institutions. Train USAID’s technical staff in Uganda/Kampala and the regional offices in support of their public speaking and media outreach roles. Oversee the integration of communications in the project design and implementation processes. Serve as the senior advisor to Mission management regarding all public information, media relations, and outreach matters. Maintain up-to-date knowledge of all USAID/Uganda activities and processes, as well as a keen awareness of political and policy issues. Advise USAID staff and implementing partners on developing appropriate public information programs and initiatives. Serve as a resident expert on USAID branding and style guidelines, ensuring regulations are followed by recommending revisions and appropriate application as outlined in ADS 320 and the Agency’s Graphic Standards Manual. Oversee and provide regular trainings to USAID staff and implementing partners on the appropriate use of branding and marking; work closely with Contracting/Assistance Officer Representatives (C/AOR) to ensure adherence to branding in the field; and, seek guidance from LPA on any disputes or waiver requests. Coordinate with the PAO, U.S. Military, other USG agencies (e.g. CDC, USDA), and USAID implementing partners to achieve maximum exposure and understanding of U.S. development and humanitarian assistance efforts and initiatives in Uganda, as defined by the Chief of Mission and USAID Mission Director. Establish and maintain contacts with donor representatives, implementing partners, and other USG agencies to collect information for reports. Public Information and Publicity Materials: Coordinate information dissemination, media outreach, and public events within the Mission; with the Mission’s offices, units and technical staff; and with all non-USG organizations. Oversee the drafting, editing, and dissemination of timely and accurate information, fact sheets, press releases, newsletters, brochures, presentations, responses for requests for information, and all other public information materials relating to USAID/Uganda’s activities. These must be written in clear, concise English, prepared with both the media and general audiences in mind, and designed for print, power points, and web use. Oversee the preparation of submissions for USAID Frontlines and other USAID public information platforms including the Administrator’s Blog, USAID Facebook, Twitter, YouTube and other new or emerging social media sites. Oversee the use of social media platforms as an engagement tool with a focus on digital advocacy and outreach; a social media strategy will be developed to align with the broader communications strategy. Oversee the submission of all social media materials to PAO for posting on the U.S. Embassy Facebook and Twitter sites. Manage the preparation and maintenance of an updated standard information package on the USAID program in Uganda for briefings and for distribution to the public and the media; and for USAID/W, LPA, State, Congress, etc.; including scene setters, program briefing papers, project status reports, maps, photos, information about other donors, and general information about Uganda. Oversees the content and posting of Uganda specific English-language materials on the USAID website to ensure they are accurate and up-to-date/he works closely with LPA webmaster to ensure the Uganda specific pages are creative and informative. Oversee the writing and distribution of press releases on program successes, project inaugurations, significant developments, etc. Follow up with media to encourage and support coverage of public events. Coordinate with technical offices, Embassy’s PAO, and LPA to produce and release timely, accurate, and useful written information to local and international media. Media and Public Relations: Promote separate, pro-active, targeted, information and media outreach activities. These activities are specifically designed to push accurate information about USAID programs deep into local, regional and national markets, through the selective use of radio, television, newspapers, magazines, public service announcements, advertisements, billboards, and traditional communications. This necessitates a close and transparent relationship with Mission implementing partners’ communication and outreach staff. Oversee all international and local media relations. Work closely with PAO on press relations and maintain contacts with high-level Western and local journalists from all media outlets. Advise and work with Embassy PAO to expand opportunities to keep media abreast of USAID/Uganda programs, including TV, radio and other media. This may include arranging interviews, briefings, media tours of USAID projects, etc. In collaboration with PAO, advise the Mission Director and USAID staff on press and media relations. Ensure a targeted, coherent, and consistent message from all USAID staff and implementing partners. Coordinate with Government of Uganda public relations offices, maintaining good relations and advising on working with Uganda and international media. Coordinate with PAO to monitor local and international press coverage, awareness, and attitudes concerning USAID programs and monitor effectiveness of the communications strategy. Provide feedback to inform ongoing activities and future programming. As directed by the Mission Director, Deputy Director, and Supervisory Program Officer and in collaboration with PAO, respond to inquiries from the general public, media, and other sources about USAID programs and projects. Publicity Events: Organize and coordinate press events for USAID projects in conjunction with the PAO, USAID Mission Director, USAID staff and implementing partners. This includes conferences, openings, ribbon-cuttings, and other ceremonies. Write press releases, speeches, and talking points; organize background briefings for media; compile and disseminate press packets; deal with protocol issues, site selection, staging, and logistical issues; identify and schedule speakers; liaise with U.S. and local government officials; write or edit Briefing Checklists (BCLs), scene setters, briefing materials and memorandums to the Ambassador or his/her deputies when participation in events is warranted; write or edit BCLs and Scene Setters for USAID’s Front Office when participation in events is warranted; provide on-site coordination of media. Follow up with media to ensure coverage of public events. Manage the posting of all event information and materials to the Mission website. Review and edit press releases, speeches, and talking points drafted by implementing partners for USAID events; review and edit BCLs and Scene Setters drafted by implementing partners for USAID events. Submit all press releases and interview requests – in-house and those drafted by implementing partners – to PAO (and LPA, when appropriate) for review and approval. Oversee the maintenance of a calendar of USAID program events and its distribution within USAID/Uganda, to Embassy stakeholders, and LPA in Washington. Photograph and/or shoot video of USAID events for the USAID and Embassy websites and for USAID/Uganda’s archives. Serve as the Mission’s primary point of contact for publicity events and site visits by official visitors from the U.S. Embassy, USAID/Washington, Congress, and other USG agencies or entities. Coordinate VIP site visits as necessary. Coordinate with Embassy on schedules and logistics. Lead the preparation of briefing materials, scene setters, and other information products and processes to support these visits. Maintain a diverse list of potential site visit locations appropriate for a variety of CODEL, STAFFDEL, and other high-level visitors to USAID/Uganda, coordinating closely with partners in advance. Perform other duties/activities that the US Ambassador, USAID Mission Director, Deputy Director, Supervisory Program Officer, USAID/Washington and circumstances may dictate. Supervision: The S/DOC will report to the Supervisory Program Officer/ Team Leader. For detailed scope of work and evaluation criteria, please send email to gnakaddu@usaid.gov

Place of Performance: Kampala, Uganda US Embassy Compound – South Wing Plot 1577 Ggaba Road P.O. Box 7856 Kampala UG URL: https://www.fbo.gov/spg/AID/OM/UGA/617-14-0005/listing.html

OutreachSystems Article Number: 141105/PROCURE/0057 Matching Key Words: video*; edit*; produc*; train*; conference?; website; web; site?; page?; education*; event?; produce?; production?; distribut*;

720px-USAID-Identity.svgAgency for International Development, Overseas Missions, Uganda USAID-Kampala, Dept. of State Washington DC 20521-2190

R — READVERTIZED – Supervisory Development Outreach and Communications 617-15-0001 112414 Grace W. Nakaddu, Executive Specialist, Phone 256-41-4306-001, Fax 2546-41-4306-661, Email gnakaddu@usaid.gov – Grace Muntu, Executive Assistant, Phone 256-41-4306-001, Fax 256-41-4306-661, Email gmuntu@usaid.gov 1. Position Title: READVERTIZED – Supervisory Development Outreach and Communications 2. Market Value: GS-14 Equivalent $85,544 to $111,203. Final compensation will be based upon the candidate past salary and work history, experience, and educational background of the successful candidate. 3. Place of Performance: Kampala, Uganda 4. Period of Performance: Two year Contract. 5. The U.S. Agency for International Development Mission in Uganda seeks to employ a U.S. (U.S. and Resident Aliens) Personal Services Contractor who will implement development, outreach, and communications efforts to increase awareness of USAID assistance programs in Uganda for a variety of audiences within and outside of Uganda. 6. Education: It is preferred, but not required, that the candidate hold a Master’s degree with significant coursework in relevant fields. Relevant fields include – but are not limited to – journalism, communications, public relations or affairs, international relations, international development, public administration, Development/area studies, and social studies. Eight to 10 years’ experience as a journalist, in public affairs or international relations is required. 7. Work Experience: At least seven years’ relevant experience in a developing country. Relevant experience is defined as work in journalism, public relations, communications, and/or outreach. 8. Language Proficiency: The candidate must be fluent in both spoken and written English. 9. Skills and Abilities: The candidate must have a demonstrated capacity in the following skills and abilities: Demonstrated ability to exercise sound, independent, professional judgment; Excellent organizational and critical thinking skills; Excellent written and verbal communication skills with a demonstrated ability to translate highly technical material into easy to understand narrative; Exceptional interpersonal skills with the ability to influence relationships positively; Superior project management skills and the ability to take initiative working with the direction of management; must be able to take ownership of projects, creatively problem solve and see through to completion; Strong and demonstrated knowledge of the principles and practices of public relations, media relations, and journalistic writing and reporting techniques; Knowledge of technical aspects involved in the production of different public outreach activities, such as production of televised programs; Superior levels of professionalism while working under pressure in a fast-paced and sometimes difficult or dangerous environment; Willingness to assume duties and responsibilities in all communications areas, as needed; Strong, working knowledge of Microsoft Word, Excel, Power Point, and Internet applications; Familiarity using a digital camera and videotaping equipment; 10. Clearance: U.S. Secret clearance (or the ability to attain one) is required. 11. Applicants who meet the minimum qualifications will be evaluated and ranked based on the selection criteria. Applicants are strongly encouraged to address each of the criteria on a separate sheet describing specifically and accurately what experience, training, education, and/or awards that are relevant to each factor. 12. Notice to Applicants: USAID reserves the right to obtain from previous employers relevant information concerning the applicant’s past performance, technical knowledge, required skills, including teamwork and team-building experience and may consider such information in its evaluation. Shortlisted candidates may be required to submit writing samples and/or do a written test.
USAID/Uganda shall not pay for any expenses associated with the interviews. Introduction: The S/DOC is an essential member of the Office of Program and Policy Development, responsible for producing and disseminating public information about mission activities for Ugandan and American consumption and to educate and promote a better understanding of USAID/Uganda programs. In this capacity, the incumbent is responsible for strategically planning, developing, implementing, and administering the DOC program to promote better awareness and understanding of U.S. foreign assistance to Uganda. S/he guides, coordinates, and oversees the mission’s communication practices and outreach efforts, helping to ensure that they reflect the U.S. Government’s (USG) priorities and promote USAID’s accomplishments to key audiences. S/he is also responsible for relaying related policies and achievements to key audiences of the host country, in the United States, and other countries. Major duties and responsibilities: The S/DOC will manage the full range of public information and outreach activities in support of USAID/Uganda’s programs and objectives, targeting information to specific audiences in both the US and (country), in accordance with the Mission’s public strategy and evolving circumstances. Specific duties include but are not limited to the following: Supervisory and Coordination: Lead the Mission’s Development Outreach and Communications (DOC) team comprised of one to two Foreign Service Nationals to ensure overall quality and coherence of the team’s communications and outreach products and initiatives. Lead the development and implementation of the Mission’s communications strategy and outreach plan. Represent the Mission at the senior level in all matters pertaining to public affairs and outreach activities with other branches of the USG, the Government of Uganda, implementing partners, other donor nations, the UN, World Bank and other groups or institutions. Train USAID’s technical staff in Uganda/Kampala and the regional offices in support of their public speaking and media outreach roles. Oversee the integration of communications in the project design and implementation processes. Serve as the senior advisor to Mission management regarding all public information, media relations, and outreach matters. Maintain up-to-date knowledge of all USAID/Uganda activities and processes, as well as a keen awareness of political and policy issues. Advise USAID staff and implementing partners on developing appropriate public information programs and initiatives.
Serve as a resident expert on USAID branding and style guidelines, ensuring regulations are followed by recommending revisions and appropriate application as outlined in ADS 320 and the Agency’s Graphic Standards Manual. Oversee and provide regular trainings to USAID staff and implementing partners on the appropriate use of branding and marking; work closely with Contracting/Assistance Officer Representatives (C/AOR) to ensure adherence to branding in the field; and, seek guidance from LPA on any disputes or waiver requests. Coordinate with the PAO, U.S. Military, other USG agencies (e.g. CDC, USDA), and USAID implementing partners to achieve maximum exposure and understanding of U.S. development and humanitarian assistance efforts and initiatives in Uganda, as defined by the Chief of Mission and USAID Mission Director. Establish and maintain contacts with donor representatives, implementing partners, and other USG agencies to collect information for reports. Public Information and Publicity Materials: Coordinate information dissemination, media outreach, and public events within the Mission; with the Mission’s offices, units and technical staff; and with all non-USG organizations. Oversee the drafting, editing, and dissemination of timely and accurate information, fact sheets, press releases, newsletters, brochures, presentations, responses for requests for information, and all other public information materials relating to USAID/Uganda’s activities. These must be written in clear, concise English, prepared with both the media and general audiences in mind, and designed for print, power points, and web use. Oversee the preparation of submissions for USAID Frontlines and other USAID public information platforms including the Administrator’s Blog, USAID Facebook, Twitter, YouTube and other new or emerging social media sites. Oversee the use of social media platforms as an engagement tool with a focus on digital advocacy and outreach; a social media strategy will be developed to align with the broader communications strategy. Oversee the submission of all social media materials to PAO for posting on the U.S. Embassy Facebook and Twitter sites. Manage the preparation and maintenance of an updated standard information package on the USAID program in Uganda for briefings and for distribution to the public and the media; and for USAID/W, LPA, State, Congress, etc.; including scene setters, program briefing papers, project status reports, maps, photos, information about other donors, and general information about Uganda. Oversees the content and posting of Uganda specific English-language materials on the USAID website to ensure they are accurate and up-to-date/he works closely with LPA webmaster to ensure the Uganda specific pages are creative and informative. Oversee the writing and distribution of press releases on program successes, project inaugurations, significant developments, etc. Follow up with media to encourage and support coverage of public events. Coordinate with technical offices, Embassy’s PAO, and LPA to produce and release timely, accurate, and useful written information to local and international media. Media and Public Relations: Promote separate, pro-active, targeted, information and media outreach activities. These activities are specifically designed to push accurate information about USAID programs deep into local, regional and national markets, through the selective use of radio, television, newspapers, magazines, public service announcements, advertisements, billboards, and traditional communications. This necessitates a close and transparent relationship with Mission implementing partners’ communication and outreach staff. Oversee all international and local media relations. Work closely with PAO on press relations and maintain contacts with high-level Western and local journalists from all media outlets. Advise and work with Embassy PAO to expand opportunities to keep media abreast of USAID/Uganda programs, including TV, radio and other media. This may include arranging interviews, briefings, media tours of USAID projects, etc. In collaboration with PAO, advise the Mission Director and USAID staff on press and media relations. Ensure a targeted, coherent, and consistent message from all USAID staff and implementing partners. Coordinate with Government of Uganda public relations offices, maintaining good relations and advising on working with Uganda and international media. Coordinate with PAO to monitor local and international press coverage, awareness, and attitudes concerning USAID programs and monitor effectiveness of the communications strategy. Provide feedback to inform ongoing activities and future programming. As directed by the Mission Director, Deputy Director, and Supervisory Program Officer and in collaboration with PAO, respond to inquiries from the general public, media, and other sources about USAID programs and projects. Publicity Events: Organize and coordinate press events for USAID projects in conjunction with the PAO, USAID Mission Director, USAID staff and implementing partners. This includes conferences, openings, ribbon-cuttings, and other ceremonies. Write press releases, speeches, and talking points; organize background briefings for media; compile and disseminate press packets; deal with protocol issues, site selection, staging, and logistical issues; identify and schedule speakers; liaise with U.S. and local government officials; write or edit Briefing Checklists (BCLs), scene setters, briefing materials and memorandums to the Ambassador or his/her deputies when participation in events is warranted; write or edit BCLs and Scene Setters for USAID’s Front Office when participation in events is warranted; provide on-site coordination of media. Follow up with media to ensure coverage of public events. Manage the posting of all event information and materials to the Mission website. Review and edit press releases, speeches, and talking points drafted by implementing partners for USAID events; review and edit BCLs and Scene Setters drafted by implementing partners for USAID events. Submit all press releases and interview requests – in-house and those drafted by implementing partners – to PAO (and LPA, when appropriate) for review and approval. Oversee the maintenance of a calendar of USAID program events and its distribution within USAID/Uganda, to Embassy stakeholders, and LPA in Washington. Photograph and/or shoot video of USAID events for the USAID and Embassy websites and for USAID/Uganda’s archives. Serve as the Mission’s primary point of contact for publicity events and site visits by official visitors from the U.S. Embassy, USAID/Washington, Congress, and other USG agencies or entities. Coordinate VIP site visits as necessary. Coordinate with Embassy on schedules and logistics. Lead the preparation of briefing materials, scene setters, and other information products and processes to support these visits. Maintain a diverse list of potential site visit locations appropriate for a variety of CODEL, STAFFDEL, and other high-level visitors to USAID/Uganda, coordinating closely with partners in advance. Perform other duties/activities that the US Ambassador, USAID Mission Director, Deputy Director, Supervisory Program Officer, USAID/Washington and circumstances may dictate. Supervision: The S/DOC will report to the Supervisory Program Officer/ Team Leader. For detailed scope of work and evaluation criteria, please send email to gnakaddu@usaid.gov

Place of Performance: U.S. Embassy Compound – South Wing Plot 1577 Ggaba Road P. O. Box 7856 Kampala UG URL: https://www.fbo.gov/spg/AID/OM/UGA/617-15-0001/listing.html

OutreachSystems Article Number: 141105/PROCURE/0058 Matching Key Words: video*; edit*; produc*; train*; conference?; website; web; site?; page?; education*; event?; produce?; production?; distribut*;

Department of Veterans Affairs, VA National Cemetery Administration Centralized Contracting Division, Department of Veterans Affairs National Cemetery Administration, Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556

99–QUANTICO FIELD SUPPORT FACILIT, To furnish Kentucky Veterans Cemetery-West with replacement marble niche covers (I1) VA78615Q0016 111814 Anna Bzdyr Contract Specialist 540-658-7232 Anna.Bzdyr@va.gov The National Cemetery Administration is soliciting offersVA under Solicitation VA-786-15-R-0016 for the following:
Submittal by Potential Offerors
” Potential offerors will submit at their expense one (1) blank marble niche cover according to the specifications listed in Section 3.0 above.
” Sample shall be representative of the stone to be used, the finish to be attained and the placement and diameter of the holes to be drilled.
” Testing results for the sample will be submitted per Section 6.0. The sample and testing results should be submitted by the closing date of the solicitation.
” The sample shall be marked clearly on the back with indelible marker, showing contractor name, solicitation number, quarry source of stone and name of stone.
” Any sample which arrives damaged may not be acceptable.
” Samples must be accompanied by a statement identifying the brand name and grit rating for the pad or stone used to produce the final finish.
” All potential offerors who have submitted and received approval notification for a sample of the same type within the last 12 months may submit a copy of that approved sample review and a 6″ x 6″ finished sample representative of the stone to be used.
Sample shall be received by Memorial Programs Service (MPS) prior to closing date. If the sample is disapproved by MPS, you will receive notification by the Contracting Officer and you have until the closing date of solicitation to resubmit samples.
NO samples shall be accepted after closing date.
Once submitted, samples become the property of the Department of Veterans Affairs and will not be returned. Submit sample and test results to the following address:
Department of Veteran Affairs
Memorial Programs Service
Program Support Unit, Rm. 650
1575 Eye Street, NW
Washington, DC 20005
5.1 Full size copies of drawings are available upon request at no additional charge to potential vendors. The request should be e-mailed to the NCA Memorial Programs Service (MPS) Program Support Unit at MPSProgSupport@va.gov and should include the contractor’s name, mailing address, phone number, e-mail address and the name and drawing number of the drawing(s) being requested. It is recommended that such a request be forwarded to ensure that the specifications are current and accurate. Once the request is received, the drawings will be mailed directly to the vendors.
A potential vendor should e-mail the request for drawings to MPS within a timely manner to ensure sufficient time for the drawings to be mailed. An extension to the solicitation closing date will not be granted under any circumstances.
This procurement is for Lowest Price Technically Acceptable (LPTA). Evaluation criteria for this award will be the following: 1) Price; 2) Technical Qualifications and 3) Past Performance. This acquisition is 100% set-aside for Small Business (SB). The NACIS Code is 327991. Size standard is 500 employees. Electronic solicitation will be available for download from http://www.fbo.gov on or about November 04, 2014. Responses to the solicitation are due on or about 2:00PM on November 18, 2014. Any amendments to the solicitation will also be available at http://www.fbo.gov. Offerors are advised they are responsible for obtaining any amendments.
NOTE: ALL PROPOSALS ARE TO BE SENT THRU THE VENDOR PORTAL. IF YOU ARE NOT REGISTERED IN THE VENDOR PORTAL PLEASE DO SO AT https://vendorportal.ecms.va.gov.
Set-Aside: Total Small Business Place of Performance: KENTUCKY VETERANS CEMETERY WEST;5817 FORT CAMPBELL BLVD;HOPINSVILLE, KY 42240 USA URL: https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78615Q0016/listing.html

OutreachSystems Article Number: 141105/PROCURE/0677 Matching Key Words: state!ky;

190px-United_States_Army_Corps_of_Engineers_logo.svgDepartment of the Army, U.S. Army Corps of Engineers, USACE District, New Orleans, USACE District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267

R–Real Estate Acquisition for Regional Title Services: Contract Area of Operaton: Louisiana, Mississippi, Arkansas, Tennessee, Missouri, Illinois & Kentucky W912P8-15-R-0003 120414 Veronica F. Garner, 504-862-1515 USACE District, New Orleans The USACE, Mississippi Valley Division, Real Estate Region South has a requirement for two (2) contracts to furnish all labor, supplies and material to deliver title services within the Real Estate Region South Area of Operation which encompasses the following states: Louisiana, Mississippi, Arkansas, Tennessee, Missouri, Illinois and Kentucky. This solicitation is for a regional contract by which title search can be ordered in all of the aforementioned states. The Government will contract with an individual firm who will have subcontractors in each of the aforementioned States. The firm under contract as well as each subcontractor may be a title insurance company or a licensed attorney. For an attorney to qualify for this contract, he or she must be licensed in the State where the title search will be performed and must be associated with a title insurance company. Each attorney must submit a written commitment from a title insurance company authorized and qualified to issue such policies in the state where the search would be conducted. Unless the title insurance company is authorized to insure property title in all of the states included in the area of operation, the offeror must submit a written commitment for each individual state within the area of operation.

The solicitation is UNRESTRICTED procurement. The North American Industry Classification System Code (NAICS) is 541191. All responsible business sources may submit a proposal which shall be considered. It is the Government’s intent to award two (2) Firm Fixed Priced contracts for a base year with four one-year option periods. Award will be made to the responsible offerors whose proposals are determined to provide the best value to the Government, considering technical experience, key personnel and ability to perform, past performance and cost evaluation factors. It is the Governments intent to make award without discussions. If award is not made on initial offers, discussion will be conducted with all offerors in the competitive range in accordance with FAR Part 15. Solicitation Number W912P8-15-R-0003 intends to award two (2) indefinite delivery, indefinite quantity title services contracts will be available on the Federal Business Opportunities (FedBizOps) website at http://www.fbo.gov on or about October 30, 2014. It is the potential offerors’ responsibility to monitor the FedBizOps website for any solicitations, amendments, updates, offerors’ library, and responses to questions as the government will not be maintaining a mailing list of potential offerors. If interested in submitting a proposal for a posted solicitation, it is incumbent upon all potential offerors to download the solicitation from the FedBizOps website. Details of this solicitation will be published in Federal Business Opportunities (FedBizOps) or in the Corps of Engineers, New Orleans District web site http://www.mvn.usace.army.mil. When accessing the Corps’ web site, click: Contracting, Procurement Opportunities, and select the solicitation number that will take you to FedBizOps to view and download solicitations and amendments. All potential sources must obtain a DUNS number and register in System for Award Management (SAM) at http://www.sam.gov. Any communications with the Corps’ Contracting Division must identify the RFP number, company name, address, phone number including area code, facsimile number and point of contact. No phone call requests will be accepted. Paper copies of the solicitation will not be available.

Place of Performance: USACE District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA 70160-0267 US URL: https://www.fbo.gov/spg/USA/COE/DACA29/W912P8-15-R-0003/listing.html

OutreachSystems Article Number: 141105/PROCURE/0779 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 — VOA Thai Service -Multimedia Contractors BBG50-R-15-00108AM 110714 Alisa Martine, Contract Specialist, Phone 202-203-4176, Fax 202-382-7877, Email amartine@bbg.gov BBG50-R-15-00108AM
Broadcasting Board of Governors
VOA Thai Service – Non-Personal Service
Multimedia 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 NOTBroadcasting Board of Governors 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 award (2) Blanket Purchase Agreements 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 Multimedia services as described in the attached Statement of Work (SOW) for the Voice of America’s East Asia and Pacific Division -Thai 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) 2005-077, dated October 14, 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 November 10, 2014 through November 9, 2015; however, the authorized call orders are effective November 10, 2014 – December 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 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. 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 Thai 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 a 2,080 hours per annum that will be negotiated with the BBG. Prices for all of the listed CLIN shall be noted in English and United States dollars.
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/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

(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) AVAILABILITY OF FUNDS (APR 1984)
52.232-18 Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
(End of clause)
52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) Funds are not presently available for performance under this contract beyond December 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 December 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.
(xii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work. 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.

(xiii) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.
(xiv) 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, November 4, 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 12:00 p.m. Eastern Daylight Time on Friday, November 7, 2014.
(xv) 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-15-00108AM/listing.html

OutreachSystems Article Number: 141104/PROCURE/0050 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: 141104/PROCURE/0051 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 — Translation Interpretation BBG50-Q-14-00044 092414 Seneca B. Belinfontie, ContractBroadcasting Board of Governors Specialist, Phone 2022034944, 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 Number:

BBG50-Q-14-00044

Translation Interpretation

Notice Type:

Combined Synopsis/Solicitation

Synopsis:

(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 ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

(ii) Request for Quote No BBG50-Q-14-00044, Translation Interpretation for International Broadcasting Bureau (IBB), Office of Performance Review (OPR), 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, Blanket Purchase Agreements.

(iii) This RFQ documents and incorporates provisions and clauses that are 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 541930 with a small business size standard of $ 7.0 M.

(v) Contract Line item number(s) and items, Combination of Transcription and Translation Rates (See Attachment B, Price Schedule). The contractor shall provide a Firm Fixed Price (FFP) rate per foreign language on Attachment B, for the base period and each of three (3) option periods. 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   to provide transcription and translations of multiple and various foreign language media products, required by the International Broadcasting Bureau (IBB) Office of Performance Review (OPR), in support of scheduled program reviews, spot-checks, and qualitative inquiries involving content produced by any of the U.S. International Media services under the BBG umbrella. The Contractor shall furnish all personnel, equipment, materials, supplies, services, and otherwise do all things necessary to perform requirements in accordance with Attachment C, Statement of Work (SOW).

(vii) Place of Performance: Multiple locations within and outside the Continental United States.   Contractor may perform the above work at any location that is mutually agreeable to the contracting officer, using digital files exchanged electronically through e-mail, web sites, and/or FTP.

(viii) The period of performance is one (1) year from date of award, with the option to exercise 3-one year options. The total period of performance is not-to exceed 4 years.

a.   Submission of Offers: Submit signed and dated offers to the office specified in this RFQ at or before the exact time specified in this RFQ. Offers may be submitted on letterhead stationery, or as otherwise specified in the RFQ. As a minimum, offers must show-
(1) The RFQ number
(2) The time specified in the RFQ 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 RFQ.

(ix) 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 firm fixed labor rates in accordance with the Attachment   B., Price Schedule. Prices for all of the listed CLINs shall be noted in English and United States dollars.
(b). Contractor Qualifications (Technical)
The Offeror shall provide a company profile that includes the following:

(i) Number of translators/linguists available; (ii) List of languages translated, including regional dialects (indicate any particular regional or linquistic strengths); (iii) Estimated turnaround time for a 30-minute audio/video file; (iv) Years in business; (v) Certifications by recognized professional translator organizations,  (e.g., American Translators Association (ATA), National Association of Judiciary Interpreters and Translators (NAJIT)

(c) 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:   (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) (v), 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.

(x) 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 past performance, technical, 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:

(xi) 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   the following evaluation factors:

1) 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 on Attachment D, Past Performance:   (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.

2) Contractor Qualifications – The Offeror shall provide a company profile that includes              the following:

Number of translators/linguists available; (ii) List of languages translated, including regional dialects (indicate any particular regional or linguistic strengths); (iii) Estimated turnaround time for a 30-minute audio/video file; (iv) Years in business; (v) Certifications by recognized professional translator organizations,  (e.g., American Translators Association (ATA), National Association of Judiciary Interpreters and Translators (NAJIT)

3) A Separate Price Proposal showing a price breakdown by language to support the requirements in the SOW.   Price should be given for each language as:   A. Price per minute for transcription and translation (audio or video); and B. Price per thousand words of translation (text only).   The prices shall be provided in English and United States dollars. The Price Proposal must contain a signed copy of Attachment B, SF 18 filled out by the Offeror and Attachment B.1, Price Schedule.

(xii) Offeror Representations and Certifications - Commercial Items
FAR Subpart 52.212-3, Offeror Representations and Certifications - Commercial Items.   Offerors 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.   Prospective Offerors must be registered on the System for Award Management (SAM) website at http://www.sam.gov 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. Please provide contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address.

(xiii) 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)

(xiv) 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-System for Award Management.

(xv) 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.

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

(xvii) Failure to provide any of the above-required RFQ 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.

(xviii)ALL TECHNICAL AND PRICE PROPOSALS MUST BE SUBMITTED ELECTRONICALLY TO sbelinfo@voanews.com BEFORE THE CLOSING DEADLINE BELOW. Request for Quotes are due to Seneca Belinfontie, Contracting Specialist, Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW, Washington, D.C., 20237,   2:00 p.m. Eastern Standard Time (Washington, D.C.) on September 24, 2014.

(xix) Contact Seneca Belinfontie, Contracting Specialist, email sbelinfo@voanews.com.
All responsible sources may submit an offer that will be considered by the Agency. Questions must be submitted in writing and only via email to sbelinfo @voanews.com .      Written questions must be submitted before 2:00 p.m.   Eastern Standard Time (Washington, D.C. ) on September 12,   2014.

(xx) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text (see Attachment B, FAR Clauses). 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/far.

Attachments:

Attachment A, FAR Clauses

Attachment B, Price Schedule

Attachment C, Statement of Work

Attachment D, Past Performance

Set-Aside: Total Small Business Place of Performance: 330 Independence Ave., S.W. Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-14-00044/listing.html

OutreachSystems Article Number: 141104/PROCURE/0052 Matching Key Words: video*; produc*; website; web; site?; business*; produce?; instruct*; commercial?;

FedBizOpps – Awards

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 Seneca B. Belinfontie, Contract Specialist, Phone (202) 203-4944, Fax (202) 382-7854, Email sbelinfo@voanews.com – Herman Shaw, Contracting Officer, Phone 202-382-7856, Fax (202) 382-7854, Email hshaw@bbg.gov BBG50-P-14-1092 $68016.00 093014 Richard William Rudel Jr, 6289 Sandpiper Ct , Elkridge, MD 21075-5395 US
URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-14-00013_SB/listing.html

OutreachSystems Article Number: 141104/AWARDS/0566 Matching Key Words: naics!711510;

FedBizOpps – Special Notes

Agency for International Development, Overseas Missions, Haiti USAID-Port Au Prince, Dept. of State Washington DC 20521-3400

R — SPECIAL NOTICE FOR HAITIAN ORGANIZATIONS AND BUSINESSES. INDUSTRY DAY: HOW TO DO BUSINESS WITH USAID SOL-521-14-000027 090914 Amy McQuade, Phone 50922298917, Email amcquade@usaid.gov SPECIAL NOTICE for HAITIAN ORGANIZATIONS and BUSINESSES
INDUSTRY DAY: HOW TO DO BUSINESS WITH USAID
USAID/Haiti will hold a workshop on Friday, September 12, 2014 and invites local development partners (ONGs, civil society organizations, and Haitian businesses) to learn more about “How to Do Business with USAID in Haiti”.

Why does USAID/Haiti want to work with local organizations? Local organizations are well-positioned to address key development challenges in innovative ways through their first-hand720px-USAID-Identity.svg knowledge of the Haitian economy. USAID strongly believes that a key to sustainable development lies in strengthening the capacity of local organizations.

What is “Industry Day”? Industry Day is a one-day workshop at which USAID/Haiti will inform local organizations on how to do business with USAID in Haiti. At this workshop, USAID will: 1) present past organizations experiences; 2) inform the audience about upcoming bidding opportunities; 3) review the upcoming solicitations’ components in detail; 4) discuss the required format and content of the applications; and 5) provide an overview of the application evaluation process. USAID/Haiti’s Industry Day is designed to assist prospective bidders in successfully competing on USAID activities.

Important to note: USAID has limited funding and only the most successful applications will be considered in future solicitations. During the upcoming year, only five local organizations are expected to receive awards from USAID/Haiti.

Logistics: The conference will be held on September 12, 2014 from 8:00 am to 5:00 pm, at the Karibe Convention Center located at Juvenat, Port-au-Prince.

The workshop is free but participants must cover all personal costs of attending. Coffee, lunch, and refreshments will be provided to all participants. Participation is limited to two individuals per organization and USAID reserves the right to limit participation based on space availability. If an applicant is unable to attend this conference, USAID will videotape the event and will post the video on http://www.usaid.gov, http://www.fbo.gov and http://www.grants.gov.

To register for the conference, or to submit questions regarding conference logistics, please e-mail Amy McQuade at amcquade@usaid.gov. Please indicate your name, your guest’s name, contact information, title, and organization. Register now! Conference space is limited and requests must be received by September 9, 2014. Only individuals who register in advance will be permitted to attend the event.

Place of Performance: Karibe Convention Center Port au Prince HT URL: https://www.fbo.gov/spg/AID/OM/HAI/SOL-521-14-000027/listing.html

OutreachSystems Article Number: 141105/SPECIAL/1087 Matching Key Words: video*; conference?; business*; event?;

USABID State and Local Purchases

Kentucky – City of Lexington https://lfucg.economicengine.com 200 East Main Street; Lexington, KY 40380; (859) 258-3320

R – Consultants SOL RFP60-2014 Third Party Evaluation of Housing First Program Due Date: 11/05/2014 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141105/BID/0033 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 – RFI State Hub for CHFS RFI : 1500000006 CHFS – Office O SOL RFI State Hub for CHFS RFI : 1500000006 CHFS – Office Of The Secretary Services NPS Published On : 11/3/14 Amended On : Closing On : 11/19/14 2:00 PM EST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141105/BID/0102 Matching Key Words: age:state!ky; state!ky;

Kentucky – Community and Technical College System , Kentucky Community and Technical College System Kentucky Community and Technical College System 300 North Main Street, Versailles, KY 40383 Phone (859) 256-3100 Toll-Free (Kentucky only) (877) 528-2748 http://www.kctcs.edu/en/Vendor%20Information/Opportunities%20to%20Bid.aspx

R – RFP-0147 Annual Independent Audit 11/7/2014 SOL RFP-0147 Annual Independent Audit 11/7/2014 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141105/BID/1488 Matching Key Words: age:state!ky; state!ky;

Kentucky – Community and Technical College System , Kentucky Community and Technical College System Kentucky Community and Technical College System 300 North Main Street, Versailles, KY 40383 Phone (859) 256-3100 Toll-Free (Kentucky only) (877) 528-2748 http://www.kctcs.edu/en/Vendor%20Information/Opportunities%20to%20Bid.aspx

R – RFP-0148 Strategic Enrollment Management Consulting 11/20/2014 SOL RFP-0148 Strategic Enrollment Management Consulting 11/20/2014 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141105/BID/1489 Matching Key Words: age:state!ky; state!ky;

Kentucky – Jefferson County Public Schools , Jefferson County Public Schools -Barbara Raley Coordinator of Purchasing/Bids Phone:485-7860 Fax: 485-6446 https://webapps.jefferson.kyschools.us/FinanceWeb/bidopps.aspx

T – Printing: JCHS Independent Study Workbooks #7006 Bid closes @ 11 SOL Printing: JCHS Independent Study Workbooks #7006 Bid closes @ 11:00 a.m. on November 13, 2014 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141105/BID/1492 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 RFP60-2014 Third Party Evaluation of Housing First Program Due Date: 11/05/2014 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141105/BID/2497 Matching Key Words: age:state!ky; state!ky;

Utah – Clearfield City http://www.bidsync.com/DPX?by=key&ac=powersearch&posting=1&p=&changeregion=y&changeorg=&srchHeld=&srchoid_override=&headoid=1757487&sort=end&srchid=&clearsearch=&search=&title=td®ion=%2Fut&srchoid=1757487&srchgroup=-1&cat=&cat_1=-1&cat_2=-1&cat_5=-1&pastbids= 55 South State; Clearfield, UT 84015; 801-525-2700

T – Bid #PD1114 - Video Production Services SOL Bid #PD1114 - Video Production Services Due Date: Nov 17, 2014 2:00:00 PM MST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141105/BID/3784 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

U – Youth Bicycle & Pedestrian Safety Education Services SOL IFB-3312-0-2015/TB Youth Bicycle & Pedestrian Safety Education Services Due Date: 11/10/2014 3:00 PM Eastern Contact: Teresa Burton For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141102/BID/0004 Matching Key Words: age:state!ky; state!ky;

Other Federal Procurements (Small)

sbaU.S. Small Business Administration http://web.sba.gov/subnet/search/dsp_search_option.cfm SBA-SUB-Net; Contact information is included with each sub-contracting bid.

R — I am a small business specializing in video analytics surveillan SOL 0100000000010 I am a small business specializing in video analytics surveillance software for CCTV and surveillance cameras. Video analytics increases the performance and capabilities of surveillance cameras. I also sell CCTV and surveillance cameras. I am looking for subcontracting opportunities with a prime vendor. My website is http://www.palmettocameraproducts.com I can sell anywhere in the US and any US territory. Due Date: 12/31/2014 Address: Stonecreek Drive Contact: Paul Gangarosa For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141105/SMALL/9459 Matching Key Words: video*; website; business*;

U.S. Small Business Administration http://web.sba.gov/subnet/search/dsp_search_option.cfm SBA-SUB-Net; Contact information is included with each sub-contracting bid.

R — I am a small business specializing in video analytics surveillan SOL 0100000000010 I am a small business specializing in video analytics surveillance software for CCTV and surveillance cameras. Video analytics increases the performance and capabilities of surveillance cameras. I also sell CCTV and surveillance cameras. I am looking for subcontracting opportunities with a prime vendor. My website is http://www.palmettocameraproducts.com I can sell anywhere in the US and any US territory. Due Date: 12/31/2014 Address: Stonecreek Drive Contact: Paul Gangarosa For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141105/SMALL/9685 Matching Key Words: video*; website; business*;

U.S. Small Business Administration http://web.sba.gov/subnet/search/dsp_search_option.cfm SBA-SUB-Net; Contact information is included with each sub-contracting bid.

R — I am a small business specializing in video analytics surveillan SOL 0100000000010 I am a small business specializing in video analytics surveillance software for CCTV and surveillance cameras. Video analytics increases the performance and capabilities of surveillance cameras. I also sell CCTV and surveillance cameras. I am looking for subcontracting opportunities with a prime vendor. My website is http://www.palmettocameraproducts.com I can sell anywhere in the US and any US territory. Due Date: 12/31/2014 Address: Stonecreek Drive Contact: Paul Gangarosa For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141104/SMALL/4105 Matching Key Words: video*; website; business*;

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

DEFENSE LOGISTICS AGENCY

SRI International, Menlo Park, California, has been awarded a maximum $38,013,151 fixed-price, cost-reimbursement, requirements type contract to maintain, enhance, and demonstrate advanced microcircuit emulation technology capability and to continue with basic technology and production development.  This contract was a sole-source acquisition.  This is a three-year base contract, with two one-year option periods.  Locations of performance are California and New Jersey, with a Nov. 14, 2017, performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2015 direct site funds.  The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7MX-15-D-0008).

Michelin North America, Greenville, South Carolina, has been awarded a maximum $32,302,230 fixed-Defense_Logistics_Agencyprice with economic-price-adjustment, indefinite-quantity contract for aircraft tires.  This contract was a competitive acquisition and two offers were received.  This is a two-year base contract.  Locations of performance are South Carolina and North Carolina, with a Nov. 13, 2016, performance completion date.  Using military services are Army and Air Force.  Type of appropriation is fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-15-D-0028).

Direct Energy Business, LLC, Woodbridge, New Jersey, has been awarded an estimated maximum $14,633,536 firm-fixed-price, requirements type contract for electricity service.  This contract was a competitive acquisition and three offers were received.  This is a two-year base contract with no option periods.  Locations of performance are New Jersey and New York, with a Dec. 31, 2016, performance completion date. Using services are federal civilian agencies.  Type of appropriation is fiscal 2015 service funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-15-D-8002).

Michelin North America, Greenville, South Carolina, has been awarded a maximum $8,931,528 fixed-price with economic-price-adjustment, indefinite-quantity contract for aircraft tires.  This contract was a competitive acquisition and two offers were received.  This is a two-year base contract.  Locations of performance are South Carolina and North Carolina, with a Nov. 13, 2016, performance completion date.  Using military services are Army and Air Force.  Type of appropriation is fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-15-D-0026).

ARMYDepartment of the Army

Nova Group, Inc., Napa, California, was awarded a $23,015,000 firm-fixed-price contract, with options, for the replacement of the main unit circuit breaker and instrument transformer at the Bonneville Powerhouse One, Multnomah County, Oregon.  Work will be performed in Cascade Locks, Oregon, with an estimated completion date of Dec. 31, 2017.  Bids were solicited via the Internet, with three received.  Fiscal 2015 other procurement funds in the amount of $9,430,000 are being obligated at the time of the award.  U.S. Army Corps of Engineers, Portland District, Portland, Oregon, is the contracting activity (W9127N-15-C-0002).

General Atomics Aeronautical Systems, Inc., Poway, California, was awarded an undefinitized contract action, not to exceed $17,120,120 modification (P00028) to fixed-price incentive contract W58RGZ-12-C-0057 for 16 universal upgrade kits to the existing dual carrier satellite communications ground data terminal and the required integration support.  Fiscal 2014 other procurement funds in the amount of $8,300,000 were obligated at the time of the award.  With this modification, the cumulative total of the contract is $501,200,869. Estimated completion date is Aug. 31, 2016.  Work will be performed in Poway, California.  Army Contracting Command, Redstone Arsenal (Aviation), Redstone Arsenal, Alabama, is the contracting activity.

Tech Systems, Inc.,* Alexandria, Virginia, was awarded a $13,664,094 modification (0003) to a cost-plus-fixed-fee contract (W52P1J-12-G-0047) for maintenance, supply, and transportation support to the, Army Support Activity’s Logistics Readiness Center, Schofield Barracks, Hawaii.  Fiscal 2014 operations and maintenance (Army) funds in the amount of $13,664,094 were obligated at the time of the award.  Estimated completion date is Dec. 28, 2019.  Work will be performed in Honolulu, Hawaii.  Army Contracting Command, Rock Island Arsenal, Rock Island, Illinois, is the contracting activity.

American Construction Co., Inc.,* Tacoma, Washington, was awarded a $6,745,150 firm-fixed-price contract for Ice Harbor and Lower Granite navigation channel maintenance. Work will be performed in Clarkston, Washington, with an estimated completion date of March 28, 2015.  Bids were solicited via the Internet, with two offers received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $6,745,150 are being obligated at the time of the award.  U.S. Army Corps of Engineers, Walla Walla District, Walla Walla, Washington, is the contracting activity (W912EF-15-C-0003).

NAVY

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is being awarded an $8,480,150 modification to a previously awarded cost-plus-fixed-fee contract (N00024-14-C-5404) to exercise option year one for major production and in-service efforts such as the Evolved Seasparrow missile, NATO Seasparrow surface missile system, Stalker long-range electro-optical sensor suite and day-to-day office operation in support of the 12 nations that comprise the NATO Seasparrow Consortium.  Work will be performed in Arlington, Virginia (90 percent), and Chesapeake, Virginia (10 percent), and is expected to be completed by October 2015. Fiscal 2015 other procurement (Navy and international) and fiscal 2015 research, development, test and evaluation funding in the amount of $4,061,335 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Landscape Management Systems, Inc.,* Tumon, Guam, is being awarded a $6,549,106 firm-fixed-price,600px-US-DeptOfNavy-Seal.svg indefinite-delivery/indefinite-quantity contract for grounds maintenance and tree trimming services at Naval Base Guam and Andersen Air Force Base, Commander Joint Region Marianas.   The contract includes the base period and four option years, which if exercised, will bring the maximum dollar value to $33,399,461.  Work will be performed in Santa Rita, Guam (70 percent), and Yigo, Guam (30 percent), and is expected to be completed by November 2015.  Fiscal 2015 operations and maintenance (Navy, family housing, Army National Guard) and fiscal 2015 working capital funds (Navy) contract funds in the amount of $4,246,913 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, Marianas, Guam, is the contracting activity (N40192-15-D-9008).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

AmerisourceBergen Drug Corp., Chesterbrook, Pennsylvania, has been awarded an estimated $4,055,350,448 firm-fixed-price contract for prime vendor pharmaceutical and pharmaceutical-related products and support for worldwide distribution.  This contract was a competitive acquisition, and four offers were received.  This is a thirty-month base contract with three 30-month option periods.  Location of performance is Pennsylvania with a May 12, 2017 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, Coast Guard, DoD retirees and dependents as well as 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 (SPE2DX-15-D-1000).

DMS Pharmaceutical Group, Inc.,** Park Ridge, Illinois, has been awarded an estimated $92,030,006 firm-fixed-price contract for prime vendor pharmaceutical and pharmaceutical-related products and support for worldwide distribution. This contract was a competitive acquisition, and three offers were received.  This is a thirty-month base contract with three 30-month option periods.  Location of performance is Illinois with a May 12, 2017 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, Coast Guard, DoD retirees and dependents as well as 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 (SPE2DX-15-D-9000).

Dakota Drug, Inc.,* Minot, North Dakota, has been awarded an estimated $16,689,043 firm-fixed-price contract for prime vendor pharmaceuticals and pharmaceutical-related products and support for the Upper Prairie Region (North Dakota, South Dakota and Minnesota).  This contract was a competitive acquisition, and one offer was received.  This is a thirty-month base contract with three 30-month option periods. Location of performance is North Dakota with a May 12, 2017 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, Coast Guard, DoD retirees and dependents as well as 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 (SPE2DX-15-D-8000).

NAVY

Battelle Memorial Institute, Columbus, Ohio, is being awarded a maximum amount $30,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity contract to procure technical support for the Range and Training Area Management Division’s range managers Toolkit.  Work will be performed primarily at Marine Corps facilities worldwide, with specific locations dependent upon requirements as600px-US-DeptOfNavy-Seal.svg they are identified, with the period of performance ending in November 2019.  No funds are being obligated at the time of award and will be obligated on delivery orders as they are issued.  This contract was competitively procured via the Federal Business Opportunities website, one proposal was received.  The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-15-D-7900).

AMEWAS, California, Maryland, is being awarded a $22,500,000 modification to a previously awarded indefinite-delivery/indefinite-quantity, cost-plus fixed fee, firm-fixed-price, performance based contract (N00421-04-D-4011) to exercise an option for continuing engineering, manufacturing and technical support services in support of the Integrated Battlespace Simulation and Test Department.  Work will be performed in Patuxent River, Maryland, and is expected to be completed in May 2015.  Fiscal 2015 research, development, test and evaluation (Navy) funds in the amount of $6,254,325 will be obligated at time of award, none of which expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Arête Associates, Tucson, Arizona, is being awarded a $11,742,120 modification to a previously awarded firm-fixed-price contract (N61331-11-C-0007) for one AN/DVS-1 coastal battlefield reconnaissance and analysis (COBRA) Block I low-rate initial production system to support the littoral combat ship mine countermeasures mission.  The primary mission of AN/DVS-1 COBRA is to conduct unmanned aerial tactical reconnaissance in littoral battlespace for detection and localization of mine fields and obstacles in the surf zone and beach zone prior to amphibious assault.  Work will be performed in Tucson, Arizona, and is expected to be completed by February 2017.  Fiscal 2014 research, development, test and evaluation funding in the amount of $3,400,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center Panama City Division, Panama City, Florida, is the contracting activity.

Watts Constructors, LLC, Gig Harbor, Washington, is being awarded $10,325,000 for firm-fixed-price task order 0012 under a previously awarded multiple award construction contract (N44255-10-D-5021) for the construction of a pure water facility at Naval Base Kitsap Bangor.  The work provides for construction of a new two-story reinforced concrete pure water production facility, demolition of four buildings, and other site improvements.  The contract also contains one unexercised option, which, if exercised, would increase cumulative task order value to $10,328,456.  Work will be performed in Silverdale, Washington, and is expected to be completed by October 2016.  Fiscal 2013 military construction (Navy) contract funds in the amount of $10,325,000 are obligated on this award and will not expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity.

Department of the ArmyARMY

Raytheon Co., McKinney, Texas (W909MY-15-D-0001) and DRS Network & Imaging System, LLC, Melbourne, Florida (W909MY-15-D-0002), were awarded a $28,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity, multiyear contract for manufacturing, support services, program management, configuration management, quality assurance, test and logistics support of the Horizontal Technology Integration Second Generation Forward Looking Infrared  program. Funding and work location will be determined with each order, with an estimated completion date of Nov. 11, 2016.  Bids were solicited via the Internet, with two received.  Army Contracting Command, Belvoir Div., Alexandria, Virginia, is the contracting activity.

Technica, LLC,* Charleston, South Carolina, was awarded a $15,659,920 modification (0004) to cost-plus-fixed-fee contract W52P1J-12-R-0018 for logistics support services at Fort Bliss (El Paso), Texas.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $15,659,920 were obligated at the time of the award.  Estimated completion date is Nov. 30, 2019.  Army Contracting Command, Rock Island Arsenal, Rock Island, Illinois, is the contracting activity.

Mason Construction Co., Seattle, Washington, was awarded a $10,573,736 firm-fixed-price, incrementally funded contract for maintenance dredging of the Savannah and Brunswick harbor entrance channel. Work will be performed in Savannah. Georgia, and Brunswick, Georgia, with an estimated completion date of March 30, 2015.  One bid was solicited, with two received.  Fiscal 2015 other procurement funds in the amount of $3,699,927 are being obligated at the time of the award.  U.S. Army Corps of Engineers, Savannah District, Savannah, Georgia, is the contracting activity (W912HN-15-C-0003).

APC Construction, LLC,* New Orleans, Louisiana, was awarded a $8,999,186 firm-fixed-price contract for replacing the existing temporary pumps, installed at the Harvey Sector Gate site during construction of the gate, with permanent pumps.  Work will be performed in Harvey, Louisiana, with an estimated completion date of Nov. 16, 2015.  Bids were solicited via the Internet, with five received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $8,999,186 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 (W912P8-15-C-0002).

CB&I Federal Services, LLC, Baton Rouge, Louisiana, was awarded a $7,829,089 modification (0002) to firm-fixed-price contract W912BV-11-D-0015 for demolition, including lead and asbestos abatement, of White Hall (Building 3) at the former Chanute Air Force Base, Illinois.  Funding and work locations will be determined with each order.  The estimated completion date is Dec. 30, 2016.  U.S. Army Corps of Engineers, Tulsa District, Tulsa, Oklahoma, is the contracting activity.

Nuvo Construction Co., Inc.,* Milwaukee, Wisconsin was awarded a $7,434,832 modification (P00003) to firm-fixed-price, indefinite-delivery/indefinite-quantity contract W911SA-12-D-0010, to exercise option period two of the contract, for the construction of a maintenance facility. This was an 8a set aside.  No funds are being obligated at the time of the award.  Estimated completion date is Nov. 13, 2015.  Work will be performed at Fort McCoy, Wisconsin.  Army Contracting Command, Fort McCoy (North), Fort McCoy, Wisconsin, is the contracting activity.

Mason Construction Co., Seattle, Washington, was awarded a $7,399,000 firm-fixed-price contract for maintenance dredging the Oakland inner and outer harbor channels, and appropriate disposal of the dredged material. Work will be performed in Oakland, California, with an estimated completion date of Feb. 17, 2015.  Nine bids were solicited, with two received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $7,399,000 are being obligated at the time of the award.  U.S. Army Corps of Engineers, San Francisco District, San Francisco, California, is the contracting activity (W912P7-15-C-0001).

MISSILE DEFENSE AGENCY

NMR Consulting,* Chantilly, Virginia, has been awarded a  $14,625,498 modification (P00042) to a previously awarded contract (H95001-12-C-0001) exercising the first of three  one-year option periods for global classified and unclassified video conferencing services, collaboration services, customer facingMissile Defense Agency business application services, and end-user training. The modification brings the total cumulative face value of the contract to $49,477,535. Work will be performed at Fort Belvoir, Virginia; Huntsville, Alabama; Colorado Springs, Colorado; and Dahlgren, Virginia, with an expected completion date of Nov. 30, 2015. Fiscal 2014 and 2015 research, development, test and evaluation funds in the amount of $1,057,495 are being obligated at time of award. The Missile Defense Agency, Schriever Air Force Base, Colorado, 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 — VOA Thai Service -Multimedia Contractors BBG50-R-15-00108AM 110714 Alisa Martine, Contract Specialist, Phone 202-203-4176, Fax 202-382-7877, EmailBroadcasting Board of Governors amartine@bbg.gov BBG50-R-15-00108AM
Broadcasting Board of Governors
VOA Thai Service – Non-Personal Service
Multimedia 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 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 award (2) Blanket Purchase Agreements 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 Multimedia services as described in the attached Statement of Work (SOW) for the Voice of America’s East Asia and Pacific Division -Thai 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) 2005-077, dated October 14, 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 November 10, 2014 through November 9, 2015; however, the authorized call orders are effective November 10, 2014 – December 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 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. 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 Thai 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 a 2,080 hours per annum that will be negotiated with the BBG. Prices for all of the listed CLIN shall be noted in English and United States dollars.
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/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

(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) AVAILABILITY OF FUNDS (APR 1984)
52.232-18 Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
(End of clause)
52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) Funds are not presently available for performance under this contract beyond December 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 December 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.
(xii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work. 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.

(xiii) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.
(xiv) 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, November 4, 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 12:00 p.m. Eastern Daylight Time on Friday, November 7, 2014.
(xv) 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-15-00108AM/listing.html

OutreachSystems Article Number: 141115/PROCURE/0070 Matching Key Words: naics!711510;

212px-US-DeptOfEnergy-Seal.svgDepartment of Energy, Brookhaven National Laboratory (DOE Contractor), Brookhaven, PO Box 5000 Bldg. No. 355 Upton NY 11973

R — Seismic and Geotechnical Engineering Support for Research & NRC Compliance 280831 112114 Vincent Costanzo, Contracts Specialist, Phone 6313445539, Email vcostanzo@bnl.gov
Seismic and Geotechnical Engineering Assistance in Support of Research and Regulatory Compliance Activities for Nuclear Facilities

1. Scope

Brookhaven Science Associates (BSA) at Brookhaven National Laboratory (BNL) is seeking qualified individuals to provide professional engineering support consisting of reviews, analyses, and research activities related to seismic and geotechnical engineering of structures and components found at nuclear facilities, on an as-needed basis for various projects ranging in size and complexity. In part, this work requires technical assistance to support BNL’s research activities and regulatory compliance reviews for nuclear power plants under the jurisdiction of the U. S. Nuclear Regulatory Commission (USNRC/NRC).

2. Description of Work

The contract awardee shall be responsible to perform technical reviews, analyses, and/or research activities in accordance with the information provided in task orders that will be assigned throughout a designated period of performance.   Tasks will involve providing technical assistance to BSA in seismic and/or geotechnical evaluations for structures and components found at nuclear facilities such as nuclear power plants (NPPs).   The contract awardee will perform reviews of technical reports, licensing application documents, and/or industry reports which address the seismic analysis and design of a nuclear facility and/or address specific seismic, structural, and geotechnical topics related to nuclear structures and components. The awardee will also be required to identify technical issues in these reports and write assessments; evaluate responses that may be provided by others addressing and resolving such issues; determine the technical basis for their acceptance; perform confirmatory analyses to verify results; participate in meetings with BSA and the client (e.g., NRC); participate in audits at the facility/site, licensee offices, or client offices; and perform research which includes reviews, calculations, and computerized analyses as needed. The awardee will also need to participate in conference calls, attend meetings and write detailed technical reports summarizing work performed. The work shall be done in accordance with the applicable nuclear regulations, nuclear regulatory guidance documents, and industry codes and standards.

3. Deliverables

The deliverables for each task will be defined in each task order for the assigned work and will consist of but may not be limited to technical reports/summaries of: work performed, licensing reviews, audits, research activities, assessments of specific project documents, identification of issues and/or requests for additional information (RAIs), evaluations of responses provided to address issues/RAIs, and resolution of comments provided by BSA on an as-needed basis.

4. Contractor Qualifications/ Requirements

The awardee shall have a seismic/geotechnical professional engineer with the minimum qualifications and requirements given below.

Senior Seismic/Geotechnical Engineer – Extensive seismic and geotechnical engineering knowledge in the analysis and design of structures and components found at nuclear facilities, and demonstrated experience in the various areas described in Section 2 above. The prospective awardee must be a recognized authority in this field.

Minimum Qualifications:

•·          PhD degree from an accredited college or university in Civil Engineering

•·           Minimum of twenty (20) years of experience in seismic and geotechnical engineering

•·           Expertise in engineering computer software development, which may be needed to perform unique calculations, prepare models, modify computer codes, process computer output results, and to review computer codes developed by others.

•·           Experience in NRC regulatory environment

•·          Proven ability to develop solutions to complex problems

•·           Excellent technical writing ability and communication skills

Requirements
Significant work will be performed for BNL in support of projects for the USNRC, which regulates commercial NPPs. Therefore, the Contractor will need to be able to assert that there is no conflict of interest with any current work, planned work, or work performed in the past in the same and/or similar technical areas for others (i.e., non-NRC organizations).

•·         Have access to and have extensive experience with the execution of the SASSI computer code to perform seismic SSI analyses of very large models. This should include ability to run SASSI with ground motion incoherency effects.

•·         Experience in performing seismic fragility and seismic margin analysis of plant structures, systems, and components, and calculation of High Confidence of Low Probability of Failure (HCLPF) capacity following nuclear industry methodologies.

Interested offerors should submit a letter of interest including resume/CV by4:30 PM, EST,  November 21, 2014 to the following:

Vincent M. Costanzo
Contracts Specialist
Procurement & Property Management Division
Building No.902B
Brookhaven National Laboratory
Upton, New York 11973-5000

Email submissions will be accepted at: vcostanzo@bnl.gov

Department of the Air Force, Direct Reporting Units, USAF Academy – 10 CONS, 8110 Industrial Drive Suite 200 USAF Academy CO 80840-2315

T — Basic Cadet training and Grad Videography FA7000-15-T-0009 111914 Olivia F. Epps, Contract Specialist, Phone 7193332796, Fax 7193339075, Email olivia.epps@us.af.mil – Russell W. Jordan, Contracting Officer, Phone 7193333961, Fax356px-Seal_of_the_US_Air_Force.svg 7193339075, Email russell.jordan@us.af.mil ;
p;
The purpose of this Reqeust for Quote (RFQ) is to provide for the production of professional broadcast quality Air Force Academy videos in DVD format for resale distribution, annually for the Office of Cadet Wing Media.   During the base year the DVDs will be a standard definition product that will play in nearly all consumer DVD players found in homes today; though the Office of Cadet Wing Media reserves the right to request high-definition production products in future.   This PWS describes a performance-based work requirement in terms of “what” the required service output is, rather than task-based or “how” the work is to be performed.   The ultimate goal of the Contractor shall be adherence to the quality and performance requirements set forth in this document, and the final delivery DVD products that meet content, quality, and product amounts established by this contract.

The Contractor’s local representative(s) must possess professional skills in videography, location documentation, professional voice over talent, post production, editing and authoring, content and technical proofing, computer graphics effects, duplication, and packaging for the finished DVD product.

Place of Performance: USAF Academy USAF Academy, CO 80840 US URL: https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-15-T-0009/listing.html

OutreachSystems Article Number: 141113/PROCURE/0052 Matching Key Words: video*; edit*; duplicat*; produc*; train*; documentation; production?; distribut*; naics!512110;

Department of the ArmyDepartment of the Army, Army Contracting Command, MICC, MICC – West Point, MICC – West Point, Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place, West Point, NY 10996-1514

R–Sources Sought W911SD15T0010 111414 Gina Blum, 845-938-5858 MICC – West Point SOURCES SOUGHT ONLY: This is a Sources Sought request for information to be used for market research purposes only. The Government is conducting market research to assist in determining the appropriate acquisition strategy and potential set-asides. The Government is seeking responses from small businesses capable of performing the required services. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.
THIS IS NOT A REQUEST FOR QUOTE or PROPOSAL. Responses to this announcement are not considered quotes or offers and cannot be accepted by the Government to form a binding contract. Responses will not be used for evaluation in any resultant solicitation for this requirement. The government shall not be held responsible for any costs incurred in response to this sources sought announcement. Participation is strictly voluntary. This notice will close Friday, November 14, 2014 at 1100 AM Eastern. The Mission and Installation Contracting Command at West Point, NY, has an anticipated requirement for specialized lighting design services. Company must provide lighting designer, director, and additional lighting requirements as chosen by the designer with input from the USMA Band production department for the West Point Holiday Show on 6-7 DEC 2014. The service provider will supply a lighting display unit that meets the following minimum requirements: Must produce a minimum of 20,000 lumens, display at fidelity of at least 720p, have all truss mounting accessories for 1.5 inch pipe, video scaler, advanced geometry corrector, and have a screen with a visible area of 27 feet by 15 feet. The production week will be 1-7 DEC 2014, and the hall will be made available for setup during this time. Equipment will need to be operational for rehearsals on 2-5 DEC 2014.
Scope of work consists of, but is not limited to: 1. Lead Lighting Director must have at least 20 years of documented professional experience in TV and live event lighting production. TV credits should include major broadcast network experience and include live broadcast shows and shows with live musical performance segments. Two letters of reference and submissions of previous work are required for vendors who have not worked with the United States Military Academy (USMA) Band on prior engagements. 2. Emmy award-winning lighting honors are desired, at minimum, a nomination for this category required. 3. Must be able to use existing controls and equipment available in Eisenhower Hall (ETC EOS Lighting Console and ETC ION backstage operation unit). 4. Experience lighting indoor events for broadcast is required. This can include sporting events or live broadcast shows.
Respondents shall provide a full description of their capability to meet the anticipated requirement. Feedback on this requirement is encouraged. The anticipated NAICS is 541490 with a Small Business Size Standard of $7M. Interested respondents should submit a brief capabilities statement package (no more than 5 pages in length) clearly demonstrating the firm’s ability to perform the services listed. A generic capability statement is not acceptable. At a minimum, the package shall address the following:
1. Title of the requirement, Company Name, Address, and POC.
2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number/CAGE Code, and a statement regarding current small business status to include small business type(s)/certification(s) such as: SDB, 8a, HubZone, SDVOB, etc.
3. Prior/current experience (private and/or government) performing efforts of similar size and scope within the last five years. Statements should describe the dollar value, indicate whether your firm acted as the prime or subcontractor, list a customer Point of Contact with phone number, and provide description of the experience and how the referenced experience relates to the services described herein.
Place of Performance: MICC – West Point Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place West Point NY 10996-1514 US URL: https://www.fbo.gov/notices/2e550cd5b7b76fc4314392d5d6e96230

OutreachSystems Article Number: 141113/PROCURE/0344 Matching Key Words: broadcast*; event?;

Other Federal Procurements (Small)

FedConnect https://www.fedconnect.net/FedConnect/PublicPages/PublicSearch/Public_Opportunities.aspx FedConnect phone: 800-899-6665 email: support@fedconnect.net

T — Operation and maintenance of HUD’s Broadcast Opera SOL DU203NP-15-R-0001 Description This is a Combined Synopsis/Solicitation in accordance with FAR Part 12, Acquisition of Commercial Items. 100% Set-Aside for 8(a) firms. This solicitation provides for the Operation and maintenance of HUD’s Broadcast Operations Center located in HUD Headquarters in Washington, DC. Specific services to be provided are established in the attached Statement of Work. Overview Reference600px-US-DeptOfHUD-Seal.svg number: DU203NP-15-R-0001 Issue date: 11/13/2014 Response due: 12/17/2014 04:00 PM ES Set Aside: Competitive 8(a) NAICS: 512110-Motion Picture and Video Production PSC / FSC: T016-PHOTO/MAP/PRINT/PUBLICATION- AUDIO/VISUAL Agency: HUD Contracting office: US Department of HUD Office of the Chief Procurement Officer The Wanamaker Building 100 Penn Square East Philadelphia, PA 19107-3380 Place of Performance: Government Site 451 7th Street SW Washington, DC 201410 Contact: Shelli Waltz Phone: Fax: Email: Shelli.J.Waltz@hud.gov Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141114/SMALL/5364 Matching Key Words: video*; produc*; conference?; site?; production?; commercial?;

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

99 – One (1) 100 foot Quint Apparatus SOL RFP-3324-0-2014/PL One (1) 100 foot Quint Apparatus Due Date: 12/17/2014 3:00 PM Eastern Contact: Peter Langlois For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141116/BID/0157 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 – Design of Kentucky Science Assessments RFP : 1500000107 SOL Design of Kentucky Science Assessments RFP : 1500000107 Department Of Education Published On : 11/13/14 Amended On : 11/13/14 Closing On : 1/5/15 4:00 PM EST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141115/BID/0003 Matching Key Words: age:state!ky; state!ky;

Kentucky – Community and Technical College System , Kentucky Community and Technical College System Kentucky Community and Technical College System 300 North Main Street, Versailles, KY 40383 Phone (859) 256-3100 Toll-Free (Kentucky only) (877) 528-2748 http://www.kctcs.edu/en/Vendor%20Information/Opportunities%20to%20Bid.aspx

R – KCT-00945 Vending Services (PCT) 11/24/2014 SOL KCT-00945 Vending Services (PCT) 11/24/2014 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141115/BID/0045 Matching Key Words: age:state!ky; state!ky;

Kentucky – Jefferson County Public Schools , Jefferson County Public Schools -Barbara Raley Coordinator of Purchasing/Bids Phone:485-7860 Fax: 485-6446 https://webapps.jefferson.kyschools.us/FinanceWeb/bidopps.aspx

R – SCHOOL DISTRICT OF JEFFERSON COUNTY PUBLIC SCHOOLS, LOUISVILLE, SOL SCHOOL DISTRICT OF JEFFERSON COUNTY PUBLIC SCHOOLS, LOUISVILLE, KENTUCKY REQUEST FOR PROPOSAL FOR COMPETITIVE NEGOTIATION (3041) ON AUDIT SERVICES PART A – FINANCIAL STATEMENT AUDIT PART B – INTERNAL AUDIT SERVICES PROPOSAL RETURN DATE: MONDAY, DECEMBER 8, 2014 TIME: 9:00 A.M. E.T. For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141115/BID/0047 Matching Key Words: age:state!ky; state!ky;

 

SHOOK BID ANNOUNCEMENT

SOURCE:  SHOOK Construction

Diversity ITB - Nightingale Pump Station_001_CopyDiversity ITB - Nightingale Pump Station_002_Copy

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

PITISE Institute INDIEGOGO  CAMPAIGN


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

AIR FORCE

The Boeing Co., Oklahoma City, Oklahoma, has been awarded an estimated $59,000,000 modification (P00034) to exercise an option to previously awarded contract FA8106-06-D-0001 for the E-4B platform consisting of sustainment, programmed depot maintenance, modification, and related support. Work will be performed at Oklahoma City, Oklahoma, and is expected to be completed by May 31,356px-Seal_of_the_US_Air_Force.svg 2015. This award is the result of a sole-source acquisition. Funds are being obligated via task order, FA8106-06-0001-0053, for $25,573,769. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

TechFlow, Inc., San Diego, California, has been awarded a $12,604,480 modification (P00021) to exercise an option to previously awarded contract FA4890-13-C-0005 to provide program support for Air Combat Command’s primary training ranges operations and maintenance services. Work will be performed at Dare County Range, North Carolina; Poinsett Range, South Carolina; Grand Bay Range, Georgia; Avon Park Range, Georgia; Snyder Range, Texas; Belle
Fourche Range South Dakota; Holloman Ranges, New Mexico; Mountain Home Ranges, Idaho; and Nevada Test and Training Range, Nevada, and is expected to be completed by Dec. 31, 2015.  Fiscal 2015 operations and maintenance funds in the amount of $1,094,681 are being obligated at the time of award. Acquisition Management and Integration Center, Newport News, Virginia, is the contracting activity.

Northrop Grumman Systems Corp., Northrop Grumman Electronics Systems, Linthicum Heights, Maryland, has been awarded a $7,774,039 modification (P00160) to previously awarded contract FA8803-05-C-0001 to extend the current period of performance for F20 sustainment activities. Work will be performed at Azusa, California, and Sunnyvale, California, and is expected to be completed by May 31, 2015. Fiscal 2014 missile procurement funds in the amount of $3,051,314 are being obligated at the time of award. Space and Missile Systems
Center, Los Angeles Air Force Base, California, is the contracting activity.

Bering Sea Environmental, LLC, Anchorage, Alaska, has been awarded a $7,149,346 modification (P00051) to exercise an option on previously awarded contract FA4890-11-C-0004 to provide program support for Air Combat Command’s Air Combat Training System Operations and Maintenance support services. Work will be performed at Eglin Air Force Base, Florida; Langley Air Force Base, Virginia; Seymour Johnson Air Force Base, North Carolina; Shaw Air Force Base, South Carolina; Barksdale Air Force Base, Louisiana; Tyndall Air Force Base, Florida; Mountain Home Air Force Base, Idaho; Royal Air Force Lakenheath, England; Spangdahlem Air Base, Germany; and Aviano Air Base, Italy, and is expected to be completed by Dec. 31, 2015. Fiscal 2015 operations and maintenance funds in the amount of $1,872,276 are being obligated at the time of award. This contract involves foreign military sales. Acquisition Management and Integration Center, Newport News, Virginia, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Graybar Electric Company, Inc., St. Louis, Missouri, has been awarded a maximum $30,000,000 firm-fixed-price, 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 an April 28, 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 (SPE8E3-15-D-0005).

Science Application International Corporation, Fairfield, New Jersey, has been awarded a maximum $25,000,000 firm-fixed-price, 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 an April 28, 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 (SPE8E3-15-D-0006).

SupplyCore Inc.,* Rockford, Illinois, 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 North central region.  This contract was a sole-source acquisition. Location of performance is Illinois with a Feb. 27, 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 (SPE8E3-15-D-0004).

United Paradyne Corporation,* Santa Maria, California, has been awarded a maximum $13,981,670 firm-fixed-price contract for the acquisition of fuel services including operation and maintenance of government fixed fuel facilities, aviation aircraft alongside refueling services and ground fuel services.  This contract was a competitive acquisition and eight offers were received.  Locations of performance are California and Florida with a May 31, 2020, 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 Energy, Fort Belvoir, Virginia (SPE600-15-D-5000).

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $492,008,803 modification to a previously awarded cost-plus-incentive-fee contract (N00019-12-C-0004) to provide non-air vehicle spares, support equipment, Autonomic Logistics Information System hardware and software upgrades, supply chain management, full mission simulators and non-recurring engineering services to support Low Rate Initial Production Lot VII F-35 Lightning II Joint Strike Fighter aircraft for the U.S. Air Force, Marine Corps, Navy and international partners. Work will be performed in Orlando, Florida (81 percent); El Segundo, California (9 percent); Fort Worth, Texas (5 percent); Owego, New York (4 percent); and Samlesbury, United Kingdom (1 percent), and is expected to be completed in December 2021. Fiscal 2013 aircraft procurement funds (Air Force, Marine Corps, and Navy) and international partner funds in the amount of $492,008,803 will be obligated at time of award, of which $395,691,143 will expire this600px-US-DeptOfNavy-Seal.svg fiscal year. This contract combines purchases for the U.S. Air Force ($180,174,049; 37 percent), the U.S. Navy ($113,797,383; 23 percent); U.S. Marine Corps ($101,719,711; 20.5 percent); and international partners ($96,317,660; 19.5 percent). 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 $64,283,943 cost-plus-incentive-fee contract for the modification of 14 F-35A air vehicles for the U.S. Air Force (13) and the government of the Netherlands (1), and 13 F-35B air vehicles for the U.S. Marine Corps (11) and the government of the United Kingdom (2). This contract includes procurement for 528 modification kits, installation, and labor. Work will be performed in Fort Worth, Texas (40 percent); Cherry Point, North Carolina (12 percent); San Diego, California (10 percent); Cedar Rapids, Iowa (7 percent); Ogden, Utah (6 percent); Nashua, New Hampshire (4 percent); Eglin, Florida (3 percent); Greenville, South Carolina (3 percent); Samlesbury, United Kingdom (3 percent); Edwards, California (2 percent); Marabar, Florida (2 percent); Tucson, Arizona (2 percent); Redondo Beach, California (2 percent); Orlando, Florida (2 percent); Baltimore, Maryland (1 percent); and Owego, New York (1 percent), and is expected to be completed in September 2017. Fiscal 2013 aircraft procurement (Marine Corps and Air Force); 2015 research, development, test and evaluation (Marine Corps and Air Force), and international partner funds in the amount of $64,283,943 are being obligated on this award, $40,817,604 of which will expire at the end of the current fiscal year. This modification combines purchases for the U.S. Marine Corps ($30,784,983; 48 percent); U.S. Air Force ($25,077,651; 39 percent), and international partners ($8,421,309; 13 percent). This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting authority (N00019-15-C-0016).

DRS C3 & Aviation Co., Gaithersburg, Maryland, is being awarded a $52,019,071 modification to a previously awarded firm-fixed-priced contract (N00019-11-C-0011) to exercise an option for logistics services in support of the E-6B Mercury program, including the procurement and storage, and warehouse and inventory management. Work will be performed at Tinker Air Force Base, Oklahoma (70 percent); Offutt Air Force Base, Nebraska (10 percent); Travis Air Force Base, California (10 percent); and Patuxent River, Maryland (10 percent), and is expected to be completed in November 2015. Fiscal 2015 operations and maintenance (Navy) funds in the amount of $17,431,585 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.

ARMTEC Defense Products, Co., Coachella, California, is being awarded a $48,540,000 three- year base, indefinite-delivery/indefinite-quantity contract to manufacture 85,208 MJU-64/B decoy devices, providing aircraft survivability and protection against infra-red threats. Work will be performed in Coachella, California, and all work is expected to be completed by November 2017. Fiscal 2015 procurement of ammunition (Navy and Marine Corps) funds in the amount of $7,308,516; foreign military sales funds in the amount of $272,340; and operations and maintenance funds in the amount of $154,326, for a total of $7,735,182, will be obligated on the first delivery order running concurrent with contract award. These funds will not expire before the end of the current fiscal year. The requirement was issued on a fully competitive, unrestricted basis, and two offers were received in response to this solicitation. NAVSUP Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-15-D-K026).

Rockwell Collins, Inc., Cedar Rapids, Iowa, is being awarded a $47,401,884 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0004) to exercise an option for the manufacture and installation of two Block I modification aircraft kits, for the E-6B aircraft including Internet Protocol Bandwidth Expansion Phase III and very low frequency transmit terminals. In addition, this modification provides for field support, an update to differences training, technology refresh and software licenses and agreements. Work will be performed in Richardson, Texas (62 percent), and Oklahoma City, Oklahoma (38 percent), and is expected to be completed in May 2016. Fiscal 2015 aircraft procurement (Navy) funds in the amount of $47,401,884 are being obligated on this 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.

Sikorsky Aircraft Corp., Stratford, Connecticut, is being awarded a $46,945,004 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-07-D-0004) to exercise an option for special progressive aircraft rework for two VH-3D and one VH-60N presidential helicopters, including training, security, and project engineering, integrated logistics and program support. Work will be performed in Stratford, Connecticut (88 percent), and Quantico, Virginia (12 percent), and is expected to be completed in November 2015. No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is being awarded an $11,473,337 firm-fixed-price modification to a previously awarded cost-plus-incentive-fee contract (N00019-13-C-0016) for annualized sustainment, procuring operations and maintenance services for Low Rate Initial Production VIII F-135 propulsion systems. This effort will include supply chain management, inventory optimization, flight service representatives at operational sites, oversight and planning of training activities, and aircraft retrofit activities. Work will be performed at the Oklahoma City Air Logistics Complex, Tinker Air Force Base, Oklahoma (6 percent), and various locations within the continental United States (94 percent), and is expected to be completed in December 2015. This contract combines purchases for the U.S. Air Force ($6,055,099; 52 percent), the U.S. Navy ($5,259,301; 46 percent), and international partners ($158,937; 2 percent). Fiscal 2015 operations and maintenance (Air Force and Navy) funds in the amount of $8,000,000 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.

Maersk Line, Limited, Norfolk, Virginia, is being issued a $9,419,949 modification under a previously awarded firm-fixed-price contract (N00033-13-C-2505) to exercise a 122-day option for the operation and maintenance of five T-AGOS vessels and one T-AGM ship. Work will be performed worldwide and is expected to be completed by March 2015. Working capital funds in the amount of $9,419,949 are being obligated for fiscal year 2015 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 (N00033-13-C-2505).

Sierra Nevada Corp., Sparks, Nevada, is being awarded an $8,158,062 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of up to 16 Block III receiver upgrade kits for the AN/SPN-46 automatic carrier landing system. The Block III receivers are critical components utilized for the operation of a shipboard-based precision approach and landing system. Work will be performed in Sparks, Nevada, and is expected to be completed in November 2018. Fiscal 2014 other procurement (Navy) funds in the amount of $1,173,416 will be 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 10 U.S.C. 2304(c)(1). The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-15-D-0013).

Department of the ArmyARMY

Howard W. Pence, Inc.,* Elizabethtown, Kentucky (W912QR-15-D-0001); Butt Construction Company, Inc.,* Dayton, Ohio (W912QR-15-D-0002); Custom Mechanical Systems, Corp.,* Bargersville, Indiana (W912QR-15-D-0003); A&D GC Inc.,* Santee, California (W912QR-15-D-0004); and David Boland, Inc.,* Titusville, Florida (W912QR-15-D-0005), were awarded a $240,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price, task order contract for design/build, construction, and incidental service projects associated with the Great Lakes and Ohio River Division mission boundaries. Funding and work location will be determined with each order, with an estimated completion date of Nov. 25, 2019. Bids were solicited via the Internet, with 37 received. U.S. Army Corps of Engineers, Louisville District, Louisville, Kentucky, is the contracting activity.

Environet, Inc.,* Kamuela, Hawaii (W912QR-15-D-0006); T&T Construction Enterprises, LLC,* Leitchfield, Kentucky (W912QR-15-D-0007); Tunista Construction, LLC,*, Federal Way, Washington (W912QR-15-D-0008); and PentaCon, LLC,* Catoosa, Oklahoma (W912QR-15-D-0009), were awarded a $200,000,000 firm-fixed-price, multiple award task order contract for design/build construction HUBZone for the Army and Air Force Reserve in support of the U.S. Army Corps of Engineers Louisville District mission boundaries. Funding and work location will be determined with each order, with an estimated completion date of Dec. 31, 2019. Bids were solicited via the Internet, with 17 received. U.S. Army Corps of Engineers, Louisville District, Louisville, Kentucky, is the contracting activity.

DEFENSE INFORMATION SYSTEMS AGENCY

Unisys Corporation, Reston, Virginia, was awarded a $193,000,000 sole-source, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for continued Unisys720px-US-DefenseInformationSystemsAgency-Logo.svg Operating System 2200 Environment Capacity Service. The period of performance consists of a five-year period of performance. Work will be performed at various Defense Information Systems Agency and Department of Defense locations with an estimated completion date of Nov. 30, 2019. Fiscal 2015 operations and maintenance funds in the amount of $35,394,846 will be obligated on the first delivery order. The Defense Information Technology Contracting Organization, Scott AFB, Illinois, is the contracting activity (HC1028-15-D-0003).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Raytheon Co. Integrated Defense Systems, Tewksbury, Massachusetts, has been awarded a not to exceed $75,616,553 undefinitized contract action utilizing a firm-fixed-price, cost-plus-fixed-fee, cost type contract. Contractor will provide preliminary design of an Air and Missile Defense Operations System for the country of Qatar. Primary tasks include engineering efforts to finalize technical requirements documentation and completion of the preliminary design of an air and missile defense system for Qatar. Work will be performed at Tewksbury, Massachusetts, and is expected to be completed by Sept. 30, 2015. This contract is 100-percent foreign military sales. This award is the result of a sole-source acquisition. Battle Management, Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-15-C-0001).

Lockheed Martin Space Systems, Sunnyvale, California, has been awarded a $70,000,000 modification (P00656) to previously awarded contract F04701-02-C-0002 for advanced extremely high frequency system interim contractor sustainment extension. Contractor will add work for critical software development for mission planning development for initial operational capability in 2015. Work will be performed at Sunnyvale, California, and is expected to be completed by June 30, 2015. Fiscal 2015 research, development, test and evaluation funds in the amount of $27,881,396 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

ARMY

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $316,176,135 modification (P00030) to firm-fixed-price contract W58RGZ-10-D-0001 for continued support of technical, engineering and logistical services and supplies, and component and airframe parts, for the overhaul, repair and recapitalization of the H-60 weapons system. Fiscal 2015 other procurement funds in the amount of $105,994,755 were obligated at the time of the award. The cumulative total of the contract, with this modification, is $538,250,392. Estimated completion date is Nov. 30, 2017. Work will be performed at Corpus Christi Army Depot, Texas. Army Contracting Command, Redstone Arsenal (Aviation), Redstone Arsenal, Alabama, is the contracting activity.

TRAX International, LLC, White Sands Missile Range, New Mexico, was awardedDepartment of the Army a $99,846,413 modification (P00185) to cost-plus-award-fee contract W9124Q-07-C-0504 for mission support services to support the testing mission. Fiscal 2015 research, development, test and evaluation funds in the amount of $3,000,000 were obligated at the time of the award. Estimated completion date is Nov. 11, 2016. Work will be performed at White Sands Missile Range, New Mexico. Army Contracting Command, White Sands Missile Range, White Sands Missile Range, New Mexico, is the contracting activity.

Raytheon Co., Tucson, Arizona, was awarded a $15,050,856 modification (P00062) to firm-fixed-price contract W15QKN-08-C-0530 to acquire 213 projectiles under option five Excalibur 155mm increment 1b production option and 24 containers for the U.S. Army. Fiscal 2015 other procurement funds in the amount of $15,050,856 were obligated at the time of the award. The cumulative total of the contract, if all options are exercised, will be $738,000,000. Estimated completion date is April 29, 2016. Work will be performed at various locations throughout the United States, including Arizona, California, Iowa, Ohio, Missouri and Massachusetts, as well as overseas in Sweden and the United Kingdom. Army Contracting Command, Picatinny Arsenal, Picatinny Arsenal, New Jersey, is the contracting activity.

Northrop Grumman, Herndon, Virginia, was awarded a $12,473,373 modification (P00057) to cost-plus-incentive-fee contract W31P4Q-12-C-0029. This sole-source, six-month extension is to provide continued support and bridging efforts while processing required approvals for the next larger follow-on ongoing contingency operations contract. Fiscal 2015 operations and maintenance (Army) funds in the amount of $12,473,373 were obligated at the time of the award. Estimated completion date is May 20, 2015. Work will be performed in Huntsville, Alabama (72 percent), and Afghanistan (28 percent). Army Contracting Command, Redstone Arsenal (Missile), Redstone Arsenal, Alabama, is the contracting activity.

CORRECTION: The contract announced yesterday to Great Lakes Dredge & Dock Co, LLC was not awarded.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Sysco Hampton Roads, Suffolk, Virginia, has been awarded an estimated maximum $238,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for prime vendor full-line food service distribution. This contract was a competitive acquisition, and three offers were received. This is a 22-month base contract with one one-year option and one two-year option periods. Location of performance is Virginia, with a Nov. 24, 2016, performance completion date. Using military services are Navy and Air Force. 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-3119).

CPI Aero,* Edgewood, New York, has been awarded an estimated maximum $56,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for maintenance, repair, and overhaul of aircraft wings. This contract was a competitive acquisition, and three offers were received. This is a five-year base contract with one three-year option period. Location of performance is New York, with a November 2020 performance completion date. Using military services are Navy, Air Force, and foreign militaries. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4AX-15-D-9405).

Sterlingwear of Boston, Inc.,** East Boston, Massachusetts, has been awarded a maximum $6,835,520 firm-fixed-price contract for Afghanistan uniformed police field jackets. This contract was a competitive acquisition, and three offers were received. This is a one-year base contract with four one-year option periods. Location of performance is Massachusetts, with a Nov. 24, 2015, performance completion date. Using services are Afghanistan National Police. Type of appropriation is fiscal 2015 defense working capital funds and foreign military sales. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-15-D-1008).

NAVY

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is being awarded a $105,492,976 cost-plus-incentive-fee modification to the previously awarded fixed-price-incentive-firm target contract N00019-13-C-0016. This modification exercises an option for sustainment efforts and operations and maintenance services in support of Low Rate Initial Production Lot VIII F135 propulsion systems, including hardware and training course materials and equipment. Work will be performed in Hartford, Connecticut (55 percent); Edwards Air Force Base, California (12 percent); Oklahoma City, Oklahoma (7 percent); Palmdale, California (5 percent); and various locations throughout the continental United States (21 percent); work is expected to be completed in December 2015. Fiscal 2015 aircraft600px-US-DeptOfNavy-Seal.svg procurement (Navy, Marine Corps and Air Force) and international partner funds in the amount of $101,786,708 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchase for the U.S. Marine Corps ($51,776,302; 49 percent); the U.S. Air Force ($35,093,376; 33 percent); the U.S. Navy ($10,542,815; 10 percent); and the international partners ($8,080,483; 8 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Kings Bay Support Services, LLC, Baton Rouge, Louisiana, is being awarded a $40,054,815 modification under a previously awarded firm-fixed-price, indefinite-delivery indefinite-quantity contract (N69450-11-D-7578) to exercise option three for base operations support services at Naval Submarine Base Kings Bay. The work to be performed provides for base operations support services including public safety, harbor security, security operations, supply, personnel support, facilities support, facility management/facility investment, other (swimming pools), pavement clearance, utilities, chiller, electrical, wastewater, steam, water, telecommunications, compressed air, base support vehicles and equipment, environmental, and vertical transportation equipment. The total contract amount after exercise of this option will be $147,634,837. Work will be performed in Kings Bay, Georgia (99 percent), and Shellman Bluff, Georgia (1 percent), and work is expected to be completed November 2015. Fiscal 2015 operations and maintenance (Navy); fiscal 2015 Navy working capital funds; fiscal 2015 defense health program funds; and fiscal 2015 family housing operation and maintenance (Navy) contract funds in the amount of $766,012, are being obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

Lockheed Martin Space Systems Co., Sunnyvale, California, was awarded a $35,884,476 cost-plus-fixed-fee contract to provide engineering efforts in support of the following: integrating the Trident II missile and reentry strategic weapon system subsystems into the common missile compartment for the Ohio replacement and United Kingdom successor programs; gas dynamic testing and high fidelity aft end fabrication for nozzle shield retention testing; program management of an integrated test facility that will be compatible with existing and new submarine fleets; and manufacture, test and delivery of missile service units. This contract contains two option years, which, if exercised, will bring the contract value to a maximum $99,238,025. Work will be performed in Cape Canaveral, Florida (39.86 percent); Sunnyvale, California (35.09 percent); Rialto, California (13.82 percent); Magna, Utah (4.05 percent); Cincinnati, Ohio (2.82 percent); Merritt Island, Florida (1.84 percent); and locations having less than one percent (2.52 percent). Work is expected to be completed Dec. 31, 2017. If options are exercised, work will continue through Sept. 30, 2020. Fiscal 2014 weapons procurement (Navy) funds in the amount of $35,884,476 are being obligated at the time of award. No contract funds will expire at the end of the fiscal year. This contract was a sole-source acquisition in accordance with 10 U.S.C. 2304(c)(1). The Navy’s Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-15-C-0005). (Awarded Nov. 24, 2014)

Booz Allen Hamilton, McLean, Virginia (N65236-15-D-4800); CENTRA Technology, Inc., Burlington, Massachusetts (N65236-15-D-4801); ManTech SRS Technologies, Inc., Arlington, Virginia (N65236-15-D-4802); and Schafer Corp., Chelmsford, Massachusetts (N65236-15-D-4803), are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, with provisions for firm-fixed-price task orders, performance based contract. The contracts are for technical, programmatic, financial, and administrative support services for existing and future Defense Advanced Research Projects Agency Tactical Technology Office programs. The cumulative, estimated value (ceiling) of the base year is $32,315,000. The contracts include options which, if exercised, would bring the cumulative value (ceiling) of these contracts to an estimated $96,945,000. Work will be performed in Arlington, Virginia, and is expected to be completed by November 2015. If all options are exercised, work could continue until November 2017. Research, development, test and evaluation funds in the amount of $25,000 will be obligated at the time of award as the minimum guarantee and will be split among the four awardees. These funds will expire at the end of the current fiscal year. This contract action establishes a potential ceiling value, in which funds are obligated on individual task orders. The multiple award contracts were competitively procured by full and open competition via the SPAWAR e-Commerce Central website and the Federal Business Opportunities website, with four offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity.

Orion Construction Corp.*, Vista, California, is being awarded $20,747,000 for firm-fixed-price task order 0012 under a previously awarded multiple award construction contract (N62473-10-D-5419) for design and construction of the reclaimed water conveyance at Marine Corps Base, Camp Pendleton. The work to be performed provides for new higher capacity reclaimed water systems to support military quality of life services and to reduce dependency on potable water throughout Marine Corps Base, Camp Pendleton. The North Area Recycled Water Distribution system provides a recycled water distribution system and pumping stations from the Northern Regional Tertiary Treatment Plant to various facilities and selected irrigation sites. The project also provides a reservoir and truck fill stations in the 52 Area; irrigations systems will be provided as required. The South Area Recycled Water Distribution system provides a recycled water system including reservoirs, a pump station, injection wells at Ysidora Flats and a pipeline to the Red Beach injection well field. The injection well fields will act as a saltwater barrier to improve the aquifer. Work will be performed in Oceanside, California, and is expected to be completed by November 2016. Fiscal 2012 military construction (Navy) contract funds in the amount of $20,747,000 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Northrop Grumman Technical Services, Herndon, Virginia, is being awarded a $10,394,167 modification to a previously awarded cost-plus-fixed-fee contract (N00421-14-C-0009) to exercise an option for maintenance services for E-2C and C-2 aircraft in support of the VX-20 squadron. Work will be performed in Patuxent River, Maryland (95 percent), and St. Augustine, Florida (5 percent), and is expected to be completed in December 2015. Fiscal 2015 working capital funds (Navy) in the amount of $8,350,000 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.

Drew Marine USA, Inc., Whippany, New Jersey, is being awarded a $9,553,883 modification under a previously awarded indefinite-delivery/indefinite-quantity contract, with firm-fixed-price delivery orders (N00033-12-D-8000), to exercise a one-year option for the worldwide supply, delivery, and services for shipboard chemical treatment; foam testing, supply and disposal; industrial gases; and refrigerants for all U.S. naval ships of the Military Sealift Command (MSC) and any other vessel specifically identified bythe command. Work will be performed worldwide and work on this option is expected to be completed November 2015. Working capital contract funds in the amount of $9,553,883 are being obligated at the time of award, and funds 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.

CORRECTION: Contract awarded Nov. 3, 2014, to DRS Power & Contract Technologies, Milwaukee, Wisconsin, for $17,924,189 (N4523A-15-D-0001) should have read that the contract was an indefinite-delivery/indefinite-quantity contract, not a modification to a previously awarded indefinite-delivery/indefinite-quantity contract.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Georgia Tech Applied Research Corp., Atlanta, Georgia, has been awarded a $44,500,000 cost- plus-fixed-fee, indefinite-delivery/ indefinite-quantity contract for research and development of the Electronic Warfare/Sensor Technology, Modeling, Simulation and Analysis Research (EWTA) program. Contractor will conduct collaborative research with the objective to increase Air Force capabilities to conduct countermeasures and information warfare against current, evolving, and new threats. The EWTA exploits technologies that can provide solutions to warfighter electronic warfare/sensor deficiencies. It also performs experiments and demonstrations to develop, evolve, evaluate, verify, and validate EW/sensor technologies and concepts. The EWTA continues a unified program of research, concept development, analyses, and experimentation to determine and validate the mission effectiveness of EW/sensor technologies and their overall systems. Work will be performed at Atlanta, Georgia, and Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Nov. 25, 2021. This award is the result of a sole-source acquisition. No funds are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-15-D-1715).

Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a $22,014,427 firm-fixed-price contract. Contractor will provide Romanian Air Force and the Royal Thai Air Force with digital data recorders, spares, depot lay in, ground handling equipment, digital cartridge interface units, bench stock, pylons, hand tools, portable maintenance aid, roll break release box, software development and integration support, contractor logistics support and sustainment services. In addition, the Romanian Air Force is to be provided a compact multi-band data link. Work will be performed at Orlando, Florida, and is expected to be completed by Feb. 29, 2016. This contract involves foreign military sales. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8540-15-C-0002).

Big-D Construction Corp., Salt Lake City, Utah, has been awarded a $17,148,379 firm-fixed-price contract for F-22 paint booths. Contractor will provide three new paint booth inserts to be designed, built, and installed in existing aircraft docks. Modifications to existing buildings 674 and 680 will be required for new paint booth inserts, and associated equipment and facilities. Additionally, contractor will convert existing paint booth boilers to direct fire furnaces. Work will be performed at Hill Air Force Base, Utah, and is expected to be completed by Sept. 30, 2016. This award is the result of a competitive acquisition with one offer received. Fiscal 2014 aircraft procurement funds in the amount of $17,148,379 are being obligated at the time of award. Air Force Systems Command, Hill Air Force Base, Utah, is the contracting activity (FA8224-15-C-0001).

Boeing Co., Defense, Space and Security Division, Kent, Washington, has been awarded a $12,255,878 cost-plus-fixed-fee for Airborne Warning and Control System (AWACS) modernization program planning/risk reduction effort. Contractor will upgrade five E-707 aircraft and associated ground support systems. Contract also includes studies and analysis of mission computing (Block 40/45), next generation interrogator friend or foe, mission communications and navigation, and ground systems. Work will be performed at Kent, Washington, and is expected to be completed by Nov. 30, 2016. This contract is 100 percent foreign military sales. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (F19628-01-D-0016).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

The Microelectronics Advanced Research Corporation (MARCO), Durham, North Carolina, has been awarded a $15,549,979 modification (P00008) to other transaction agreement HR0011-13-3-0002, exercising the second option for year three of the Focus Center Research Program (FCRP) – Semiconductor Technology Advanced Research Network (STARnet). The goal of this program is to create/continue a nationwide network of multi-university research centers that will keep the U.S. Department of Defense and U.S. semiconductor and defense systems firms at the forefront of the global microelectronics revolution. These centers will focus on discovering solutions to the intractable problems that are forecast to lie in the future of integrated circuit progress and to lay the foundations for microsystems innovations. The FCRP – STARnet University Focus Centers operating are: Center for Spintronic Material, Interfaces and Novel Architectures (C-SPIN) – University of Minnesota; Function Accelerated nanoMaterial Engineering (FAME) – University of California, Los Angeles; Center for Low Energy Systems Technology (LEAST) – University of Notre Dame; Center for Future Architectures Research (C-FAR) – University of Michigan; Systems On Nanoscale Information fabriCs (SONIC) Center – University of Illinois; and TerraSwarm Research Center (TSRC) – University of California, Berkeley. The expected completion date is Jan. 22, 2016. Fiscal 2015 research, development, test and evaluation funds in the amount of $3,862,494 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

JOINT IMPROVISED EXPLOSIVE DEVICE DEFEAT ORGANIZATION

UDPATE: The contract awarded July 30, 2014 to CACI-Athena, Inc has an
updated obligation amount of $4,000,000.

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

pitanim


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 Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave MacDill AFB FL 33621-5119

99 — Skydive Jump Tickets FA4814-15-A-ABG 121514 Alyson Gowin, Phone 813-828-1872, Email alyson.gowin@macdill.af.mil ; sp; T his is not a Request for Proposal (RFP).   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 as356px-Seal_of_the_US_Air_Force.svg proposals, nor will any award be made as a result of this Request for Information (RFI).   The Air Force will NOT be responsible for any costs incurred by interested parties in response to this RFI.    This FedBizOpps notice is an announcement seeking market information for businesses capable of providing the product as described herein. The 6th Contracting Squadron (6 CONS) is currently conducting market research to determine qualified, experienced, and interested potential sources. The information requested by this RFI will be used within the Air Force to facilitate decision-making and will not be disclosed outside of the agency.   Such information will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. Oral communications ARE NOT acceptable in response to this notice. Sources shall include in their information, a detailed capabilities statement stating their experience in providing the same or similar items described in this notice, a point of contact with phone and e-mail information, business status (Socio-Economic Factors: 8(a), HUBZone, Service-Disabled Veteran-Owned Business), business size based on NAICS 611512, and a positive statement of interest to submit a proposal.

The USSOCOM Parachute Team requires a skydive facility located within 50 miles of MacDill Air Force Base to enable them to practice team precision jumps and train. The facility must own or have access to a twin otter turbine aircraft that allows the entire team to jump simultaneously. The team also requires re-packing of parachutes and occasional instruction/videographer during their training sessions.     If you can provide this, please send a full capabilities statement via email along with your DUNS, Cage Code, and small business size status.

Place of Performance: Tampa, FL 33621 US URL: https://www.fbo.gov/spg/USAF/AMC/6CS/FA4814-15-A-ABG/listing.html

OutreachSystems Article Number: 141205/PROCURE/0692 Matching Key Words: video*; produc*; train*; you; business*; instruct*;

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 — Television Assistant Producer for Voice of America-Latin America Division BBG50-R-15-0013 121814 Myria Carpenter, Fax 202-382-7870, Email mecarpen@bbg.gov – Herman Shaw, Contracting Officer, Fax 202-382-7870, Email hshaw@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. BBG50-R-15-0013 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) 2005-078, dated November 25, 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 $7.5M.

(v) The contractor shall provide the Contract Line Items as shown in the Attachment A titled “Price Schedule”.   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.

(vi) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. anticipates a need (subject to availability of funding) for Independent Contractor to provide Associate Producer services as described in Attachment C titled “Statement of Work (SOW)”. The Offeror selected for award must be able to successfully pass a BBG security investigation.

(vii) The Government anticipates making an award under this Solicitation on/or about on December 22, 2014 and no later than December 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 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. The Offeror must be able to demonstrate proficiency in writing and speaking in the English language;

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 a Commercial Items, Firm-Fixed-Price, Non-Personal Services Purchase Order resulting from this RFP to the responsible offeror 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 Associate Producer 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) The Offeror shall have demonstrated past technical qualification of the proposed Associate Producer in performing work similar to that set forth in the SOW. An Offeror should include recent examples (within the past three (3) years) demonstrating its experience in providing/performing Associate Producer 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) The Offeror shall have demonstrated past technical qualification of the proposed Associate Producer in performing work similar to that set forth in the SOW. 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 “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.

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-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. Oral, faxed or emailed proposals will not be accepted . Please note that questions must be submitted in writing to Myria Carpenter by email (proposalquestionMEDC@bbg.gov) or fax (202-382-7870) and received before the deadline of 12:00 p.m., Eastern Daylight Time on December 10, 2014. 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. All proposals must be sent via courier or overnight delivery and must be received before the deadline set forth above. Proposals should be sent to the Attn: Myria Carpenter, Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW, Room 4007 F, Washington, DC 20237 before December 18, 2014 , at 12:00PM, Eastern Daylight Time. NO FAXED OR EMAILED PROPOSALS WILL BE ACCEPTED.

(xvi) Contact: Myria Carpenter, Contracting Officer, email: mecarpen@bbg.gov.

All responsible sources may submit an offer that will be considered by the Agency.

Set-Aside: Total Small Business Place of Performance: 330 Independence Av.e, SW Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-15-0013/listing.html

OutreachSystems Article Number: 141204/PROCURE/0088 Matching Key Words: naics!711510;

Department of Health and Human Services, Program Support Center, Division of Acquisition Management, 12501 Ardennes Avenue Suite 400 Rockville MD 20857

U — OHS Regional Training and Technical Assistance Network PSC15-233-dept of health and human servicesSOL-00019 Nathaniel Mizzell, Contract Specialist, Phone (301) 443-4379, Email nathaniel.mizzell@psc.hhs.gov OHS Regional Training and Technical Assistance Network
for
The United States Department of Health and Human Services
Administration for Children and Families, Office of Head Start
Pre-Solicitation Notice

NOTE: This Pre-Solicitation Notice was previously posted as a Modification/Amendment to Sources Sought No. 15-233-SOL-00019 on November 24, 2014 at 4:49 pm. However, in an effort to ensure that all responsible sources are made aware of the offering, at this time the notice is being reposted as a stand-alone  Pre-Solicitation Notice under No. PSC15-233-SOL-00019.

Agency/Office: Department of Health and Human Services, Administration for Children and Families, Office of Head Start

Solicitation No: 15-233-SOL-00019

Title: OHS Regional Training and Technical Assistance Network

Notice Type:
Pre-Solicitation Notice

Classification Code:
U – Education and Training Services

NAICS Code:
541611 — Educational Services/611710 — Educational Support Services

Contracting Office Address

Department of Health and Human Services, Acquisition Management Services, Program Support Center, 12501 Ardennes Avenue, Suite 400, Rockville, MD 20857

Description

The Department of Health and Human Services (DHHS), Administration for Children and Families (ACF), Office of Head Start, through the Program Support Center (PSC), has a requirement to procure twelve (12) Regional Training and Technical Assistance contracts that will provide local grantees with high-quality, sustained, and intensive training and technical assistance that, “to the maximum extent practicable, ” improves the capacity of local programs to deliver services that, at a minimum, meet or exceed the priority areas described in section 641 (A)(a)(1): correction of findings identified through the federal monitoring system; school readiness; and, training/professional development needs of staff.

The twelve ACF Regions include the following states and entities:

• Region 1 – Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island and Vermont
• Region 2 – New Jersey, New York, Puerto Rico and Virgin Islands
• Region 3 – Delaware, District of Columbia, Maryland, Pennsylvania, Virginia, and West Virginia
• Region 4 – Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, South Carolina, and Tennessee
• Region 5 – Illinois, Indiana, Michigan, Minnesota, Ohio, and Wisconsin
• Region 6 – Arkansas, Louisiana, New Mexico, Oklahoma, and Texas
• Region 7 – Iowa, Kansas, Missouri, and Nebraska
• Region 8 – Colorado, Montana, North Dakota, South Dakota, Utah, and Wyoming
• Region 9 – Arizona, California, Nevada, and Hawaii/Outer Pacific (American Samoa, Guam, the Commonwealth of the Northern Mariana Islands, and the Republic of Palau)
• Region 10 – Alaska, Idaho, Oregon, and Washington
• Region 11 -American Indian/Alaska Native grantees in 26 states across the country
• Region 12 – Migrant and Seasonal grantees in 37 states across the country

Each ACF Region will include several Early Childhood (EC) Specialists, with the number of EC Specialists proportionate with the number of grantees and delegates within that region. The work of these specialists will be directed toward two of the three priority areas: school readiness and the training/career development needs of teaching staff.

The Early Childhood (EC) Specialist position requires a minimum of a BA or BS Degree, with a preference for a Master’s degree. The degrees for at least 75% of the EC Specialists must be in Early Childhood Education/Development or related field. If the highest degree was awarded more than ten years ago, the resume should be specific regarding courses, conferences, seminars attended that ensure the specialist remains current in the field of early childhood education/development.

Individuals proposed as ECs who are infant toddler specialists must have a minimum of a BA or BS Degree, with a preference for a Master’s degree, in Early Childhood Education/Development with coursework specific to infant and toddler development.

EC Specialists must have a minimum of 5 years’ experience in programs for young children with a preference for experience spanning the birth to five continuum. This experience should include the provision of training and technical assistance to teachers/home visitors and/or education managers in early childhood programs.

The experience of EC Specialists who are infant toddler specialists must include experience with programs serving infants and toddlers. This experience must include the provision of training and technical assistance to teachers, home visitors, family child care providers, and/or education managers.

The experience should include experience related to supporting family engagement and/or family wellbeing.

Individuals proposed as birth to five specialists must have experience across the birth to five spectrum.

All EC Specialists must obtain CLASS certification before providing TTA to grantees related to CLASS.

In addition, the government is seeking to secure the services of several Grantee Specialists for each region. These specialists will be deployed by the regional office to work on the third priority area: deficiencies identified through the monitoring system. In regions with few grantees with identified deficiencies, the grantee specialists may also be deployed to work with grantees with multiple areas of noncompliance, grantees with concerns raised through risk management meetings, or with grantees about which concerns have been raised though other data sources, such as the Program Information Report (PIR).

The Grantee Specialist position requires a BA or BS Degree, with a preference for a Master’s degree. A minimum of 5 years of experience related to program design and management of fiscal operations in or with Head Start/Early Head Start programs and the development and implementation of comprehensive management systems.

In each region, there will be a TTA Coordinator who will work with federal personnel to coordinate the work of the various states and provide ongoing supervision of TTA staff. The TTA Coordinator will also be responsible for the implementation of quality assurance processes to ensure the appropriate provision of TTA and contract deliverables.

The TTA Coordinator position requires a BA or BS Degree, with a preference for a Master’s degree in a field related to program design and management. A minimum of 7 years’ experience is required with 10 years preferred. This experience must include at least 3 years with the provision of high level technical assistance and consultation to Head Start programs; 3-5 years of progressive supervisory/management experience with a preference for experience managing remote-located staff/teams; and expertise and experience in budget oversight and management.

The place of performance for all contract staff, with the exception of the TTA Coordinator who will be located in the Regional Office, will be at a physical location within a state in the region for which the awarded contract is providing services. To provide economies of scale, the use of home offices is strongly encouraged. Virtual offices may not be substituted for a physical presence in the region.

Services may be provided off-site, on-site, through virtual media, or a combination thereof. Other places of performance include, but are not limited to, contractor physical locations, Head Start grantee facilities, hotel meeting rooms, ACF Regional Offices, at third-party sponsored conferences and other locations throughout the U.S.

Twelve cost-reimbursement type contracts will be awarded for a 12 month base period and four 12 month option periods for a total of 60 months. Responses to the Request for Proposal package will be due within 60 calendar days following the actual date of issuance of the RFP. Award of this requirement is anticipated by June 30, 2015. All responsible sources may submit a proposal which shall be considered by the agency.

The Government intends to conduct a FAR Part 15 acquisition.

For further information, contact Nathaniel Mizzell, Contracting Specialist, Phone 301- 443-4379, Fax 202-594-0736, E-mail nathaniel.mizzell@psc.hhs.gov

Contracting Office Address:

Department of Health and Human Services, Acquisition Management Services, Program Support Center, U.S. Department of Health and Human Services, 12501 Ardennes Avenue, Suite 400, Rockville, MD 20857

Place of Performance:

See above
United States

Primary Point of Contact.:

Nathaniel Mizzell, Contracts Specialist, Acquisition Management Services, Program Support Center, U.S. Department of Health and Human Services, 12501 Ardennes Avenue, Suite 400, Rockville, MD 20857, Phone 301- 443-4379, Fax (202- 594-0736, E-mail nathaniel.mizzell@psc.hhs.gov

Place of Performance: See above. US URL: https://www.fbo.gov/spg/HHS/PSC/DAM/PSC15-233-SOL-00019/listing.html

OutreachSystems Article Number: 141204/PROCURE/0113 Matching Key Words: state!ky;

160px-Special_Operations_Specops_Army.svgOther Defense Agencies, National Geospatial-Intelligence Agency, OCSU – Headquarters Support, Attn: OCSU Mail Stop S84-OCSU 7500 Geoint Drive Springfield VA 22150

T — Presolicitation Notice – Visual Communication Services (VCS) HM0177-15-R-0002 Emily McLaughlin, Contract Specialist, Phone 571-557-1053, Email emily.j.mclaughlin@nga.mil – Cathy A. Smith, Contracting Officer, Phone 571-557-4645, Email Cathy.A.Smith@nga.mil The National Geospatial-Intelligence Agency (NGA) intends to post the Request for Proposal (RFP) for the Visual Communication Services (VCS) program requirement on Fedbizopps. NGA intends to award one contract to fulfill this requirement under a total small business set-aside. The duration of the contract period is planned to be a base year of 12 months with four (4) one-year option periods.
NGA, the Office of Corporate Communications (OCC) is seeking technical support to produce visual communication products to include video production, graphic design, photography, copy center support, and editor.

All instructions to Offerors and solicitation documents can be found on Fedbizopps within 15 days of this synopsis. For assisting industry in evaluating and teaming for the VCS acquisition, the RFP will be posted during the 15 day synopsis window. The RFP will remain open for the required period after the synopsis period closes.

Set-Aside: Total Small Business URL: https://www.fbo.gov/notices/2d3cfa3810c21a0d0092f8dedb74716c

OutreachSystems Article Number: 141203/PROCURE/0083 Matching Key Words: video*; edit*; produc*; business*; produce?; production?; instruct*;

FedBizOpps – Awards

Department of the Interior, Bureau of Land Management, National Centers Region, BLM TC-NATL TRAIN CTR OF/DIR(TC100)
9828 N. 31ST AVENUE PHOENIX AZ 85051 US

R–BPA Call – Miscellaneous Studio Professionals Smolinski, Peter J. L14PA00028/L15PB00053 $4,937.82 120414 CARTER PICTURES, LLC 600px-US-DeptOfTheInterior-Seal.svg
1202 N VENICE TUCSON AZ 85712-4630
US IGF::CT::IGF BPA CALL: FIREHOUSE – WITHDRAWALS
URL: https://www.fbo.gov/spg/DOI/BLM/NCR/Awards/L14PA00028/L15PB00053.html

OutreachSystems Article Number: 141205/AWARDS/0890 Matching Key Words: naics!512110

VADepartment of Veterans Affairs, VA National Cemetery Administration Centralized Contracting Division, Department of Veterans Affairs National Cemetery Administration, Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556

99–QUANTICO FIELD SUPPORT FACILITY, To furnish Kentucky Veterans Cemetery-West with replacement marble niche covers (I1) VA78615Q0016 Anna Bzdyr Contract Specialist 540-658-7232 Anna.Bzdyr@va.gov VA786-15-C-0022 $12,650.00 120214 001 COLUMBUS MARBLE WORKS, INC.;2415 HIGHWAY 45 N;COLUMBUS;MS;39705 No Description Provided
URL: https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78615Q0016/listing.html

OutreachSystems Article Number: 141205/AWARDS/1162 Matching Key Words: state!ky;

FedBizOpps – Special Notes

Department of the Air Force, Air Education and Training Command, Luke AFB Contracting Squadron, 14100 W. Eagle Street Luke AFB AZ 85309

76 — Base Newspaper Publishing 2015Newspaper 122314 Anna O. Valdez, Contracting Specialist, Phone 623-856-2732, Email anna.valdez.1@us.af.mil – Maria D Woolford, Contracting Officer , Phone 623) 856-3449, Fax (623) 856-3447, Email maria.woolford@us.af.mil Luke AFB is requesting proposals from interested publishers desiring to compete for a (one or two)-year contractual agreement with renewal options of one or two years for up to a total of six years to publish the Thunderbolt, beginning with the 23 Jan 2015 issue. Publisher to produce weekly newspaper to be known as Thunderbolt, a civilian enterprise newspaper published to provide news and356px-Seal_of_the_US_Air_Force.svg command information to personnel of Luke AFB, AZ. This publication is subject to the requirements of DOD Instruction 5120.4, AFI 35-101, and the regulations and instructions incorporated therein by reference and the conditions and agreements as contained herein. The North American Industry Classification Systems (NAICS) code for this requirement is 511110 and the small business size standard is 500 employess. This requirement is unrestricted. The publication shall be prepared, printed and delivered at no cost to the government; however, the Contractor shall receive all revenue accruing from the sale of advertising carried with the publications. The Contractor will also be required to provide manpower in the way of, not limited to, an editor and production assistant to write, edit, photograph and lay out the newspaper to work in the public affairs office located on Luke AFB, AZ. These requirements are further outlined in accompaning Statement of Work.
If your firm wishes to compete for the opportunity to publish the Thunderbolt, please, submit a written technical proposal and completed Statement of Work, not later than 4:00 pm on 23 Dec 2014 to:

56 Contracting Squadron
Attn: A1C Anna Valdez
14100 W Eagle Street
Luke AFB, AZ, 85309-1217
Email: anna.valdez.1@us.af.mil
Telephone: 623-856-2732

Place of Performance: 14100 W Eagle Street Luke AFB, AZ 85309 US URL: https://www.fbo.gov/spg/USAF/AETC/LukeAFBCS/2015Newspaper/listing.html

OutreachSystems Article Number: 141204/SPECIAL/1160 Matching Key Words: writ*; technical; standard;

356px-Seal_of_the_US_Air_Force.svgDepartment of the Air Force, Air Education and Training Command, Luke AFB Contracting Squadron, 14100 W. Eagle Street Luke AFB AZ 85309

76 — Base Guide, Telephone Directory and Map 2015baseguide 122314 Anna O. Valdez, Contracting Specialist, Phone 623-856-2748, Email anna.valdez.1@us.af.mil – Maria D Woolford, Contracting Officer , Phone 623) 856-3449, Fax (623) 856-3447, Email maria.woolford@us.af.mil Luke AFB is requesting proposals from interested publishers desiring to compete for a (one or two)-year contractual agreement with renewal options of one or two years for up to a total of six years to produce a base guide and telephone directory, and map to be known as “Luke Air Force Base Guide and Telephone Directory” and “Luke Air Force Base Map”, a civilian enterprise product published to provide Air Force people information about the mission of their command; command, installation or community services available; local geography and history; and related information. This publication is subject to the requirements of DOD Instruction 5120.4, AFI 35-101, and the regulations and instructions incorporated therein by reference and the conditions and agreements as contained herein. The North American Industry Classification Systems (NAICS) code for this requirement is 511110 and the small business size standard is 500 employees. This requirement is unrestricted. The publication shall be prepared, printed and delivered at no cost to the government; however, the Contractor shall receive all revenue accruing from the sale of advertising carried with the publications.
If your firm wishes to compete for the opportunity to publish the “Luke Air Force Base Guide and Telephone Directory” and “Luke Air Force Base Map”, please, submit a written technical proposal and completed Statement of Work, not later than 4:00 pm on 23 Dec 2014 to:

56 Contracting Squadron
Attn: A1C Anna Valdez
14100 W Eagle Street
Luke AFB, AZ, 85309-1217
Email: anna.valdez.1@us.af.mil
Telephone: 623-856-2732

Place of Performance: 14100 W Eagle Street Surprise, AZ 85309 US URL: https://www.fbo.gov/spg/USAF/AETC/LukeAFBCS/2015baseguide/listing.html

OutreachSystems Article Number: 141204/SPECIAL/1161 Matching Key Words: writ*; technical; standard;

Other Federal Procurements (Small)

FedConnect https://www.fedconnect.net/FedConnect/PublicPages/PublicSearch/Public_Opportunities.aspx FedConnect phone: 800-899-6665 email: support@fedconnect.net

T — FRIENDSHIP HILLS NATIONAL HISTORIC SITE EXHIBIT VI SOL P15PS00168 Description FRHI EXHIBIT VIDEOS Overview Reference number: P15PS00168 Issue date: 12/02/2014 Response due: 12/16/2014 10:00 AM ET Set Aside: Total Small Business NAICS: 512110-Motion Picture and Video Production PSC / FSC: T006-PHOTO/MAP/PRINT/PUBLICATION- FILM/VIDEO TAPE PRODU Agency: DOI Contracting office: NPS, HFC – Acquisition Management 67 Mather Place IDC Building Harpers Ferry, WV 25425 Place of Performance: Contact: Jason Albright Phone: Fax: Email: Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141203/SMALL/2459 Matching Key Words: video*; film?; produc*; conference?; site?; business*; production?;

TransitTalent.com http://www.transittalent.com/search_solicitations_all.cfm This bid has been provided by TransitTalent.com. For more information, please visit the TransitTalent.com web site.

99 — RFP 15-013 Production of Video SOL RFP 15-013 Production of Video Due Date: January 13, 2015 Address: West Covina, California Contact: Foothill Transit For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141203/SMALL/2556 Matching Key Words: video*; produc*; production?;

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 – LPN Carl Perkins Vocational Training Ctr RFP : 1500000140 SOL LPN Carl Perkins Vocational Training Ctr RFP : 1500000140 Department For Workforce Investment Medical Service Published On : 12/3/14 Amended On : Closing On : 12/15/14 1:00 PM EST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141205/BID/0008 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 System for the Technology Transfer Program SOL UK-1433-15 Event Management System for the Technology Transfer Program Due Date: 12-23-14 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141203/BID/0180 Matching Key Words: age:state!ky; state!ky;

pitanim



BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

ARMY

Hellfire Systems LLC, Orlando, Florida, was awarded a $150,002,546 modification (P00133) to Foreign Military Sales contract W31P4Q-11-C-0242 (Australia, Iraq, Qatar, Saudi Arabia, Jordan, Indonesia, Egypt, Lebanon) to manufacture and deliver 2,109 Hellfire II missile models, air-to-ground missiles models AGM-114R, AGM-114R-3, AGM-114P4-A, training guided missile TGM M36E7, and air-training-Department of the Armymissile ATM-114Q-6. Fiscal 2012, 2013, 2014 and 2015 other procurement funds in the amount of $150,002,546 were obligated at the time of the award. Estimated completion date is Nov. 30, 2016. Work will be performed in Orlando, Florida. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DynCorp International LLC, Fort Worth, Texas, was awarded a $42,877,839 modification (P00062) to contract W58RGZ-13-C-0040 for Operation Enduring Freedom aviation maintenance support. Fiscal 2015 operations and maintenance (Army) funds in the amount of $42,877,839 were obligated at the time of the award. Estimated completion date is April 6, 2012. Work will be performed in Afghanistan. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

State Licensing Agency, Missouri Department of Social Services, Jefferson City, Missouri, was awarded a $14,856,186 modification (0026) to contract W911S7-09-D-0029 for food service operations in troop dining facilities, Fort Leonard Wood, Missouri. Fiscal 2015 operations and maintenance (Army) funds in the amount of $14,856,186 were obligated at the time of the award. Estimated completion date is June 15, 2015. Army Contracting Command, Fort Leonard Wood, Missouri, is the contracting activity.

Hellfire Systems LLC, Orlando, Florida, was awarded a $10,594,605 modification (P00130) to contract W31P4Q-11-C-0242 for 123 Hellfire missiles, model AGM-114R. Fiscal 2014 and 2015 research, development, testing and evaluations funds in the amount of $10,594,605 were obligated at the time of the award. Estimated completion date is Nov. 30, 2016. Work will be performed at Orlando, Florida. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Oracle America Inc., Reston, Virginia, was awarded a $7,194,280 modification (P00056) to contract (N00024-01-C-6110) for Oracle PeopleSoft licenses and maintenance services. Fiscal 2015 research, development, test and evaluation funds in the amount of $4,846,186; and fiscal 2015 Operations and Maintenance, Army funds in the amount of $2,348,093 were obligated at the time of the award. Estimated completion date is Dec. 20, 2015. Work will be performed in Reston, Virginia. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

CORRECTION: The contract announced yesterday to Lockheed Martin Missile and Fire Control included an incorrect contract number. The correct contract number is W58RGZ-11-C-0120.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Raytheon Co., Largo, Florida, has been awarded a not-to-exceed $344,335,000 firm-fixed-price requirements contract for the Command and Control Switching System. Contractor will provide logistics support for operational Command and Control Switching System to include contractor logistics suppport, spare parts replenishment, management of depot spares, technical manuals. It also includes a depot logistics support office, field logistics support offices, software support, engineering and technical services, system de-installation and re-installation for 100-200 platforms located worldwide. Work will be primarily performed at Largo, Florida, and is expected to be complete by Dec. 31, 2019. This contract involves foreign military sales to Canada. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8218-15-D-0001).

Matrix Research Inc., Dayton, Ohio, has been awarded a $40,000,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for research and development. Contractor will conduct research and development, and perform modeling, analysis, simulation, development, fabrication, characterization, testing, evaluation, demonstration and conceptualization of radio frequency and electro-optical subsystem, component, device and material technologies for air and space sensor applications. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Dec. 17, 2021. This award is the result of a competitive acquisition with three offers received. Fiscal 2014 research and development funds in the amount of $125,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-15-D-1746).

The Boeing Co., Seattle, Washington, has been awarded a $34,923,512 modification (P00057) to exercise an option to previously awarded contract FA8625-11-C-6600 for KC-46 interim contractor support. Work will be performed at Seattle, Washington, and is expected to be complete by Dec. 17, 2015. This award is the result of a competitive acquisition. Fiscal 2015 procurement funds in the amount of $34,923,512 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Bell Contracting Inc, Midwest City, Oklahoma, has been awarded a $7,616,256 firm-fixed-price contract to repair the northwest end of the keel and non-keel sections of Runway 13/31. Contractor will furnish all plant, labor, equipment, instruments, materials, transportation, and incidentals required to widen the concrete keel of Runway 13/31 to full depth. They will also install a subgrade drainage system, conduct joint replacement of the existing concrete keel and new pavement markings from the runway horn to northwest end. Work will be performed at Tinker Air Force Base, Oklahoma, and is expected to be complete by June 16, 2015. This award is the result of a competitive acquisition with two offers received. Fiscal 2015 operations and maintenance funds in the amount of $7,616,256 are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8101-15-C-0002).

NAVY

BTL Technologies Inc.,* San Antonio, Texas (N62645-15-D-5008); Donald L. Mooney Enterprises LLC, doing business as Nurses Etc. Staffing,* San Antonio, Texas (N62645-15-D-5012); Loyal Source Government Services LLC,* Orlando, Florida (N62645-15-D-5009); Magnum Opus Technologies Inc.,* San Antonio, Texas (N62645-15-D-5011); Matrix Providers Inc.,* Denver, Colorado (N62645-15-D-5010); and Vesa Health & Technology Inc.,* San Antonio, Texas (N62645-15-D-5013), are each being awarded a 30-month, firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award-task-order contract for various ancillary600px-US-DeptOfNavy-Seal.svg services to include allied health, technician, technologist, and assistant labor bands at military treatment facilities in the Northeastern Region of the United States. The aggregate not-to-exceed amount for these multiple award contracts combined is $193,605,129.45 and the companies will have the opportunity to bid on each individual task order. Work will be performed in Naval Medical Center Portsmouth, Virginia (86 percent); Naval Health Clinic Annapolis, Maryland (2 percent); Naval Health Clinic Great Lakes, Illinois (2 percent); Naval Health Clinic Newport, Rhode Island (1 percent); Naval Health Clinic Patuxent River, Maryland (1 percent); Naval Health Clinic Quantico, Virginia (4 percent); Naval Branch Health Clinic Groton, Connecticut (1 percent); Naval Branch Health Clinic Portsmouth, New Hampshire (1 percent); Naval Branch Health Clinic Saratoga Springs, New York (1 percent); and any associated branch clinics in the Northeast Region of the United States (1 percent). Work performed under these contracts is expected to be completed Sept. 30, 2017. Fiscal 2015 Defense Health Program funds in the amount of $21,748,092 will be obligated at the time of award under initial task orders, and the funds will expire at the end of the fiscal year. Funding is predominantly from the Defense Health Program; however, other funding initiatives such as Psychological Health/Traumatic Brain Injury, Overseas Contingency Operations and Wounded, Ill, and Injured may be used. These are all one-year funding types. These contracts were solicited via a multiple award electronic request for proposals as a 100 percent small disabled veteran-owned small business set-aside; 23 offers were received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $34,893,266 modification to a previously awarded cost-plus-fixed-fee contract (N00019-15-C-0031) for modification management of deployable spares packages for F-35 Lightening II Low Rate Initial Production Lot VI aircraft. In addition, this contract provides for unit level augmentation and delivery of technical, administrative, and associated financial data. This modification combines purchases for the U.S. Air Force ($15,954,729; 46 percent); the U.S. Marine Corps ($13,712,801; 39 percent); the U.S. Navy ($2,985,661; 8.6 percent) and the international partners ($2,240,075; 6.4 percent). Work will be performed in Fort Worth, Texas (50 percent); Ogden, Utah (16 percent), Burton, South Carolina (13 percent), Yuma, Arizona (5 percent); Havelock, North Carolina (5 percent); Rosamond, California (4 percent); Valparaiso, Florida (4 percent); Glendale, Arizona (2 percent); and Las Vegas, Nevada (1 percent), and is expected to be completed in March 2016. Fiscal 2014 aircraft procurement (Air Force) and 2015 aircraft procurement (Marine Corps, and Navy) and international partner funds in the amount of $34,893,266 will be obligated at time of award, none of which will expire at the end of the current year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

BAE Systems Information and Electronic Systems Integration Inc., Greenlawn, New York, is being awarded $17,614,196 for delivery order 0002 against a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-14-D-0025) in support of the Mode 5 Capable RT-1763C/APX-111(V) Combined Interrogator Transponder. This order provides for the procurement of engineering analysis, design and development efforts to address pulse top ripple and obsolescence issues. Work will be performed in Greenlawn, New York, and is expected to be completed in December 2017. Fiscal 2014 aircraft procurement (Navy) funds in the amount of $17,614,196 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.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Y. Hata & Co., Ltd.,* Honolulu, Hawaii, has been awarded two contracts against solicitation SPE300-14-R-0027 for a maximum $201,000,000 (SPE300-15-D-3130) and $141,000,000 (SPE300-15-D-3129) for prime-vendor full-line food distribution in Hawaii. These are fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contracts. These contracts were competitive acquisitions with four offers received for each. These are five-year base contracts with no option year periods. Location of performance is Hawaii with a Dec. 16, 2019, 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.

Utilis USA,** Fort Walton Beach, Florida, has been awarded a maximum $200,000,000 firm-fixed-price, indefinite-delivery contract for commercial shelters. This contract was a competitive acquisition and 20 offers were received. This is a one-year base contract with three one-year option periods. Location of performance is Florida with a Dec. 16, 2015, 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 (SPE1C1-15-D-1018).

Power Paragon Inc., Anaheim, California, has been awarded a maximum $23,845,101 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for power transfer switching units. This contract was a competitive acquisition and two offers were received. This is a one-year base contract with four one-year option periods. Location of performance is California with a Dec. 16, 2015, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2015 Navy working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania (SPRMM1-15-D-Y001).

Wegmann USA Inc., Lynchburg, Virginia, has been awarded a maximum $8,519,817 firm-fixed-price, undefinitized contract for ammunition stowage racks. This contract was a sole-source acquisition. This is an 11-month contract. Location of performance is Virginia with a Nov. 16, 2015, performance completion date. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7L3-15-C-0024). (Awarded Dec. 16, 2014)

Wegmann USA Inc., Lynchburg, Virginia, has been awarded a maximum $8,050,882 firm-fixed-price, undefinitized contract for ammunition stowage racks. This contract was a sole-source acquisition. This is an 11-month contract. Location of performance is Virginia with a Nov. 16, 2015, performance completion date. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7L3-15-C-0029). (Awarded Dec. 16, 2014)

CORRECTION: The contract announced on Nov. 25, 3014 for Sysco Hampton Roads, Suffolk, Virginia (SPE300-15-D-3119) for $238,000,000 was announced with an incorrect award date. The correct award date is Dec. 17, 2014.

AIR FORCE

Northrop Grumman Systems Corp., San Diego, California, has been awarded a $657,400,000 hybrid contract including firm-fixed-price, cost-plus-incentive-fee and cost-plus-fixed-fee undefinitized contract action for aircraft for the Republic of Korea. Contractor will provide four RQ-4B Block 30 Global Hawk air vehicles, two spare engines, and the applicable Ground Control Environment elements. Each will contain an Enhanced Integrated Sensor Suite. Work will be performed at San Diego, California,356px-Seal_of_the_US_Air_Force.svg and is expected to be complete by June 28, 2019. This contract involves foreign military sales. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-15-C-3001).

Lockheed Martin Aeronautics Corp., Fort Worth, Texas, has been awarded a $308,263,249 firm fixed price modification (P00005) to previously awarded contract FA8615-12-C-6016 to provide the government of Taiwan with 144 Active Electronically Scanned Array radars. Contractor will provide installation on F-16 aircraft and one year of supplier support in Taiwan. Work will be performed in Taiwan and is expected to be complete by Nov. 30, 2021. This contract is 100 percent foreign military sales. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

160px-Special_Operations_Specops_Army.svgSPECIAL OPERATIONS COMMAND

CACI-Athena Inc., Arlington, Virginia, is being awarded a $38,408,431 firm-fixed-price contract for joint geospatial analytical support services in support of U.S. Special Operations Command. The work will be conducted in multiple locations in the United States and overseas and is expected to be complete December 2015. Fiscal 2014 operations and maintenance funds in the amount of $500,000 are being obligated at the time of award. This contract was a competitive acquisition, with five proposals received. U.S. Special Operations Command is the contracting activity (H92222-15-C-0012).

DEFENSE LOGISTICS AGENCY

Forest Products Distributors Inc.,* Rapid City, South Dakota (SPM8E6-12-D-0001), and S&S Forest Products LLC,* Boerne, Texas (SPM8E6-12-D-0003), haveDefense_Logistics_Agency been awarded a maximum $115,965,122 modification (P00103) exercising the second option year to a two-year base contract with three one-year option periods for wood products for the central region. This is a firm-fixed-price, tailored-logistics-support contract (SPM8E6-09-R-0010). Location of performance is South Dakota with a Jan. 16, 2016, 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.

Science Application International Corp., Fairfield, New Jersey, has been awarded a maximum $23,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, prime vendor contract for maintenance, repair, and operations for the northwest region. This contract was a sole-source acquisition. This is a three-month bridge contract. Location of performance is New Jersey, with a Mar. 17, 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 (SPE8E3-15-D-0008).

600px-US-DeptOfNavy-Seal.svgNAVY

Rore Inc.,* Port Angeles, Washington, is being awarded a maximum amount $75,000,000 indefinite-delivery/indefinite-quantity contract for category III and category IV construction projects in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). The work to be performed provides for construction, repair, alteration, and maintenance services. Types of projects include, but are not limited to, fire protection alarm relocation, pre-engineered buildings with no utilities, non-structural demolition, replacement of non-load bearing walls, lighting fixture replacement, gutters and downspouts, replacing door and window hardware, and pipe installation. No task orders are being issued at this time. All work for this contract will be performed in the West Sound region of the NAVFAC Northwest AOR to include Naval Base Kitsap (NBK) – Bangor, Silverdale, Washington; NBK – Bremerton, Bremerton, Washington; and to a lesser extent, Naval Station Everett, Everett, Washington; and Naval Air Station Whidbey Island, Oak Harbor, Washington. The term of the contract is not to exceed 60 months with an expected completion date of December 2019. Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $25,000 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 12 proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-15-D-0003).

York International Inc., York, Pennsylvania, is being awarded a $41,973,741 indefinite-delivery/indefinite-quantity contract incorporating firm-fixed-price contract line item numbers with a three-year period of performance. The proposed contract will provide for the procurement of conversion kits to modify the 125-, 200-, and 300-ton air conditioning plants used on the LSD-41, DDG-51, and LHD-1 class ships to use HFC-236fa refrigerant in lieu of the current ozone-depleting CFC–114 refrigerant. Work will be performed in York, Pennsylvania, with an expected completion date of December 2017. Fiscal 2015 other procurement (Navy) funding in the amount of $2,033,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pennsylvania, is the contracting activity (N65540-15-D-0001).

SC Engineers Inc.,* San Diego, California, is being awarded a maximum amount $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for mechanical, electrical and plumbing engineering related services in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The work to be performed provides for preparation of requests for proposals (RFPs) for design build (DB) projects; design-bid-build (DBB) construction contract packages; site investigations/studies/surveys; reports from studies, surveys and/or site investigations; design and construction quality control support services; addressing constructability issues; technical reviews of government prepared RFPs for DB projects and government prepared design documents for DBB projects; antiterrorism; post construction award services; fire protection engineering designs, studies, surveys and site investigation; fire risk/hazard analysis; life safety code analysis; fire modeling and engineering documentation; and final inspections and tests of installed fire protection systems. 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 December 2019. Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $5,000 are 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 19 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-15-D-2402).

ARMY

Raytheon Co., Andover, Massachusetts, was awarded a $12,153,846 modification (000204) to contract W31P4Q-13-D-0001 for inventory management as well as the repair and replacement of items pertaining to PATRIOT Performance Based LogisticsDepartment of the Army support. Fiscal 2014 other procurement funds in the amount of $12,153,846 were obligated at the time of the award. Estimated completion date is April 30, 2015. Work will be performed in Andover, Massachusetts. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Lockheed Martin Missile and Fire Control, Orlando, Florida, was awarded a $7,536,967 modification (P00081) to foreign military sales (Qatar) contract W56HZV-12-G-0010 to procure two Modernized Target Acquisition Designation Sight/Pilot Night Vision Sensor system spares in support of the Qatar Armed Forces. Fiscal 2010 other procurement funds in the amount of $7,536,967 were obligated at the time of the award. Estimated completion date is Jan. 31, 2018. Work will be performed in Orlando, Florida. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Bis Services LLC, * Kenner, Louisiana (W912P8-15-D-0001); Circle LLC,* Bell Chase Louisiana (W912P8-15-D-0002); and Shavers-Whittle Construction LLC,* Mandeville, Louisiana (W912P8-15-D-0003), were awarded a $200,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award task order contract for armoring levees in the greater New Orleans, Louisiana, area with an estimated completion date of Dec. 15, 2020. Bids were solicited via the Internet, with 10 received. Funding will be determined with each order. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity.

General Atomics Aeronautical, Poway, California, was awarded an $114,598,215 modification (P00006) to contract W58RGZ-14-C-0008 to continue contractor logistics for the Warrior unmanned aircraft system. Fiscal 2015 operations and maintenance (Army) funds in the amount of $17,000,000 were obligated at the time of the award. Estimated completion date is Dec. 16, 2015. Work will be performed in Poway, California, and in Afghanistan. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

General Dynamics Ordinance and Tactical Systems, Williston, Vermont, was awarded a $72,061,662 modification (P00002) to Foreign Military Sales contract W31P4Q-14-C-0154 to exercise a fiscal 2015 option for the fiscal 2014 through fiscal 2018 Hydra-70 Rocket System which includes M151 high explosive rockets, M274 smoke signal practice rockets, M229 high explosive rockets, MK66 MOD 4 motors (Air Force and Navy) and WTU-1/B practice warheads. Fiscal 2013 and 2014 other procurement funds in the amount of $59,097,584 were obligated at the time of the award. Estimated completion date is Sept. 30, 2016. Work will be performed in Williston, Vermont, and Camden, Arizona. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Sigmatech, Inc.,* Huntsville, Alabama was awarded a $57,440,905 cost-plus fixed-fee contract for development, operations, maintenance and support for aviation element simulation. Funding and work location will be determined with each order with an estimated completion date of Dec. 14, 2019. Bids were solicited via the internet with three received. Army Contracting
Command, Redstone Arsenal, Alabama is the contracting activity (W31P4Q-15-D-0006).

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $56,394,775 modification (P00217) to contract W58RGZ-12-C-0008 to exercise an option for five UH-60M aircraft for foreign military sales case MX-B-UEU, Mexican Navy. Estimated completion date is May 30, 2016. Work will be performed in Stratford, Connecticut. Fiscal 2010 funds in the amount of $2,221,115 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Cutter Enterprises,* Vernon Rockville, Connecticut, was awarded a $10,488,500 contract to repair the aircraft maintenance hangar and construct an F-15 shop addition at Barnes Air National Guard Base, Westfield, Massachusetts, with an estimated completion date of June 17, 2016. Bids were solicited via the Internet, with nine received. Fiscal 2012 and 2015 operations and maintenance (Army) and military construction funds in the amount of $10,488,500 are being obligated at the time of the award. National Guard Bureau, Milford, Massachusetts, is the contracting activity (W912SV-15-C-0001).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Phillips 66 Company, Bartlesville, Oklahoma, has been awarded a maximum $93,603,982 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition and two offers were received. Locations of performance are Oklahoma and Texas, with an April 30, 2015, performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0650).

The Resource Center,* Jamestown, New York, has been awarded a maximum $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for individualized first aid kits. This contract was a sole-source acquisition. This is a one-year contract with no option year periods. Location of performance is New York, with a Dec. 14, 2015, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DS-15-D-N002).

NAVY

Combined Systems, Inc.,* Jamestown, Pennsylvania, is being awarded a $42,491,200 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for MK 20 MOD 0, flash and single bang, diversionary grenades in support of U.S. Special Operations Command Ammunition and Weapons Program. MK 20 MOD 0, flash and single bang, diversionary grenades are non-lethal devices that are primarily used to both daze and disorient an enemy for the advancement of the user. Work will be performed in Jamestown, Pennsylvania, and is expected to be completed by September 2019. Fiscal 2014 procurement of ammunition (Air Force) funding in the600px-US-DeptOfNavy-Seal.svg amount of $1,301,820 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with five offers received. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-15-D-JR01).

Data Link Solutions LLC, Cedar Rapids, Iowa, is being awarded a $32,606,821 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Multi-Functional Information Distribution System (MIDS) on Ship (MOS) Lot Four follow-on production (N00039-15-D-0022). The contract covers the fabrication, integration, testing and delivery of up to 12 MOS Lot Four production units for shipboard application. The contract also includes spares related to the aforementioned production. This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $38,624,221. Work will be performed in Wayne, New Jersey (70 percent), and Cedar Rapids, Iowa (30 percent), and is expected to be completed by December 2017. Fiscal 2013 and 2014 shipbuilding and conversion (Navy) funds in the amount of $10,580,902 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Commerce Business Daily’s Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with one offer received. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-15-D-0022).

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 to extend range of flight requirements. Work will be performed in Tempe, Arizona, and is expected to be completed in February 2016. Fiscal 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., is being awarded an $11,661,566 firm-fixed-price contract for the procurement of sustaining engineering and logistics support services for the C/KC-130J aircraft for the U.S. Marine Corps and Marine Corps Reserve, the U.S. Coast Guard, and the government of Kuwait. Work will be performed at Marietta, Georgia (63 percent); Afghanistan (11 percent); Palmdale, California (7 percent); Kuwait (6 percent); Greenville, South Carolina (3 percent); Iwakuni, Japan (3 percent); Miramar, California (2 percent); Cherry Point, North Carolina (2 percent); Elizabeth City, North Carolina (2 percent); and Fort Worth, Texas ( 1 percent). Work is expected to be completed in December 2015. No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued. This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-14-D-0006).

Sikorsky Support Services Inc., Stratford, Connecticut, is being awarded an $11,708,901 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0024) to exercise an option for organizational, intermediate, and limited depot-level maintenance in support of the F-5 aircraft. Work will be performed at the Naval Air Station Key West, Florida (37 percent); Naval Air Station Fallon, Nevada (35 percent); and Marine Corps Air Station, Yuma, Arizona (28 percent), and is expected to be completed in June 2015. Fiscal 2015 operations and maintenance (Navy Reserve) funds in the amount of $8,343,644 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.

pitanim


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 Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7 Patuxent River MD 20670

R — AIR-4.3 Engineering and Technical Support, AVTSS 1300468936_Planning_PR 011315 Lydia F. Munley, Contract Specialist, Phone 3017372780, Email lydia.munley@navy.mil INTRODUCTION

The Naval Air Systems Command, Aircraft Support Contracts Department (AIR-2.5.1.5), Patuxent River,600px-US-DeptOfNavy-Seal.svg MD is seeking information for potential sources of Air Vehicle Technical Support Services. The tasking is to provide the Naval Air Systems Command (NAVAIR) Air Vehicle Engineering Department (AIR 4.3) with engineering and technical services, software, hardware and prototype development, documentation, analysis, and technical data (results of data analysis) to support the development of advanced air vehicle technologies, primarily through the use of modeling and simulation. Additionally, this Sources Sought notice is being published with the intent to promote competition . Suggestions from industry regarding how competition may best be achieved are requested. All such suggestions will be considered; however, the Government reserves the right to solicit for the required services in a manner of its own choosing in accordance with the applicable procurement regulations.

ANTICIPATED PLACE OF PERFORMANCE

The primary location for services in support of this contract will be at the NAWCAD, Patuxent River, MD and the contractor shall have an Engineering Field Office within 30 miles of NAS Patuxent River to facilitate technical monitoring of task progress/adequacy and rapid response to technical questions with minimal travel time. The requirement for an Engineering Field Office shall be met by the contractor upon contract award. A contractor does not need to have a local Engineering Field Office established prior to submitting a response to this Sources Sought notice.

The anticipated places of performance and on-site/off-site support requirements are as follows:

Place of Performance:
Patuxent River, MD: 100%

Percentage of Total Effort:
On-Site, Government: 85%
Off-Site, Contractor: 15%

DISCLAIMER

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.

PROGRAM BACKGROUND

The required support activities include specialized engineering / technical services for the development, operation and support of state-of-the-art air vehicle dynamic simulations and architecture, collision avoidance systems algorithm design, engineering analysis, and system acquisition. These services are required to support current and future piloted and desktop engineering simulation capabilities, aircraft trainer devices, and DOD manned aircraft and Unmanned Air Vehicles (UAVs) in-service and acquisition programs. These efforts pertain to flight vehicle models and simulations, flight control systems, engine control systems, collision avoidance systems, flight test data analysis, and related engineering support. The requirement for these services is currently being performed under N00424-11-D-0030 by American Systems Corporation.

The NAVAIR Freedom of Information Act (FOIA) website is http://foia.navair.navy.mil.

REQUIRED CAPABILITIES

Refer to the attached Draft Statement of Work (SOW).

The Contract Type is anticipated to be a Cost-Plus-Fixed-Fee (CPFF) Single Award Indefinite Delivery Indefinite Quantity (IDIQ) vehicle. The estimated total level of effort is approximately 268,800 hours inclusive of all years. The anticipated ordering period for the IDIQ vehicle is five years, with performance starting on 1 March 2016. The anticipated RFP release date is 5 March 2015.

The following are anticipated Labor Categories under this Requirement:

Program Manager
Engineer/Scientist V
Engineer/Scientist IV
Engineer/Scientist III
Engineer/Scientist II
Engineer/Scientist I
Subject Matter Expert I
Senior Computer Scientist
Computer Specialist
Management Analyst
Project Support Specialist
Technical Writer I

In addition to the above, please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business’ General and Administrative rate multiplied by the labor cost. For a Small Business Set-Aside, the small business prime cannot utilize the cost of performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14, with the exception of Service Disabled Veteran Owned Small Businesses (FAR 52.219-27(1)(i) and HUBZone Small Businesses (FAR 52.219-3(d)(1).

The attached draft statement of work provides additional information about the required tasking. It is requested that, in its response to the Sources Sought, a vendor identify whether it has the capability to perform under all of the tasking or only specific portions of it. For each task area indicated, parties should demonstrate their capability. Since the resultant contract is anticipated to be a cost-type, the successful awardee will be required to have a Government approved accounting system upon contract award.

ELIGIBILITY

The applicable NAICS code for this requirement is 541330 with a current size standard of $38.5m. The Product Service Code (PSC) is R425.

SPECIAL REQUIREMENTS

Any resulting contract is anticipated to have a security classification level of Secret.

SUBMISSION DETAILS

The capability statement package should be emailed to Lydia Munley, lydia.munley@navy.mil. Submissions must be received no later than 10:00 AM Eastern Time on 13 January 2015.

Interested businesses should submit a brief capabilities statement package (no more than Twenty five (25) 8.5×11 inch pages, font no smaller than 10-point) demonstrating ability to provide the services listed in this Technical Description. Documentation should be in bullet format. This document must address, at a minimum, the following: (1) title of the SOW for which the capabilities statement is being submitted; (2) prior/current corporate experience performing efforts of similar size and scope within the last 3 years, including Contract Number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of how the referenced contract related to the services described in the SOW; (3) company profile to include number of employees, annual revenue history, office location, DUNS number, CAGE code and a statement regarding current small business size status to include socio-economic status, if applicable; (4) resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications and specific experience of such personnel; (5) management approach to staffing this effort with qualified personnel which should address current hires available for assignment to this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel (6) if you are a small business, provide an explanation of your ability to perform at least 50% of the overall effort in the attached SOW; and (7) company’s ability to begin performance upon the anticipated contract award date, which is 1 March 2016. All responses must include the following information: Company Name; Company Address; Company Business Size, and Point of Contact (POC) name, phone number, fax number, and email address. As indicated in the “Introduction” paragraph, suggestions from industry regarding how competition (i.e., multiple offers in response to the solicitation) may best be achieved are also requested as part of a firm’s response to this Sources Sought. Additionally, if there is a portion of the statement of work which could be considered as a possible separate opportunity for a small business set-aside, please include that information in the response.

All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

No phone calls will be accepted.

Place of Performance: Patuxent River, MD 20670 US URL: https://www.fbo.gov/spg/DON/NAVAIR/N00421/1300468936_Planning_PR/listing.html

OutreachSystems Article Number: 141218/PROCURE/0451 Matching Key Words: writ*; technical; standard;

190px-United_States_Army_Corps_of_Engineers_logo.svgDepartment of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD , VICKSBURG, MS 39180-6199

R–COMMUNICATIONS W912HZ-15-COMM 010215 Chelsea Whitten, 601-634-4072 USACE ITL, GSL, EL, CHL, Vicksburg
This is not a Pre-solicitation or Solicitation announcement. This is a request for information sources sought notice only.

The purpose of this sources sought notice is to gain market knowledge of potential qualified sources and their size classifications; HUBZone, 8(a), Small Disadvantage Business, Woman Owned Business, Veteran Owned Business, Service Disabled Veteran Owned Business, Large Business relative to NAICS Code 541611, with a small business size standard not to exceed $14,000, 000.00 gross annual receipts.

Responses to this sources sought synopsis will be used by the Government to make appropriate determinations about potential sources only. No solicitation is currently available at this time.

After review of the responses to this sources sought announcement a synopsis and/or solicitation announcement may be published at a later time.

Responses to this notice shall include company name, address, point of contact, size of business pursuant to North American Industrial Classification Code (NAICS) and must respond to the following questions:

1) Is your business a small business under NAICS code 541611?
2) Does your firm qualify as a small disadvantaged business?
3) If disadvantaged specify if your firm is certified under Section 8(a) of the Small Business Act?
4) Are you a certified HUBZone firm?
5) Are you a woman-owned or operated business?
6) Are you a certified Service-Disabled Veteran Owned or Veteran Owned business?
7) Is your business a large business?

Please provide a capability statement addressing your organization’s ability to perform as a prime contractor the work described below:

2. SCOPE OF WORK: The contractor shall provide communication needs; to participate in strategic communications meetings; to provide recommendations in communication plans and implementation plans; to provide metric capabilities to conduct evaluation of communications and assessment of effectiveness; technical development of web design, video development, graphic design, and journalistic creativity; conduct process analysis, recommendation, and documentation; organizing and facilitating workshops and seminars for writing techniques, marketing to customers, presentations, writing for various media, video communication techniques; and consulting in processes and improvements in multiple communications media.

The objective of this effort is to provide the Engineer Research and Development Center (ERDC) with Strategic Communication assessment and development for both internal communications, between ERDC leadership and employees, and external communications, between ERDC and stakeholders, the public, and key audiences.

Strategic Communications will include recommending successful mechanisms, skilled graphic and journalistic development, and consultation on developing an effective long-term communications effort. Strategic refers to quote mark what do you want to say, who do you want to say it to, why do you want to say it (what is your intended communications objective), and what is best way to craft and get the message to them. quote mark Communication is affected by what you say and what you do.

Task 1: Multi-media Communication. Contractor must have expertise to assess, design, and develop video communications to include shoot, edit, interview, and set to music; to update current ERDC video productions; design and develop web page communications; develop video training capabilities; provide video and photographic technology; and to provide print media development to include writing, layout, and design.

Task 2: Communication Assessment. The ERDC laboratories possess unique science and engineering capabilities, state of the art facilities, and innovative technologies. The contractor needs to assess ERDC’s messaging activities and processes against best practices applied by world-class R&D organizations in the broad spectrum of Communications; assist the ERDC in establishing a strategic communication mission and goals to enhance the ERDC internal communication efforts and the ERDC external communication efforts; and recommend and/or conduct enrichment opportunities to enhance ERDC communication capabilities.

3. Communication Expertise Sought: The contractor shall provide expert assessment, recommendations, consulting, and development of the communication areas above, and must possess knowledge of Department of Defense Communication requirements /styles/guidelines, and knowledge of Branding development.

PROGRAM/PROJECT MANAGEMENT EXPERTISE: Program Manager – Organizes, directs, and manages the contract operation and contractor support personnel assigned. Must have demonstrated capability for oral and written communications with all levels of management. Meets with customer and contractor personnel to formulate and review task plans and deliverable items. Ensures conformance with task schedules and costs.

PROGRAM/PROJECT MANAGEMENT EXPERTISE: Project Control Specialist – Performs complex evaluations of existing procedures, processes, techniques, models, and/or systems related to management problems or contractual issue that may require a report and recommend solutions. Project Control Specialist serves as project planner, coordinator, and facilitator.

PROGRAM/PROJECT MANAGEMENT EXPERTISE: Project Manager – Prepares product plans; coordinates the production process; updates clients on project-related activities.

ADMINISTRATIVE EXPERTISE: General Administrative Expertise - editors, proofreader’s, data analysis, general administrative support to provide a quality finished product as identified by the task order.

ADMINISTRATIVE EXPERTISE: Database Development – photo collection, software applying process improvement and re-engineering methodologies and principles to information programs and systems and conduct communication modernization projects. Responsible for effective transitioning of existing project teams, and facilitation of project teams in the accomplishment of project activities and objectives. Key coordinator between multiple project teams to ensure enterprise-wide integration of re-engineering efforts.

COMMUNICATIONS EXPERTISE: WEB Content Development – A working knowledge of several of the following are required: Journalism, graphic design or a related field, Web-sitemanagement, web servers, intranet site structures, and Web-related software (ex. – MS FrontPage, Dream Weaver, Access, Hyper Text Markup Language (HTML), and Web 2.0 software such as wikis, portals, and Microsoft SharePoint).

COMMUNICATIONS EXPERTISE: WEB Page Designer – Experience in web design and development using HTML and Java is required. Provide on-the-job training for the development, maintenance, and updating of Web pages. Must have good communication skills and the ability to work with all levels of management and technical personnel. Must possess a working knowledge of browsers, editors, graphic design software (e.g., PhotoShop, Illustrator). Experience with animation software and image optimization.

COMMUNICATIONS EXPERTISE: WEB Project Manager -Provide support in managing the development of agency Web sites. Lead team of Content Administrators, Software Developers and Designers. Preference is for project management skills and Web development skills. Provide leadership to a team to gather/analyze client requirements, write/edit web copy, work with internal/external resources on design, coordinate with IT Services on development, and work with Legal/Regulatory on content approvals; coordinate/document all aspects of the project; develop/manage client request/review process; track all requests/changes; and adhere to a project timeline.

COMMUNICATIONS EXPERTISE: Communications Analysis Experts – provides analyzes media markets for new concepts/product ideas; develops strategies for targeting and accessing markets; gathers data; prepares marketing materials; writes communications materials for print, Web, multimedia, and video.

COMMUNICATIONS EXPERTISE: Strategic Communications Manager – develops communications strategy, plans, and marketing materials; collects, evaluates, and interprets information, and incorporates it into print, Web, multimedia, or video/film projects; guides project from concept to evaluation; develops communications strategy, plans, and marketing materials; familiarity required with media-buying techniques, Nielsen ratings, and other media-tracking tools; thorough understanding required of demographics and advertising/messaging techniques; assists managers and acquires necessary staff, equipment, supplies, etc.

COMMUNICATIONS EXPERTISE: Graphics Specialist – Creates graphics, animations, interactive interfaces, and special effects designs for web, print, video, and multimedia products

COMMUNICATIONS EXPERTISE: Video Specialist - Films videos, edits, compiles animation and music, and final video production.

TECHNICAL EXPERTISE: Workshop Facilitation – coordinate, facilitate, provide logistical support, and develop objective and facilitation plan to conduct workshops to successfully achieve desired results.

This Sources Sought Notice does not pertain to Competitive Outsourcing under A-76.

This is not request for proposal and in no way obligates the Government to award any contract.

Please provide responses to this notice to:

Chelsea.M.Whitten@usace.army.mil

Telephone responses will not be accepted.

Please provide responses in writing no later than 2 January 2015.

Responses to this sources sought announcement will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation.

No solicitation is currently available at this time.
Place of Performance: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD , VICKSBURG MS 39180-6199 US URL: https://www.fbo.gov/spg/USA/COE/329/W912HZ-15-COMM/listing.html

OutreachSystems Article Number: 141218/PROCURE/0455 Matching Key Words: video*; film?; edit*; produc*; train*; seminar?; you; web; site?; page?; business*; documentation; production?; writ*; copy; technical; standard;

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

Broadcasting Board of GovernorsBG50-R-15-0018 122214 Patrice Abner, Phone 000-000-0000, Email pabner@bbg.gov – Herman Shaw, Contracting Officer, Phone 000-000-0000, Fax 000-000-0000, Email hshaw@bbg.gov 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-15-0018is 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) 2005-072, dated May 31, 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 standards of $7.5M respectively .

(V) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. anticipates awarding a single Non-Personal Services Purchase Order for a NewsWriter and Researcher as described in the attached Statement of Work (SOW) subject to the availability of funding. The Offerors selected for an award must be able to successfully pass a BBG security investigation.

(vii) The Government anticipates making multiple awards under this Solicitation on/or about on Janaury 1, 2015 and no later than January 12, 2015.  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. The Offeror must be able to demonstrate expertise listed in the scope of work provided on the Statement of Work.

Samples of written news material from offeror (individual offeror  or key personnel)  are to be submitted with technical proposal to showjournalism writing expertise. No more than three (3) samples are to be submitted.

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 thetechnical 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 t o 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.

Summary of Proposal Items Required:

List Solicitation number on each proposal item and title of statement of work on each proposal item. Separate proposal packages are required for each individual key personnel submitting under this solicitation.

-Resume (including samples)

- Narrative (detailing how the offeror currently meets and 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)

OutreachSystems Article Number: 141216/PROCURE/0051 Matching Key Words: naics!711510; writ*; copy; technical; procedure?;

 

Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Sam Houston (JBSA), MICC Center – Fort Sam Houston (JBSA), Directorate of Contracting, Fort Sam Houston, TX 78234-1361

R–Strong Bonds Instructor Certification training for Army chaplains, chaplain assistants & FamilyDepartment of the Army members in the Strong Bonds version of the PREP – Fearless Marriage & Got Your Back curriculums W9124J-15-R-0011 122914 Shawn Reinhart, 2104662232 MICC Center – Fort Sam Houston (JBSA) SOURCES SOUGHT FOR
STRONG BONDS INSTRUCTOR TRAINING CERTIFICATION
PREPARATION AND RELATIONSHIP ENHANCEMENT PROGRAM (PREP)
FEARLESS MARRIAGE
GOT YOUR BACK

THIS SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool (FAR Part 10) being used to determine the potential firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. Feedback is encouraged and appreciated.

Mission Installation Contracting Command (MICC) Contracting Center – Fort Sam Houston (FSH) is seeking information on sources to provide Strong Bonds Instructor Certification trainingfor Army chaplains, chaplain assistants and Family members in the Strong Bonds version of the Preparation and Relationship Enhancement Program (PREP) – Fearless Marriage and Got Your Back curriculums of the Department of the Army, Chief of Chaplains (DACH). Over the past twelve years, the Chaplain Corps has successfully fielded the Strong Bonds program throughout the Army. Strong Bonds is a skills-based relationship building program led by Army Chaplains. It is the Army Chief of Chaplain’s program designed to assist commanders in building and strengthening the structure of Army families. Unit ministries teams (UMTs) are charged with providing specialized training for single Soldiers, married couples, and families.Training is also conducted as part of the deployment cycle (pre-deployment, deployment, and reintegration). The foundation for the Strong Bonds curriculum is composed of training material from the most sought after and respected practitioners of faith-based and secular relationship building programs. Chaplains, chaplain assistants, and Family members receive certification training and conduct training Army-wide utilizing this curriculum. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and non-personal services necessary to provide Instructor Training and presentation materials to Army chaplains, chaplain assistants and Family members in the Strong Bonds version of the Preparation and Relationship Enhancement Program (PREP) – Fearless Marriage and Got Your Back curriculums.

The North American Industry Classification System (NAICS) contemplated for the Strong Bonds Instructor Training Certification is 611430, Professional and Management Training, with a size standard of $11 M. However, respondents may identify other potential NAICS codes and the reasoning to support the recommendation.

This requirement is a follow-on requirement which was previously solicited as quote mark Set Aside quote mark for Small Business and awarded to PREP Educational Video, Inc. under contract W9124J-13-C-0023. The curriculum developed by PREP Educational Video, Inc is proprietary as they own the copyrights to the Preparation and Relationship Enhancement Program (PREP) – Fearless Marriage and Got Your Back curriculums. Since the current capabilities of industry, to include large and small businesses must be confirmed, all eligible large and small businesses are encouraged to respond. The Government is not obligated to and will not pay for any information received from potential sources as a result of this source sought notice.

INFORMATION REQUESTED TO BE SUBMITTED IN RESPONSE TO THIS SOURCES SOUGHT:

Respondents WILL NOT be notified of the results of this sources sought survey. If and when a solicitation is issued, it will be posted on http://www.fedbizopps.gov. It is the respondent’s responsibility to monitor this site for the release of any synopsis or solicitation.

Interested sources shall complete the attached market research questionnaire. It is requested that interested businesses submit to the contracting office the completed market research questionnaire (no more than 10 pages in length, single-spaced, 12-point font minimum).

The market research questionnaire shall be sent via email to Mr. Shawn R. Reinhart, Contract Specialist, shawn.r.reinhart2.civ@mail.mil, and Gary Stevens, Contracting Officer, gary. l.stevens.civ@mail.mil. Submissions must be received at the office cited no later than 3:00 p.m. (CST) on Monday, December 29, 2014.

Point of Contact: Shawn R. Reinhart, (210) 466-2232. Email your questions to MICC – FSH, shawn.r.reinhart2.civ@mail.mil and include Gary Stevens, Contracting Officer,
gary.l.stevens.civ@mail.mil.

Place of Performance: Place of performance will be within and outside the continental United States. Training locations will be identified by the Office of the Chief of Chaplains.

Set-Aside: Total Small Business Place of Performance: MICC Center – Fort Sam Houston (JBSA) 2205 Infantry Post Road Fort Sam Houston TX 78234-1361 US URL:https://www.fbo.gov/notices/953dce516e7ce6285cafc5182d789614

OutreachSystems Article Number: 141216/PROCURE/0367 Matching Key Words: video*; train*; site?; page?; education*; business*; instruct*;

FedBizOpps – Awards

Broadcasting Board of GovernorsBroadcasting Board of Governors, Director, Office of Contracts, Eurasia Office of Strategy and Development, Vinohradska 159a 100 00 Prague 10 1

R — VOA Uzbek Language Placement in Kyrgyzstan BBG-L-73-15-0032 Adam Gartner, Phone 420221123773, Email atgartne@bbg.gov BBG-L-73-15-0032 $80,460.00 for a three (3) year agreement (one base year plus two option year periods if exercised). 121514 Private entrepreneur Abdiraimov Omorbek NTRK The Network shall broadcast VOA Uzbek language program“Amerika Manzaralari” Monday from 18:30-19:00 local and rerun Tuesday 12:30-13:04 local, with the airing not varying more than two minutes from the time agreed upon.
BBG is authorized to produce this program in any way it sees fit, so long as it does not violate the laws of Kyrgyzstan.
Network shall broadcast the program in its entirety, without alteration, abridgement or excerption.
URL: https://www.fbo.gov/notices/80022b76e3c32a14f8d76cf1834cd5dc

OutreachSystems Article Number: 141216/AWARDS/0553 Matching Key Words: broadcast*; program?;

USABID State and Local Purchases

Kentucky – Louisville Water Company http://www.lwckyplanroom.com/View/Default.aspx Louisville Water Company ePlanroom City Government Customer Service Call: MetroCall 311 or (502) 574-5000

R – RFP# 14-09 / Professional Legal Services SOL RFP# 14-09 / Professional Legal Services Due Date: 11/26/2014 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141218/BID/0247 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 – ROW Appraisal Review Laurel Co. Item No. 11-147.00 RFP : 150000 SOL ROW Appraisal Review Laurel Co. Item No. 11-147.00 RFP : 1500000158 Transportation – Office Of The Secretary Laura Hagan Pro Services Published On : 12/15/14 Amended On : Closing On : 12/30/14 2:00 PM EST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141217/BID/0001 Matching Key Words: age:state!ky; state!ky;

Kentucky – University of Kentucky Capital Project http://ridetarc.org/about/do-business-with-tarc/current-bid-opportunities/ Transit Authority of River City (TARC), 1000 W. Broadway, Louisville, KY 40203 (502) 585-1234

R – MAP-21, Section 5310 Call for Project Applications SOL 5310-14-001 MAP-21, Section 5310 Call for Project Applications Due Date: Jan 09, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141217/BID/0238 Matching Key Words: age:state!ky; state!ky;

Kentucky – University of Kentucky Capital Project http://ridetarc.org/about/do-business-with-tarc/current-bid-opportunities/ Transit Authority of River City (TARC), 1000 W. Broadway, Louisville, KY 40203 (502) 585-1234

99 – Transmission Components SOL IFB P-2605 Transmission Components Due Date: Jan 15, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141217/BID/0239 Matching Key Words: age:state!ky; state!ky;

Utah – Clearfield City http://www.bidsync.com/DPX?by=key&ac=powersearch&posting=1&p=&changeregion=y&changeorg=&srchHeld=&srchoid_override=&headoid=1757487&sort=end&srchid=&clearsearch=&search=&title=td®ion=%2Fut&srchoid=1757487&srchgroup=-1&cat=&cat_1=-1&cat_2=-1&cat_5=-1&pastbids= 55 South State; Clearfield, UT 84015; 801-525-2700

99 – Bid #CO15021 - Commercial-Grade Shrink Film - Contract SOL Bid #CO15021 - Commercial-Grade Shrink Film - Contract Due Date: Jan 13, 2015 2:00:00 PM MST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141217/BID/0554 Matching Key Words: film?; commercial?;

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

U – Physical Education Equipment & Supplies (%) #7022Bid closes @ 11 SOL Physical Education Equipment & Supplies (%) #7022Bid closes @ 11:00 a.m. on December 29, 2014 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141216/BID/0229 Matching Key Words: age:state!ky; state!ky;

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

99 – Mulch, Hardwood (For Playgrounds) #7029Bid closes @ 3:00 p.m. on SOL Mulch, Hardwood (For Playgrounds) #7029Bid closes @ 3:00 p.m. on January 12, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141216/BID/0232 Matching Key Words: age:state!ky; state!ky;

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

R – Magazine Periodical Subscriptions (Percentage) #7020 Bid closes SOL Magazine Periodical Subscriptions (Percentage) #7020 Bid closes @ 11:00 a.m. on January 15, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141216/BID/0233 Matching Key Words: age:state!ky; state!ky;

New York Public Notices http://ny.mypublicnotices.com/PublicNotice.asp Collects and centralizes public notice advertisements from newspapers across New York.

R – PUBLIC NOTICE REQUEST FOR PROPOSALS (RFP #SS1205-1444)PUBLIC NOT SOL PUBLIC NOTICE REQUEST FOR PROPOSALS (RFP #SS1205-1444)PUBLIC NOTICE REQUEST FOR PROPOSALS (RFP #SS1205-1444) The Nassau County Department of Social Services (DSS) is soliciting proposals for the provision of record management services. Record management services involve the (1) offsite storage of hardcopy business files, retrieval, purging, and destruction services, as well as (2) maintenance and operation of a barcode-based computerized file tracking system. Proposals must be submitted by Tuesday, January 20, 2015. To obtain a copy of the RFP, write to John E. Imhof, Ph.D., Commissioner, Nassau County Department of Social Services, 60 Charles Lindbergh Blvd., Suite 160, Uniondale, NY 11553-3686. You may also contact Thomas A. Brooks at 516-227-7460, or DSS.RFP.Info@hhsnassaucountyny.us. The RFP can be viewed at http://eproc.nassaucountyny.gov/MainBidBoard. NASSAU COUNTY IS AN EQUAL OPPORTUNITY EMPLOYER Edward P. Mangano County Executive John E. Imhof, Ph.D. Commisioner Appeared in: Newsday on Monday, 12/15/2014 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141216/BID/0388 Matching Key Words: writ*; copy;

Kentucky State Procurement

Jefferson County Public Schools, 3001 Crittenden Drive, Louisville, KY 40209

76 — LIBRARY BOOKS. #7028 DUE 08-JAN-2015 Purchasing/Bid Department, Phone: (502) 485-3167; Website: http://apps.jefferson.k12.ky.us/financeweb/bidopps.aspx Library Books (Print & Electronic) and Pre-Bound Paperback Books SOL Library Books (Print & Electronic) and Pre-Bound Paperback Books (%) #7028 Bid closes @ 11:00 a.m. on January 8, 2015 For more information about this opportunity please contact the buyer directly. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 141217/KY/7623 Matching Key Words: age:state!ky; state!ky;

Jefferson County Public Schools, 3001 Crittenden Drive, Louisville, KY 40209

76 — MAGAZINE PERIODICAL SUBSCRIPTIONS. 7020 DUE 15-JAN-2015 Purchasing/Bid Department, Phone: (502) 485-3167; Website: http://apps.jefferson.k12.ky.us/financeweb/bidopps.aspx Magazine Periodical Subscriptions (Percentage) #7020 Bid closes SOL Magazine Periodical Subscriptions (Percentage) #7020 Bid closes @ 11:00 a.m. on January 15, 2015 For more information about this opportunity please contact the buyer directly. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 141217/KY/7625 Matching Key Words: age:state!ky; state!ky;

Jefferson County Public Schools, 3001 Crittenden Drive, Louisville, KY 40209

R — COMPETITIVE NEGOTIATION ON STUDENT ASSIGNMENT CHOICE RESEARCH. 3042 DUE 23-JAN-2015 Purchasing/Bid Department, Phone: (502) 485-3167; Website: http://apps.jefferson.k12.ky.us/financeweb/bidopps.aspx Competitive Negotiation on Student Assignment Choice Research #3 SOL Competitive Negotiation on Student Assignment Choice Research #3042 – PRE-BID CONFERENCE WILL BE HELD ON JANUARY 5, 2015 @ 9:00 A.M. IN CONFERNCE ROOM B, C. B. YOUNG, JR., 3001 DRITTENDEN DRIVE, LOUISVILLE, KENTUCKY 40209 Bid closes @ 9:00 a.m on January 23, 2015 For more information about this opportunity please contact the buyer directly. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 141217/KY/7626 Matching Key Words: age:state!ky; state!ky;

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

99 — SNOW PLOW REFLECTIVE GUIDE. RFB : 1500000426 DUE 30-DEC-2014 Phone: (502) 564-4510 Snow Plow Reflective Guide RFB : 1500000426 Transportat SOL Snow Plow Reflective Guide RFB : 1500000426 Transportation – Office Of The Secretary Amanda Lewis Equipment Published On : 12/11/14 Amended On : Closing On : 12/30/14 10:00 AM EST For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 141212/BID/0620 Matching Key Words: age:state!ky; age:kentucky; state!ky; This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 141216/KY/7603 Matching Key Words: age:state!ky; state!ky;

pitanim

beenetworknews.com nation list.docx

seasons-greetings-r5


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

NAVY

General Electric, Lynn, Massachusetts, is being awarded a $459,572,000 three-year performance based logistics requirements contract for the repair, replacement, consumables support, and program support for 757 F414 engine (F/A-18 E, F and EA-18G aircraft) components.  Work will be performed in Lynn, Massachusetts (99 percent), and Jacksonville, Florida (1 percent), and work is expected to be completed by December 2017.   No funds will be obligated at the time of600px-US-DeptOfNavy-Seal.svg award.  Navy working capital funds will be obligated as delivery orders are issued, and these funds will not expire before the end of the current fiscal year.  This contract was not competitively procured in accordance with FAR 15.002(a).  NAVSUP Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-15-D-001M).

Raytheon Co., McKinney, Texas, is being awarded $27,594,138 for firm-fixed-price job order 0057 under a previously awarded contract (N00164-12-G-JQ66) for procurement of multi-spectral targeting systems and data for the MH-60 U.S. Navy.  This acquisition is to satisfy a U.S. Navy MH-60 program for multi-spectral targeting system components that will be used by the U.S. Navy.  The system is an airborne, electro-optic, forward-looking infra-red, turreted sensor package that provides long-range surveillance, high altitude target acquisition, tracking, range-finding, and laser designation, and for all tri-service and NATO laser guided munitions.  Work will be performed in McKinney, Texas, and is expected to be completed by December 2016. Fiscal 2015 aircraft procurement (Navy) funding in the amount of $27,594,138 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, Crane, Indiana, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is being awarded a $27,497,699 modification to a firm-fixed-price delivery order 0140 previously issued against Basic Ordering Agreement (N00019-11-G-0001) for an F/A-18 E/F and EA-18G automated maintenance environment (AME).  AME is a suite of integrated software application designed to support the “O” Level maintenance activity by providing enhanced procedural and technical support and data collection for performance analysis and trending.  Work will be performed in St. Louis, Missouri, and is expected to be completed in December 2015.  Fiscal 2014 and 2015 aircraft procurement (Navy) and foreign military sales funds in the amount of $27,497,699 are being obligated on this 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.

The Haskell Co., Jacksonville, Florida, is being awarded $21,754,670 for firm-fixed-price task order 0002 under a previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract (N40080-10-D-0491) for the design and construction of a helicopter operations facility at Joint Base Andrews Naval Air Facility Washington.  The work provides for a new two-story facility to accommodate consolidation of two squadrons into one facility.  The facility will provide administrative offices for both organizations; an auditorium and multiple briefing/debriefing rooms; a mission control area; classified material storage, general storage space, maintenance storage, ready area, workspace, library, mission planning support room, flight simulator; database generation room; private office; workstations; rapid deployment stair; fitness center with separate men and women locker rooms.  The facility will also house an aircraft simulator large enough to contain a UH-1N helicopter.  Site improvements consist of demolition of existing utilities and outdoor pavilion, site preparation, utility relocation, pathfinder fence relocation, storm water management, utilities connections, parking lot, 18-wheel flatbed truck staging area, and supporting facilities.  Work will be performed in Camp Springs, Maryland, and is expected to be completed by March 2017.  Fiscal 2014 military construction (Air Force) contract funds in the amount of $21,754,670 are being obligated on this award and will not expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity.

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded $21,326,083 for cost-plus- fixed-fee order 0090 against a previously issued Basic Ordering Agreement (N00019-12-G-0006) in support of the V-22.  This order provides for fleet software sustainment that includes engineering and technical support for the V-22 flight control system and on-aircraft avionics software; flight test planning and coordination of changed avionics and flight control configuration; upgrade planning of avionics and flight controls, including performance of qualification testing and integration testing on software products.  Work will be performed at Ridley Park, Pennsylvania (90 percent), and Fort Worth, Texas (10 percent), and is expected to be completed in December 2015.  Fiscal 2014 and 2015 aircraft procurement (Navy and Air Force) and fiscal 2015 operations and maintenance (Navy and Air Force) funds in the amount of $21,326,083 will be obligated at time of award, $5,260,383 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., Manassas, Virginia, is being awarded a $19,710,309 cost-plus-incentive-fee contract to design, develop, demonstrate, document, and deliver a P-8A application based architecture system.  Work will be performed in Manassas, Virginia (45 percent); San Diego, California (16 percent); Hollywood, Maryland (15 percent); Beavercreek, Ohio (10 percent); Valley Forge, Pennsylvania (8 percent); and Austin, Texas (6 percent), and is expected to be completed in March 2017.  Fiscal 2014 research, development, test and evaluation (Navy) funds in the amount of $1,411,982 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposals and five offers were received.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-C-0021).

Northrop Grumman Systems Corp., Bethpage, New York, is being awarded a $19,082,605 modification under a previously awarded contract (N00024-06-C-6311) to provide integration services for mission packages that will deploy from and integrate with the Littoral Combat Ship (LCS).  The Navy’s plan is to use continuous evaluation of system maturity through a disciplined system engineering framework to improve mission capability in identified mission areas.  LCSs mission packages will be optimized for flexibility in the littorals.  Mission package capabilities are currently focused on primary mission areas of mine warfare emphasizing mine countermeasures, littoral anti-submarine warfare, and littoral surface warfare operations, including prosecution of small boats.  Work will be performed in Bethpage, New York (47 percent); Washington, District of Columbia (13 percent); Oxnard, California (12 percent); Dahlgren, Virginia (9 percent); Panama City, Florida (8 percent); San Diego, California (7 percent); Middletown, Rhode Island (2 percent); Hollywood, Maryland (1 percent); and Andover, Massachusetts (1 percent), and is expected to be completed by June 2015.  Fiscal 2014 and 2015 research and development; fiscal 2015 operations and maintenance (Navy); and fiscal 2014 and 2015 other procurement (Navy) contract funds in the amount of $2,400,000 will be obligated at time of award and funds in the amount of $7,119,720 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., McKinney, Texas, is being awarded $17,800,000 for firm-fixed-price job order 0056 under a previously awarded contract (N00164-12-G-JQ66) for procurement of multi-spectral targeting systems and data for the MH-60 U.S. Air Force.  This acquisition is to satisfy a U.S. Air Force C-130 program for multi-spectral targeting system components that will be used by the U.S. Air Force.  The system is an airborne, electro-optic, forward-looking infra-red, turreted sensor package that provides long-range surveillance, high altitude target acquisition, tracking, range-finding, and laser designation, and for all tri-service and NATO laser guided munitions.  Work will be performed in McKinney, Texas, and is expected to be completed by December 2016.  Fiscal 2015 aircraft procurement (Navy) funding in the amount of $17,800,000 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. Naval Surface Warfare Center, Crane, Indiana, is the contracting activity.

Raytheon Co., Dallas, Texas, is being awarded a $15,494,873 cost-plus-incentive-fee contract to design, develop, demonstrate, document, and deliver a P-8A application based architecture system.  Work will be performed in Dallas, Texas (40.8 percent); Garland, Texas (24.5 percent); Middletown, Rhode Island (7.8 percent); Rockwall, Texas (7.8 percent); Aurora, Colorado (5.8 percent); Bloomington, Minnesota (4.3 percent); El Segundo, California (3 percent); Fort Wayne, Indiana (2 percent); Herndon, Virginia (2 percent); and San Diego, California (2 percent), and is expected to be completed in March 2017.  Fiscal 2014 research, development, test and evaluation (Navy) funds in the amount of $1,411,982 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposals and five offers were received.  The Naval Air Systems Command, Patuxent River, Maryland is the contracting activity (N00019-15-C-0020).

Orbital Sciences Corp., Chandler, Arizona, is being awarded a $12,454,893 indefinite-delivery/ indefinite-quantity contract for six trajectory developments and build-ups, test, and launch of 40 GQM-163A aerial target systems for the U.S. Navy (32) and the government of Japan (8).  Work will be performed in Point Mugu, California (70 percent); White Sands Missile Range, New Mexico (20 percent); and Pacific Missile Range Facility, Kauai, Hawaii (10 percent), and is expected to be completed in June 2018.  This contract was not competitively procured pursuant to FAR.6.302-1.  Fiscal 2015 research, development, test and evaluation funds (Navy) in the amount of $426,602 will be 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 ($10,954,893; 88 percent) and the government of Japan ($1,500,000; 12 percent) under the foreign military sales program.  The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-15-D-0005).

SAP National Security Services, Rockville, Maryland, was awarded a $10,989,757 firm-fixed-price contract for maintenance of Military Sealift Command’s current Sybase software license portfolio, as well as an unlimited right to copy existing and new software licenses, and maintenance for these licenses, for the next five years.  This contract includes a base period of one year and four one-year option periods which, if exercised, the cumulative contract value would be $21,237,480.  Work will be performed Rockville, Maryland, and is expected to be completed December 2015.  If all options are exercised, work will continue through December 2019.  Fiscal 2015 working capital funds (Navy) contract funds in the amount of $10,989,756 are obligated at the time of award, and contract funds will expire at the end of the current fiscal year.  This contract was competitively procured with proposals solicited via the GSA e-Buy website, with one offer received.   Military Sealift Command, Washington, District of Columbia, is the contracting activity (DAAB15-99-A-1003 EL01).  (Awarded Dec. 29, 2014)

Marine Hydraulics International, Inc., Norfolk, Virginia, is being awarded a $7,121,874 modification to a previously awarded contract (N00024-10-C-4405) for USS Truxtun (DDG-103) fiscal 2015 selected restricted availability.  The scheduled availability includes the planning and execution of maintenance, repairs and modifications that will update and improve the ship’s military and technical capabilities.  Work will be performed in Norfolk, Virginia, and is expected to be completed by June 2015.  Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $7,121,874 will be obligated at the time of award, and will expire at the end of the current fiscal year.  Mid Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

GE Healthcare, Wauwatosa, Wisconsin, has been awarded a maximum $43,200,000 modification (P00106) exercising the sixth option year to a one-year base contract (SPM2D1-09-D-8300), for patient monitoring systems, subsystems, accessories, consumables, spare and repair parts, and training.  This is a fixed-price with economic-price-adjustment contract.   Location of performance is Wisconsin, with a Jan. 13, 2016, 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.

Raytheon Company, McKinney, Texas, has been awarded a maximum $8,500,000 firm-fixed-price contract for aircraft parts.  This contract was a sole-source acquisition.  This is a two-year base contract. Location of performance is Texas, with an August 2016 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2015 Navy working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-14-G-001X-1025).

AIR FORCE

Lockheed Martin Corp., Orlando, Florida, has been awarded a $26,423,812 modification (P00047) to FA8621-11-C-6288 to provide one C-130J Air Mobility Command (AMC) weapon systems trainer and one C-130J AMC loadmaster part task trainer at Yokota Air Base in Yokota, Japan. Work will be performed at Tampa, Florida, and Yokota Air Base, Japan, and is expected to be completed by Aug. 31, 2018.  Fiscal 2014 aircraft procurement funds in the amount of $26,423,812 are being356px-Seal_of_the_US_Air_Force.svg obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Lockheed Martin Corp., Fort Worth, Texas, has been awarded a $22,198,099 modification (P00568) to FA8611-08-C-2897 to procure over and above engineering services and radar cross section turntable support. Work will be performed at Palmdale Depot, California; Ogden Depot, Utah; and Lockheed Martin’s facility at Marietta, Georgia, and is expected to be completed by Dec. 31, 2015.  Fiscal 2015 aircraft procurement funds in the amount of $5,075,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.

Cymstar Services, LLC, Broken Arrow, Oklahoma, has been awarded a $20,368,605 modification (P00002) to FA8621-14-C-6338 for operations and sustainment support for the C-130J maintenance and aircrew training system devices, as well as material and travel costs to support the effort. The work will be performed at Little Rock Air Force Base, Arkansas; Keesler Air Force Base, Mississippi; and Dyess Air Force Base, Texas, and is expected to be completed by Dec. 31, 2015. Fiscal 2015 operations and maintenance funds in the amount of $20,339,878 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Raytheon Co., Missile Systems, Tucson, Arizona, has been awarded an $18,744,712 fixed-priced-incentive-fee contract for HARM targeting system (HTS) contractor logistic support. Contractor will provide depot repair services and sustaining engineering for HTS pods, as well as a variety of other HTS sustainment-related services and supplies. Work will be performed at Tucson, Arizona, and is expected to be completed by Nov. 30, 2015.  This award is the result of a sole-source acquisition. Fiscal 2015 operations and maintenance funds in the amount of $13,236,118 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8675-15-C-0004).

Boeing Aerospace Operations Inc., Oklahoma City, Oklahoma, has been awarded an estimated $18,681,615 firm-fixed-price and time and materials modification (P00203) to contract FA8106-07-C-0001. Contractor will provide engineering services support including sustaining and non-recurring engineering services for Boeing commercial derivative military aircraft. Work will be performed at Oklahoma City, Oklahoma, and is expected to be completed by Dec. 31, 2015. This contract has a small portion of foreign military sales to the Netherlands. Fiscal 2015 operations and maintenance funds in the amount of $10,209,260 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

Lockheed Martin Corp., Orlando, Florida, has been awarded a $16,637,643 modification (P00048) to FA8621-11-C-6288 for training system support center services. Contractor will provide software/hardware support, minor modification work, obsolescence monitoring and identification, and overall system operation reporting. Work will be performed at Little Rock Air Force Base, Arkansas, and Kirtland Air Force Base, New Mexico, and is expected to be completed by Dec. 31, 2015.  Fiscal 2015 operations and maintenance funds in the amount of $15,775,145 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Boeing Aerospace Operations, Oklahoma City, Oklahoma, has been awarded a $7,241,633 modification (0022) to contract FA8105-11-D-0002 for C/KC-135 engineering services. Contractor will provide engineering services for the sustainment of the C/KC-135 weapon system including its airframe and airframe components, mechanical and electrical systems, subsystems and their components. Work will be performed at Oklahoma City, Oklahoma; Houston, Texas; and Seattle, Washington, and is expected to be completed by Dec. 31, 2015.  Fiscal 2015 aircraft procurement funds in the amount of $7,241,633 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

Exelis, Inc., Colorado Springs, Colorado has been awarded a $6,693,231 modification (P00571) to F19628-02-C-0010 for the System Engineering and Sustainment Integrator (SENSOR) Perimeter Acquisition Radar Attack Characterization System (PARCS) system sustainment.  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; project management reviews; vendor maintenance agreements and software licenses; logistic support review brochures; and other studies and analysis. Work will be performed at Colorado Springs, Colorado, and is expected to be completed by Dec 31, 2015. Fiscal year 2015 operations and maintenance funds in the amount of $6,693,231 are being obligated at time of award. Air Force Life Cycle Management Center, Peterson Air Force Base, Colorado, is the contracting activity.

Defense_Commissary_Agency_logoDEFENSE COMMISSARY AGENCY

Northeast Military Sales, Inc., Sterling, Massachusetts, is being awarded an estimated $7,034,370 indefinite-delivery requirements type contract to provide in-store specialty delicatessen and bakery resale operations at 10 commissary stores located in Georgia, Florida, and Puerto Rico. The contract is for a 24-month base period beginning Feb. 1, 2015, running through Jan. 31, 2017. Three one-year option periods are available. Contract funds will not expire at the end of the current fiscal year. Eleven firms were solicited and six offers were received. The contracting activity is the Defense Commissary Agency, Resale Contracting Division, In-store Services Branch, Fort Lee, Virginia (HDEC02-15-D-0002)

NAVY

Raytheon Technical Services Co., LLC, Indianapolis, Indiana, is being awarded a $270,512,968 indefinite-delivery/indefinite-quantity contract for the procurement of V-22 software support activity (SSA) systems and software engineering, avionics integration and testing, software testing, avionics acquisition support, and SSA operations.  The SSA operations will include classified and unclassified laboratories, configuration and data management, and release of avionics software products and related systems.  Work will be performed in Indianapolis, Indiana, and is expected to600px-US-DeptOfNavy-Seal.svg be completed in December 2019.  No funding will be obligated at time of award, funding will be obligated on individual delivery orders. This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00421-15-D-0001).

Whitney, Bradley & Brown, Inc., Reston, Virginia (N00189-15-D-Z015); SAIC, McLean, Virginia (N00189-15-D-Z016); and Metron, Inc., Reston, Virginia (N00189-15-D-Z017), are being awarded an indefinite-delivery/indefinite-quantity, multiple award, cost-plus-fixed-fee contract for warfare and warfare support analyses and assessments, campaign analyses, mission-level analyses, modeling and simulation, and management and documentation support.  The total estimated value of the program for the three contracts combined is $180,465,022.  The multiple award provides for the continued completion among the contract holders as task order requirements are processed.  Work is anticipated to be performed in Arlington, Virginia; Reston, Virginia; and McLean, Virginia.  Due to the fact that the work under task order requirements will be competed among the three contractors, breakdown of the work by geographic location cannot be reasonably estimated.  The work is expected to be completed by December 2019.  Each contractor will be awarded $50,000 to fund the contracts’ minimum amounts.  Fiscal 2015 operations and maintenance (Navy) funds in the amount of $150,000 will be obligated at the time of award, and will expire at the end of the current fiscal year.  The contract was a full and open competitive solicitation via the Federal Business Opportunities website, with three offers received.  NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia, Pennsylvania, Is the contracting activity.

Bay City Marine, Inc.,* National City, California (N62387-15-D-7501); Delphinus Engineering, Inc.,* Eddystone, Pennsylvania (N62387-15-D-7502); Epsilon Systems Solutions, Inc.,* San Diego, California (N62387-15-D-7503); Integrated Marine Services, Inc.,* Chula Vista, California (N62387-15-D-7504); Marine Group Boat Works,* Chula Vista, California (N62387-15-D-7505); Marisco, Ltd.,* Kapolei, Hawaii (N62387-15-D-7506); Pacific Ship Repair & Fabrication Inc., San Diego, California (N62387-15-D-7507); Pacific Shipyards International,* Honolulu, Hawaii (N62387-15-D-7508); Propulsion Controls Engineering,* San Diego, California (N62387-15-D-7509); Platypus Marine, Inc.,* Port Angeles, Washington (N62387-15-D-7510); Q.E.D. Systems, Inc.,* Virginia Beach, Virginia (N62387-15-D-7511); Shaka Engineering, Inc.,* Honolulu, Hawaii (N62387-15-D-7512); and Southcoast Welding & Manufacturing,* Chula Vista, California (N62387-15-D-7013), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award delivery order contract for general ship repair that includes providing all labor, materials, and a marine repair facility for ship repair on Military Sealift Command vessels.  Ship repair includes, but is not limited to: pipefitting, welding, aluminum welding, mechanical work, electrical work, boiler making and repairing, and diesel mechanical work.  The aggregate not-to-exceed amount for these multiple award contracts combined is $61,000,000.  These 13 companies will have the opportunity to bid on individual delivery orders as they are issued.  Work will be performed in the San Diego, California (Lot A); Bremerton, Washington (Lot B); and Oahu, Hawaii (Lot C) areas, and is expected to be completed by January 2016.  If all options are exercised, work will continue through Jan. 30, 2020.  Fiscal 2015 operations and maintenance (Navy) funds in the amount of $39,000 (the minimum guarantee of $3,000 per contract) are obligated under each contract’s initial delivery order.  This contract was competitively procured as a 100 percent small business set-aside with proposals solicited via the Federal Business Opportunities website, with13 proposals received.  The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity.

BAE Systems Information and Electronics, Nashua, New Hampshire, is being awarded a $45,098,569 modification to a previously awarded firm-fixed-price contract (N00019-14-C-0044) for the procurement of 1,601 advanced precision kill weapon systems  II WGU-59/B guidance sections, the Navy shipping and storage containers, and supporting programmatic documentation.   Work will be performed in Nashua, New Hampshire (70 percent); and Austin, Texas (30 percent), and is expected to be completed in September 2016.  Fiscal 2015 procurement ammunition (Navy and Marine Corps), and fiscal 2015 overseas contingency operations funds in the amount of $45,098,569 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.

Jacobs Technology, Inc., Fort Walton Beach, Florida, is being awarded a $42,383,852 cost-plus-fixed-fee contract for the development of a launch test set complex for prototype testing and qualification of a launcher subsystem for the U.S. Navy and the government of the United Kingdom.  Work will be performed in China Lake, California, and is expected to be completed in December 2019.  Navy working capital funds in the amount of $200,000 will be 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 ($38,145,467; 90 percent), and the government of the United Kingdom ($4,238,385; 10 percent) under the foreign military sales program.  This contract was not competitively procured pursuant to FAR.6.302-1.  The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-15-C-0026).

Manson Construction Co., Seattle, Washington, is being awarded a maximum amount of $19,228,000 to increase the dollar value under a previously awarded firm-fixed-priced contract (N62473-11-C-2850) for the screening of dredge spoils for discarded munitions and radiological debris from Pier 12 demolition, replacement and dredging project at Naval Base San Diego.  The work to be performed provides for screening of dredge materials generated from Pier 12 replacement project for discarded military munitions and radiological debris.  Project requires dredging around Pier 12 to accommodate the Navy’s deeper draft vessels.  Completion of this pier will meet the current as well as the future operational requirements of the U. S. Navy.  After award of this modification, the total cumulative contract value will be $105,497,695.  Work will be performed in San Diego, California, and is expected to be completed by May 2016.  Fiscal 2011, 2012 and 2013 military construction (Navy) contract funds in the amount of $19,228,000 are being obligated on this award; $10,674,000 will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Bell Helicopter Textron Inc., Fort Worth, Texas, is being awarded a $15,077,365 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0023) for systems engineering and program management support for the production and delivery of AH-1Z and UH-1Y aircraft.  Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2015.  Fiscal 2015 aircraft procurement (Navy) funds in the amount of $15,077,365 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.

PentaCon, LLC,* Catoosa, Oklahoma, is being awarded $14,909,900 for firm-fixed-price task order 0003 under a previously awarded multiple award construction contract (N44255-14-D-9018) for the construction of a waterfront operations facility at Naval Base Kitsap Bangor.  The work to be performed provides for construction of a new waterfront operations facility and the demolition of two buildings.  The task order also contains one unexercised option, which if exercised, would increase cumulative task order value to $14,924,450.  Work will be performed in Silverdale, Washington, and is expected to be completed by February 2016.  Fiscal 2013 military construction (Navy) contract funds in the amount of $14,909,900 are being obligated on this award and will not expire at the end of the current fiscal year.  Five proposals were received for this task order.  The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity.

Sierra Nevada Corp., Sparks, Nevada, is being awarded $9,170,185 for cost-plus-fixed-fee order 0018 against a previously issued Basic Ordering Agreement (N00421-10-G-0001) for technical and engineering services in support of the precision approach and landing system program.  This order includes procurement of two 2400 antenna control input/output circuit card assembly prototype replacement boards, two 2800 single board computer processor replacement boards, and two AN/SPN-46(V) transmitter modulator and power supply replacement prototypes for the precision approach and landing system.  Work will be performed in Sparks, Nevada (80 percent), and St. Inigoes, Maryland (20 percent), and is expected to be completed in December 2016.  Fiscal 2015 working capital funds (Navy) in the amount of $490,000 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.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Lockheed Martin Corp., Fort Worth, Texas, has been awarded a $67,840,245 modification (P00564) to previously awarded contract FA8611-08-C-2897 to procure depot throughput, touch labor, and installs services for F-22 aircraft inducting into the depots for maintenance and repair. Work will be performed at Palmdale Depot, California, and Ogden Depot, Utah, and is expected to be completed by Dec. 31, 2015.  Fiscal 2015 aircraft procurement funds in the amount of $30,316,672 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.

Lockheed Martin Corp., Mission Systems and Training, Orlando, Florida, has been awarded a $20,556,142.28 modification (P00057) to the previously awarded contract FA8621-11-C-0001 for C1130 aircrew training system operations and maintenance. Contractor will produce and deliver services to include labor and materials to manage site operations, simulator maintenance, logistics support, configuration management, technical/engineering data/publications, and operational checks, among other requirements. Work will be performed at Little Rock Air Force Base, Arkansas; McChord Air Force Base, New Jersey; Dobbins Air Reserve Base, Georgia, and Minneapolis Air National Guard Base, Minnesota, which is expected to be completed by Dec. 31, 2015. Fiscal 2015 operations and maintenance funds in the amount $20,556,140 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio is the contracting activity.

Kratos Technology & Training Solutions, San Diego, California, has been awarded an $18,475,579.00 modification (P00038) to contract FA8808-13-C-0002 for a command and control system, production and sustainment contract.  The contractor will upgrade and implement a data link interface between Schriever space operations centers and the Vandenberg back-up space operations center to ensure data synchronization with the capability to manage Wideband Global SATCOM telemetry processing and reporting for all on-orbit satellite data to include archiving and storage of collected information.  In addition, the contractor will also execute software enhancements to improve overall system information assurance and cybersecurity protection protocols as well as establish a server virtualization environment streamlining and improving resource usage and information sharing.  The work will be performed in Colorado Springs, Colorado, and is expected to be completed by July 31, 2018.  Fiscal 2014 research, development, test and evaluation funds in the amount of $4,855,708 are being obligated at the time of award.  Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

Cubic Defense Applications, Inc, San Diego, California, has been awarded a $15,200,000 firm-fixed-price contract. Contractor will design, develop, integrate, and test hardware and weapons simulations source code software solely for the Royal Saudi Air Force P5 combat training system (P5 CTS). They will also provide contractor logistics support of on-site advice and informal training in operation and maintenance of Saudi P5 CTS equipment at King Abulaziz, King Faisal, King Khalid and King Fahad Air Bases in Saudi Arabia. Work will primarily be performed at San Diego, California, and Fort Walton Beach, Florida, and is expected to be completed by Oct. 17, 2017. This contract is 100-percent foreign military sales and is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8678-15-C-0067).

The Boeing Co., St. Louis, Missouri, has been awarded a $14,500,000 undefinitized modification (P00007) to previously undefinitized contract action (UCA) FA3002-13-D-0012 for courseware development, engineering, maintenance and aircrew academic and simulation training. Contractor will provide in-scope activities that have emerged since the last UCA modification, including services for aircrew courseware development as well as U.S. engineering training, U.S. and international maintenance training, and U.S. aircrew training. Work will be performed at St. Louis, Missouri, and King Khalid Air Base, Saudi Arabia, and is expected to be completed by Aug. 5, 2019. This contract involves foreign military sales. The 338th Specialized Contracting Squadron, Randolph Air Force Base, Texas, is the contracting activity.

Scitor Corp., El Segundo, California, has been awarded a $6,828,303 firm-fixed-price contract for advisory and assistance services. Contractor will provide acquisition and technical services to the remote sensing directorate in the areas of program management and execution, acquisition/program planning and other requirements. Work will be performed at El Segundo, California, and is expected to be completed by June 30, 2015.  This award is the result of a sole-source acquisition. Fiscal 2015 missile procurement funds in the amount of $6,828,303 are being obligated at the time of award. The Air Force Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8810-15-F-0006).

ARMY

CACI-ISS, Inc., Chantilly, Virginia, was awarded a $32,176,357 incrementally funded, cost plus-incentive-fee contract, with options, to procure a system integrator to develop and implement Increment II of the Integrated Personnel and Pay System – Army.  Work will be performed in Alexandria, Virginia, with an estimated completion date of Jan. 4, 2020.  Bids were solicited via the Internet, with three received.  FiscalDepartment of the Army 2014 research, development, test and evaluation funds in the amount of $16,213,181 are being obligated at the time of the award.  Army Contracting Command – Picatinny Arsenal, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-15-C-0003).

Northrop Grumman Enterprise Management Services, Herndon, Virginia, was awarded a $23,800,000 modification (P00009) to firm-fixed-price contract W9124E-14-C-0003 for a contract extension to continue essential logistics service at the Joint Readiness Training Center and Fort Polk, Louisiana. The logistics support required consists of transportation, maintenance, and supply necessary to the operation of the installation.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $3,882,482 were obligated at the time of the award.  Estimated completion date is June 29, 2015.  Work will be performed at Fort Polk, Louisiana.  Army Contracting Command – Fort Polk, Fort Polk, Louisiana, is the contracting activity.

Raytheon, Co., Woburn, Massachusetts, was awarded a $13,000,000 modification (P00025) to cost-plus-fixed-fee contract W9113M-13-C-0009 to support the Product Management Electro-Optic/Infrared Payloads-Force Protection Office for surveillance system supply and support for the rapid aerostat initial deployment configurations.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $500,000 were obligated at the time of the award.  Estimated completion date is Dec. 30, 2015.  Work will be performed in Woburn, Massachusetts.  Army Space and Missile Defense Command, Huntsville, Alabama, is the contracting activity.

M7 Aerospace, LLC, San Antonio, Texas, was awarded a $9,842,453 modification (P00124) to firm-fixed-price contract W58RGZ-09-C-0207 for continued logistics support for C-26 fixed wing aircraft.  Fiscal 2015 operations and maintenance (Army) and other procurement (Army) funds in the amount of $2,952,736 were obligated at the time of the award.  Estimated completion date is Dec. 31, 2015.  Work will be performed in Madison, Wisconsin; Columbus Ohio; Otis Air National Guard Base, Massachusetts; Clarksburg, West Virginia; Fort Belvoir, Virginia; Raleigh-Durham, North Carolina; Columbus, South Carolina; Dobbins Air Force Base, Georgia; Little Rock, Arkansas; Buckley Air National Guard Base, Colorado; Wheeler Air Force Base, Hawaii; and San Antonio, Texas.  Army Contracting Command, Redstone Arsenal (Aviation), Redstone Arsenal, Alabama, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

AM General, LLC, Mishawaka, Indiana, has been awarded a maximum $21,058,014 fixed-price with re-determination, indefinite-quantity, long-term contract for high mobility multi-purpose wheeled vehicle spare parts.  This contract was a sole-source acquisition.  This is a one-year base contract.  Location of performance is Indiana, with a Dec. 31, 2015, performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-15-D-0055).

MTU America Inc., Novi, Michigan, has been awarded a maximum $20,704,870 fixed-price with re-determination, indefinite-quantity, long-term contract for two-cycle engine spare parts.  This contract was a sole-source acquisition.  This is a three-year base contract. Location of performance is Michigan, with a Dec. 29, 2017, performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-15-D-0065).

MISSILE DEFENSE AGENCY

American Technical Coatings, Inc.,* has been awarded a $12,500,000 sole-source, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for insensitive munitions transportation protection systems. This is a one-year base contract, with600px-US-MissileDefenseAgency-Seal.svg two one-year options. The contract’s minimum guarantee will be met under the contract’s initial delivery order. Work will be performed in Westlake, Ohio. Funding will be provided with the issuance of each delivery order. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ0276-15-D-0001).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Northrop Grumman Technical Services, Herndon, Virginia, has been awarded a $19,558,660 modification (004) to previously awarded contract FA8106-10-D-0001-0035 for contractor logistics services for aircraft and spares to support the KC-10 program. Work will be performed at worldwide locations to include McGuire Air Force Base, New Jersey; Travis Air Force Base, California; Hickam Air Force Base, Hawaii; Yokota Air Base, Japan; and Tinker Air Force Base, Oklahoma, and is expected to be complete by Sept. 30, 2015. Fiscal year 2015 operations and maintenance funds in the amount of $19,558,660 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

Rockwell Collins, Inc., Cedar Rapids, Iowa, has been awarded a $7,946,398 firm fixed price and cost plus fixed fee contract for KC-135 Block 45.1 upgrade software. Work will be performed at Cedar Rapids, Iowa and Oklahoma City, Oklahoma, and is expected to be complete by Mar. 31, 2017. This award is the result of a sole-source acquisition. Fiscal year 2014 aircraft procurement funds in the amount of $7,946,398 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity. (FA8105-15-C-0001)

DEFENSE LOGISTICS AGENCY

Reinhart Foodservice, Valdosta, Georgia, has been awarded a maximum $284,040,000 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support for Department of Defense and non-Department of Defense customers in Zone Two of the Atlanta, Georgia area. This contract was a competitive acquisition, and five offers were received. This is a two-year base contract with one two-year option period. Location of performance is Georgia with a Dec. 22, 2016 performance completion date. Using military services are Army, Navy, Air Force, and job corps/detention centers. 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-3123).

US Foods, Inc. Atlanta, Fairburn, Georgia, has been awarded a maximum $11,250,000 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support for Department of Defense and non-Department of DefenseDefense_Logistics_Agency customers in the Atlanta, Georgia region. This contract was a sole-source acquisition. This is a fifty-six-day bridge contract. Location of performance is Georgia with a Feb. 21, 2015 performance completion date. Using military services are Army, Navy, Air Force, 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 (SPE300-15-D-3133).

Sysco Foodservice – Alabama, Calera, Alabama, has been awarded a maximum $8,250,000 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support for Department of Defense and non-Department of Defense customers in Alabama and Florida areas. This contract was a sole-source acquisition. This is an eighty-four day bridge contract. Locations of performance are Alabama and Florida with a March 21, 2015 performance completion date. Using military services are Army and Air Force. 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-3134).

Department of the ArmyARMY

BAE Systems Land & Armaments, LP, Sterling Heights, Michigan, was awarded a $382,654,403 incrementally funded, cost-plus-incentive-fee contract, with options, for the Armored Multi-Purpose Vehicle (AMPV) program comprised of five vehicle variants: general purpose, mission command, mortar carrier, medical evaluation, and medical treatment vehicles. Work will be performed in Aiken, South Carolina; Santa Clara, California; Sterling Heights, Michigan; and York, Pennsylvania, with an estimated completion date of May 20, 2019.  Bids were solicited via the Internet, with one received.  Fiscal 2014 and 2015 research, development, test and evaluation funds in the amount of $9,000,000 are being obligated at the time of the award.  Army Contracting Command, Tank and Automotive (Warren), Warren, Michigan, is the contracting activity (W56HZV-15-C-A001).

AM General LLC, South Bend, Indiana, was awarded a $245,594,857 firm-fixed-price, foreign military sales (Mexico), sole source contract for 2,200 high mobility multipurpose wheeled vehicles and contractor unique spare parts. Work will be performed in Mishawaka, Indiana, with an estimated completion date of Dec. 15, 2017.  Fiscal 2015 other procurement funds in the amount of $245,594,857 are being obligated at the time of the award.  Army Contracting Command, Tank and Automotive (Warren), Warren, Michigan, is the contracting activity (W56HZV-15-C-0061).

Birmingham Industrial Construction and Robins & Morton Joint Venture,* Birmingham, Alabama (W91278-15-D-0001); D Square Construction, LLC,* Tucson, Arizona (W1278-15-D-0002); ELA Group Inc.,* Shreveport, Louisiana (W91278-15-D-0003); Herman Construction Group, Inc.,* San Diego, California (W91278-15-D-0004); Patriot Construction, LLC,* Dunkirk, Maryland (W91278-15-D-0006); Total Team Construction Services, Inc.,* Tampa, Florida (W91278-15-D-0007); and Terra Construction, Inc.,* Oklahoma City, Oklahoma (W91278-15-D-0008), were awarded a $49,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award task-order contract, with options, for healthcare facility repair and construction in support of the U.S. Medical Command’s Western region.  Funding and work location will be determined with each order, with an estimated completion date of Dec. 22, 2019.  Bids were solicited via the Internet, with 19 received.  U.S. Army Corps of Engineers, Mobile District, Mobile, Alabama, is the contracting activity.

King Aerospace, Addison, Texas, was awarded a $40,259,260 firm-fixed price contract for continuation of contractor logistics support for the De Havilland Canada Dash 7 airborne reconnaissance low EO-5 aircraft.   Work will be performed at Fort Bliss, Texas, with an estimated completion date of Dec. 31, 2015.  Bids were solicited via the Internet, with one received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $12,500,000 are being obligated at the time of the award.  Army Contracting Command, Redstone Arsenal (Aviation),  Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-C-0026).

IAP Worldwide Services, Inc. Cape Canaveral, Florida, (Mod. P00016 to W912DY-10-D-0044); General Dynamics Information Technology, Inc., Fairfax, Virginia, (Mod. P00010 to W912DY-10-D-0045); BTF Solutions, Joint Venture, Dallas, Texas, (Mod. P00011 to W912DY-10-D-0046); and Military Healthcare Outfitting & Transition, Irvine, California, (Mod. P00012 to W912DY-10-D-0047), were awarded a $30,000,000 modification  to a firm-fixed-price contract to provide total troop-ready project support for planning, outfitting, and transitioning the staff and patients associated with healthcare construction projects from 2010 to 2015.  Funding and work location will be determined with each order, with an estimated completion date of Sept. 30, 2015.  U.S. Army Corps of Engineers, Engineer Support Center, Huntsville, Alabama, is the contracting activity.

SENTEL, Alexandria, Virginia, was awarded a $17,232,741 modification (P00010) to cost-plus-fixed-fee contract W52P1J-12-C-0077 to exercise an option year for integrated logistics support services property accountability for the 401st Army Field Support Brigade, Afghanistan.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $2,900,000 were obligated at the time of the award.  Estimated completion date is June 23, 2015.  Work will be performed in Alexandria, Virginia.  Army Contracting Command, Rock Island Arsenal, Rock Island, Illinois, is the contracting activity.

General Dynamics Information Technology, Inc, Fairfax, Virginia was awarded a $16,134,215 modification (P00027) to cost-plus-fixed-fee contract W52P1J-11-C-0019 for supply support which includes:  sorting and classification of material downloaded from units and to re-issue serviceable material to deploying units or ship to the United States.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $10,251,015 were obligated at the time of the award.  Estimated completion date is Dec. 29, 2015.  Work will be performed at Camp Arifjan, Kuwait.  Army Contracting Command, Rock Island Arsenal, Rock Island, Illinois, is the contracting activity.

Battelle Memorial Institute, Columbus, Ohio, was awarded a $13,048,856 incrementally funded, cost-plus-incentive-fee contract to continue contractor support services for chemical, biological, radiological and nuclear detection, reconnaissance, protection and decontamination systems, and contractor logistics support.  Purpose is to provide a strategic tool for the Joint Program Executive Office for Chemical and Biological Defense to deliver sustainment support for the identified high complexity, low density systems that fall under its life-cycle management responsibility.  This is a six-month bridge contract, with the possibility of a six-month option. Work will be performed in Columbus, Ohio, with an estimated completion date of Dec. 31, 2015.  Bids were solicited via the Internet, with one received.  Fiscal 2013 other procurement (Army)   funds in the amount of $197,107; fiscal 2014 other procurement (Army) funds in the amount of $900,000; and fiscal 2015 operations and maintenance (Army) funds in the amount of $10,065,620 are being obligated at the time of the award.  Army Contracting Command, Edgewood Division, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-15-C-0004).

Computer Sciences Corp., Norco, California, was awarded an $11,688,190 modification (P00012) to a firm-fixed-price contract (W81K04-13-C-0001) for U.S. Army Reserve special medical training, equipment and site maintenance, and administration support services.  All training is associated with combat support hospitals.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $11,688,190 were obligated at the time of the award.  Estimated completion date is Dec. 31, 2017.  Work will be performed at Camp Park, California (38.45 percent); Fort Gordon, Georgia (33.13 percent); and Fort McCoy, Wisconsin (28.42 percent).  Army Medical Command, Contracting Center, Fort Sam Houston, Texas, is the contracting activity.

Woolpert, Inc., Dayton, Ohio, was awarded a $10,000,000 firm-fixed-price, architect-engineering services, indefinite-delivery/indefinite-quantity contract in connection with multidiscipline design and/or professional services as required for planning, design and construction phase services in support of the Department of Defense Education Activity program.  Funding and work location will be determined with each order, with an estimated completion date of Dec. 22, 2018.  Bids were solicited via the Internet, with 33 received.   U.S. Army Corps of Engineers, Norfolk District, Norfolk, Virginia, is the contracting activity (W91236-15-D-0021).

Zieson Construction Co., LLC, Riverside, Missouri, was awarded an $8,344,501 firm-fixed-price contract, as part of the South Sewer Intercept Program. The project calls for installation of a main sewer line to cover new construction and renovation from tactical equipment maintenance facility and Brigade Combat Team 3, south to the waste water treatment facility. Work will be performed in Fort Leonard Wood, Missouri, with an estimated completion date of Jan. 30, 2016.  Bids were solicited via the Internet, with one received.  Fiscal 2015 operations and maintenance (Army)   funds in the amount of $8,344,501 are being obligated at the time of the award.  U.S. Army Corps of Engineers, Kansas City District, Kansas City, Missouri, is the contracting activity (W912DQ-15-C-4003).

AAI Corporation, Hunt Valley, Maryland, was awarded an $8,074,256 modification (P00019) to a foreign military sales contract (W58RGZ-13-C-0016) for continuation of the current contractor logistics support 2014 contract for the one system remote video terminal deployed in Afghanistan.  This modification incorporates requirements for a bridge extending the current contract 128 days, from Dec. 31, 2014 to May 7, 2015, in support of the Army, Marine Corps, and the Commonwealth of Australia.  Fiscal 2010 other procurement funds in the amount of $18,130; and fiscal 2015 operations and maintenance (Army) funds in the amount of $6,615,658, were obligated at the time of the award.  Estimated completion date is May 7, 2015.  Work will be performed at Hunt Valley, Maryland.  Army Contracting Command, Redstone Arsenal (Aviation), Redstone Arsenal, Alabama, is the contracting activity.

Weeks Marine, Inc., was awarded a $7,537,000 firm-fixed-price contract, with options, to furnish one fully crewed and equipped cutterhead dredge, with a dredge discharge size of 30 inches inside diameter, complete in all respects, including all attendant plant and crew.  This is part of maintenance dredging of the Southwest Pass, with the work to be done at Plaquemines Parish, Louisiana, with an estimated completion date of June 19, 2015.  Bids were solicited via the Internet, with two received.  Fiscal 2015 other procurement funds in the amount of $7,537,000 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 (W912P8-15-C-0005).

Sodexo Management, Inc, Gaithersburg, Maryland, was awarded a $6,944,234 firm-fixed-price contract for provision of qualified nutrition care management, including supervisory, technical, administrative, and clerical services necessary to perform nutrition care food services at multiple locations.  Work will be performed in Fort Leonard Wood, Missouri (16.05 percent); Fort Knox, Kentucky (13.81 percent); Fort Stewart, Georgia (13.31 percent); Fort Sill, Oklahoma (13.31 percent); Fort Riley, Kansas (11.80 percent); Fort Jackson, South Carolina (10.58 percent); West Point, New York (9.71 percent); Fort Irwin, California (8.67 percent); and Fort Sam Houston, Texas (2.76 percent), with an estimated completion date of  Sept. 30, 2019.  Bids were solicited via the Internet, with five received.  Fiscal 2015 operations and maintenance (Army)   funds in the amount of $6,944,234 are being obligated at the time of the award.  Army Medical Command, Contracting Center, Fort Sam Houston, Texas, is the contracting activity (W81K04-15-C-0001).

UPDATE:  Engineering Design Technologies, Inc.,* Marietta, Georgia, has been added as an awardee to the $537,840,000 indefinite-delivery/indefinite-quantity, multiple-award task-order, firm-fixed-price contract (contractors are sharing the amount) announced Aug. 28, 2014, for construction services for the U.S. Army Corps of Engineers, Southwestern Division (SWD) and other Southwestern Fort Worth and SWD customers on a limited nationwide basis.  Funding and work location will be determined with each order, with an estimated completion date of Dec. 16, 2019.  Bids were solicited via the Internet, with 60 received.  U.S. Army Corps of Engineers, Fort Worth District, Fort Worth, Texas, is the contracting activity (W9126G-15-D-0003).

AIR FORCE

General Atomics Aeronautical Systems, Inc., doing business as GA-ASI, Poway, California, has been awarded a $375,212,717 cost-plus-fixed-fee contract for Predator (MQ1)/Reaper (MQ9) unmanned aerial systems contractor logistic support. Contractor will provide program management, logistics support, configuration management, technical manual and software maintenance, contractor field service representative support, inventory control point management, flight operations support, depot repair, and depot field maintenance. Work will be performed at Poway,356px-Seal_of_the_US_Air_Force.svg California, and is expected to be completed by Dec. 31, 2015. This award is the result of a sole-source acquisition. Fiscal 2015 operations and maintenance funds in the amount of $83,228,020 are being obligated at the time of award. Air Force Life Cycle Management Center, Robbins Air Force Base, Georgia, is the contracting activity (FA8528-15-C-0001).

The Boeing Co., St. Louis, Missouri, has been awarded a not-to-exceed $64,247,052 firm-fixed-price, undefinitized contract action for the continued availability of operational APG-63(V)1, APG-63(V)2,  APG-63(V)3 and Talon HATE radars after aircraft installation. Contractor will provide repair of all field failures, the continued parts obsolescence management of the radars, maintaining the form, fit, function and interface of the line replaceable units and built in test software, and providing configuration accountability of the fielded radar data. Work will be performed at St. Louis, Missouri, and is expected to be completed by Dec. 31, 2015. This award is the result of a sole-source acquisition. Fiscal 2015 operations and maintenance funds in the amount of $19,219,724 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (F33657-01-D-0026-RJ80).

Rockwell Collins, Inc., Cedar Rapids, Iowa, has been awarded a $7,967,625 firm-fixed-price modification (P00039) to previously awarded contract FA8106-11-C-0006. Contractor will provide 15 KC-10 communication navigation surveillance/air traffic management kit installations. Work will be performed at Cedar Rapids, Iowa; Oklahoma City, Oklahoma; and Atlanta, Georgia, and is expected to be completed by Feb. 29, 2016. Fiscal 2015 aircraft procurement funds in the amount of $7,967,625 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

The Boeing Co., Seattle, Washington, has been awarded a $6,901,710 indefinite-delivery/indefinite-quantity modification (0389) to previously awarded contract F33675-01-D-0013 for C32/C40 integrated Fleet Support. Work will be performed at Oklahoma City, Oklahoma, and is expected to be completed by Dec. 31, 2015. Fiscal 2015 operations and maintenance funds in the amount of $6,901,710 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (F33675-01-D-0013)

600px-US-DeptOfNavy-Seal.svgNAVY

Raytheon Co., Tucson, Arizona, is being awarded a $54,035,547 modification to previously awarded cost-plus-fixed fee contract (N00024-12-C-5405) to exercise options for design agent engineering and technical support services for Phalanx, SeaRAM, and Land-based Phalanx weapon systems (LPWS).  Work will be performed in Tucson, Arizona, and is expected to be completed by January 2016.   Foreign military sales; fiscal 2010, 2011, 2012, 2013 and 2014 shipbuilding and conversion (Navy); fiscal 2014 and 2015 research, development, test and evaluation; fiscal 2015 weapons procurement (Navy); fiscal 2014 other procurement (Army); and 2015 operations and maintenance (Army) funding in the amount of $14,211,673 will be obligated at the time of award.  Contract funds in the amount of $9,937,305 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., Tucson, Arizona, is being awarded a $49,000,000 modification to previously awarded contract (N00024-13-C-5410) to exercise options for the accomplishment of Evolved SeaSparrow Missile (ESSM) design agent, in-service support and technical engineering support services.  The ESSM program is an international cooperative effort to design, develop, test, and procure ESSM missiles and related support and services. The ESSM provides enhanced ship defense.  Work will be performed in Tucson, Arizona (90.65 percent); Germany (2.55 percent); Norway (2.11 percent); Australia (1.53 percent); Netherlands (1.36 percent); Canada (0.68 percent); Spain (0.42 percent); Turkey (0.30 percent); Denmark (0.28 percent); and Greece (0.12 percent) and is expected to be completed by December 2015.  Fiscal 2015 weapons procurement (Navy); fiscal 2015 research, development, test and evaluation; and fiscal 2015 operations and maintenance (Navy) funding in the amount of $14,439,376 will be obligated at time of award and funds in the amount of $1,953,715 will 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., Huntington Beach, California, is being awarded $39,540,071 cost-plus-fixed-fee, cost-plus-incentive-fee contract to provide the U.S. and U.K. Trident II (D5) maintenance, repair, and rebuilding and technical services in support of the navigation subsystem.  This contract contains options, which, if exercised, would bring the contract to a maximum dollar value of $80,164,349.  Work will be performed in Huntington Beach, California (75 percent), and Heath, Ohio (25 percent), and work is expected to be completed Sept. 30, 2017.  Fiscal 2014 other procurement (Navy) contract funds in the amount of $2,015,000; fiscal 2015 operations and maintenance contract funds in the amount of $26,351,333; fiscal 2015 other procurement, Navy contract funds in the amount of $7,760,921; fiscal 2015 research, development, test and evaluation contract funds in the amount of $893,998; and fiscal 2015 United Kingdom contract funds in the amount of $2,518,819 will be obligated at the time of award.  Contract funds in the amount of $26,351,333 will expire at the end of the current fiscal year. This contract was sole source acquisition in accordance with Justification and Approval 15.700, dated July 15, 2014.  The Navy’s Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-15-C-0002).

Northrop Grumman Systems Corp., Melbourne, Florida is being awarded a $35,514,955 firm-fixed price contract for the fabrication, integration, test and production of airborne laser mine detection systems (ALMDS) and delivery of peculiar support equipment and engineering services to support those systems.  This contract is in support of the Program Executive Office Littoral Combat Ships (LCS).  ALMDS is a laser-based system which uses streak tube imaging light detection and ranging to detect, classify, and localize surface and near-surface moored sea mines.  The system is mounted on the MH-60S helicopter and will be deployed from the LCS. ALMDS provides a revolutionary, high area coverage rate capability that is organic to the Expeditionary and Carrier Strike Groups.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $163,572,967.  Work will be performed in Melbourne, Florida (41 percent); Tucson, Arizona (31 percent); St. Charles, Missouri (11 percent); Irvine, California (7 percent); Santa Clarita, California (6 percent); and Brentwood, New York (4 percent), and is expected to be completed by February 2021.  Fiscal 2013 and 2014 other procurement (Navy) funding in the amount of $$33,822,775 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured with one proposal and one offer received via Federal Business Opportunities. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-C-6318).

Assured Space Access Technologies, Inc.,* Gilbert, Arizona, is being awarded a $19,943,982 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide in-service engineering agent functions for meteorological and oceanographic systems, foreign military sales systems, and expeditionary and joint systems, projects and tasking engaged in worldwide operations, ashore and afloat.  This is one of three 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 $34,151,407. Work will be performed in San Diego, California (90 percent), and Gilbert, Arizona (10 percent), but may include minimal performance on a temporary basis at worldwide Department of Defense ashore and afloat facilities. Work is expected to be completed Dec. 22, 2017.  No funding will be obligated at the time of contract award.  Funding will be obligated via task orders as they are issued.  This contract was competitively procured via 100 percent small business set-aside solicitation via publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with four proposals received and three selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-D-0069).

Forward Slope, Inc.,* San Diego, California, is being awarded a $19,090,075 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide in-service engineering agent functions for meteorological and oceanographic systems, foreign military sales systems, and expeditionary and joint systems, projects and tasking engaged in worldwide operations, ashore and afloat.  This is one of three 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 $32,581,738.  Work will be performed in San Diego, California, but may include minimal performance on a temporary basis at worldwide Department of Defense ashore and afloat facilities.  Work is expected to be completed Dec. 22, 2017.  No funding will be obligated at the time of contract award.  Funding will be obligated via task orders as they are issued.  This contract was competitively procured via 100 percent small business set-aside solicitation via publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with four proposals received and three selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-D-0071).

Del Rey Systems and Technology, Inc.,* San Diego, California, is being awarded an $18,075,584 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide in-service engineering agent functions for meteorological and oceanographic systems, foreign military sales systems, and expeditionary and joint systems, projects and tasking engaged in worldwide operations, ashore and afloat.  This is one of three 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 $30,230,554.  Work will be performed in San Diego, California, but may include minimal performance on a temporary basis at worldwide Department of Defense ashore and afloat facilities. Work is expected to be completed Dec. 22, 2017.  No funding will be obligated at the time of contract award.  Funding will be obligated via task orders as they are issued.  This contract was competitively procured via 100 percent small business set-aside solicitation via publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with four proposals received and three selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-D-0070).

AMTEC Corp., Janesville, Wisconsin, is being awarded a $16, 934,650 five-year indefinite-delivery/indefinite-quantity contract to manufacture 106,500 JAU-22/B initiators for the cartridge actuated device/propellant actuated device Joint Program Office, Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technical Division.  The JAU-22/B is an expendable cartridge used to deploy sonobuoys typically in an anti-submarine role.  This announcement combines purchases for the U.S. Navy (77.93 percent), and the governments of Australia (19.72 percent) and Taiwan (2.35 percent), under the foreign military sales program. Work will be performed in Janesville, Wisconsin, and all work will be completed by December 19, 2014.  Fiscal 2015 procurement of ammunition (Navy and Marine Corps) funds and foreign military sales funds in the amount of $3,397,350 will be obligated on the first delivery order running concurrently with the contract award.  These funds will not expire before the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with three offers received in response to the solicitation.  NAVSUP Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-15-D-K036).

Navmar Applied Sciences Corp.,* Warminster, Pennsylvania, is being awarded an $11,831,173 modification to a previously awarded cost-plus-fixed-fee contract (N68335-14-C-0131) to extend a Phase III Small Business Innovation Research effort in support of the Copperhead Unmanned Air Systems, specifically Tigershark unmanned aerial vehicle.  This effort includes the improvement of sensor and platform capabilities, sustainment and reset of current detachments in theater for the Tigershark UAV.  Work will be performed in Afghanistan (50 percent); Patuxent River, Maryland (25 percent); and Yuma, Arizona (25 percent), and is expected to be completed in June 2015.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $2,766,000 are being obligated on this award, all 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.

DEFENSE LOGISTICS AGENCY

En Pointe Gov Inc., Gardena, California, has been awarded a maximum $11,207,546Defense_Logistics_Agency modification (P00003) exercising the first option year to a one-year base contract (SP4701-14-F-0035) with two one-year option periods for Microsoft software assurance, maintenance, and support. This is a firm-fixed-price contract. Location of performance is California with a Dec. 25, 2015 performance completion date.  Using service is federal civilian agencies. Type of appropriation is fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Contract Services Office, Philadelphia, Pennsylvania.

pitanim

seasons-greetings-r5


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 Navy, United States Marine Corps, MCB Quantico – National Capital Region (NCR), 2010 Henderson Road Quantico VA 22134-5045

U — SAPR Virtual Immersive Training M00264-15-RFI-0200 010815 Jamie A. Dufrene, Phone 7037840081, Email jamie.dufrene@usmc.mil SOURCES SOUGHT ANNOUNCEMENT
The Regional Contracting Office – National Captial Regional (RCO-NCR), Marine Corps Base, Quantico, VA is seeking sources for U.S. Marine Corps (HQMC) Sexual Assault Prevention and Response (SAPR) Virtual Immersive Training
CONTRACTING OFFICE ADDRESS: 2010 Henderson Road, Quantico, Virginia 22134
INTRODUCTION:
This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to conduct market research and determine the availability and technical capability of all sources to include small businesses(including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled600px-US-DeptOfNavy-Seal.svg Veteran-Owned Small Businesses and Woman Owned SmallBusiness) to provide the required services.
The Regional Contracting Office is seeking information for potential sources for HQMC Sexual Assault Prevention Response (SAPR) Virtual Immersive Training. The mission is to develop and manage an evidence-based, comphrehensive, and integrated SAPR program that ultimately eliminates sexual assault in the ranks of the Corps while simultaneously providing world-class caare to those who are victims of the crime.
DISCLAIMER:

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
CONTRACT/PROGRAM BACKGROUND:
Contract Number: M00264-13-F-0154
Contract Type: FFP
Incumbent and their size: Metro Communications, Inc
Method of previous acquisition: 100% Small Business Set Aside
REQUIRED CAPABILITIES:
The objective of this project is to design, develop, and deliver a self-paced SAPR training program for Company Grade Officers and Staff Noncommissioned Officers that is comprehensive, virtual, computer-based, and interactive, utilizes a video production-style simulation using live actors, and hones in on adaptive thinking and decision-making. The target audience will learn about consequences of their decisions and actions in terms of how they can affect a victim, unit, and ultimately the Marine Corps.
The training shall center on a video production-based simulation requiring participants to play particular characters in order to identify, prevent, and/or intervene in sexual assault or related incidents or dilemmas. The participants will practice in the safety of cyberspace to address real-life situations they may encounter in their roles as Company Grade Officers and Staff Noncommissioned Officers.
This project is specific to sexual assault, not sexual harassment. As defined by DoD Directive (DoDD) 6495.01 (2012), sexual assault is the intentional sexual contact characterized by use of force, threats, intimidation, or abuse of authority or when the victim does not or cannot consent. Sexual assault includes rape, forcible sodomy (oral or anal sex), and other unwanted sexual contact that is aggravated, abusive, or wrongful (including unwanted and inappropriate sexual contact), or attempts to commit these acts.
The final product shall incorporate and infuse all of the following requirements and themes listed below, including any new updates or revisions made to relevant policies identified by the Government during the contract period of performance.
(a) DoDI 6495.02, specifically Enclosure 10 section 2(d) and section 3(c) and 3(d), Enclosure 4, and Enclosure 5;
(b) DoD SAPRO Annual/Refresher SAPR Training Core Competencies and Learning Objectives;
(c) DoD 2014-2016 Sexual Assault Prevention Strategy;
(d) MCO 1752.5B, specifically Chapter 3 and Chapter 8;
(e) Marine Corps ethos of honor, courage, and commitment;
(f) Marine Corps positive command climate; and
(g) Marine Corps peer-to-peer SAPR mentoring and bystander intervention.
The final product shall incorporate instructional design, Bloom’s Taxonomy of learning domains, adult learning theory techniques, storytelling, immersive learning methods, and any other applicable curriculum development theory and design that modifies the learner’s behavior and equips the learner with information and skills to carry out their SAPR roles and responsibilities as well as reinforce a positive command climate.
The Contractor shall provide broadcast quality (high quality) and deliver final media products using the following specifications:
Video
Images Audio Animations
Uncompressed raw video shot at 29.97 frames per second—native file formats MOV, QT, DV-NTSC, or MPEG-2 with a non-compressing codec PSD, TIF, RAW files with a resolution of 200 dpi or greater; Layered files should NOT be flattened AIFF Stereo 44.100kHz with no compression, ACC Stereo 44.100 kHz with no compression, RealAudio LL audio lose-less codec, WMA WMA9 LL Uncompiled FLA native flash format; 3D Studios Max files 2008 or newer including all textures associated with the models, lighting rigs, and key frames
The Contractor shall develop the training simulations to be SCORM conformant as required by DoDI 1322.26 and can be easily uploaded and hosted on the Internet via a Marine Corps or DoD website or portal. At minimum, SCORM compliance shall be completely functional on MarineNet. The Government will provide the Contractor with a point of contact for current Marine Corps technology standards and specifications.
SPECIAL REQUIREMENTS
The Contractor shall have demonstrated strong knowledge of the Marine Corps, including the history and lexicon of the Navy and Marine Corps. The Contractor shall have demonstrated subject matter expertise on sexual assault. The Contractor shall also be familiar with sexual assault prevention strategies and the DoD 2014-2016 Sexual Assault Prevention Strategy.
The Contractor shall have a strong knowledge of the Marine Corps SAPR Program and/or the DoD or other military service SAPR programs. The Contractor shall be familiar with and respectfully handle emotionally sensitive and traumatic topics such as sexual assault. The Contractor shall be familiar with the Marine Corps training and education environment to include familiarity with Marine Corps curriculum formatting standards. The Contractor shall have demonstrated experience and have a proven record of developing technical and specialized curricula. The Contractor shall have demonstrated expertise and experience with adult learning theory, instructional design, storytelling, and immersive learning techniques and methods. The Contractor shall have demonstrated expertise and experience with Bloom’s Taxonomy of learning domains, with special emphasis on the higher levels of the cognitive and effective domains. The Contractor shall have demonstrated experience in developing training and curricula that is research-based to ensure that the content and context are realistic and sound. The Contractor shall have demonstrated independent academic reviews and/or evaluations documenting and assessing evidence-based results of efficacy in behavior modification and performance improvement through virtual and immersive learning methods. The Contractor shall have a proven ability to develop, script, produce, edit, and deliver high-quality videos that are educational, pedagogically sound, interactive, and engaging. This includes skills that allow successful completion of any and all tasks associated with the pre-production, production, and post-production of videos. The Contractor shall have demonstrated expertise and experience designing, developing, and engineering high-quality computer games with special emphasis on simulation and virtual immersive learning. The Contractor shall have the proven ability to seamlessly combine computer-based simulations with video-drama productions and written curriculum in order to develop a realistic and multidimensional learning experience and training product. The Contractor shall have the ability to develop final products that will be relate to and resonate with the target audience of Company Grade Officers and Noncommissioned Officers. The Contractor shall have the proven ability to blend creativity with required objectives and tasks to develop a superior final product. The Contractor shall provide the necessary resources and infrastructure to manage and administer this project as defined in this PWS, including in-house organic capabilities for instructional design and video production. The Contractor shall have demonstrated expertise and experience with developing and successfully implementing pre-test and post-test that measure knowledge and skills and course evaluations as an integrated component of a training or curriculum package. The Contractor shall have demonstrated expertise and experience with developing and successfully implementing tests, quizzes, evaluations, and surveys that measure knowledge, skills, and course success. The Contractor shall also be experienced in utilizing behavioral theories and models for problem-based learning and designing and developing of evaluations and surveys. The Contractor shall have demonstrated experience with IRBs as described in the National Research Act of 1974. The Contractor shall have experience in general requirements, processes and procedures, and successful submissions of products to internal business and Government IRBs to factor whether evaluations and surveys are classified as human subjects research. The Contractor shall have demonstrated experience in organizing and conducting focus groups and pilot sessions as critical tools in collecting information and feedback, developing, revising, and implementing training and curricula. The Contractor shall be responsible for establishing an administrative and operations-focused staff capable of handling the contract responsibilities and tasks. The Contractor shall have access to in-house organic capabilities and high-quality technical equipment and resources to develop and deliver the final product. The Contractor shall have highly qualified and experienced staff developing training content and video production. The Contractor shall have the demonstrated expertise and experience building a computer-based training simulation that does not require specialized software or hardware that must be installed on Marine Corps computers. The Contractor shall have experience building a computer-based training simulation that is compatible with existing software and hardware already available to their client. The Contractor shall have demonstrated expertise and experience with SCORM and building computer training simulations that are SCORM compliant as required by DoDI 1322.26.
SOURCES SOUGHT:
The anticipated North American Industry Classification System Code (NAICS) for this requirement is 611430, with the corresponding size standard of $11M. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from all sources, including small businesses that can provide the required services under the NAICS Code.
To assist RCO-NCR in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone SmallBusinesses, and 8(a) companies. You should provide information on how you would envision your company’s areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement.
In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company’s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14).
SUBMISSION DETAILS:
Responses must include:
1) Business name and address;
2) Name of company representative and their business title;
3) Type of Business;
4) Cage Code;
5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.)
6) Description of contractors’ ability to meet required capabilites.
Vendors who wish to respond to this sources sought should send responses via email NLT 8 January 2015 5:00 PM Eastern Daylight Time (EDT) to jamie.dufrene@usmc.mil. Interested vendors should submit a brief capabilities statement package (no more than ten (10) pages) demonstrating ability to perform the services listed in this Technical Description. Documentationshould be in bullet format.
Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
Place of Performance: Quantico, VA 22134 US URL: https://www.fbo.gov/spg/DON/USMC/M00264/M00264-15-RFI-0200/listing.html

OutreachSystems Article Number: 150101/PROCURE/0204 Matching Key Words: video*; edit*; produc*; train*; you; website; page?; education*; business*; documentation; produce?; production?; instruct*;

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 — VOA Multimedia Combination Producer, Editor, Video Shooter BBG50-QS-15-0004 011615 Michelle S. Mathis, Contract Specialist, Phone 2023827848, Fax 2023827854, Email mimathis@bbg.gov The nbsp;Voice of America’s South Asia Division, Urdu Service has a requirement for a Talent Multimedia Combination Producer/Editor/Video Shooter.  Ordering Mechanism will be a Firm Fixed Price Blanket Purchase Agreement, (Not to Exceed $150,000.00 per year for one year). Contractor shall perform non-personal talent services in Washington D.C. (See SOW for more Details)
This Position will be paid on an Hourly rate with variable hours and days (up to 8hrs a day, 5days a week), Sunday through Saturday’s and some Holidays. (See SOW for more details). Period of Performance: 01/30/2015 – 01/29/2016.

This combined Synopsis/Solicitation is issued as a Request for Proposals for interested Independent Contractors. The contractors most be register in http://www.SAM.gov system in order to work for the Federal Government.

Contractors must submit their price proposal, capability statement/resume w/three references. Please provide documents by e-mail to: mimathis@bbg.gov or fax at 202-382-7854 by closing date 01/16/2015 @ 12:00noon EST, if faxing please call first.

Selected Contractor must provide: Copy of US Citizenship, work permit, photo ID and/or visa. Contractor 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

FAR Clause 52.212-4 is Applicable- Contract Terms and Conditions- Commercial Items
Subpart 12.6 is Applicable- Streamlined Procedures for Evaluation and Solicitation for Commercial items.

Set-Aside: Total Small Business Place of Performance: 330 Independence Ave., S.W., Room 3500 Washington, DC 20237 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-QS-15-0004/listing.html

OutreachSystems Article Number: 141231/PROCURE/0038 Matching Key Words: video*; edit*; produc*; train*; education*; business*; produce?; commercial?;

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

R — Shooter, Videographer, Editor and TV Line Producer BBG50-QS-15-0005 011615 Michelle S. Mathis, Contract Specialist, Phone 2023827848, Fax 2023827854, Email mimathis@bbg.gov The Voice of America’s South Asia Division, Urdu Service has a requirement for (2) Talent Shooter, Videographer, Editor and TV Line Producer. Ordering Mechanism will be a Firm Fixed Price Blanket Purchase Agreement, (Not to Exceed $150,000.00 per year for one year). Contractor shall perform non-personal talent services in Washington D.C. (See SOW for more Details)
This Position will be paid on an Hourly Rate with variable hours and days (up to 8hrs a day, 5days aBroadcasting Board of Governors week), Sunday through Saturday’s and some Holidays. (See SOW for more details). Period of Performance: 01/26/2015 – 01/25/2016
This combined Synopsis/Solicitation is issued as a Request for Proposals for interested Independent Contractors. The contractors most be register in http://www.SAM.gov system in order to work for the Federal Government.

Contractors must submit their price proposal, capability statement/resume w/three references. Please provide documents by e-mail mimathis@bbg.gov or fax at 202-382-7854 by closing date 01/16/2015 at 1:00pm EST, if faxing please call first. Selected Contractor must provide: Copy of US Citizenship, work permit, photo ID and/or visa. Contractor 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

FAR Clause 52.212-4 is Applicable- Contract Terms and Conditions- Commercial Items
Subpart 12.6 is Applicable- Streamlined Procedures for Evaluation and Solicitation for Commercial items.

Set-Aside: Total Small Business Place of Performance: 330 Independence Ave., S.W. Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-QS-15-0005/listing.html

OutreachSystems Article Number: 141231/PROCURE/0039 Matching Key Words: video*; edit*; produc*; train*; education*; business*; produce?; commercial?;

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 — Television Reporter for Voice of America-Latin America Division BBG50-R-15-0017 011315 Myria Carpenter, Fax 202-382-7870, Email mecarpen@bbg.gov – Herman Shaw, Contracting Officer, Fax (202) 382-7870, Email hshaw@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. BBG50-R-15-0017 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) 2005-078, dated December 26, 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 $7.5M.

(v) The contractor shall provide the Contract Line Items as shown in the Attachment A titled “Price Schedule”.   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.

(vi) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. anticipates a need (subject to availability of funding) for Independent Contractor to provide Television Reporter services as described in Attachment C titled “Statement of Work (SOW)” . The Offeror selected for award must be able to successfully pass a BBG security investigation.

(vii) The Government anticipates making an award under this Solicitation on/or about on January 20, 2015 and no later than January 31, 2015. 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 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. The Offeror must be able to demonstrate proficiency in writing and speaking in the English language;

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 a Commercial Items, Firm-Fixed-Price, Non-Personal Services Purchase Order resulting from this RFP to the responsible offeror 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 Associate Producer 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) The Offeror shall have demonstrated past technical qualification of the proposed Associate Producer in performing work similar to that set forth in the SOW. An Offeror should include recent examples (within the past three (3) years) demonstrating its experience in providing/performing Associate Producer 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) The Offeror shall have demonstrated past technical qualification of the proposed Television Reporter in performing work similar to that set forth in the SOW. 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 “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 titled “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)

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-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. Oral, faxed or emailed proposals will not be accepted . Please note that questions must be submitted in writing to Myria Carpenter by email (proposalquestionMEDC@bbg.gov) or fax (202-382-7870) and received before the deadline of 12:00 p.m., Eastern Daylight Time on January 5, 2015. 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. All proposals must be sent via courier or overnight delivery and must be received before the deadline set forth above. Proposals should be sent to the Attn: Myria Carpenter, Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW, Room 4007 F, Washington, DC 20237 before January 13, 2015 , at 12:00PM, Eastern Daylight Time. NO FAXED OR EMAILED PROPOSALS WILL BE ACCEPTED.

(xvi) Contact: Myria Carpenter, Contracting Officer, email: mecarpen@bbg.gov.

All responsible sources may submit an offer that will be considered by the Agency.

Set-Aside: Total Small Business Place of Performance: 330 Independence Avenue Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-15-0017/listing.html

OutreachSystems Article Number: 141230/PROCURE/0039 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 — Television Reporter for Voice of America-Latin America Division BBG50-R-15-0017 011315 Myria Carpenter, Fax 202-382-7870, Email mecarpen@bbg.gov – Herman Shaw, Contracting Officer, Fax (202) 382-7870, Email hshaw@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 ONLYBroadcasting Board of Governors SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

(ii) Solicitation No. BBG50-R-15-0017 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) 2005-078, dated December 26, 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 $7.5M.

(v) The contractor shall provide the Contract Line Items as shown in the Attachment A titled “Price Schedule”.   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.

(vi) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. anticipates a need (subject to availability of funding) for Independent Contractor to provide Television Reporter services as described in Attachment C titled “Statement of Work (SOW)” . The Offeror selected for award must be able to successfully pass a BBG security investigation.

(vii) The Government anticipates making an award under this Solicitation on/or about on January 20, 2015 and no later than January 31, 2015. 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 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. The Offeror must be able to demonstrate proficiency in writing and speaking in the English language;

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 a Commercial Items, Firm-Fixed-Price, Non-Personal Services Purchase Order resulting from this RFP to the responsible offeror 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 Associate Producer 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) The Offeror shall have demonstrated past technical qualification of the proposed Associate Producer in performing work similar to that set forth in the SOW. An Offeror should include recent examples (within the past three (3) years) demonstrating its experience in providing/performing Associate Producer 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) The Offeror shall have demonstrated past technical qualification of the proposed Television Reporter in performing work similar to that set forth in the SOW. 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 “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 titled “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)

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-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. Oral, faxed or emailed proposals will not be accepted . Please note that questions must be submitted in writing to Myria Carpenter by email (proposalquestionMEDC@bbg.gov) or fax (202-382-7870) and received before the deadline of 12:00 p.m., Eastern Daylight Time on January 5, 2015. 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. All proposals must be sent via courier or overnight delivery and must be received before the deadline set forth above. Proposals should be sent to the Attn: Myria Carpenter, Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW, Room 4007 F, Washington, DC 20237 before January 13, 2015 , at 12:00PM, Eastern Daylight Time. NO FAXED OR EMAILED PROPOSALS WILL BE ACCEPTED.

(xvi) Contact: Myria Carpenter, Contracting Officer, email: mecarpen@bbg.gov.

All responsible sources may submit an offer that will be considered by the Agency.

Set-Aside: Total Small Business Place of Performance: 330 Independence Avenue Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-15-0017/listing.html

OutreachSystems Article Number: 141230/PROCURE/0039 Matching Key Words: naics!711510;

600px-US-DeptOfNavy-Seal.svgDepartment of the Navy, United States Marine Corps, MCAS Cherry Point, Cherry Point Satellite Contracting Office PSC Box 8018 MCAS Cherry Point NC 28533-0018

76 — THE WINDSOCK M00146-15-R-9009 011615 Oronde Dominique, Contracting Officer, Phone 252-466-7726, Email oronde.dominique@usmc.mil – Christopher Poulos, Chief of the Contracting Office, Phone 252-466-4038, Email christopher.poulos@usmc.mil

Section B – Supplies or Services and Prices

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001 11,500 Each
THE WINDSOCK
FFP
PUBLICATION AND DISTRIBUTION OF THE CIVILIAN ENTERPRISE NEWSPAPER – WINDSOCK in accordance with the Statement of Work (Section C). The Windsock is published 50 times per year. “NOT TO EXCEED” a circulation of 11,500.
Period of Performance: 16 February 2015 through 15 February 2016

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1001 11,500 Each
OPTION THE WINDSOCK
FFP
PUBLICATION AND DISTRIBUTION OF THE CIVILIAN ENTERPRISE NEWSPAPER – WINDSOCK in accordance with the Statement of Work (Section C). The Windsock is published 50 times per year. “NOT TO EXCEED” a circulation of 11,500.
Period of Performance: 16 February 2016 through 15 February 2017

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2001 11,500 Each
OPTION THE WINDSOCK
FFP
PUBLICATION AND DISTRIBUTION OF THE CIVILIAN ENTERPRISE NEWSPAPER – WINDSOCK in accordance with the Statement of Work (Section C). The Windsock is published 50 times per year. “NOT TO EXCEED” a circulation of 11,500.
Period of Performance: 16 February 2017 through 15 February 2018

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3001 11,500 Each
OPTION THE WINDSOCK
FFP
PUBLICATION AND DISTRIBUTION OF THE CIVILIAN ENTERPRISE NEWSPAPER – WINDSOCK in accordance with the Statement of Work (Section C). The Windsock is published 50 times per year. “NOT TO EXCEED” a circulation of 11,500.
Period of Performance: 16 February 2018 through 15 February 2019

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4001 11,500 Each
OPTION THE WINDSOCK
FFP
PUBLICATION AND DISTRIBUTION OF THE CIVILIAN ENTERPRISE NEWSPAPER – WINDSOCK in accordance with the Statement of Work (Section C). The Windsock is published 50 times per year. “NOT TO EXCEED” a circulation of 11,500.
Period of Performance: 16 February 2019 through 15 February 2020

SECTION B – NOTES

B.1 GENERAL INTENTION. The purpose of this requirement is to establish a contract for publication and distribution of a Civilian Enterprise (CE) newspaper “Windsock” as requested by the Public Affairs Office, Marine Corps Air Station, and Cherry Point, NC. The CE newspaper is subject to the requirements of DoD Instruction 5120.4, dated 16 June 1997, Department of Defense Newspapers, Magazines and Civilian Enterprise Publications and other listed in Attachments. The purpose of the civilian enterprise newspaper is to provide a free flow of news and information to DoD personnel and their families.

B.2 TYPE OF CONTRACT. This is a “no cost” type of contract. Neither appropriated nor non-appropriated funds will be used to pay for any costs incurred by the contractor in publishing the newspaper. Consideration to the contractor comes from the right to sell and circulate advertising. The CE publisher shall only use the space agreed upon for advertising (Section C3.1.1.). Although this contract is not subject to the Federal Acquisition Regulation (FAR) or the Defense Federal Acquisition Regulation Supplement (DFARS), FAR or DFARS clauses useful in protecting the interest of the Government and implementing those provisions required by law are included.

B.3 PERIOD OF PERFORMANCE. The base period of this contract will be one year. The contract includes four (4) twelve-month option periods, to be exercised at the discretion of the Government. The total period of the contract, including options, shall not exceed five (5) years. The contractor is “NOT AUTHORIZED” to execute and or exercise the option periods identified within the contract without written approval/authorization for the Contracting Office identified in section 9 of the SF 1449. The periods will be as follows:

Base Period: 15 February 2015 – 14 February 2016
– Option One: 15 February 2016 – 14 February 2017
– Option Two: 15 February 2017 – 14 February 2018
– Option Three: 15 February 2018 – 14 February 2019
– Option Four: 15 February 2019 – 14 February 2020

SECTION C – STATEMENT OF WORK

SECTION C1

INTRODUCTION

C1.1 SCOPE. The Cherry Point Windsock, hereafter the Windsock, is the authorized, unofficial publication of Marine Corps Air Station Cherry Point, North Carolina (MCAS Cherry Point). As such, its contents do not necessarily reflect the official views of, nor constitute an endorsement by, the Department of Defense (DoD). The Windsock is a civilian enterprise (CE) newspaper, published by a CE contractor (hereafter referred to as the “Publisher”) under contract with MCAS Cherry Point. As such, the Windsock contains advertising sold by the Publisher, and may contain supplements or inserts. The Publisher sells advertising to cover costs and secure earnings. Other advertising provisions are contained in this Statement of Work (SOW). The Publisher also provides personnel to aid and support the Windsock staff to support newspaper operations as stipulated in this SOW. The Windsock is published 50 times per year with a circulation of 11,500. It is a key medium in the Commander’s internal information program and is used to communicate mission-essential information to members of the command, including Marines, Sailors, civilian employees, and family members. A typical issue of the Windsock contains most, if not all, of the following elements: command, Marine Corps and Department of Defense news/features, Commander’s comments; letters to the editor; editorials; commentaries; features; sports; entertainment items; Marine Corps Community Services news and announcements; installation and local community news briefs and announcements; photography; line art and classified advertisements. The Publisher may provide material for use in the newspaper if approved by the Commander, or Public Affairs Officer (PAO) as the Commander’s representative. All editorial content used in preparing the Windsock, whether used in an issue of the newspaper or not, is the property of the Marine Corps. The PAO provides oversight and final approval authority for all editorial and advertising content of the paper.

C1.1.1 The Contractor shall prepare, produce, publish and distribute at weekly intervals, a CE newspaper, to be known as The Windsock and its website, barring national catastrophe or failure to adhere to editorial and pictorial deadlines by the Government. This publication shall comply with all applicable provisions of the:

• Department of Defense (DoD) Instruction 5120.4 (16JUN97),
• DoD Direction 5122.10 (21NOV2000),
• Department of Navy (DoN) rules and regulations, Marine Corps Publication and Printing regulations (MCO 5720.74);
• and SecNavInst 5720.44C.

Upon request, copies of the above references will be made available to the Contractor by PAO.

C1.2 Concept. To have a responsible firm publish the Windsock newspaper using copy collected and laid out entirely by the Publisher. Publisher will gather copy from standard sources, including but not limited to: Defense Video and Imagery Distribution System (DVIDS), Marines.mil, articles provided by PAO, local news sources (for off-base events), base organizations such as Marine Corps Community Services, Joint Safety Office, Chaplain’s Office, Chow Hall, Single Marine Program, and others designated by the PAO. Priority for story publication will be determined by the PAO, but generally will be laid out by the Publisher in the following order: local (on-base) news including news briefs, local (on-base) features, local (on-base and regional) announcements, Corps-wide news and features, especially those that might be of interest to local Marines. Publisher will design and lay out all pages in accordance with theEditors‘ SOP, which will be provided by the PAO. PAO will have oversight and final decision on all copy and design layouts.

C1.2.1 To enhance the quality of life for military and civilian personnel serving and living at Cherry Point by providing news and information that is informative, educational and entertaining.

C1.2.2 To provide a forum for individuals to express opinions concerning relevant matters, thought-provoking ideas, tasteful and colorful humor; and to provide a place for the submission of advertisements free of charge as described elsewhere in this contract.

C1.2.3 To enhance and preserve the customs and traditions of the United States Marine Corps.

SECTION C2

DEFINITIONS AND ABBREVIATIONS

C2.1 STANDARD DEFINITIONS. Definitions of specific terms and phrases used in this Contract.

C2.1.1 ADMINISTRATION. All post award functions to ensure adherence to terms and conditions of the contract.

C2.1.2 CIVILIAN ENTERPRISE NEWSPAPER. Newspaper published by commercial publishers under contract with the DoD Components or their subordinate commands. The Commander or Public Affairs Office provides oversight and final approval authority for the news and editorial content of the paper.

C2.1.3 CONTRACTING OFFICER. A person with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings. The term includes certain authorized representatives of the contracting officer acting within the limits of their authority as delegated by the Contracting Officer.

C2.1.4 CONTRACTING OFFICER’S REPRESENTATIVE (COR)/ALTERNATE COR (ACOR). See Section H, Note H3.

C2.1.5 CONTRACTOR. The term “Contractor” as used herein refers to both the prime Contractor and any subcontractors. The Contractor shall be responsible for assuring that his subcontractors comply with the provisions of this contract. (Note: For the purpose of this contract, “Contractor” is the same as “Publisher.”)

C2.1.6 GOVERNMENT-FURNISHED PROPERTY. This term as used in this contract means any supplies or facilities furnished by the Government, for use in connection with the performance of this contract.

C2.1.7 INDUSTRY STANDARD. This term as used in this contract means an established norm or requirement in the related industry. Examples include types of equipment and procedures used by the majority of modern newspaper publishing companies for printing and Web design.

C2.1.8 INFORMATION TECHNOLOGY (IT). Any equipment or inter-connected system or subsystem of equipment that is used in the automatic acquisition, storage, manipulation, management, movement, control, display, switching, interchange, transmission, or reception of data or information by the executive agency. The term IT includes computers, ancillary equipment, software, firmware, and similar procedures, services (including support services) and related resources. IT replaces the terms “Federal Information Processing” and Automated Data Processing Equipment (ADPE) as per the Clinger-Cohen Act of 1996.

C2.1.9 INSERTS. A flier, circular, or freestanding advertisement placed within the folds of the newspaper. No disclaimer or other labeling is required.

C2.1.10 OPTION. A unilateral right in a contract by which, for a specified time, the Government may elect to acquire additional supplies or services called for by the contract, or may elect to extend the term of the contract.

C2.1.11 PAGE DUMMIES. Pages, usually legal size, which are used by the Contractor and the Public Affairs Office to give a rough description of what a completed page will look like. Pagedummies are initiated by the Contractor to plan a forthcoming edition by indicating to his staff which portions of the paper will contain advertising and which portions will contain space foreditorial copy.

C2.1.12 PAGE PROOFS. Metered broadsheet pages which follow the prescription of their specific page dummies after all advertising and editorial content have been electronically “pasted up” on them. These are reviewed for geometric uniformity, editorial accuracy, and to ensure SOP and other PAO guidelines have been adhered to by the Contractor immediately prior to printing.

C2.1.13 PASTE-UPS. Refers to the physical placement of advertisements, photographs or editorial copy on a metered broadsheet page.

C2.1.14 SHALL. This word is used in connection with the Contractor and specifies that the provision is binding.

C2.1.15 SUPPLEMENTS. Features, advertising sections, or Marine Corps Community Services (MCCS) sections printed with or inserted into publications for distribution. Supplements shall be labeled “Supplement to THE WINDSOCK”. Editorial content in supplements is subject to approval by the Public Affair’s Officer.

C2.1.16 WILL. This word is used in connection with the Government and specifies that the provision is binding.

C2.2 STANDARD ABBREVIATIONS. Complete spelling of commonly used
abbreviations in this Performance Work Statement (PWS).

C2.2.1 ACOR. Alternate Contracting Officer’s Representative

C2.2.2 AD/ADS. Advertisement/Advertisements

C2.2.3 CE. Civilian Enterprise

C2.2.4 COR. Contracting Officer’s Representative

C2.2.5 CO. Contracting Officer

C2.2.6 DoD. Department of Defense

C2.2.7 DoN. Department of the Navy

C2.2.8 ISMD. Information Systems Management Division

C2.2.9 IT. Information Technology

C2.2.10 MCAS. Marine Corps Air Station

C2.2.11 MCB. Marine Corps Base

C2.2.12 MCCS. Marine Corps Community Service

C2.2.13 MCO. Marine Corps Order

C2.2.14 PAO. Public Affairs Office

C2.2.15 PWS. Performance Work Statement

C2.2.16 QA. Quality Assurance

C2.2.17 QC. Quality Control

C2.2.18 CPNC. Cherry Point, North Carolina

C2.2.19 FIP. Federal Information Processing

SECTION C3

CONTRACTOR FURNISHED ITEMS AND SERVICES

C3.1 The Publisher agrees: Except for those items or services specifically stated to be Government furnished in Section C4, the Contractor shall provide all items and services needed to perform this contract.

C3.1.1 The Windsock shall be broadsheet size newspaper, consistent in page-length as necessitated by the editorial content provided by the PAO in maintaining the ratio of advertising toeditorial content as outlined in paragraph C3.8.5. The newspaper will have no less than 16 pages, unless specifically agreed upon by both the PAO and the Publisher. The newspaper will contain two sections, A (News and Features) and B (Life and Times). Front pages for all sections shall be color.

C3.1.2 The Publisher will make every attempt to use timely articles in the editorial sections of the Windsock. To that end, unless otherwise approved by PAO, no articles or related editorialmaterial printed in the Windsock will be more than 14 days old (based on when it was posted online by its author for release).

C3.2 Deadlines: The Publisher shall have all Corps News pages and Page B3 ready for review by the Windsock editor no later than 0800 Monday. The Publisher shall have all remainingpages ready for review by the PAO by 1500 on Tuesday. The PAO shall provide proofing comments to Publisher by 0800 Wednesday. A final proof for the PAO shall be completed by 1000 on Wednesday, if deemed necessary by the PAO. The PAO will complete its review of the final proof by 1200 on Wednesday. This schedule may be moved to the left (earlier) during holiday schedules upon agreement between both parties.

C3.3 Nameplate: The nameplate (flag) of each issue shall include the volume number and date.

C3.3.1 No advertising shall be included on the front page of any section. Additionally, the PAO shall at its discretion have two additional pages in each section with no advertising. The recommended pages without advertising are A1-A3 and B1-B3.

C3.3.2 The Publisher shall provide full color on all pages if PAO deems necessary. However, editorial photos on any page that has a color ad shall also be in color. PAO retains the right to use black and white on any page as needed or appropriate.

C3.3.3 All photos and other editorial content used in the production of the Windsock, whether used in the Windsock or not, remain the property of the Government.

C3.3.4 Four special edition tabloid inserts shall be printed for inclusion in the newspaper each year. The size and content of such special inserts will be identified to the Publisher 15 days before each run. It is understood that all terms and conditions of this contract shall apply to each special edition with the exception of advertising. There shall be no advertising in special inserts.

C3.3.5 On a yearly basis, the Contractor shall provide a hard bound volume of all the previous year’s issues of the Windsock. The volume shall be provided by 1 March each year.

C3.3.6 The Publisher shall where economically feasible use recycled paper for the publication of the CE newspaper.

C3.3.7 The Publisher shall use standard newsprint, recyclable paper subject to requirements of applicable laws and regulations.

C3.4 WEB SITE.

C3.4.1 The Contractor shall be responsible for creating, maintaining, marketing and posting a Web site for the Windsock that adheres to current industry standards. The site will use the same format as other standard news organization Web sites – examples include The Los Angeles Times, The New York Times, USA Today, and The Raleigh News & Observer. The siteshall be updated with information from each week’s copy of the Windsock by 7:30 a.m. on the day of publication. Additional stories or information provided by the PAO from time to time shall also be posted to the site within 24 hours.

C3.4.2 The Website may also include advertisements that were published in the Windsock. Additional advertising will be allowed and all advertising rules as set forth in Section C3.8 will apply.

C3.5 Facilities: The Publisher shall provide an office for the publication of the WINDSOCK. The Contractor Liaison/Quality Assurance Manager and Graphic Artist/Layout Design Artist (C3.12.3 and C3.12.4) shall work from this location, with the following exception. The Graphic Artist/Layout Design Artist will work at the JPAO office at Cherry Point each Tuesday during normal working hours, 8 a.m. until 4 p.m. This schedule may be adjusted by the PAO to accommodate holiday production schedules. The newspaper archive will be located at the Publisher provided facility. Personal meetings between the Publisher and PAO personnel will be conducted at the PAO office or any site chosen by the PAO.

C3.6 EQUIPMENT.

C3.6.1 The Contractor shall provide the below listed equipment or approved equivalent for the performance of this contract. The equipment provided by the Contractor shall be new. All equipment shall be in first class, industry standard operating condition (complete operating order and in compliance with the manufacturer’s operating specifications).

Additionally, the Publisher shall furnish all necessary supplies, repair parts, materials, tools, and support equipment required to perform all services.

C3.6.2 The Contractor shall provide up-to-date versions of the following equipment suite on the PAO premises:

A. Computer Workstation. The Publisher shall provide one (1) networked computing workstation consistent with the industry standard for use in editing stories, editing photos and other needs necessitated by the PAO. The workstation shall have a color monitor 20 inches in size or larger. The workstation should be equipped, at minimum, with the current versions of Microsoft Office and the Adobe Creative Suite. Additionally, the Publisher shall update software as available to remain within the industry standard.

B. Server/Shared Drive. Publisher will provide one (1) networked server/shared drive capable of transferring files between the PAO and the publisher. Publisher will provide Server/Shared Drive network access for Government laptop computers for internal Windsock production and archiving.

C. Digital Cable Modem. Publisher will install and maintain one (1) digital cable modem in the PAO to provide a cable internet connection, as well as the required internet subscription service described in paragraph C3.6.2.E.

D. Wireless Router. Publisher will install and maintain a wireless router to provide sufficient Wi-Fi Internet connection capability to all networked devices, including multiple Government laptop computers, the computer workstation described in paragraph C3.6.2.A., and the printer described in paragraph C3.6.2.F.

E. Internet Connection. The Publisher shall install a broadband Internet connection to maintain connectivity between the Publisher and the Joint Public Affairs Office.

F. Printer. Publisher provides one printer capable of printing commonly used paper sizes up to 11×17 inch for printing of newspaper flats for review. Publisher will provide replacement printer toner and paper.

G. Stylebook. Publisher will provide account access for JPAO to the Associated Press Style book at http://www.apstylebook.com for use by JPAO staff.

C3.6.3 The Publisher shall provide a subscription to a clip art service accessible from PAO premises.

C3.6.4 The Publisher shall provide quarterly training regarding the use of equipment to accommodate new journalists at the PAO.

C3.6.5 The Publisher’s computer equipment will be analyzed bi-annually and/or at each contract renewal date by PAO to determine adequacy, compatibility and to determine if any upgrades are necessary. The Contractor shall familiarize and train Public Affairs personnel in electronic transmission of data. Throughout the life of the contract, technological upgrades will be required to remain competitive with current industry standards in compliance with Marine Corps Standards. The equipment shall be upgraded as needed to maintain current acceptable standards throughout the Marine Corps.
C3.6.6 EQUIPMENT MAINTENANCE. The Contractor shall be responsible for and bear the expense of maintaining and repairing all equipment furnished by the Contractor. The Contractor shall ensure required maintenance and repairs are accomplished within a period not to exceed 24 hours from the time a notice for maintenance has been initiated. If equipment cannot be repaired, one-for-one replacement of inoperable equipment shall be provided. In the event of catastrophic equipment failure, the Publisher shall provide alternative solutions to publish the newspaper.

C3.6.7 EQUIPMENT INVENTORY. At the start of the basic contract period, the Contractor and a Government representative shall conduct a joint inventory of all Contractor furnished equipment. A Contractor and Government representative shall jointly determine the working order and condition of all Contractor furnished equipment; and, shall certify their agreement as to the working order and stated condition of all equipment provided by the Contractor. At completion of the contract, the Contractor and a Government representative shall conduct a joint inventory of equipment. The Contractor shall repair all equipment in need of repairs/maintenance before the joint inventory is made. The Government is not responsible for normal wear and tear of equipment. If the Contractor and Government representative fail to agree on the working order of Contractor furnished equipment, this failure to agree shall be treated as a dispute.

C3.6.8 The Contractor shall engrave all computer equipment in such a way as to facilitate recovery in the event of loss or theft and for inventory purposes.

C3.6.9 REMOVAL OF EQUIPMENT. Upon termination of the contract, the Contractor shall, within 24 hours remove all Contractor-owned supplies and/or property from the premises.

C3.7 SERVICE MATERIALS

C3.7.1 The Contractor shall provide additional supplies at PAO site, including dictionaries, thesauruses and latest edition of the Associated Press Style Guide. Publisher shall also provide in a timely manner all supplies required for continued operation of Publisher-provided equipment, including paper, cartridges, toner, and other support items.

C3.7.2 The Contractor shall provide personnel, transportation, supplies, material, equipment and services for the production and delivery of the Windsock in sufficient quantities to allow consistency of design each time the newspaper is published. All of these items shall be available on contract start date and throughout the contract period.

C.3.8 ADVERTISING.

C3.8.1 The Contractor shall assume full responsibility for advertising content. The Publisher shall be responsible for the accuracy of any advertisement appearing in the Windsock, and shall accept for publication in the Windsock only those advertisements that conform to generally accepted standards of propriety and good taste. The PAO reserves the right to review all proposed advertisements deemed objectionable or inimical to the interests of the air station, prior to the layout of advertising space. Any advertisement received by the Publisher shall be submitted to the PAO for review and approval or disapproval if there is a question as to whether it complies with the restrictions listed in Sections C3.8.12 and C3.8.13.

C3.8.2 The Contractor shall implement the following advertisement review process, when directed, if it is determined by the Commanding Officer or the PAO as the designated representative, that the Publisher-only review is not sufficient to ensure compliance with regulations and provisions of this contract governing advertising. The Contractor shall provide laid out copies of all advertisements by 10 a.m. the Tuesday before publication to ensure compliance with advertising provisions in this section and applicable in any case. If any advertisements are identified that are contrary to these provisions, the PAO shall request that the contractor delete any such advertisements. If the Publisher prints the issue containing the objectionable advertisement(s), the Commander may prohibit distribution of the Windsock in accordance with DoD Directive 1325.6.

C3.8.3 SERVICES EXCLUDED/PROHIBITED PRACTICES.
C3.8.3.1 The Contractor and his subcontractors, affiliates, employees, sales representatives and agents, in the conduct of business concerning the Windsock newspaper, shall not:

C3.8.3.2 Represent in any manner, expressly or by implication, that advertisements published as a result of this contract are approved or endorsed by an element of the United States Government. Any advertisement, including cents-off coupons, by the Contractor, which refers to a military resale activity, shall contain a statement that the advertisement was not paid for or sponsored, in whole or part, by the particular activity.

C3.8.3.3 Publish advertisements for alcohol or tobacco.

C3.8.3.4 Publish advertisements which incorporate a Marine Corps emblem. However, this prohibition shall not preclude the use of other Marine Corps related graphics.

C3.8.3.5 Publish advertisements for lewd and lascivious materials or activities (e.g. X-rated movies or movie houses); this includes veiled references to such activities.

C3.8.3.6 Publish advertisements for off-limit establishments. A list of off-limit establishments may be obtained from the PAO.

C3.8.3.7 Allow the use of advertisement for gambling, lotteries, raffles, bingo or other games of chance conducted by a commercial organization whose primary business is conducting lotteries. (Notices of such activities shall not be included in announcements or other editorial matter not of a news nature.) Bingo games and lotteries conducted by a commercialorganization whose primary business is conducting lotteries may not be advertised in the CE publication. Non-lottery activities (e.g., dining at a restaurant or attending a musical performance) of a commercial organization whose primary business is conducting lotteries may be advertised in the civilian enterprise newspapers. Exceptions are allowed for authorized State lotteries, lotteries conducted by a not-for-profit organization or a governmental organization or conducted as a promotional activity by a commercial organization and clearly occasional and ancillary to the primary business of that organization. An exception also pertains to any gaming conducted by an Indian tribe under 25 U.S.C. 2720.

C3.8.3.8 List Marine Corps “Official Business” telephone numbers in any advertisements.

C3.8.3.9 Publish advertisements employing discrimination against any person because of race, religion, national origin, age, color, or sex.

C3.8.3.10 Publish political advertisements. The newspaper(s) shall not contain campaign news, partisan discussions, cartoons, editorials, or commentaries dealing with political campaigns, candidates, or issues. The newspaper(s) shall not carry paid political advertisements for a candidate, party, or which advocate a particular position on a political issue. This includes those advertisements advocating a position on any proposed DoD policy or policy under review.

C3.8.3.11 Enter into any exclusive advertising agreement with any firm, broker, or individual for the purpose of selling advertising associated with this contract.

C3.8.3.12 Use names, initials, rank or rate, or unit of military personnel appearing in testimonial advertising.

C3.8.3.13 Carry any advertisement that violates or rejects DoD equal employment opportunity policy.

C3.8.3.14 Use any manipulative, deceptive or fraudulent device, scheme or artifice, including misleading advertising and sales literature.

C3.8.3.15 Enter into unauthorized or restricted areas.

C3.8.3.16 Represent or permit him to be represented to the public as an agent or employee of the Government.
C3.8.3.17 Sell or remove any property, which is owned by the Government and is used in the operation of this contract.

C3.8.3.18 Knowingly and/or willfully violate the Truth-in Lending Act or any other unethical practices.

C3.8.3.19 Subscribe, even at no cost, to a commercial or feature wire or other service whose primary purpose is the advertisement or promotion of commercial products, commodities, or services.

C3.8.3.20 Publish any material that implies that the DoD Components or their subordinate levels endorse or favor a specific commercial product, commodity, or service.

C3.8.3.21 Publish advertisements from establishments that engage in predatory loan practices including but not limited to those businesses offering payday loans, refund anticipation loans, car title loans, and loans with an effective annual interest rate exceeding 36 percent. Prior to agreeing to publish a proposed advertisement, the Publisher shall make reasonable inquiry to determine if the advertisement violates MCIEAST predatory lending policy. If any question whatever exists as to the advertisement’s viability under MCIEAST policy, the Publisher shall consult with PAO/SJA MCAS Cherry Point prior to publication. In circumstances where the Publisher is already contractually bound to a business that has been deemed by Marine Corps Base Camp Lejeune and/or Marine Corps Air Station Cherry Point to engage in predatory lending, the Publisher agrees to cease advertising for such business at the earliest time allowable under the contract (see MCIEAST Commanding General’s Policy Letter 007-07).

C3.8.4 The Contractor shall include in the Windsock’s masthead the following disclaimer, in no smaller than 6-point: “The Windsock” is an authorized publication for members of the Department of Defense. Content of the Windsock is not necessarily the official views of, or endorsed by, the U.S. Government, the Department of Defense, the U.S. Marine Corps, Marine Corps Air Station Cherry Point, or the Joint Public Affairs Office, Cherry Point, N.C. The appearance of advertising in this publication, including inserts or supplements, does not constitute endorsement by the Department of Defense, the U.S. Marine Corps, or the Publisher, of the products or services advertised. Everything advertised in this publication shall be made available for purchase, use, or patronage without regard to race, color, religion, sex, national origin, age, marital status, physical handicap, political affiliation, or any other non-merit factor of the purchaser, user or patron. The Windsock is published by (Publisher’s name), a private firm in no way connected with the Department of Defense, or the U.S. Marine Corps, under exclusive written contract with Marine Corps Air Station Cherry Point, N.C. The editorial content of this publication is the responsibility of the Joint Public Affairs Office. The Windsock is a registered trademark. To address any distribution problems, please contact the (Publisher) at (Publisher phone number)”

In addition to the required advertising information listed above, the masthead must include the following: “The editorial content of this publication is approved by the Marine Corps Air Station Cherry Point Public Affairs Office.” Additionally, the names of the Commanding Officer, Joint Public Affairs Officer, and Editorial Staff; the Joint Public Affairs Office address and phone number; and the frequency of publication, method of reproduction and total number of circulation, shall be included in the masthead. The names of the Contractor and employees may be listed separately.

Each story published from an outside source will include the following disclaimer at the end, “This story was provided by an outside source. Comments or questions about this story should be directed to (writer’s email address).”

C3.8.5 The Contractor shall notify advertisers of the requirements stated in the masthead in C3.8.3 above.

C3.8.6 Ad Layouts: The advertising-to-editorial ratio shall not be larger than 60% advertising to 40% editorial copy per single issue. Inserts/supplements will not count against the advertising to editorial ratio, but shall be clearly marked as advertising material and shall be bound by the conditions set forth by this contract. Inserts/supplements are subject to review as noted in Section C3.8.1 and C3.8.2. The Commanding Officer or his representative may limit the number of advertising inserts should they determine that such inserts are excessive.

C3.8.7 The Contractor shall facilitate contemporary modular design of editorial material. Advertising on all pages in all sections will be blocked across the top of the ad block if a horizontal format, or along a vertical line, the length of the page if a vertical format. Ads shall be sold only in 2, 3, 4, and 6-column widths. Ads shall not be horizontally combined to form widths other than 2, 3, 4, and 6 columns. Ads within ad space shall fill the entire ad space. An alley of one (1) pica between ads shall be the standard. All published ads shall be in rectangular form; Purchased ad space must be filled by either enlarging ads or by bordering ads around the perimeter of purchased space. The weight of perimeter borders shall be consistent to within one (1) point of other borders on the page. The PAO or a designated representative may specify advertising layout that prevents awkward ad structures impeding effective text layout and to enhance communication effectiveness of the Windsock.

C3.8.8 The Publisher shall coordinate deadlines for advertising with affected MCAS Cherry Point agencies, including Marine Corps Community Services.

C3.8.9 Commercial advertising and advertising supplements may be included but shall be clearly labeled as advertising and readily distinguishable from editorial content. All advertising shall be solicited by the Publisher with the exception of the “Free Classified Advertisements” outlined in Section C3.8.17. The Publisher and his representatives shall conduct all businessoperations concerning the newspaper on an ethical and business like basis, dealing honestly and fairly with all advertisers or others inquiring about the Windsock.

C3.8.10 The Contractor shall not subcontract or enter into any exclusive advertising agreement with any firm, broker, or individual for selling advertising associated with this contract.

C3.8.11 The contractor shall not solicit or accept advertising in the name of U.S. Marine Corps, Marine Corps organizations/units/activities, the U.S. Navy, or other component of the Department of Defense.

C3.8.12 The Contractor shall not represent in any manner, expressly or by implication, that items or services purchased or sold under this contract are approved or endorsed by any element of the U.S. Government. Any advertisement, including cents off coupons, by the Publisher, which refers to a military resale activity, shall contain a statement that the advertisement was neither paid for nor sponsored, in whole or in part, by any government organization.

C3.8.13 The Contractor shall not solicit, accept or publish advertising, including inserts and supplements, that: Discriminate in violation of the policy described in C3.8.4; endorse political candidates or parties; advocate a particular position on a political issue; advocate a position on any proposed DoD policy or policy under review; advocate lobbying elected officials on a specific issue; in the Government’s opinion are objectionable or obscene in nature; reflect adversely upon the Government of the United States or any of its components; advertise for establishments declared “off limits” by the command (list provided by the command); imply Department of Defense or Marine Corps endorsement of any product, commodity or service; are contrary to law or to DoD or Marine Corps regulations; in the Government’s opinion pose a detriment to the mission and performance, morale, welfare and discipline of the command, DoD personnel, or their family members; contain the DoD, Marine Corps or other service emblem without written permission; glamorize the use of alcohol and/or tobacco; do not carry a clear statement of the total cash price of products/services and credit terms offered; advertise for bingo games or lotteries conducted by a commercial organization whose primary business is conducting lotteries (postal regulations highlight exceptions); and other restrictions as deemed appropriate by the Marine Corps/command.

C3.8.13 The Contractor shall refuse to print advertising from an advertiser if there is confirmation that an advertiser has violated or rejected the equal opportunity policy in C3.8.4 above, until the violation is corrected.

C3.8.14 Advertising by any section shall not be run sideways nor upside down to attract attention unless approved by PAO.

C3.8.15 The Windsock editor shall have the option of adding the word “ADVERTISEMENT” to any ad he or she determines to be similar in appearance to editorial content. If purchase space does not allow room for the word “ADVERTISEMENT,” the editor shall have the option of adding editorial space to the ad to fit the word “ADVERTISEMENT.”

C3.8.16 The Publisher may, at its discretion, publish an advertising insert weekly in the Windsock. The insert shall be clearly marked as advertising material and shall be bound by the conditions set forth in this contract. Permission for this insert may be withdrawn at any time and for any reason by the PAO. Subject matter for the insert is subject to the approval of the PAO.

C3.8.17 FREE CLASSIFIED ADVERTISING. The Contractor shall provide free classified advertising consistent with the following policy: (1) Active duty or retired military personnel from all branches of the Armed Forces and their bona fide dependents may have advertisement published free in the Windsock if the ad does not exceed twenty (20) words, if the ad is not acommercial venture or business and cannot be easily misinterpreted as paid advertising; (2) DoD Civil Service employees shall receive a twenty five (25) percent discount from the fee schedule on all classified advertising subject to the above policy limitations. (3) The Publisher shall accept free classified ads until noon each Monday for publication in that week’s newspaper, or later if the Publisher chooses; (4) The Publisher shall provide an e-mail account where the Windsock staff can send all electronic ads sent to the MCAS Cherry Point website; (5) The Publisher shall replenish the supply of blank ad forms as needed.

C3.9 MISCELLANEOUS RESTRICTIONS:

C3.9.1 The Publisher shall not state or imply, either in copies of the Windsock or on his stationery, forms, billboards, and signs or in any other manner, that the Windsock is an official Armed Services Publication. The name, insignia, seal, emblem, or any other identifying symbol or device of any military component or department shall not be used in any manner to imply or invite the inference that the publication is an official Department of Defense publication.

C3.9.2 Neither military nor civilian employees of the Department of Defense, Department of the Navy, U.S. Marine Corps, or any of their agencies may, with or without compensation, accept employment or gratuities or become connected in any way with a CE Publisher in preparation of the Windsock.

C3.9.3 The Windsock shall not be distributed either as a supplement or insert to any privately produced civilian newspaper or periodical. Privately produced newspapers or publications may not be distributed as inserts to the Windsock.

C3.9.4 Lotteries: Except as authorized by 1307 US Code 18 with regard to state lotteries and the Indian Gaming Regulatory Act, the Windsock if entered in the U. S. Mail System, is prohibited from publishing advertisements or editorial material about “games of chance.” Paid advertisements for the lotteries administered by the states of Virginia or Maryland or the District of Columbia may be included in the Windsock in accordance with 1307 United States Code 18.

C3.9.5 No opinion poll, survey, or straw vote on political campaigns, endorsements, candidates or political issues will be conducted for publication in the Windsock. The Windsock will not contain political campaign news, editorials, cartoons, or other items that are partisan in nature and not within the mission of the Marine Corps Air Station and its command information objectives as determined by the Government.

C3.9.6 No commercial enterprise comic or feature supplements shall be inserted and distributed with this newspaper without the approval of the Air Station PAO or a designated representative.

C3.9.7 The Marine Corps and other service emblems may be used by the editorial staff for editorial content only.

C3.9.8 The Publisher shall not print any ad that uses any manipulative, deceptive, or fraudulent device, scheme or artifice, including misleading advertising and sales literature.

C3.9.9 The Publisher shall not print any ad that implies that the DoD components or their subordinate levels endorse or favor a specific commercial product, commodity, or service.

C3.9.10 The Publisher shall not use names, initials, rank or rate or unit of military personnel in testimonial advertising.

C3.10 ADDITIONAL TASKS.

C3.10.1 The Publisher shall maintain, for at least two (2) years, a morgue file of at least 25 copies of each Windsock. The Public Affairs Office will use these as emergency reserve copies for such things as journalism contests. The Publisher shall provide the PAO, at the PAO’s discretion, all morgue copies at contract expiration.

C3.10.2 The Publisher shall include in the Windsock, such inserts as provided by the Public Affairs Officer.

C3.10.3 The Publisher shall provide all network connectivity of hardware and Internet connections and verify all units and the entire system is in a production status by the second day of the new contract period.

C3.10.4 The Publisher shall immediately telephone the Public-Affairs Officer when hazardous weather conditions would prevent delivery of the newspaper as specified in the contract.

C3.10.5 The Publisher shall coordinate with the PAO to determine an alternate production schedule and/or size of the Windsock if inclement weather dictates a change. The PAO retains authority to make the final decision on the size and timing of publication and distribution in such instances. In rare instances and in coordination with the Publisher, the PAO retains the right to cancel publication of the paper due to inclement weather or when other significant circumstances dictate.

C3.10.6 DoD newspapers shall support the Federal Voting Assistance Program by carrying factual information about registration and voting laws, especially those on absentee voting requirements of the various States, the District of Columbia, Puerto Rico, and U.S. territories and possessions. DoD newspapers shall use voting materials provided by the Director, Federal Voting Assistance Program, the OSD; and the Military Departments. Such information is designed to encourage DOD personnel to register as voters and to exercise their right to vote as outlined in DoD Directive 1000.4.

C3.10.7 MARKETING. The Contractor shall be responsible for an aggressive and effective marketing plan for the Windsock. This will be done in coordination with a PAO marketingdistribution representative for the marketing of the Windsock both on base and in the local community. The Contractor shall be involved with a minimum of 12 marketing venues per year where the Windsock’s name is used. These venues will be coordinated with a Contractor representative and approved by the PAO marketing distribution representative. Examples of venues include sponsorships of events, billboards in town, live-feeds with local radio stations, etc. In addition to the marketing plan, the Contractor will be responsible for industry standard placards for Windsock boxes and business cards for immediate Windsock staff.

C3.10.8 ANNUAL SURVEY. The Publisher shall conduct a scientific annual survey in the Windsock and online to evaluate the content, readership demographics and readability once each year. This information will be evaluated at the same time the contract and equipment evaluation commences.

C3.11 DELIVERY AND DISTRIBUTION.

C3.11.1 The Contractor shall print and distribute 50 issues of the Windsock per year. The Public Affairs Office will select two (2) weeks during the year when the Windsock will not be published. Adjustments to the production schedule including publication date will be made for long weekends. On Thanksgiving holiday and when the publication date falls on a holiday, the newspaper will be published on the preceding workday. A list of recognized holidays is furnished in Section C3.15.2.

C3.11.2 The Contractor shall be responsible for complete distribution of all The Windsock publications to civilian subscribers and required military distribution as designated by the PAO. The Contractor shall be responsible for accepting and processing subscriptions to the Windsock.

C3.11.3 The Publisher shall provide newsstands (approximately 60), in the number requested and design approved by the PAO, on or before contract start date. The stands shall be labeled Windsock for the display of the newspaper, The Publisher agrees to replace and/or repair any damaged, destroyed, or lost newsstands at no expense to the Government.

C3.11.4 The delivery and distribution of the Windsock shall be accomplished in such a manner that newsstands will be provided and kept in a neat appearance. Old issues shall be picked up by the Publisher and returned to the Publisher’s site for recycling.

C3.11.5 The Publisher shall deliver by 6 p.m. each Thursday a total minimum of 11,500 copies of the Windsock to the following locations:

C3.11.5.1 Racks, boxes and other locations listed in Attachment 1. Delivery to all racks indoors, regardless of location, shall be made when the establishments are open so that newsstands inside such establishments can be serviced. Old papers shall be removed by the delivery truck for recycling, not discarded in MCAS Cherry Point trash receptacles. No papers shall be delivered to buildings and stacked at the door. The delivery person shall uncut the bundle ties from bundled newspapers and place the papers neatly in the racks.

C3.11.5.2 To each set of family quarters on and off Marine Corps Air Station Cherry Point, as well as any other locations as specified by the PAO. For single-family homes, these copies shall be secured by rubber band or water-proof bags and placed in a neat manner on the porch of each residence. In case of inclement weather, the newspaper shall be covered with protective wrap. Copies shall not be thrown on the sidewalks or in yards. For multi-family apartment buildings, the Windsock shall be placed indoors in the foyer to the building. The Contractor is responsible for the removal of additional copies of the Windsock which are not distributed when requested by the PAO.

C3.11.5.3 The Contractor shall mail, at no cost to the government, up to two hundred (200) copies of the Windsock to various addresses provided by the PAO. The Public Affairs Officer will periodically add or delete addresses from the list by written notice to the Publisher. The Publisher shall make the requested change within one week of notification. The Publisher shall incur the mail and distribution cost consistent with timeliness and applicable postal regulations. The Publisher shall not use Department of Defense postage and fees-paid indicia labels fordistribution of copies of the Windsock.

C3.11.6 Quarterly, at 3-month intervals after award of this contract, the Publisher shall provide the JPAO with a report of the distribution numbers of papers at each rack location. The Publisher will adjust distribution numbers as necessary based on the amounts of newspapers left over in newspaper racks.

C3.11.7 The Publisher shall create and utilize a list of returned mailed subscriptions to update the mailing list.

C3.12 EMPLOYEES.

C3.12.1 The Government reserves the right to restrict the employment of any Contractor employee or prospective Contractor employee who violates federal regulations or is identified as a potential threat to the security, safety, health or operational mission of the base and its population. Contractor’s employees shall not loiter on or around the base during off-duty hours. The removal of such persons shall not relieve the Contractor from providing all the services described herein.

C3.12.2 The Contractor shall furnish a sufficient number of qualified supervisory, administrative, journeyman and other personnel to accomplish all required contract services. During the performance of this contract, while serving as Windsock representatives in public, Contractor’s employees shall wear neat, clean, conservative clothing – attire that is conducive to the PAO environment and its dealings with the general public. Employees shall be identified by having company and employee name on or attached to their clothing. To meet this requirement, the Contractor shall furnish tags or badges for the employees at Contractor’s expense.

C3.12.3 Contractor Liaison/Quality Assurance Manager. The Contractor shall provide a Contractor Liaison/Quality Assurance Manager to oversee the performance of the work and the quality of the product and services provided. This individual shall have full authority to act for the Publisher on all matters relating to daily operation of this contract. This individual shall be available during normal duty hours within two (2) hours to meet at the installation with the Government personnel designated by the Contracting Officer to discuss problem areas. After normal duty hours, the liaison shall be available by telephone within one (1) hour to address problem areas with the editorial staff. The liaison must be able to fluently read, write, speak, and understand English.

C3.12.4 Graphic Artist/Layout Design Artist. The Contractor shall furnish one Graphic Artist/Layout Design Artist to perform all lay out functions for the Windsock. The graphic artist shall liaison with the Publisher for the specified pages for the publishing cycle, coordinate layout/advertising pages and ratios and provide final product to Contractor via digital industry standard. The graphic artist/layout design artist shall be trained in the latest versions of Adobe, Photoshop, Adobe Illustrator and Corel Draw. The graphic artist/layout design artist shall be located in the contractor’s facility except on Tuesdays as noted in Section C3.5. This person shall be experienced and fully competent in advanced design and layout techniques and editorial planning for a modern newspaper.

C3.12.5 MINIMUM PERSONNEL QUALIFICATIONS.

a. Contractor Liaison/Quality Assurance Manager. This contractor employee shall have full understanding of this contract and possess the ability to act as the Publisher’s key person on all issues related to printing the Windsock. This person shall have a minimum of two years’ experience as a contract manager publishing a similar publication of this size and possess an understanding of the military protocol and hierarchy.

b. Graphic Artist/Layout Design Artist. The graphic artist shall have at least a 2-year degree in the field of layout/design or a minimum of two years’ experience in a related field.

C3.12.6 The Contractor shall train all personnel in Government policies, procedures, and regulations applicable to performing the required services and shall keep all personnel current and familiar with the aforementioned policies (C3.14.2, C3.11 and C3.16).

C3.13 CONFLICT OF INTEREST. The Contractor shall not employ the following personnel:

C3.13.1 Off-duty military personnel cannot be quality assurance personnel.

C3.13.2 An employee of the U.S. Government if the employment of that person would create a conflict of interest.

C3.13.3 An alien who does not have a valid U.S. Immigration Alien Registration Card.

C3.14 SECURITY REQUIREMENTS.

C3.14.1 IDENTIFICATION OF CONTRACTOR’S VEHICLES AND REQUIREMENTS FOR CONTRACTOR EMPLOYEES’ VEHICLES. Each vehicle to be used in the performance of this contract shall show the Contractor or subcontractor’s name so that it is clearly visible and shall always display a valid state license plate and safety inspection sticker. Contractor or subcontractor vehicle operators shall have a valid driver’s license for the category of vehicle operated. Contractor and subcontractor’s employees shall have a valid driver’s license for privately owned vehicles brought aboard base for commuting purposes. These vehicles shall always display a valid state license plate and safety inspection sticker.

C3.14.2 SECURITY CHECKS. Contractor’s personnel or vehicles shall be present only in locations relevant to performance under this contract. Contractor personnel entering the base shall conform to all Government regulations and are subject to such checks as may be deemed necessary to assure that no violations occur. Contractor personnel, including newspaper delivery personnel, who plan to enter the base in service of this contract, will be required to obtain a contractor’s badge from Pass & ID at the front gate. Contractor’s badges issued at Camp Lejeune are authorized at Cherry Point. Application for this badge will include a Criminal Record Check (CRC), the cost of which will be paid by the Contractor. Attachment 2 is a detailed list of the requirements when this contract was written. These requirements are subject to change pursuant to possible revisions of the base security regulations. No employee shall be permitted on base when a security check reveals that his or her presence would be detrimental to the security of the base. Subject to security regulations, the Government will allow access to an area for servicing equipment or performing required services. Upon request, the Contractor shall submit to the Contracting Officer questionnaires and other forms as may be required for security purposes.

C3.15 HOURS OF OPERATION.

C3.15.1 Normal working hours for the Joint Public Affairs Office is 7:30 a.m. to 4:30 p.m., Monday through Friday except for federal holidays observed by this installation. The Contractor’s employees shall perform services during the PAO normal working hours unless hours are adjusted to accommodate a deadline or urgent situation, in which case, the Contractor’s employees shall be available to work the flexible hours with PAO personnel. Government and Contractor employees may be required to work more than normal working hours to meet deadlines.

C3.15.2 RECOGNIZED HOLIDAYS. Federal holidays observed by this air station are New Year’s Day, Martin Luther King Jr.’s Birthday, President’s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. The Contractor is not required to provide service on federal holidays observed by this base unless specifically stated in the contract or mutually agreed upon by the Contracting Officer and the Contractor.

C3.16 CONTRACTOR’S QUALITY CONTROL PROGRAM.

C3.16.1 QUALITY CONTROL. The Contractor shall establish and maintain a complete quality control program to assure the requirements of the contract are provided as specified. The Contractor’s Quality Control Plan shall include:

C3.16.1.1 An inspection system covering all the services listed in this contract. It shall specify the areas to be inspected on either a scheduled or unscheduled basis, how often inspections will be accomplished, and the title of the individual(s) who will perform the inspections. This shall include monitoring Contractor employees’ performance.

C3.16.1.2 The methods for identifying and preventing defects in the quality of service performed before the level of performance becomes unacceptable.

C3.16.1.3 Records of all inspections conducted by the Contractor and necessary corrective action taken. When the Government requests copies of these records, the Contractor shall furnish them within eight (8) work hours. The Government shall have access to these records during the term of the contract.

C3.16.1.4 A method of documenting and enforcing quality control operations.

C3.16.1.5 Methods of communication with the Government regarding quality and contract performance.

C3.16.2 The Contractor’s Quality Control Program shall also:

C3.16.2.1 Be structured so that it is not influenced by any other parts of the Contractor’s organization.

C3.16.2.2 Have direct accountability to the Contractor’s top management.

C3.16.2.3 Contain methods of direct and indirect communication with the Contracting Officer regarding performance of the contract.

C3.16.2.4 Contain processes for corrective action without dependence upon Government direction. Demonstrate method for correcting deficiencies in performance level of employees.

C3.16.2.5 Include a customer comment/complaint program that provides a way for users of the publication to report complaints, suggestions, and or comments/remarks to the Contracting Officer’s Representative. The program shall describe and document the manner in which the Contractor shall promptly investigate any customer complaint and respond to the COR, describing and documenting the corrective action which will take place in correcting valid deficiencies and preventing recurrence of the condition causing the deficiency (e.g., inadequate photo tinting, registration and other deficiencies that take away from the quality of the paper). Further, the Contractor shall provide documentation to the COR in response to customer comments/remarks or when implementing recommended suggestions from the customers.

C3.16.2.6 A file of all quality control actions shall be retained by the Contractor and made available to the Government as required. This file shall be subject to Government review at all times during performance of the contract. The file will become the property of the Government and shall be turned over to the Government upon completion or termination of the contract.

C3.17 DOCUMENTS AND REPORTS REQUIRED.

C3.17.1 CONTRACTOR’S QUALITY CONTROL PLAN. In this document, the Contractor shall document his management concept for ensuring compliance with all of the contract requirements. The Contractor’s proposed Quality Control Plan is a part of this contract. Any revision to this plan shall be provided to the Contracting officer at least five (5) work days prior to the contract start date and updated thereafter as changes occur.

C3.17.2 CONTRACTOR’S ORGANIZATION AND STAFFING PLAN. This document shall describe the proposed organization, staffing plan and roster of personnel working on or entering the installation to include job title, assignment and work areas. This document is a part of this contract. Any revision to this plan shall be provided to the Contracting Officer five (5) workdays prior to contract start date. After contract start date, all updated changes thereafter shall be submitted on a monthly basis.

C3.18 GOVERNMENT OBSERVATIONS. Other Government personnel such as Inspector General or other higher headquarters staff are authorized to observe Contractor operation. However, personnel may not interfere with Contractor performance. Government observations or inspections will be coordinated through the Contracting Office.

SECTION C4

GOVERNMENT FURNISHED PROPERTY AND SERVICES

C4.1 EDITORIAL CONTENT

C4.1.1 The Public Affairs Officer or his representative will have oversight and final approval authority for news, information, photographs, editorials, and other materials used in the Windsock. Authorized news and information sources include the Office of the Assistant Secretary of Defense, Public Affairs (OASDPA), Armed Forces Information Service (AFIS), the Military Departments and their subordinate levels of command, and other government agencies. Commercial news and opinion sources, such as AP, UPI, New York Times, etc. are not normally authorized for use in DoD publications except as stated in DoD Instruction 5120.4. The Windsock may publish community service news, announcements, and imagery of the civilian community for the benefit of command or installation personnel and their families.

C4.1.2 Editorial content shall be based on the following categories prepared by PAO and DOD news-gathering agencies and staff of the Windsock: News release (current events describing M

OutreachSystems Article Number: 141224/PROCURE/0381 Matching Key Words: video*; edit*; produc*; train*; website; web; site?; page?; education*; business*; entertain*; sport?; documentation; event?; produce?; production?; distribut*; instruct*; commercial?;

Department of Housing and Urban Development, OCPO, Office of Support Operations, Office of Support Operations, NO, 451 7th Street S.W. Washington DC 20410

R — Commercial Capital Assessment Projections DU100R-2015-032 011215 Rachel.N.Wilson Rachel.N.Wilson, Contract Specialist, Phone 202-402-4284, Fax 202-401-2032, Email rachel.n.wilson@hud.gov COMMERCIAL CAPITAL ASSESSMENT PROJECTIONS (CCAP)
This is a SOURCES SOUGHT NOTICE to determine the availability and capability of qualified small businesses (including certified 8(a), Small Disadvantaged, HUBZone firms; veteran and service-disableddept of health and human services veteran-owned small businesses, and women-owned small businesses) to provide analytical and related services to provide an internal view of the General and Special Risk Insurance Fund (GI/SRI) and a small portion of the Mutual Mortgage Fund (MMI) (to be included in references to the GI/SRI fund) and assist the Federal Housing Administration (FHA) to manage the risk of its portfolio of insured mortgage loans. The internal view and risk management is expected to be provided and accomplished by the contractor through a series of risk management and financial reports to be known as Commercial Capital Assessment Projections (CCAP).

BACKGROUND: Transactions associated with the FHA’s guarantee programs for commercial (commercial includes multifamily apartment complexes, hospitals, nursing homes, assisted living residences, Board and Care facilities) mortgages are recorded in an account of the federal government known as the GI/SRI. FHA has insured over 45,000 million mortgages through the GI/SRI since 1970 of which over 13,000 are currently active. Aggregate insurance in force was $90 billion as of 9/30/14. Cash flows on these insurance policies result from both FHA’s insurance operations and from transactions mandated by federal credit reform. Aggregate GI/SRI cash flows and performance measures are reported monthly.

The CCAP will have a monthly operating cycle. New input data from FHA and other appropriate sources will be updated each month or as needed for special projects principally at the direction of the Office of Management and Budget. (Information drawn from FHA is the transfer of data the contractor might need from FHA. This pertains specifically to the FHA data subject to the GI/SRI Funds for which CCAP is requesting portfolio, valuation and risk modeling. The data and frequency FHA will execute the transfers to the contractor will depend of what kind of data the contractor will need from FHA. It is anticipated these data will be transferred on a regular basis preferably monthly.) Differences between previously forecast and subsequent actual values will be evaluated for out-of -tolerance outcomes and adjustments to models will be made where appropriate. New reports and forecasts will be generated after the current accuracy and reliability of CCAP components has been established.

The model shall provide a sound and effective risk management to RMCAP in accordance with principles and standards such as those established by the Federal Housing Finance Agency (AB-2013-07-Model-Risk-Management-Guidance) and The Federal Reserve Board and The Comptroller of the Currency (Supervisory Guidance on Model Risk Management). This is to also to develop, document, operate and manage the RMCAP in accordance with all applicable OMB Circulars (A-11, A-123 and A-129 (OMB Circulars)), and all applicable Federal Accounting and Audit Standards (FASAB Handbook).

Requirements Description
Performance Objectives:

Task Objectives:

1. Analyze the content of appropriate FHA information systems to identify the data elements needed to best achieve each of CCAP’s objectives and work with FHA personnel and contractors to develop, implement and operate processes to transfer that information to CCAP.

2. Provide risk measurement and monitoring information. Intended use: accurately and appropriately inform FHA decision-makers of monthly deviations between contractual, budgeted and actual GI/SRI loan performance and the risks causing those deviations (prepayments, delinquencies, claims, losses, recoveries, etc.) by risk category, cohort, portfolio and other appropriate aggregates by: (a) calculating monthly loan level contractual and actual loan performance measures for the FHA commercial portfolios; (b) allocating the differences by type of risk expressed as dollars, as a percent of contractual or budgeted cash flows, and as conditional and cumulative performance measures rates (performance measures include default, claim, and prepayment rates).

3. Provide information placing risk in historical perspective. Intended use: accurately and appropriately inform FHA decision-makers of the position in historical context of each monthly aggregate deviation between contractual, budgeted and actual GI/SRI cash flows by type of risk by calculating the percentile position (or other appropriate measure) of each monthly deviation to its historical distribution.

4. Provide property disposition information. Intended use: accurately and reliably inform FHA decision-makers of historical and probable future note and property-level net proceeds by probability (1%, 5%, 10%, 25%, 50%, 75%, 90%, 95% and 99%) and method of disposition.

5. Provide probable future cash flows from outstanding insurance-in-force. Intended use: for outstanding endorsements on a monthly basis: reliably and appropriately inform FHA decision-makers of future monthly undiscounted cash flows by probability (1%, 5%, 10%, 25%, 50%, 75%, 90%, 95% and 99%) for each cohort and other appropriate aggregate by line item on the cash activity report taking into analytic account probable future economic environments and the probable loan-level deviations from contractual cash flows expected to result from those environments.

6. Estimate the performance of the loan risk categories, cohorts and portfolios used to generate the guaranty liability. Intended use: as a component of FHA’s financial statements as of each October 31st. FHA’s loan guaranty liability is part of its annual financial statements which are targeted for completion at or soon after mid-November.

7. Provide probable future risk category, cohort, portfolio insurance-in-force cash flows (beginning with the cash flows provided by the Cash Flow Team) and performance measures. Intended use: on a monthly basis for the next seven risk categories, cohorts, portfolios: reliably and appropriately inform FHA decision-makers of predicted insurance-in-force and monthly undiscounted cash flows and performance measures by probability (1%, 5%, 10%, 25%, 50%, 75%, 90%, 95% and 99%) by taking into analytic account probable future economic environments and the probable loan-level deviations from contractual cash flows expected to result from those environments.

8. Provide capital ratio monitoring. Intended use: on a monthly basis, accurately and appropriately inform FHA decision-makers of (a) the level and trend of compliance with the GI/SRI’s target capital ratio and (b) the probable future compliance with the GI/SRI’s target capital ratio by: calculating capital ratios for the commercial risk categories, cohorts, portfolios, individually and collectively, and for the GI/SRI fund by dividing the valuations provided by the cash flow team the Cash Flow Team by the corresponding values of insurance-in-force.

9. Provide menu-driven policy analyses. Intended use: (a) on a monthly basis, accurately and appropriately inform FHA decision-makers of the levels and trends of selected performance indicators (credit subsidy rate, delinquency rate, claim rate, loss rate, firm commitment volume, endorsement volume etc.) over the appropriate ranges of historical underwriting criteria, servicers, servicing and property disposition practices and cross-tabulations thereof by risk category, cohort, portfolio, program and other appropriate aggregates; and, (b) accurately and appropriately inform FHA decision-makers of the impacts of changes in selected historical loan performance indicators (credit subsidy rate, delinquency rate, claim rate, loss rate, firm commitment volume, endorsement volume etc.) that would have resulted from changes in the historical ranges of selected underwriting criteria, servicers, servicing and property disposition practices and cross-tabulations thereof by risk category, cohort, portfolio and other appropriate aggregates.

10. Provide policy analyses requiring new or extended methods, models and/or estimation. Intended use: (a) as needed, provide expert analytic services to adapt the CCAP software to accurately and appropriately inform FHA decision-makers of the probable impacts (1%, 5%, 10%, 25%, 50%, 75%, 90%, 95% and 99%) of adopting new underwriting criteria, Mortgage Insurance Premium (MIP) changes, servicing, eligibility requirements, loan size criteria, new program specifications or other proposed program changes and property disposition practices on selected performance indicators (credit subsidy rate, delinquency rate, claim rate, refinance rate, loss rate, firm commitment volume, endorsement volume etc.) including cross-tabulations of new and existing criteria and practices by risk category, cohort, portfolio and other appropriate aggregates; (b) compare the projected performance to the pre-change historical performance; (c) where appropriate, add the analyses to the array of menu-driven policy analyses such that they can be rerun and downloaded after updating inputs but without additional contract labor effort.

11. Provide information for annual report. Intended use: (a) annually, using results generated by achieving Objective 7 as of October 31st, summarize the level and trend of GI/SRI valuations and the GI/SRI capital ratio together with probable future valuations and capital ratios for the next seven fiscal years in one or more formats appropriate to FHA’s Report to Congress; and, (b) provide expert analytic services to summarize and explain the data and trends, the general risks to the forecast and the specific risks to the GI/SRI valuations and capital ratios. FHA generally completes its Report to Congress between mid-November and mid-December of each year.

12. Provide budget performance estimates and re-estimates. Intended use: enhance FHA’s ability to effectively and efficiently achieve GI/SRI policy goals at minimal risk to taxpayers and to comply with GI/SRI capital ratio requirements by: (a) adapting information and models produced to achieve Objectives 1, 2, 3, 5 and 7 to accurately and reliably estimate probable credit subsidy rates and probable firm commitment and endorsement volumes for budget risk category, cohort, portfolios and corresponding re-estimates for outstanding risk category, cohort, portfolios and inform FHA decision-makers of their probable impacts on GI/SRI capital resources and the need for mandatory appropriations; (b) estimate the probable performance measures rates which correspond to probable credit subsidy rates; (c) estimate the probable impacts of the prescribed economic assumptions on probable GI/SRI performance measures and other key variables and, as needed, provide analytic support for Office of Management and Budget (OMB) approval of deviations from prescribed budget practices; and, (d) provide all budgetary materials in the formats prescribed by the OMB.

13. Provide report storage and retrieval. Intended use: each report and similar output and its supporting data will be organized by the contractor for electronic storage with efficient, user friendly query and retrieval capabilities.

14. Provide reports and inquiry capability currently available in the OPIIS (Online Property Integrated Information Suite) model and tool. Intended Use: To provide HUD/Housing available information reports on commercial property risk assessment for HUD Headquarters and the HUD Field Offices. Currently OPIIS does not contain reports for the 232 and 242 programs. The Base Year will include adding reports for the 232 and 242 programs reports and modifying reports. Currently the OPPIS model contains approximately 50 reports and online views consisting of commercial property FHA-insured loans consisting of insured loan portfolio data such as insurance-n-force, location, units, number of buildings, financial statements, vacancy rates, risk assessment of default, etc.

15. CCAP must provide the similar services offered in OPIIS:
a. Provide access to approximately 2,000 HUD/Housing/FHA users nationwide including US Territories;

b. Help Desk with phone number and email for questions from field and HUD Headquarters;

c. In addition to the existing reports in OPIIS being replicated in the Base Year, up to 12 new reports will be developed in CCAP;

d. Business and model support on HUD at work website including updated DED updates, training, etc.;

e. Provide full day to day operation and maintenance;

f. New tool development or enhancement similar to develop of Property Review Template tool on an as-needed basis. The model changes are more service-provider driven than HUD driven and therefore the service provider must update changes on mutually agreed upon timeframes;

g. Model and Tool documentation;

h. Model and Tool user support hours will be provided each year and in what format,

i. Fully document, test, and implement any new data additions and changes to models, tools and database(s). Contractor will be responsible for new script development to support model, tool and database changes and additions;

j. Ad-hoc data requests – up to 12 per month – be handled for data requests from Sr. Management, program areas, Capitol Hill, etc.;

Technical objectives:

1. Simplicity: to help manage operational risk, each CCAP task objective must be achieved by the simplest methods available for the required accuracy and reliability. The processes by which the CCAP produces information to inform FHA decision-makers must be comprehensible by mortgage insurance practitioners.

2. Efficiency: to ensure maximum timeliness of the information produced by CCAP and to help ensure that project and budget development deadlines are met, the total elapsed time between the availability of required inputs to CCAP and the availability of decision-ready reports must be minimized without degrading the reliability, precision or other qualitative aspects of the information.

3. Model risk management: each CCAP task objective must be achieved within a provided framework effectively designed to manage model risk to within tolerable levels.

4. Transparency: each component of the CCAP must be adequately documented so as to: (1) prevent key person or contractor dependency; (2) enable proper operation; (3) facilitate independent review with minimal assistance; and, (4) reduce risk when report or model is changed.

5. Credibility: all information produced by each CCAP component must be authoritatively credible as evidenced by professional acceptance as best practices of the methods used to produce the information and the recognized expertise of the subject matter expert in the fields of financial analysis and modeling, financial risk management, mortgage analytics and mortgage insurance and as required by FHA, OMB or other governmental standards.

6. Inputs: all risk measurement and model assumptions and data must be appropriate, accurate and complete.

7. Processes: all processes must be conceptually valid, logically consistent and conform to then current best practices; all code must be verified to the corresponding theory and mathematics.

8. Outputs: all information generated by the CCAP must include a brief, thorough and comprehensible assessment of its accuracy and reliability. Such assessments will include monthly comparisons of predicted and actual outcomes to ensure that differences remain within tolerances.

9. Loan guaranty liability: all inputs, processes and estimates of loan guaranty liability must conform to all accounting and audit standards and other authoritative pronouncements applicable to FHA and conform to concepts and guidance provided by the OMB.

Program Objectives:

1. Ownership: FHA must own and be in a format acceptable to HUD, effective ownership and possession, such as through a custodian, of all versions of the CCAP processes, models, reports, data and related documentation at the end of each business day and the end of the contract term. Required to host the models, tools and data in a secure location acceptable to FHA.

2. Compliance: each CCAP component must at all times be fully compliant with all applicable laws, regulations, circulars, accounting and audit standards and related guidance and other authoritative pronouncements. must provide documentary evidence of authoritative knowledge and successful experience at designing, developing, testing, documenting, implementing, operating and maintaining financial risk measurement, econometric, statistical forecasting and management models to applicable federal standards.

3. Independent validation: all CCAP risk management and financial models must be independently validated to determine whether results accurately meet the requirements of their intended use and are reasonable for use as determined by FHA. Each validation will test whether model results can be replicated reliably by an independently developed parallel model constructed from model documentation only.

4. Computing and related capacity: CCAP must be supported by enough computer hardware, software, personnel related resources to facilitate achievement of its efficiency objective. This includes updating documentation and reporting requirements in a timely manner.

The NAICS Code is 541611/Administrative Management and General Management Consulting Services.
The small business size standard is 15M.
Interested small business offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective review of the respondents’ capacity and capability to perform the specific work as required. Response must directly demonstrate the company’s capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above in sufficient level of detail to allow definitive review of the capability statement and evidence that the contractor can satisfy the minimum requirements listed above in compliance with FAR 52.219-14 (“Limitations of Subcontracting”). Failure to definitively address each of these requirements will result in a finding that respondent lacks capability to perform the work.
Responses to this notice shall be limited to ten pages, and must include:

1. Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives.

2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses.

3. Business size for NAICS 541611 (size standard 15M or number of employees) and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages).

4. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the System for Award Management (SAM, at http://www.sam.gov) to be considered as potential sources.

5. Identification of the firm’s GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested.

6. If the company has a Government approved accounting system, please identify the agency that approved the system.

Please submit copies of any documentation such as letters or certificates to indicate the firm’s status (see item #3, above)

Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work.

To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure.

THIS NOTICE IS FOR PLANNING PURPOSE ONLY, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, and a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement.

Responses to this announcement will not be returned, nor any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and HUD may contact one or more respondents for clarifications and to enhance the Government’s understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. RESPONDENTS MUST SUBMIT CAPABILITY STATEMENT VIA E-MAIL to Rachel N. Wilson at Rachel.N.Wilson@hud.gov no later than January 12, 2015, 3:00 PM Eastern Time for consideration. RESPONSES TO THIS ANNOUNCEMENT WILL NOT BE RETURNED, NOR ANY ENSUING DISCUSSIONS OR DEBRIEFINGS OF ANY RESPONSES. PLEASE DO NOT CALL.

Place of Performance: Contractor’s facility US URL: https://www.fbo.gov/spg/HUD/NO/NO/DU100R-2015-032/listing.html

OutreachSystems Article Number: 141223/PROCURE/0342 Matching Key Words: documentary*;

FedBizOpps – Awards

140px-US-GeneralServicesAdministration-Logo.svgGeneral Services Administration, Federal Acquisition Service (FAS), Management Service Center (AQSA),

R — Advertising and Integrated Marketing Solutions (AIMS) 7FCB-H2-070541-B Marlyin J. Hawkins 817-850-8290 GS07F058CA $500,000 122914 541 4F,541 4E,541 1000,541 4B WINROCK PRODUCTIONS, LLC 2770 THORNBUSH CT CHARLOTTE NC USA 28270-4442 No Description Provided
URL: https://www.fbo.gov/notices/ca71baf0c61c3ac002bf11089bb4f975

OutreachSystems Article Number: 141230/AWARDS/0357 Matching Key Words: naics!512110;

Department of Veterans Affairs, VA Ann Arbor Health Care System, Department of Veterans Affairs Ann Arbor Health Care System, Department of Veterans Affairs;Ann Arbor Healthcare System;Network 11 Contract Office;2215 Fuller Road;Ann Arbor MI 48105

U–SAW ECHO EDUCATION PRODUCTS VA25115Q0094 Robert Kay Contract Specialist 734-845-Department_of_Veterans_Affairs_Logo5591 contracting officer VA251-15-P-0627 $120,066.20 122414 1 CATALYST LEARNING COMPANY;310 W LIBERTY ST STE 403;LOUISVILLE;KY;40202 No Description Provided
URL: https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/VA25115Q0094/listing.html

OutreachSystems Article Number: 141225/AWARDS/0317 Matching Key Words: state!ky;

USABID State and Local Purchases

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

99 – Locally Raised and Processed Protein #7039Bid closes @ 3:00 p.m. SOL Locally Raised and Processed Protein #7039Bid closes @ 3:00 p.m. on January 26, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150101/BID/0137 Matching Key Words: age:state!ky; state!ky;

owa – City of Iowa City http://www.icgov.org/default/apps/equipment/commodities.asp 410 E Washington Street; Iowa City, Iowa 52240; (319) 356-5078

T – RFP for Video Production/Audiovisual System for the Iowa City Pu SOL Bid #RFP 15-74 RFP for Video Production/Audiovisual System for the Iowa City Public Library Due Date: 2/19/2015 2:30:00 PM For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141230/BID/0125 Matching Key Words: video*; produc*; production?; video; audiovisual;

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 – Solicitation: 1500000159 Medical Physician Services for AC SOL Solicitation: 1500000159 Medical Physician Services for ACA A LICENSED MEDICAL PHYSICIAN WILL CONDUCT A MILITARY-TYPE SICK CALL FOR PARTICIPANTS AND PROVIDE FLEXIBLE HOURS IN SUPPORT OF THE MEDICAL STAFF ON SITE AT THE APPALACHIAN CHALLENGE ACADEMY. APPROXIMATELY 4-6 HOURS PER WEEK WILL BE REQUIRED TO PERFORM THE FOLLOWING SERVICES. DUTIES WILL INCLUDE, BUT NOT LIMITED TO: TREATING ALL ACUTE AND CHRONIC MEDICAL CONDITIONS PERFORM MINOR SURGICAL PROCEDURES ORDER LAB TEST AND/OR X-RAYS WRITE PRESCRIPTIONS PERFORM OTHER MEDICAL PROCEDURES FOR WHICH HE IS LICENSED TO PERFORM OR ORDER DATE OF SERVICE JAN 11, 2015 – JUNE 30, 2015 Closing Date: 1/6/15 1:00 PM EST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141230/BID/0331 Matching Key Words: age:state!ky; state!ky;

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

R – Request for Proposal Eastern Kentucky University Insurance Brok SOL Request for Proposal Eastern Kentucky University Insurance Brokerage Service (RFP 22-15) For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141225/BID/0004 Matching Key Words: age:state!ky; state!ky;

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

99 – Purchase and Delivery of a New 24’x40′ Mobile Performance Platfo SOL IFB-3348-0-2015/ES Purchase and Delivery of a New 24’x40′ Mobile Performance Platform Stage Due Date: 1/20/2015 3:00 PM Eastern Contact: Eugene Skeete For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141224/BID/0234 Matching Key Words: age:state!ky; state!ky;

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

T - VIDEO PRODUCTION SOL 62990 VIDEO PRODUCTION Due Date: 2015-03-26 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141223/BID/0159 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

R – Superintendent Search Services SOL 04-15 Superintendent Search Services Due Date: 01/30/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141223/BID/0193 Matching Key Words: age:state!ky; state!ky;

pitanim

beenetworknews.com nation list.docx


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

AIR FORCE

Peerless Technologies Corp., Fairborn, Ohio, has been awarded a $67,704,157 cost-plus-fixed-fee contract for F-22 division advisory and assistance services. Contractor will provide expertise and integrated solutions for all life cycle phases including research, development, production, operations and sustainment. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Jan. 11, 2020. This award is the result of a competitive acquisition with two offers received.356px-Seal_of_the_US_Air_Force.svg Fiscal year 2015 research, development, test and evaluation and procurement funds in the amount of $825,768 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8622-15-F-8103).

Lockheed Martin Corp., Aeronautics Co., Fort Worth, Texas, has been awarded a $22,215,617 modification to previously awarded contract FA8611-08-C-2897 for sustainment of the 3rd generation radar test bench for the F-22 Aircraft. Work will be performed at Elkridge, Maryland, and is expected to be complete by Dec. 31, 2017. Fiscal year 2013 procurement funds in the amount of $22,215,617 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Northrop Grumman Aerospace Systems, Military Aircraft Systems, Melbourne, Florida, is being awarded $57,524,736 for firm-fixed-price delivery order 0012 against a previously issued Basic Ordering Agreement (N68335-10-G-0021) to procure peculiar support equipment for organizational level and intermediate level maintenance of the E-2D Advanced Hawkeye aircraft. Work will be performed in Melbourne, Florida (60 percent), and Bethpage, New York (40 percent), and is expected to be completed in January 2018. Fiscal 2014 aircraft procurement (Navy) funds in the amount of $57,524,736 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 Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

URS Federal Services Inc., Germantown, Maryland, is being awarded a $35,951,345 modification to a previously awarded indefinite-delivery/indefinite quantity, cost-plus-fixed-fee with firm-fixed-price provisions, performance-based contract (N65236-12-D-4806) for a ceiling increase and period of performance extension to July 10, 2016, to provide Submarine C5I and NC3 system engineering, technical, logistics and management support services including Test and Evaluation, certification, modernization, repair, refurbishment, overhaul and logistics support for all classes of submarines to include Virginia Class, Los Angeles Class, Seawolf Class, SSBN Class, SSGN Class and Ohio Class Replacement program. This contract included one option which, as a result of this modification, would bring the cumulative ceiling value of this contract to $104,782,645. Work will be performed in Norfolk, Virginia (57 percent), Groton, Connecticut (36 percent), and Honolulu, Hawaii, (7 percent), and is expected to be completed by July 2016. No funds 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 previously competitively procured with proposals solicited via the Commerce Business Daily’s Federal Business Opportunities website, and the SPAWAR e-Commerce Central website, with only one offer received. Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity.

General Dynamics Land Systems (GDLS), Sterling Heights, Michigan, is being awarded a not-to-exceed $26,207,278 firm-fixed-price contract for the production of MK 46 MOD 2 Gun Weapon Systems for the Littoral Combat Ship Mission modules and DDG 1000 Zumwalt Class Destroyer Close-In Gun System with associated Remote Console Assembly units. Work will be performed in Sterling Heights, Michigan (60 percent), Anniston, Alabama (25 percent), Lima, Ohio (7 percent), Tallahassee, Florida (6 percent), and Scranton, Pennsylvania (2 percent), and is expected to be completed by November 2016. Fiscal 2014 weapons procurement (Navy), fiscal 2014 and 2015 shipbuilding and conversion (Navy) and fiscal 2014 other procurement (Navy) funding in the amount of $13,100,641 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. GDLS is the sole manufacturer for the MK 46 MOD 2 gun weapon system which has been selected to support the anti-surface warfare requirements for LPD-17, LCS and DDG 1000 class ships. The statutory authority permitting other than full and open competition for this requirement is 10 U.S.C 2304 (c)(1) 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 Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024 15-C-5344).

The Boeing Co., St. Louis, Missouri, is being awarded $24,136,782 for firm-fixed-price delivery order 0009 under previously issued Basic Ordering Agreement (N00383-11-G-001H) for the repair of various parts in support of the F/A-18 aircraft. Work will performed at the Avionics Repair Facility, Lemoore, California (55 percent), Cecil Field, Florida (44 percent), and Hornet Control Center, Philadelphia, Pennsylvania (1 percent), and work will be completed by Dec. 31, 2017. Fiscal 2015 Navy working capital funds in the amount of $24,136,782 will be obligated at the time of award and will not expire before the end of the current fiscal year. This sole source contract was not competitively procured in accordance with 10 U.S.C. 2304 (c)(1), and one offer was received in response to this solicitation. NAVSUP Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

ARMY

Raytheon Integrated Defense Systems, Andover, Massachusetts, was awarded a $14,800,000 cost-plus-fixed-fee contract for PATRIOT new equipment training. Work will be performed in Andover, Massachusetts, with an estimated completion date of Dec. 14, 2017. Bids were solicited via the Internet with one received. Fiscal 2015 other procurement (Army) funds in the amount of $7,042,992 are being obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-15-C-0040).

Six3 Intelligence Solutions Inc., McLean, Virginia, was awarded a $12,783,597 firm-fixed-price multi-year contract for intelligence support services in Afghanistan with an estimated completion date ofDepartment of the Army July 9, 2016. One bid was solicited with one received. Fiscal 2015 operations and maintenance (Army) funds in the amount of $9,587,697 are being obligated at the time of the award. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W560MY-15-C-0004).

Science Applications International Corp., McLean, Virginia, was awarded a $7,179,527 modification (003748) to multi-year foreign military sales contract W31P4Q-05-A-0031 (Afghanistan, Australia, Bahrain, Central African Republic, Chad, Djibouti, Dominican Republic, Egypt, France, Georgia, Germany) for systems and computer resources support. Fiscal 2011, 2013, 2014, 2015 research, development, testing, and evaluation, operations and maintenance (Army), and other procurement funds in the amount of $7,179,527 were obligated at the time of the award. Estimated completion date is Feb. 20, 2017. Work will be performed at Redstone Arsenal, Alabama. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

McRae Industries Inc.,* Mt. Gilead, North Carolina, has been awarded a maximum $9,089,062 firm-fixed-price contract for hot weather Army combat boots. This was a competitive acquisition and two offers were received. This is a one-year base contract with four one-year option periods. Location of performance is North Carolina, with a Jan. 8, 2016, performance completion date. The using military service is Army. The type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-15-D-1023).

Cam International U.S.A. Inc.,* Flowery Branch, Georgia, has been awarded a minimum $6,959,395 fixed-price with economic-price-adjustment contract for fuel. This contract is a competitive acquisition and 11 offers were received. This is a two-year base contract. Locations of performance are Georgia and Honduras with a Dec. 31, 2017 performance completion date. The using military service is Air Force. Type of appropriation is fiscal year 2018 stock funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-15-D-1254).

NAVY

CGI Federal Inc., Fairfax, Virginia (N00039-15-D-0001), and DRS Laurel Technologies, Johnstown, Pennsylvania (N00039-15-D-0002), are each being awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price, cost-plus-fixed-fee contract for Consolidated Afloat Networks and Enterprise Services (CANES) production units. This contract has an eight year ordering period up to the contract award amount. There are no options. The CGI Federal, Inc. and DRS Laurel Technologies contracts are additional to the five CANES production contracts awarded on Aug. 20, 2014. The estimated cumulative value of the multiple award CANES contract is $2,529,500,000. CANES serves as the bridge to the future of Navy afloat networks, consolidating existing legacy and standalone networks and providing the600px-US-DeptOfNavy-Seal.svg necessary infrastructure for applications, systems and services to operate in the tactical domain. CANES delivers its capabilities within a single complete system, establishing the necessary infrastructure that will enable timely and interoperable information exchange among tactical, support and non-tactical or administrative users, applications and information technology platforms. Work will be performed in Charleston, South Carolina, and Jonestown, Pennsylvania, as delivery orders determine. Work is expected to be completed by August 2022. No funds will be obligated at the time of award. Funds will be obligated as individual delivery orders are issued. The multiple award contracts were competitively procured by full and open competition bids via the SPAWAR e-Commerce Central and the Federal Business Opportunities websites, with seven offers received. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity.

Department of the ArmyARMY

CB&I Federal Services LLC, Baton Rouge, Louisiana (W912DQ-15-D-3000); Conti Federal Services Inc.,* Edison, New Jersey (W912DQ-15-D-3001); Sevenson Environmental Services Inc., Niagara Falls, New York (W912DQ-15-D-3002); Environmental Chemical Corp.,* Burlingame, California (W912DQ-15-D-3003); Arcadis U.S. Inc., Highlands Ranch, Colorado (W912DQ-15-D-3004); Tetra Tech EC Inc., Langhorne, Pennsylvania (W912DQ-15-D-3005); URS Group, Inc., Omaha, Nebraska (W912DQ-15-D-3006); CDM Joint Venture, Fairfax, Virginia (W912DQ-15-D-3007); Obg/Baker Federal Solutions Joint Venture, Moon Township, Pennsylvania (W912DQ-15-D-3008); CH-Cape Joint Venture, Englewood, Colorado (W912DQ-15-D-3009), were awarded a $185,000,000 cost-plus-fixed-fee order dependent multiple award indefinite-delivery/indefinite-quantity task order contract to support the U.S. Army Corps of Engineers, N.W. Division and the Environmental Protection Agency, Region 2 for toxic, hazardous, and radioactive waste remediation for government civilian and military agencies. Funding and work location will be determined with each order with an estimated completion date of Jan. 7, 2020. Bids were solicited via the Internet with 10 received. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity.

Manson Construction Co., Seattle, Washington, was awarded a $8,500,400 firm-fixed-price multi-year contract with options for maintenance dredging at the Port of Anchorage, Alaska, with an estimated completion date of May 30, 2017. Bids were solicited via the Internet with four received. Fiscal 2015 operations and maintenance (Army) procurement funds in the amount of $8,500,400 are being obligated at the time of the award. U.S. Army Corps of Engineers, Elmendorf Air Force Base, Alaska, is the contracting activity (W912DS-15-C-0006).

Great Lakes Dredge & Dock Co., Oak Brook, Illinois, was awarded a $23,383,400 firm-fixed-price contract with options for Fire Island Inlet to Montauk Point, Fire Island Emergency Stabilization, Robert Moses State Park to Lonelyville Reach, with an estimated completion date of April 15, 2015. Bids were solicited via the Internet with two received. Fiscal 2015 other procurement funds in the amount of $23,383,400 are being obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York is the contracting activity (W912DS-15-C-0005).

AIR FORCE

The Boeing Co., Directed Energy & Strategic Systems Div., Hill Air Force Base, Utah, has been awarded a $51,164,866 costplusaward-fee contract for intercontinental ballistic missile (ICBM) guidance subsystem support. The contractor will provide sustaining engineering support and program management support services for the ICBM guidance subsystem. The primary focus will be to ensure any modifications or changes to the guidance system will maintain and/or improve system-level performance. Work will be performed at Hill Air Force Base, Utah, Heath, Ohio, and Huntington Beach,356px-Seal_of_the_US_Air_Force.svg California, and is expected to be complete by Feb. 1, 2023. This award is the result of a competitive acquisition with two offers received. Fiscal year 2015 operations and maintenance and research, development, test and evaluation funds in the amount of $13,223,503 are being obligated at the time of award. Air Force Nuclear Weapon Center, Hill Air Force Base, Utah, is the contracting activity (FA8214-15-C-0001).

Innovative Signal Analysis, Richardson, Texas, has been awarded a $12,971,119 cost-plus-fixed fee completion contract for TACOMA software and hardware system. The contractor will develop and demonstrate enabling technologies and algorithms to improve upon a capability to automatically collect, process, characterize, identify and fingerprint priority signals of interest that may have advanced modulation and low-probability of intercept features. This effort will assist the Air Force in the enhancement of electronic intelligence collection and processing capabilities across multiple ISR sensing sources. System performance requirements in terms of detection and characterization of priority radar waveforms will be assessed. The resulting technology developed under this effort will enable the real-time detection, tracking and geo-location of emerging radar systems. Work will be performed in Richardson, Texas, and is expected to be complete by Nov. 28, 2018. This award is the result of a competitive acquisition with two offers received. Fiscal year 2014 research, development, test and evaluation funds in the amount of $5,000 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-15-C-0012).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

The Boeing Co., St. Louis, Missouri, has been awarded a maximum $12,053,306 firm-fixed-price contract for aircraft horizontal stabilizer units. This is a sole-source acquisition. This is a three-year base contract. Locations of performance are Missouri, Canada, Finland, and Spain with a January 2018 performance completion date. Using military service is Navy. Type of appropriation is fiscal year 2015 foreign military sales funding. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPE4A1-14-G-0007-THDZ).

ARMY

Huntsville Rehabilitation Foundation (Phoenix) AbilityOne Contractor, Huntsville, Alabama,Department of the Army was awarded a $9,651,735 firm-fixed-price, multi-year contract for parachutist harnesses.  Work will be performed in Huntsville, Alabama, with an estimated completion date of Jan. 5, 2020. One bid was solicited with one received.  Fiscal 2014 other procurement funds in the amount of $1,133,640 are being
obligated at the time of the award.  Army Contracting Command, Tank and Automotive (Warren), Warren, Michigan, is the contracting activity (W56HZV-15-D-0010).

600px-US-DeptOfNavy-Seal.svgNAVY

Northrop Grumman Information and Technology, Inc., McLean, Virginia, is being awarded a $7,123,971 modification to a previously awarded firm-fixed-price contract for cyber network and defense services in support of the Marine Corps Enterprise Network.  Work will be performed in Quantico, Virginia (60 percent); Camp Pendleton, California (30 percent); and Okinawa, Japan (10 percent), and is expected to be completed by July 2015.  Fiscal 2015 operations and maintenance (Marine Corps) funds in the amount of $7,123,971 will be obligated at the time of award and will expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-11-F-4915).

AIR FORCE

General Atomics, Aeronautical Systems, Inc., Poway, California, has been awarded a $43,291,564 firm-fixed-price contract for MQ-9 Reaper field retrofit. Contractor will provide retrofit kits for the MQ-9 Reaper Block 1 configuration aircraft with field retrofit capabilities. Work will be performed at Poway, California, and is expected to be completed by July 5, 2017. This award is the result of a sole-source acquisition. Fiscal 2013 funds in the amount of $27,047,122 and fiscal 2014 funds in the amount of $16,244,442 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-10-G-3038 0060).

Exelis, Inc., Colorado Springs, Colorado, has been awarded an $8,976,038 modification (P00577) to previously awarded contract F19628-02-C-0010 for Globus II sustainment support. Work will be performed at Colorado Springs, Colorado, and is expected to be completed by Dec. 31, 2015. Fiscal 2015356px-Seal_of_the_US_Air_Force.svg operations and maintenance funds in the amount of $8,976,038 are being obligated at the time of award. Space and Missile Center, Peterson Air Force Base, Colorado, is the contracting activity. (Awarded Dec. 29, 2014)

Exelis, Inc., Colorado Springs, Colorado, has been awarded an $8,446,234 modification (P00580) to previously awarded contract F19628-02-C-0010 for system sustainment. Contractor will sustain the infrastructure of the C-6 radar to include the weapon system management & engineering; field service team; radome maintenance; and requirements definition, analysis, and modeling. Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed by Dec. 31, 2015. Fiscal 2015 operations and maintenance funds in the amount of $8,446,234 are being obligated at the time of award. Space and Missile Center, Peterson Air Force Base, Colorado, is the contracting activity. (Awarded Dec. 29, 2014)

Exelis, Inc., Colorado Springs, Colorado, has been awarded an $8,090,014 modification (P00576) to previously awarded contract F19628-02-C-0010 for Distributed Space Command and Control-Dahlgren system sustainment. Work will be performed at Dahlgren, Virginia, and is expected to be completed by Dec. 31, 2015. Fiscal 2015 operations and maintenance funds in the amount of $8,090,014 are being obligated at the time of award. Space and Missile Center, Peterson Air Force Base, Colorado, is the contracting activity. (Awarded Dec. 29, 2014)

Exelis, Inc., Colorado Springs, Colorado, has been awarded a $7,369,637 modification (P00581) to previously awarded contract F19628-02-C-0010 for system sustainment of the Ground-Based Electro-Optical Deep Space Surveillance (GEODSS) weapons systems. Work will be performed at Socorro, New Mexico; Diego Garcia; and Maui, Hawaii, and is expected to be completed by Dec. 31, 2015. Fiscal 2015 operations and maintenance funds in the amount of $7,369,637 are being obligated at the time of award. Space and Missile Center, Peterson Air Force Base, Colorado, is the contracting activity. (Awarded Dec. 29, 2014)

600px-US-DeptOfNavy-Seal.svgNAVY

Choctaw Manufacturing Defense Contractor,* McAlester, Oklahoma, is being awarded $12,530,956 for delivery order 0017 under an existing firm-fixed-price, indefinite-delivery/indefinite-quantity contract (M67854-09-D-5024) for the procurement of 569 Medium Tactical Vehicle Replacement modular production trailers and water dispensing system production units. Work will be performed in McAlester, Oklahoma, and is expected to be completed by Dec. 30, 2016. Fiscal 2013 procurement (Marine Corps) and fiscal 2013 procurement (Marine Corps) overseas contingency operations contract funds in the amount of $12,530,956 will be obligated at time of award. Contract funds in the amount of $9,403,722 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(5). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

DeVal Corp.,* Philadelphia, Pennsylvania, is being awarded a $10,250,000 fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of MHU-191A/M munitions transporter wheels and brake cables. Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed in January 2020. Fiscal 2014 other procurement (Navy) funds in the amount of $3,937 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was solicited via an electronic request for proposals as a 100 percent small business set aside; one offer was received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-15-D-0010).

DeVal Corp.,* Philadelphia, Pennsylvania, is being awarded a $9,000,000 fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of MHU-191A/M munitions transporter component parts. Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed in January 2020. Fiscal 2014 other procurement (Navy) funds in the amount of $3,879 will be 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 as a 100 percent small business set-aside; two offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-15-D-0016).

ARMY

Technical Communications Solutions Corp.,* Swampscott, Massachusetts, was awarded a $8,622,068 firm-fixed-price, foreign military sales (Jordan) contract for the installation of fiber optic cable which will satisfy the Jordanian Armed Forces (JAF) fiber optic-last mile (FO-LM) and fiber optic-Department of the Armylong haul (FO-LH) requirements, and shall include the installation, testing and sustainment activities required for the JAF FO-LM and the FO-LH cable links. Work will be performed in Jordan, with an estimated completion date of Jan. 6, 2016. One bid was solicited with one received. Fiscal 2015 other procurement funds in the amount of $8,622,068 are being obligated at the time of the award. Army Contracting Command, Aberdeen Div D, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-15-C-5000).

pitanim


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, VA Office of Information Service Center, Department of Veterans Affairs Office of Information Service Center, Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131

R–CONGRESSIONAL QUARTERLY VA70115Q0060 011415 Franklin J DiFranco Contract Specialist 216-447-8300 x3568 franklin.difranco@va.gov COMBINED SYNOPSIS/SOLICITATION
DESCRIPTION: 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 VA701-15-Q-0060 is being issued as Request forDepartment_of_Veterans_Affairs_Logo Quote (RFQ) and the intent is to award a firm fixed price contract for supplies. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73. This requirement is available as full and open competition for commercial items under the North Atlantic Industrial Classification System (NAICS) 519130; the business standard size is 500 employees.
REQUIREMENTS: The Department of Veterans Affairs, Program Contracting Activity Central, 6150 Oak Tree Blvd, Suite 300, Independence, Ohio 44131 is seeking Quotes. Quotes with additional features will be considered, provided the minimum requirements of the Government have been met. Each line item must have a description and pricing information.
PRICING: Offeror shall provide pricing for as described in requirements below. The total price offered shall include all charges (e.g., to include but not limited to installation, maintenance, and training).
LINE ITEMS:
Item Number Description of Supplies/Services Quantity Unit Unit Price Amount
1 Subscription for a commercial off the shelf online subscription that provides access to in-depth news and analysis of Congressional legislation.
l. BASE YEAR 1 LT
2 Subscription for a commercial off the shelf online subscription that provides access to in-depth news and analysis of Congressional legislation.
OPTION YEAR 1
1
LT
3
Subscription for a commercial off the shelf online subscription that provides access to in-depth news and analysis of Congressional legislation.
OPTION YEAR 2 1 LT
4 Subscription for a commercial off the shelf online subscription that provides access to in-depth news and analysis of Congressional legislation.
OPTION YEAR 3 1 LT
5 Subscription for a commercial off the shelf online subscription that provides access to in-depth news and analysis of Congressional legislation.
OPTION YEAR 4 4 EA
Grand Total
STATEMENT OF WORK:
Background: The Department of Veterans Affairs (VACO) Library requires a commercial off the shelf online subscription that provides access to in-depth news and analysis of Congressional legislation.
Scope: The Contractor shall provide web based access using Internet Explorer to an online subscription service to the Congressional Quarterly (CQ) or a Brand Name equivalent which will provide VA Central Office (VACO) employees desktop access to CQ Today News & CQ Schedules and CQ Weekly (full-text online access plus one print copy of the magazine).
The resource will allow VACO employees to follow news on VA health care as well as other department priority topics such as the Health Care Law, Medicaid, Medicare, mental health.
The subscription will include the ability to print.
A. REQUIREMENTS:
1. Required general attributes
” An online subscription service to the Congressional Quarterly (CQ) or a Brand Name equivalent will provide VA Central Office (VACO) employees desktop access to CQ Today News & CQ Schedules and CQ Weekly (full-text online access plus one print copy of the magazine).
” Comprehensive, nonpartisan coverage of news and analysis of Congressional activities, including live news and updates.
” Insights and analysis of breaking news stories.
” Topics covered include VA health care, health care law, mental health Medicaid and Medicare, etc. Background information is provided for all topics, as well as news stories, followed by key bills with links to a summary.
” Provides a calendar for House and Senate events as well as White House and the federal government.
” CQ Weekly provides objective analysis on how legislation is shaped provided by web access plus one print copy of magazine.
2. Usability
” .The product has “user friendly” help and direction aids.
3 Currency
” Content areas are updated on a continuous, incremental cycle rather than on a single anniversary date for the entire product.
” Updates are marked and easily identified.
4 Access, content, support
” Product is 508 compliant. (http://www.section508.gov/)
” If product is not 508 compliant, vendor must describe measures being taken to bring product into compliance and date, within 12 months of contract award, that product will be 508 compliant.
” If product is not 508 compliant, then the vendor must describe why no work is being done to make it 508 compliant.
” Access to be granted through IP address validation to VA Central Office employees, eliminating the need for users to enter identification, username and/or password.
” An unlimited number of simultaneous users are to have immediate access from any web-enabled computer throughout VA Central Office.
” It is required that all authorized remote users (with VPN, dial-up, wireless access, etc.) have access to the product through any VA networked computer.
” The product is compatible with Internet Explorer.
” The product is compatible with the Windows environment.
” Articles are easily printed.
” Access to the titles should be up to date with no period of embargo to the full text.
” All site content and support of the web site is the responsibility of the contractor. This includes tech support to VHA users nationwide.
” System downtime is minimal and VA project manager is notified when this occurs.

” Single point of contact for customer service issues, available by both phone and email, is assigned to VA.
” Questions are responded to within two business day.
” Usage statistics are available to the system administrator on an enterprise level.
” Availability of usage statistics.

” The vendor should offer training services on an as requested basis. A variety of training session modalities should be available (e.g., web-based, live, podcast, streaming video, etc.).
” Articles can be emailed among VA Central Office employees.
B. DELIVERABLES: Equal to or Better than the following:
1. Congressional Quarterly (CQ)
2. CQ Today News
3. CQ Schedules
4. CQ Weekly (full-text online access plus one print copy of the Magazine)
C. Type of Contract: Firm Fixed Price.
D. Performance Period: 1 year from date of award, with. 4 Option years to be executed at the Governments discretion.
E. Type of Order: Firm Fixed Price
F. Place of Delivery: Contractor’s Site
PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items 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, pricing being determined fair and reasonable and the technical approach satisfies the requirement. Additionally, any potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, compatibility with existing systems, and functionality to be considered. The provision at VARR 852-211-77, Brand Name or Equal applies. The items called for by this RFQ have been identified in the schedule by a “brand name or equal” description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotes offering “equal” products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the quote and are determined by the Government to meet fully the salient characteristics requirements listed in the RFQ. WARRENTY AND SERVICE: Indicate terms. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, P.O. Box 149971, Austin, TX 78714-8971. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: 52.204-7 (CCR registration) the successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract, you may register easily and quickly on-line athttp://www.ccr.gov, 52.232-34 (Payment by Electronic Funds), VAAR 852.237-70 (Contractor Responsibility) and 852.2370-4 (Commercial Advertising). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses by reference. Clauses: 52.203-6, 52.219-4, 52.219-8, 52.219-23 alt1, 52.222-21, 52.222-26, 52.222-35, 52.22236, 52.222-37, 52.225-3 Alternate I. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet athttp://www.va.gov/oa&mmlvarr/.
All questions must be submitted to Frank DiFranco, Contract Specialist by e-mail only:
franklin.difranco@va.gov. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information are due no later than NOON EST, Wednesday January 14, 2015
Technical questions and Quotes must be sent by email to franklin.difranco@va.gov.
URL: https://www.fbo.gov/spg/VA/ISC/OISC/VA70115Q0060/listing.html

OutreachSystems Article Number: 150109/PROCURE/0062 Matching Key Words: writ*; copy; technical; standard;

600px-US-DeptOfNavy-Seal.svgDepartment of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Norfolk Philadelphia Office, N00189 FISC Norfolk DET, Philadelphia 700 Robbins Avenue, Building2B Philadelphia, PA

U–Visual Information Production Services N0018915TZ055 010815 Cathy Kelly 215-697-9693 Under a 100% small business set-aside, the NAVSUP Fleet Logistics Center Norfolk, 700 Robbins Avenue Philadelphia, PA 19111, is seeking sources on behalf of the Center of Personal and Professional Development (CPPD) for the provision of 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. The contractor shall provide VI production services 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 30-minute video, along with accompanying course facilitation guide materials.

This procurement is being conducted as a commercial item acquisition in accordance with FAR Part 12, using subpart 13.5 test program procedures. The award of a firm-fixed price contract is anticipated.

Release of the Request for Quotes [RFQ] will be via the internet. Interested parties may download the RFQ upon its issuance to the following website: https://www.neco.navy.mil/. Interested parties are solely responsible for monitoring of the aforementioned website for postings of the solicitation and any amendments thereto. The Government will not pay for information submitted in response to this notice.

Oral communications are not acceptable in response to this notice. The applicable North American Industry Classification System [NAICS] code is 512110. The anticipated performance period for this procurement is six months.

Additional information for this requirement will be listed in the solicitation upon its release, which is anticipated to be released no earlier than 08 Jan 2015. Contractors must be registered in the Central Contractor Registration (CCR) /SAM database in order to be considered for award. All questions regarding this procurement should be directed to the POC via e-mail; questions concerning this requirement should be submitted only after reading the entire solicitation which includes the detailed specifications.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018915TZ055/listing.html

OutreachSystems Article Number: 150109/PROCURE/0078 Matching Key Words: video*; edit*; produc*; train*; website; site?; business*; production?; commercial?; naics!512110;

Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929 Fort Bragg NC 28310

U — Additional Duty Safety Officer (ADSO) Training Course H92239-15-SS-BB02 011415 Brittany C. Black, Phone 9103960552, Email brittany.c.black@us.army.mil – Gloria J Harris, Phone 910-432-6978, Email harrisgl@soc.mil Additional Duty Safety Officer (ADSO) Course
H92239-15-SS-BB02
THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A REQUEST FOR INFORMATION (RFI) (Reference number H92239-15-SS-BB02) from industry that will allow the Government to identify interested sources capable of meeting the requirement. The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), request for160px-Special_Operations_Specops_Army.svg proposal (RFP), invitation for bid (IFB), or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the RFI. The Government does not intend to award a contract on the basis of this RFI, or otherwise pay for any information submitted by respondents to this request. This notice is for market research purposes only and is not indicative of a full requirement. Should a requirement arise, the full requirement will be detailed in the solicitation.

The United States Army Special Operations Command (USASOC) is seeking to identify sources that are capable of providing training and materials and provide current and up to date instruction for the USASOC Additional Duty Safety Officers (ADSO) Course. The USASOC ADSO Course is designed to facilitate the training and qualification of Additional Duty Safety Officers/ NCO’s. This training enhances the understanding of Federal, DOD, Army and USASOC Safety directives and standards as it is incorporated into the organizational mission. This training qualifies the student to assume the duties and responsibilities of the Unit Safety Officer at the battalion and company levels. This training meets the requirements as stipulated in following policies, but not limited to: Army Regulation 385-10, The Army Safety Program, and USASOC Regulation 385-1, and the USASOC Safety Program. The contractor shall be responsible for teaching 2 ADSO Courses at Fort Bragg, NC and 1 ADSO Course at a designated off site location. The Offsite location for the ADSO Course may be held at one of the following locations at the discretion of the USASOC Safety Director, Joint Base Lewis McCord WA, Fort Campbell KY, Fort Carson CO, Fort Benning GA, Eglin Air Force Base, FL. The dates of training will also be established at the discretion of the Safety Director.

Interested parties must demonstrate experience in providing the course outlined or similar support services. Interested parties are requested to submit a capabilities statement that clearly demonstrates their corporate capabilities, a summary of relevant experience and knowledge that addresses the stated areas of interest. The statement should also include substantive current and/or recent past performance references that identify the contract number, customer, contract value, type of contract, period of performance, prime or subcontractor designation, and a brief description of the services.

Documentation provided must address all required elements listed herein; providing only a reference to a website is unacceptable for purposes of this announcement and will not be considered or reviewed. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. Please do not submit classified material.

Contractors interested in performing these services should be registered in the System for Award Management (www.sam.gov). Contractors responding to this Sources Sought are asked to provide the following information: company’s full name and address, DUNS number, the applicable GSA contract # and SIN, applicable North American Industry Classification Standards (NAICS) and business size (whether they are a large, small, small-disadvantaged, 8(a), HUBZone, woman-owned, Service-Disabled Veteran Owned Small Business, historically black college or university and/or minority service institute), address, and a point of contact. Please also advise the government of pending changes in the business size status. In addition, respondents shall provide average annual revenues for the past 3 years and number of employees; affiliate information: parent company, joint venture partners, potential teaming partners; and additional documentation such as company literature and brochures.

Responses shall be submitted electronically via email to brittany.c.black@us.army.mil. If an interested source is not able to contact the Contracting Office via email, information/correspondence/requests may be submitted to the point of contact cited above via facsimile, (910) 432-9345. All responses shall be submitted by 1:00 PM EST on 14 January 2015 and shall include reference number H92239-15-SS-BB02 in the subject line and submission documents. Failure to respond to this RFI does not preclude participation in any future associated request for quotations that may be issued. Respondents will NOT be notified of the results.
For information regarding this notice, contact Ms. Brittany Black via email at the address above. Respondents are cautioned that due to file size limitations and e-mail security protocols, there is a risk that not all correspondence will be received by this office. It is the interested parties’ responsibility to ensure receipt of all e-mail and faxed correspondence. If receipt has not been acknowledged within 24 hours, please contact the Contracting Office at 910-396-0552.

Place of Performance: Fort Bragg, NC 28310 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-15-SS-BB02/listing.html

OutreachSystems Article Number: 150109/PROCURE/0412 Matching Key Words: state!ky


600px-US-DeptOfNavy-Seal.svgDepartment of the Air Force, Air Education and Training Command, Keesler AFB, 81st Contracting Squadron, 310 M Street Rm 102 Keesler AFB MS 39534-2147

T — Multimedia Services FA3010-14-R-0009 Michelle A. Brown, Contract Specialist, Phone (228) 377-1801, Email michelle.brown.1@us.af.mil – Kimberley L. Alvarez, Contracting Officer, Phone (228) 377-1837, Email kimberley.alvarez.1@us.af.mil The government intends to award a non-personal service contract to perform Multimedia Services at Keesler AFB, MS in accordance with the Performance Work Statement (PWS).   The basic period of performance is on/around  early calendar year 2015 through 30 Sep 15 plus three one-year option periods.   FAR Clause 52.217-8, Option to Extend Services, will also be contained in the solicitation and any subsequent award.  T he total period of performance will not exceed 54 months. This acquisition is a 100% set-aside for small business concerns.   All responsible small business concerns may submit a proposal, which shall be considered.   The applicable North American Industry Classification System (NAICS) code is 512110 with a small business size standard of $32,500,000.00.   Performance/Price Tradeoff (PPT), for a best value award determination, will be utilized using simplified procedures in accordance with FAR Part 13.5. The government anticipates award of a firm fixed-price contract by early calendar year 2015. A formal Request For Proposal (RFP) is expected to be issued in late 2014/early 2015 on the Fedbizopps website at www .fedbizopps.gov . The RFP will provide information regarding a general site visit. It is the responsibility of all interested parties to frequently check the Fedbizopps site for any amendments and/or information pertaining to this notice and subsequent RFP.   Paper/fax copies will not be available from this office.   All interested parties must be registered in the System for Award Management (SAM) to be eligible for award.   Registration and assistance may be accomplished by visiting their website at www.sam.gov or by calling 866-606-8220.
Set-Aside: Total Small Business Place of Performance: Keesler AFB, MS Biloxi, MS 39534 US URL: https://www.fbo.gov/spg/USAF/AETC/KAFBCS/FA3010-14-R-0009/listing.html

OutreachSystems Article Number: 150109/PROCURE/0499 Matching Key Words: naics!512110;

Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard Room 4211 – MSC 9559 Bethesda MD 20892

R Technical Science Writer. HHS-NIH-NIDA(SS-SA)-CSS-2015-56 011615 Rodney E. Brooks, Contract Specialist, Phone 3014020751, Email rodney.brooks@nih.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 IS A TOTAL SMALL BUSINESS SET ASIDE
The solicitation number is HHS-NIH-NIDA(SS-SA)-CSS-2015-56 and the solicitation is issued as an request for quotation (RFQ).
This acquisition is for a commercial item or service and is conducted under the authority of the Federaldept of health and human services Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items (services), and is not expected to exceed the simplified acquisition threshold.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05-74, dated July 1, 2014.
A notice regarding any set-aside restrictions, the associated NAICS 334516 code and the small business size standard is $14.0 dollars. This acquisition is being conducted in accordance with the procedures of FAR Part 13-Simplified Acquisition Procedures, FAR Subpart 13.5-Test Program for Certain Commercial Items, and FAR Part 12-Acquisition of Commercial Items.
The National Institute on Aging (NIA) at the NIH would like to procure a Technical Science Writer.
Statement of Work (SOW)

GENERAL INFORMATION
Title of Project: Science Technical Writer

Background: Accurate minutes of National Advisory Council on Aging (NACA) are an essential requirement of operations at the National Institute on Aging (NIA). The meetings include multiple presentations of a technical scientific nature in a single meeting and NIA needs the services of someone with strong scientific background and excellent communication skills to capture these presentations and the ensuing discussions in the minutes.

Statement of Objective: The purpose of the procurement is to obtain well-written drafts of the proceedings of the NACA meetings that will take place on January 28, May 13, and September 16, 2015.

Period of Performance:
a. Base year January 20, 2015 through January 19, 2016
b. Option year 1 January 20, 2016 through January 19, 2017
c. Option Year 2 January 20, 2017 through January 19, 2018
SCOPE OF WORK
The vendor shall provide NIA with comprehensive and well-written minutes of the Council meetings, as follows:
1. The documents will be 15-20 pages in length, single spaced, and consistent in style with previous meeting minutes (copy attached).
2. The documents will be submitted electronically in WORD format to NIA staff within 2 weeks after the receipt of the meeting minutes from NIA.
3. The vendor will write, edit, copyedit, and format the documents.
DELIVERABLES
1. Description of Tasks and Associated Deliverables:
The vendor will provide NIA with comprehensive and well-written minutes of the Council meetings. The documents will be 15-20 pages in length, single spaced, and consistent in style with previous meeting minutes. The documents will be submitted electronically in WORD format to NIA staff within 2 weeks after the receipt of the meeting transcripts from NIA.

The vendor will attend the National Advisory Council on Aging meeting on January 28, May 13, and September 16, 2015, and provide NIA with comprehensive and well-written minutes of the Council meetings.

Task & Deliverable
Vendor must attend the National Advisory Council on Aging meeting on January 28, 2015, May 13, 2015 and September 16, 2015 and provide Comprehensive and well written minutes from Council Meeting, 15-20 pages in length, and single spaced. The documents will be submitted electronically in word format. The vendor will write, edit and copy edit and format the documents. 2 weeks after receipt of the meeting transcripts from NIA

I. SECTION 508 – ELECTRONIC AND INFORMATION TECHNOLOGY STANDARDS
Section 508 Program Need
Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined to be relevant for the following program need: “Intranet or Internet Services.”
Section 508 Deliverable Requirements
The activity to be performed relates to or requires the use of EIT. Section 508 must be considered as a requirement for Internet/Intranet Services outputs/deliverables to assure that it considers specific Section 508 accessibility requirements. Technical standards from 36 CFR part 1194 Subpart B have been determined to apply to this acquisition. Solicitation respondents must describe how their background and experience will enable them to at least meet those technical provisions identified as applicable in the attached Government Product/Service Accessibility Template (GPAT).
Functional performance criteria from 36 CFR part 1194 Subpart C have been determined to apply to this acquisition. Solicitation respondents must describe how their background and experience will enable them to at least meet those functional performance criteria identified as applicable in the attached Government Product/Service Accessibility Template (GPAT).
Information, documentation, and support requirements from 36 CFR part 1194 Subpart D have been determined to apply to this acquisition. Solicitation respondents must describe how the information, documentation, and support proposed for Internet/Intranet Service outputs/deliverables will meet at least those information, documentation, and support requirements identified as applicable in the attached Government Product/Service Accessibility Template (GPAT).
Section 508 Evaluation Factors
Responses to this solicitation will only be considered for award after it has been determined that the proposal adequately addresses the requirements for Section 508. Only proposals which contain adequate information to document their responsiveness to the Section 508 requirements (e.g. accessibility capabilities and past performance) will be eligible for any additional merit consideration.

J. CONTRACTING OFFICER’S REPRESENTATIVE (COR) <specify COR and provide copy of COR’s training certification with the SOW>

1. The following Contracting Officer’s Representative (COR) will represent the Government for the purpose of this contract:

TBD at time of award

2. The COR is responsible for: (1) monitoring the Contractor’s technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technicalinspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance.

3. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; (5) otherwise change any terms and conditions of this contract; or (6) sign written licensing agreements. Any signed agreement shall be incorporated by reference in Section K of the contract

4. The Government may unilaterally change the COR designation for this contract.

EVALUATION AWARD CRITERIA:
Mandatory Criteria
The solicitation contains the following mandatory qualification criteria for a Technical Science Writer:
1. The lead writer must hold a doctoral degree in biomedical, behavioral or social sciences relevant to aging research.
2. Have a minimum of four years of experience in preparing reports or minutes of scientific advisory committees in the life sciences.
Failure to adequately document compliance with either of the above listed mandatory requirements will result in the elimination of the Offerors proposal from further consideration. The proposal will be considered to be non-responsive, and the Offeror will be disqualified.
There are no points related to the mandatory requirements.
The Mandatory requirements will be evaluated on a pass/fail basis.
Technical Evaluation Criteria
Qualifications of Technical Scientific Writer 70 Point.
Demonstrated experience is to include but not limited to the following:
• Experience in Science Writing
• Demonstrated familiarity through prior experience with the broad fields of aging research to include either NIH-grant funding in a field of aging research or program or review experience at NIH in fields of aging research.
• Ability to oversee all aspects of minute preparation involving scientific talks,
• Familiarity with NIH rules and policies concerning conduct of advisory meetings, .
• Excellent communication skills; ability to communicate professionally and knowledgeably and work in a team environment.

Qualifications\Capabilities of the Contractor 30 Points
Demonstrated experience is to include but not limited to the following:
• a record of successful recruitment and retention of qualified technical science writers in the fields of life sciences research
• sufficient resources and competence in media and media technology to staff advisory meetings unobtrusively with no distraction of meeting participants.,
• Policies for replacement of professional staffing
• Experience supplying professional staffing in the DC metro area.

Past Performance 25 Points
Documented evidence of the Offerors successful performance for a minimum of three (3) recent contracts staffing Technical Scientific Writers similar to requirements specified in the statement of work.
• Record of successful on-time delivery of drafts and reports of advisory committee meetings.

Total possible points 125 Points

Award Criteria
Selection of an Offeror for award will be based on an evaluation of proposals against the evaluation factors specified above. Although technical experience is of paramount consideration in the award, Past Performance are also important to the overall award decision.
The evaluation will be based on the demonstrated capabilities of the prospective Contractors in relation to the needs of the project as set forth in the RFQ. The merits of each proposal will be evaluated carefully. Each proposal must document the feasibility of successful implementation of the requirements of the RFQ.
The provision of FAR clause 52.212-1, Instructions to Offerors – Commercial Items (July 2013), applies to this acquisition. The provision of FAR clause 52.212-2, Evaluation – Commercial Items (January 1999), applies to this acquisition; The provision of FAR clause 52.217-9, Option to Extend the Term of the Contract (March 2000), applies to this acquisition. 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, technical, price and other factors considered.

The Offeror must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications – Commercial Items (August 2013), with its offer. The FAR clause is located at http://www.acquisition.gov/far/. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (September 2013), applies to this acquisition.
There are no additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices.
Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) http://www.sam.gov.”;

All responses must be received by January 16, 2015 at 12:00pm EST and must reference number HHS-NIH-NIDA(SS-SA)-CSS-2015-56. Responses may be submitted electronically to rodney.brooks@nih.gov.
“All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.”

URL: https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA(SS-SA)-CSS-2015-56/listing.html

OutreachSystems Article Number: 150108/PROCURE/0053 Matching Key Words: writ*; copy; technical; standard; procedure?;

720px-USAID-Identity.svgAgency for International Development, Overseas Missions, Bangladesh USAID-Dhaka, Dept. of State Washington DC 20521-6120

T Filming of USAID Food for Peace and Democracy and Governance Activities and Impact in Bangladesh REQ-388-15-000018 011315 Md. Mustafizur Rahman, Phone 880255662332, Email mrahman@usaid.gov Dear Prospective Offeror:

Subject: Amendment of Solicitation for Filming of USAID Food for Peace and Democracy and Governance Activities and Impact in Bangladesh for extension of deadline until January 13, 2015.

The United States government, represented by the U.S. Agency for International Development (USAID), invites qualified companies/individuals to submit proposals to provide the services forFilming of USAID Food for Peace and Democracy and Governance Activities and Impact in Bangladesh. The Request for Proposal (RFP) consists of the following sections:

1.       Standard Form SF-18

2.       Scope of Work

You are encouraged to make your quote competitive.  Also, you are cautioned against any collusion with other potential offerors in regard to price quotations to be submitted.

Questions and proposal submissions under this RFP can sent to via email to dhakaprocurement@usaid.gov .  Your proposal must be accompanied by the documents as mentioned in the SOW

The award of a contract hereunder is subject to the availability of funds. Issuance of this RFP does not constitute an award or commitment on the part of the U.S. Government, nor does it commit the U.S. Government to pay for costs incurred in the preparation and submission of a proposal.  RFPs are due on January 13, 2015.

DESIGNATED OFFICE :

Executive Office

USAID/Bangladesh, Executive Office

U.S. Embassy

Madani Avenue, Baridhara

Dhaka-1212, Bangladesh

E-mail: dhakaprocurement@usaid.

We look forward to receiving your RFP and thank you in advance for your interest in USAID/Bangladesh procurement opportunities.

Place of Performance: Different places in Bangladesh US URL: https://www.fbo.gov/spg/AID/OM/BAN/REQ-388-15-000018/listing.html

OutreachSystems Article Number: 150108/PROCURE/0064 Matching Key Words: filming;

Department of the Army, Army Contracting Command, MICC, MICC – West Point, MICC – West Point, Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place, West Point, NY 10996-1514

R–SOURCES SOUGHT W911SD15T0039 010915 Gina Blum, 845-938-5858 MICC – West Point This is a Sources Sought request for information to be used for market research purposes only. The Government is conducting market research to assist in determining the appropriate acquisition strategy and potential set-asides. The Government is seeking responses from small businesses capable of performing the required services. All responsible sources may submit a capability statement, proposal,Department of the Army or quotation, which shall be considered by the agency.
THIS IS NOT A REQUEST FOR QUOTE or PROPOSAL. Responses to this announcement are not considered quotes or offers and cannot be accepted by the Government to form a binding contract. Responses will not be used for evaluation in any resultant solicitation for this requirement. The government shall not be held responsible for any costs incurred in response to this sources sought announcement. Participation is strictly voluntary. This notice will close Friday, January 9, 2015 at 1100 AM Eastern.

The Mission and Installation Contracting Command at West Point, NY, has an anticipated requirement for production of a country music recording. The vendor is responsible for providing all personnel and equipment, including the producer, recording engineer, mix engineer and studio space. Scope of work consists of, but is not limited to:
1) The producer will provide oversight and guidance for the project as a whole. Duties will include ensuring all members of the production have needed information and oversight to properly perform their task. This service will include song selection, musical arranging as needed, and artistic and conceptual vision for the product. Vendor will be responsible for the production of a complete, recorded and mastered product for the USMA Band, consisting of eight musical selections. Vendor will select and provide musical instruments for these songs, to include: Guitar, Bass, Amps, Drums, Keyboards. The property and recording rights to this product shall be owned by the USMA Band and will be freely available under Freedom of Information Act requests.
2) The recording engineer is responsible for providing engineering services, to include operating the recording devices and consoles for the studio sessions needed to produce this album. The finished product will be a multi-track recording ready for mastering by the mix engineer. The first engineer must be able to operate the equipment provided by the studio. Vendor will be responsible for providing a complete mix of the eight song selections to the producer for mastering. The producer will be responsible for ensuring the technical specifications of the finished product will be acceptable with the mix engineer.
3) The mix engineer’s responsibility is to mix and master the recording produced in studio to create a high quality recording. Knowledge of EQ, compression and leveling is required. The finished product is completed with input from the producer and USMA band personnel to create a fully realized product that is consistent with the artistic vision of the producer and USMA Band leadership.
4) The studio will provide the following space and equipment. Substitutions are possible, but must be confirmed with USMA Band personnel to ensure workflow continuity:

a. 3 separate Isolation Booths of approximately 9’X13′ or larger
b. one isolation Booth of approximately 4’x10′ or larger
c. one large studio of approximately 12’x29′ or larger
d. contain a control room of approximately 20’x22′ console that has 64 input SSL 4000G+ with Ultimation
e. 2 track rack- Alsesis Masterlink and Panasonic SC-3800 DAT Recorder
f. Monitors- Mains; Quested HQ 210, Monitoring System powered by Bryston
g. cue system- formula sound Q-8
h. outboard gear- three API 550 EQs, two API 560 EQs, Nightpro EQ3D, Tube Tech PE 1c EQ, API 312C Mic Pre, five API 512C Mic Pre, dbx 786 Mic Pre, Foucesrite ISA 215 Dual Mono MIc Pre/EQ, four dbc 160x Compressors, dbx 166 Stereo Dual Compressor, two Empiriacal Labs EL8 Distressors, Manley Stereo quote mark Variable-Mu quote mark Limiter/Compressor, Neve 33609 Stereo Compressor/Limiter, Tube Tech CL-1B Compressor, Tube Tech LCA-2B Compressor, Urei 1176 Limiting Amplifier (Blackface), Urei 1176 Limiting Amplifier (Silverface), three Drawmer DS201 Gates, Evintide H-4000, two lexicon PCM 42 Digital Delau Processor, Leixon PCM 70 Digital Effects Processor, Roland SDE-330 Dimensional Space Delay, Roland SRV-330 Dimensional Space Reverb, Yamaha SPX 990 Multi Effects Processor

5) Vendors who have not worked with the USMA Band previously should submit a bio that includes a discography for projects for which they have recorded, produced, or performed on in the country music genre. A list of industry awards and nominations should also be included.
6) A list of personnel to be used in each role should also be included along with the submission of materials.

Respondents shall provide a full description of their capability to meet the anticipated requirement. Feedback on this requirement is encouraged. The anticipated NAICS is 711510 with a Small Business Size Standard of $7.5M. Interested respondents should submit a brief capabilities statement package (no more than 5 pages in length) clearly demonstrating the firm’s ability to perform the services listed. A generic capability statement is not acceptable. At a minimum, the package shall address the following:

1. Title of the requirement, Company Name, Address, and POC.

2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number/CAGE Code, and a statement regarding current small business status to include small business type(s)/certification(s) such as: SDB, 8a, HubZone, SDVOB, etc.

3. Prior/current experience (private and/or government) performing efforts of similar size and scope within the last five years. Statements should describe the dollar value, indicate whether your firm acted as the prime or subcontractor, list a customer Point of Contact with phone number, and provide description of the experience and how the referenced experience relates to the services described herein.
Set-Aside: Total Small Business Place of Performance: MICC – West Point Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place West Point NY 10996-1514 US URL:https://www.fbo.gov/notices/a62884b150cf6d59954268058f368d62

OutreachSystems Article Number: 150108/PROCURE/0394 Matching Key Words: naics!711510;

600px-US-DeptOfNavy-Seal.svgDepartment of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Norfolk Philadelphia Office, N00140 FISC Norfolk DET, Philadelphia 700 Robbins Avenue, Building 2B Philadelphia, PA

U–Visual Information Production Services N0018915TZ055 010815 Cathy Kelly 215-697-9693 Under a 100% small business set-aside, the NAVSUP Fleet Logistics Center Norfolk, 700 Robbins Avenue Philadelphia, PA 19111, is seeking sources on behalf of the Center of Personal and Professional Development (CPPD) for the provision of 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. The contractor shall provide VI production services 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 30-minute video, along with accompanying course facilitation guide materials.
This procurement is being conducted as a commercial item acquisition in accordance with FAR Part 12, using subpart 13.5 test program procedures. The award of a firm-fixed price contract is anticipated.
Release of the Request for Quotes [RFQ] will be via the internet. Interested parties may download the RFQ upon its issuance to the following website: https://www.neco.navy.mil. Interested parties are solely responsible for monitoring of the aforementioned website for postings of the solicitation and any amendments thereto. The Government will not pay for information submitted in response to this notice.

Oral communications are not acceptable in response to this notice. The applicable North American Industry Classification System [NAICS] code is 512110. The anticipated performance period for this procurement is six months.
Additional information for this requirement will be listed in the solicitation upon its release, which is anticipated to be released no earlier than 08 Jan 2015. Contractors must be registered in the Central Contractor Registration (CCR) /SAM database in order to be considered for award. All questions regarding this procurement should be directed to the POC via e-mail; questions concerning this requirement should be submitted only after reading the entire solicitation which includes the detailed specifications.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018915TZ055/listing.html

OutreachSystems Article Number: 150107/PROCURE/0076 Matching Key Words: video*; edit*; produc*; train*; website; site?; business*; production?; commercial?; naics!512110;

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–US Army Force Management Support Services W9124D-15-Q-5230 011315 Nathalie Riley, 502-624-8264 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 theDepartment of the Army MICC Special Competition Advocate (SCA) at dean.m.carsello.civ@mail.mil.

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

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

For any acquisition set-aside for small business, Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, will apply and will require the prime contractor to self-perform 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.

This is a follow on contract for support services for the US Army Force Management Support Agency (USAFMSA). The scope of this contract is to provide all personnel, equipment, tools, materials, vehicles, supervision, and other items necessary to provide technical and analytical support services in support of the USAFMSA mission. Support includes data collection, data analysis, data management, document integration, document integrator cross-training, organizational analysis, and other supporting functions. The base period of performance is 1 August 2015 through 31 July 2016, with two one-year option periods.

USAFMSA, a field operating agency of HQDA G-3/5/7, is a unique and highly-specialized Army resource. USAFMSA develops, maintains and distributes the Army’s organizational requirements and authorization documents and data: Tables of Organization and Equipment (TOE), Modified Tables of Organization and Equipment (MTOE), Tables of Distribution and Allowance (TDA), Basis of Issue Plans (BOIP) and Joint and Common Tables of Allowance (JTA/CTA). The Agency maintains the Army’s documentation data production and distribution systems; this includes FMSWeb which provides user-friendly, web-based access to force structure documents.

All MTOEs and TDAs are synchronized with HQDA G-37/FMP’s Structure and Manpower Allocation System (SAMAS), enabling complete and accurate accounting for all Army force structure. USAFMSA’s documents and databases provide the detailed force structure data that feeds other Army systems. Programming, readiness reporting, manning, equipping, training, stationing and battle command databases and systems rely on timely and accurate force structure data produced by USAFMSA.

The contractor shall develop and maintain an effective Quality Control Program (QCP) to ensure services are performed in accordance with the performance work statement (PWS). The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services.

The contractor is responsible for performance on the contract between the hours of 8:00-6:00 Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The Contractor shall at all times maintain an adequate work force for the uninterrupted performance of all tasks defined within the PWS when the Government facility is not closed. When hiring personnel, the contractor shall keep in mind that the stability and continuity of the work force are essential.

Work shall be performed at a Government-directed site, at the contractor’s facility, or at other locations as determined by the Contract Officer Representative (COR). Travel will be required to other Government-directed sites as necessary to meet USAFMSA requirements. Access to Government facilities will be granted as required and are subject to DoD, Army, HQDA G-3/5/7, USAFMSA, and Fort Belvoir, Fort Leavenworth, or Fort Lee security requirements.

The contractor shall possess and maintain a TOP SECRET facility security clearance from the Defense Security Service. Contractor employees performing the work in support of this contract shall have been granted at least a SECRET and a TOP SECRET facility security clearance will be needed for specific tasks.

PROPOSED CONTRACTOR TASKS:

1. The Contractor shall serve as Document Integrator, assisting in the development of requirements and authorization documents through the implementation and enforcement of policies and procedures applicable to a wide variety of Army manpower and equipment requirements and authorization documentation programs, systems, and projects.

2. The Contractor shall assist in developing the G-3/5/7 position, including recommended requirements and authorization documents as well as the modification, reconciliation, or adjudication required with coordinating elements. The Contractor also shall assist in the formulation and approval or disapproval recommendation or mediation of both equipment and personnel portion of the document.

3. The Contractor shall maintain liaison with proponents on status of actions involving equipment and personnel portions of requirement and authorization, to permit maximum lead-time in planning proposed reorganization or other changes. The Contractor shall provide advice, assistance and prioritization schedules on matters of organization, authorization, format and automated procedures and techniques during visits to proponents and field commands, agencies, and units. The Contractor shall serve as a member of special task groups on high priority projects ranging from requirements and authorization documents preparation to impact analysis for organization/reorganization actions.

4. The Contractor shall develop qualitative and quantitative equipment and personnel impact data for capability studies, identify organizational improvements, and staff all exceptions to MTOE and TDA standardization for approval ICW USAFMSA leadership.

5. The Contractor shall review and restructure requirement and authorization documents to ensure accuracy (e.g. command control numbers, unit identification codes, standard requirement codes, levels of organization, unit designations, effective dates, designated organization elements, position titles, equipment and personnel allocations and authorizations).

6. The Contractor shall validate the approved document position against the latest documented position in Structure and Manpower Allocation system (SAMAS); recommend SAMAS changes as appropriate; and participate in assigned Force Structure meetings and conferences.

7. The Contractor shall assist in shaping and implementing Army policy for manpower staffing standards development. The Contractor shall support coordination of Army availability and manpower productivity factors, positional manning factors, and manpower requirements. The Contractor shall prepare written and oral reports on the results of manpower studies and make recommendations based on findings affecting Army TDA and MTOE organizations. The Contractor shall review and recommend changes to regulations and other publications that affect Army manpower policies and procedures. The Contractor shall participate in and augment manpower survey teams in the analysis of missions, functions, workloads, and manpower/equipment needs of MTOE and TDA units in CONUS and OCONUS.

8. The Contractor shall support the HQDA Organizational Integrator, Systems Synchronization Officer, Force Integrator and Command Manager by providing guidelines for personnel and equipment documentation. The Contractor shall coordinate with counterparts in HQDA.

9. The Contractor shall provide desktop support, IT/automation customer service, and Information Management Officer (IMO) services at the USAFMSA Fort Leavenworth location. IT/IMO services will coincide with Fort Leavenworth USAFMSA core business hours of 0800-1630 (Central) Monday through Friday, except Federal holidays. The Contractor shall coordinate with U.S. Army Network Enterprise Center (NEC), Fort Leavenworth technical POC to resolve issues. The Contractor will adhere to NEC guidance, certification requirements, and policy/procedure specific to each USAFMSA location. The Contractor shall provide support and services to include the following:

Work with computer, peripherals, and telecommunications users to investigate and determine the source of incidents/problems. The Contractor shall diagnose, troubleshoot, and resolve hardware, software, and basic connectivity issues to minimize down time of applications and personnel. Software includes USAFMSA-unique client/server applications such as FMS. Software also includes browser configuration and support for FMSWeb and Microsoft applications as well as the troubleshooting, diagnosis, and resolution of conference room/VTC problems/incidents.

Respond to inquiries applying knowledge of computer software applications, hardware, and procedures. Provide users with assistance and basic guidance on how to use various software applications such as statistical, graphics, database, word processing, electronic mail and Blackberry, security and operating systems.

Build, install, upgrade, and configure various computer systems to NEC standards for Fort Leavenworth USAFMSA users. Assist in testing software and hardware to evaluate ease of use and whether product will aid user in performing work. Ensure that security updates and service packs (software patches) are applied to USAFMSA computers.

10. The Contractor shall assist in constructing and maintaining requirements and authorization documents to GFM DI OFSC standards. The Contractor shall assist the Force Management community (HQDA G-3/5/7 FM, USAFMSA, etc.) with data conversion, automation, connections, systems integration, and implementation. The Contractor shall ensure conversion/build activities are integrated with other ongoing Army initiatives (e.g., ACP, ARFORGEN, IT PfM, Enterprise Resourcing, etc.). The Contractor shall assist with the operation and sustainment of a classified and unclassified Army Organization Server – a single Authoritative Data Source for the dissemination of force structure information across the DoD enterprise – founded on a standard structure for the organization information required to support transformation of DoD planning, force management, command and control, acquisition, logistics, and financial operations.

11. The Contractor shall assist with the establishment of a transparent and universal process to manage, assess, and display the worldwide disposition of US Army Forces. This will constitute a foundation upon which force structure information will be captured and used to associate and aggregate information from the war fighter and business domains in order to form a coherent, integrated global picture. This includes regulatory and policy recommendations as necessary. The Contractor shall assist with the establishment of the Army Organization Server as the authoritative data repository for organizational information down to the individual billet (personnel) and asset (equipment/serial number) level. The Contractor shall assist with the recording and maintenance of a single Army force structure that addresses current and future war fighter and business functional systems force structure requirements.

12. The Contractor shall assist with the coordinated and integrated implementation of Army Global Force Management Data Initiative with Army Enterprise Resource Planning, Army Information Technology Portfolio Management, and the Army Force Generation Model. The Contractor shall assist with identifying necessary GFM data elements (unit, location, personnel, equipment, and activity/event) and converting existing force structure data into the structure necessary to ensure information is accessible for integration across the DoD enterprise utilizing net-centric concepts and services. The Contractor shall assist with identifying and establishing connection to GFM authoritative sources (databases) that must feed, and be fed by, the Army Organization Server. The Contractor shall assist with ensuring Army Organizational Server data is interoperable with Army Battle Command Systems. The Contractor shall assist with making all Army organization and force structure authorization data visible, accessible, and understandable to the DoD enterprise in GFM DI-established formats. The Contractor shall assist with achieving full unclassified and classified operational capability. Meetings will be held periodically as needed by the Government or Contractor or as required, to discuss task accomplishment, deliverables, and progress toward task completion. This conversion will require a significant coordination with TRADOC proponents, the ARSTAF, and USAFMSA personnel. The contractor will participate in and coordinate DoD, Joint, and Army-level meetings to fully-implement GFM DI.

The appropriate NAICS code is 541690 with a size standard of $15,000,000.00.

Responses to this announcement must be received no later than 2:00 P.M. Eastern Standard Time on Tuesday, 13 January 2015. 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, and economically disadvantaged women-owned small business program.
5. Statement confirming the requirements of FAR 52.219-14 will be met should this acquisition be set-aside for small business (if applicable);
6. Contact information, to include name, e-mail address, phone number, and fax number;
7. CAGE Code and/or DUNS number.

Place of Performance: USAFMSA 9900 Belvoir Rd Ft Belvoir VA 22060-5587 US URL: https://www.fbo.gov/notices/4118870ca4a746ee19797ccc045bddc0

OutreachSystems Article Number: 150107/PROCURE/0364 Matching Key Words: age:state!ky; state!ky;

FedBizOpps – Awards

General Services Administration, Public Buildings Service (PBS), Acquisition Management (7PQA), 819 Taylor St., Rm. 12B01 Fort Worth TX 76102

T — Art in Architecture for the Vehicle Processing Facility for the Land Port of Entry, Laredo, Texas NTX00007-Art Trevor A. Simon, Phone 8179780122, Email trevor.simon@gsa.gov GS-07P-14-HH-C-0046 $35,000 for base services 010815 Thomas Glassford Award was made for the base600px-US-GeneralServicesAdministration-Seal-Alt.svg services for this art project.
URL: https://www.fbo.gov/spg/GSA/PBS/7PMA/Awards/GS-07P-14-HH-C-0046.html

OutreachSystems Article Number: 150109/AWARDS/0635 Matching Key Words: naics!711510;

FedBizOpps – Special Notes

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

99–Small Business Event – Society of American Military Engineers Kentuckiana Post 2015 Small Business Workshop & Match Making and Industry Day W912QREVENT15 Jacque Gee, 502-315-6111 USACE District, Louisville Small Business Event – Society of American Military Engineers Kentuckiana Post 2015 Small Business Workshop & Match Making and Industry Day to be held on February 3-4, 2015. Location: Marriott Louisville Downtown, 280 West Jefferson Street, Louisville, KY 40202. Registration is available at http://posts.same.org/kentuckiana/
URL: https://www.fbo.gov/spg/USA/COE/DACA27/W912QREVENT15/listing.html

OutreachSystems Article Number: 150109/SPECIAL/0910 Matching Key Words: age:state!ky; state!ky;

Other Federal Procurements (Small)

U.S. Small Business Administration http://web.sba.gov/subnet/search/dsp_search_option.cfm SBA-SUB-Net; Contact information is included with each sub-contracting bid.

T — We are a business to assist will all media needs from Video prod SOL 10:20:10 We are asba logo business to assist will all media needs from Video production, web design, photography,event videography, Editing, Journalism, Training videos, Photoshop, design, and documentaries. Due Date: 9/2/2015 Address: 1929 East West Hwy. Apt 301 Contact: Vardha Khalil For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150109/SMALL/2434 Matching Key Words: video*; edit*; produc*; train*; web; business*; event?; production?; documentar*;

USABID State 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 – SNAP-Ed & EFNEP Promotional Items 2015Attachment AAttachment B SOL K-0733-15 SNAP-Ed & EFNEP Promotional Items 2015Attachment AAttachment B Due Date: 1-27-15 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150109/BID/0215 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 – Camel Ride At Zoo SOL RFP-3355-0-2015/ES Camel Ride At Zoo Due Date: 1/27/2015 3:00 PM Eastern Contact: Eugene Skeete For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150108/BID/0267 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 – RFB-136-15 Bond Forfeiture-Gr II MAD 15 Hopkins County RFB : 15 SOL RFB-136-15 Bond Forfeiture-Gr II MAD 15 Hopkins County RFB : 1500000453 Facilities & Support Services Carolyn Turner Construction Published On : 1/5/15 Amended On : Closing On : 1/27/15 10:30 AM EST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150107/BID/0001 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

76 – Books, Non-library SOL 05-15 Books, Non-library Due Date: 02/05/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150107/BID/0237 Matching Key Words: age:state!ky; state!ky;

Kentucky – Fayette County Public Schools https://fcps.economicengine.com The Purchasing Office Louie Mack Building Room 101 460 Springhill Drive Lexington, Kentucky 40503

R – Automated Substitute Placement Services SOL 06-15 Automated Substitute Placement Services Due Date: 01/23/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150107/BID/0238 Matching Key Words: age:state!ky; state!ky;

Kentucky State Procurement

Cayenta, Suite 201-4200 N. Fraser Way, Burnaby, BC

R — REQUEST FOR ASSISTANCE. Phone: 604-570-4300 ext. 403; Email: shayes@cayenta.com BID Date: Friday, 10 Jan 2015: BID TIME: 4:00 PM Cayenta is inviting quotes on the following: Project: RFP#19- 2014 Utility Billing System and IVR for LFUCG Project Location: Lexington, KY Quotes Requested for the following subcontractors: System Tester: The Tester should have experience in the areas of Customer Service, Field Service, Metering, Collections or Utility Cashiering. This core project team member will participate in the Discovery phase, as well as being involved in all the testing phases. Product Trainer: The Trainer would be responsible for learning the Cayenta system during the configuration and testing phase of the project. The Trainer would customize the existing training materials for LFUCG and lead the training of end users. Report Developer: With support from the Cayenta Report Analyst, a the Report Writer is responsible for working with the core project team to develop report specifications and write additional custom reports for LFUCG. Additional Information: These roles are to be strictly filled by MWDBE Participation Project Contact Information: Name: Samantha Hayes Phone: 604-570-4300 ext. 403 Email: shayes@cayenta.com This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150108/KY/7753 Matching Key Words: age:state!ky; state!ky;

pitanim

beenetworknews.com nation list.docx


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

NAVY

BAE Systems Information Solutions Inc., San Diego, California (N68936-15-D-0007), and Information Systems Laboratories Inc.,* San Diego, California (N68936-15-D-0008), are each being awarded indefinite-delivery/indefinite quantity multiple award contracts for the development and fielding of Intelligence Exploitation and Targeting Systems prototypes related to future systems or the sustainment of deployed systems. The aggregate not-to-exceed amount for these multiple award contracts is $45,044,669 and each contractor will be provided a fair opportunity to compete for individual task orders. Work will be performed at each contractor’s facility600px-US-DeptOfNavy-Seal.svg in San Diego, California, and work is expected to be completed in January 2020. Fiscal 2015 operations and maintenance (Navy) funds in the amount of $5,000 are being obligated at time of award, all of which will expire at the end of the current fiscal year. These contracts were solicited via a multiple award request for proposals and three offers were received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity.

General Atomics, San Diego, California, is being awarded a $36,468,962 modification to previously awarded contract (N00024-12-C-4222) for research and development activities associated with integrated power system power load modules to be used for electromagnetic railgun pulse power containers and for the fabricating and testing of prototypes. Work will be performed in Tupelo, Mississippi (70 percent), and San Diego, California (30 percent), and is expected to be completed by December 2016. Fiscal 2014 research, development, test and evaluation funding in the amount of $6,216,229 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.

Oracle America Inc., Redwood City, California, is being awarded a $19,050,000 ceiling increase modification to a previously awarded firm-fixed-price, sole source award commercial contract (N65236-13-D-2157) to provide post deployment systems support for Increment 1 of Global Combat Support System – Marine Corps. This contract is currently in its first option period. If the second (final) option period is exercised, it would bring the cumulative value of this contract to $68,500,000. Work will be performed in Redwood City, California, and is expected to be completed by September 2015. If the second option is exercised, work would continue until September 2016. No funds will be obligated at the time of award and no contract funds will expire at the end of the current fiscal year. This contract was previously procured on a sole source basis with one proposal solicited from Oracle America via the Commerce Business Daily’s Federal Business Opportunities website, and the Space and Naval Warfare Systems Center e-Commerce Central website. Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, is being awarded an $8,300,000 ceiling-priced modification to a previously awarded cost-plus-fixed-fee contract (N00019-12-C-2002) for the procurement and installation of hardware required to update five Prototype Block II+ Captive Test Missiles (CTMs) into a production representative hardware configuration. In addition, this modification provides for the procurement of 40 Propulsion Steering Section hardware sets required to convert AIM-9X Block II CTMs into AIM-9X Block II+ CTMs and AIM-9X Block II Special Air Test Missiles (NATMs) into AIM-9X Block II+ NATMs. Work will be performed in Tucson, Arizona (53.5 percent); Rocket Center, West Virginia (29.6 percent); Amesbury, Massachusetts (7.50 percent); Chatsworth, California (5.80 percent); Tacoma, Washington (3 percent) and various locations within the continental United States (.60 percent), and is expected to be completed in June 2016. Fiscal 2014 weapons procurement (Navy) funds in the amount of $2,950,000 are being 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.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

PAE Applied Technologies LLC, Fort Worth, Texas, has been awarded a $31,044,959 modification (P00063) to exercise the option to previously awarded contract FA3010-13-C-0007 for base operations support services. Work will be performed at Keesler Air Force Base, Mississippi, and is expected to be complete by Jan. 31, 2015. No funds are being obligated at the time of award. The 81st Contracting Squadron, Keesler Air Force Base, Mississippi, is the contracting activity (FA3010-13-C-0007).

Rockwell Collins Inc., Cedar Rapids, Iowa has been awarded a $21,744,444 modification (P00019) to the Military GPS User Equipment (MGUE) contract (FA8807-12-C-0013) to accelerate the MGUE program through the addition of pre-prototype receiver card deliveries and test support activities to enable faster fielding of M-Code capable GPS receivers to the warfighter. Work will be performed in Cedar Rapids, Iowa, with an expected completion date of Sept. 30, 2016. Fiscal 2015 research, development, test and evaluation funds in the amount of $11,250,000 are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

Cessna Aircraft Co., Wichita, Kansas, has been awarded a $10,870,228 firm-fixedprice contract for aircraft support, sustainment and training. The contractor will provide one used Cessna Citation 550 Bravo aircraft modified for aeromedical evacuation and two Cessna 208B Grand Caravan EX aircraft modified for aeromedical evacuation. A two-year sustainment package, consisting of spares, tooling and support equipment will be provided for each aircraft. Pilot and maintainer training will also be provided for Argentine Army personnel. Work will be performed at Wichita, Kansas, and is expected to be complete by Jun. 30, 2015. This contract is 100-percent foreign military sales. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-15-C-6460).

ARMY

Boeing Co., Mesa, Arizona was awarded a $295,866,116 firm-fixed-price foreign military sales (Indonesia) contract for eight AH64E Apache attack helicopters. WorkDepartment of the Army will be performed in Mesa, Arizona with an estimated completion date of Feb. 28, 2018. One bid was solicited with one received. Fiscal 2010 other procurement funds in the amount of $295,866,116 are being obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama is the contracting activity (W58RGZ-15-C-0025).

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

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, has been awarded a $7,311,712 cost-plus-incentive-fee/cost-plus-award-fee modification to previously awarded contract number HQ0276-10-C-0001 for fiscal 2015 ship integration and test, integrated logistics support, training. Work will be performed at Moorestown, New Jersey, with an expected completion date of March 27, 2016. Fiscal year 2014 research, development, test and evaluation funds will be used to incrementally fund this effort. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

DEFENSE INTELLIGENCY AGENCY

Dynetics, Huntsville, Alabama, is being awarded a ceiling $172,000,000 indefinite-delivery/indefinite-quantity contract with a five year ordering period. The contract provides scientific and technical support to the Defense Intelligence Agency’s MissileDefense Intelligence Agency and Space Intelligence Center. Work will be performed at Redstone Arsenal, Alabama, with an expected completion date of Jan. 25, 2020. The acquisition was solicited on the basis of full and open competition. Funding will be obligated on individual task orders. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity (HHM402-15-D-0004).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Reinhart Foodservices, Bowling Green, Kentucky, has been awarded a maximum $37,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite quantity contract for prime-vendor food and beverage support in the Kentucky, and Tennessee regions. This contract was a competitive acquisition and two offers were received. This contract has a two-year base with one one-year option and one two-year option periods. The locations of performance are Kentucky, and Tennessee, with a Jan. 28, 2017 performance completion date. The using military services are Army, Air Force and Air National Guard. The 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-3132).

Sysco Louisville Inc., Louisville, Kentucky, has been awarded a maximum $30,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite quantity contract for prime-vendor food and beverage support in the Kentucky, West Virginia, and Ohio regions. This contract was a competitive acquisition and two offers were received. This contract has a two-year base with one one-year option and one two-year option periods. The locations of performance are Kentucky, West Virginia, and Ohio, with a Jan. 28, 2017 performance completion date. The using military services are Army, Air Force and Air National Guard. The 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-3131).

I-Solutions Group, Fort Washington, Pennsylvania, has been awarded a maximum $18,500,000 firm-fixed-price, indefinite-delivery/indefinite quantity, prime-vendor contract for metals, metal products and incidental services programs. This contract was a sole-source acquisition. This is a four-month bridge contract. The location of performance is Pennsylvania, with a May 27, 2015 performance completion date. The using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. The type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E5-15-D-0004).

NAVY

DPR Hardin Whitesell-Green Inc. JV, Atlanta, Georgia, is being awarded $24,423,000 for firm-fixed-price task order 0006 under a previously awarded multiple award construction contract (N40085-10-D-5333) for steam decentralization at Marine Corps Base, Camp Lejeune, North Carolina. The work to be performed provides for the600px-US-DeptOfNavy-Seal.svg design and construction of various buildings and domestic water heating systems at each building in order to remove the existing steam systems serving these buildings. These projects will remove 86 buildings from Camp Lejeune’s existing central steam system and provide alternative heating and domestic hot water systems for the buildings. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by February 2017. Fiscal 2014 military construction (Navy) contract funds in the amount of $24,423,000 are being obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

PTC Inc., Needham, Massachusetts, is being awarded a $7,900,000 firm-fixed-price contract for data environment/hosting and engineering services, in support of the Integrated Decision Environment Service Center (IDESC)/Enterprise Product Lifecycle Management Integrated Decision Environment (ePLM IDE). This effort includes support services for the IDESC/ePLM IDE project and providing systems administration for the data environment, including daily monitoring and administration of the servers, operating system, software applications and database programs for an estimated 1500 users. Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed by January 2018. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $573,023 will be obligated at time of award and will expire at the end of the current fiscal year. The Port Hueneme Division, Naval Surface Warfare Center, Port Hueneme, California, is the contracting activity (N63394-15-C-0009).

AMSEC LLC, Virginia Beach, Virginia, is being awarded a $7,158,832 modification to previously awarded indefinite-delivery/indefinite quantity contract (N65540-11-D-0022) for the accomplishment of continued engineering and technical services to support hull, mechanical and electrical systems and equipment on U.S. Navy ships. AMSEC LLC will provide professional and technical services to upgrade fluid, habitability and thermal management systems planned for installation or alterations in support of Carderock programs. Work will be performed on ships in port in the United States and overseas, and work is expected to be complete in September 2016. Fiscal 2015 operations and maintenance (Navy) funds in the amount of $7,158,832 will be obligated at the time of award. Funds will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Carderock Division, West Bethesda, Maryland, is the contracting activity.

Northrop Grumman Corporation Electronic Systems, Land and Self Protection Systems Division, Rolling Meadows, Illinois, is being awarded $6,961,416 for ceiling-priced delivery order 5756 against a previously issued Basic Ordering Agreement (N00019-10-G-0004). This delivery order provides for the procurement of supplies and services required to develop, test and integrate software necessary to upgrade the current P-8A AN/AAQ-24 Directional Infrared Countermeasures subsystem with two Color Infrared Missile Warning Sensors. Work will be performed in Rolling Meadows, Illinois (95 percent); Jacksonville, Florida (2.5 percent); and Valparaiso, Florida (2.5 percent), and is expected to be completed in October 2015. Fiscal 2015 research, development, test and evaluation (Navy) funds in the amount of $2,750,000 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

L3 Communications Vertex Aerospace LLC, Madison, Mississippi, was awarded a $15,634,434 modification (P00001) to contract W912NW-15-F-0002 for a six month extension of the current bridge contract at Corpus Christi Army Depot, Corpus Christi, Texas, to provide highly specialized aircraft production indirect labor services augmenting the civilian workforce. Fiscal 2015 other procurement funds in the amount of $15,634,434 were obligated at the time of the award. The estimated completion date is July 28, 2015. Army Contracting Command, Corpus Christi Army Depot, Corpus Christi, Texas, is the contracting activity.

AIR FORCE

Raytheon Co., El Segundo, California, has been awarded a $22,908,256 modification (P00022) to the Military GPS User Equipment (MGUE) contract (FA8807-12-C-0012) to accelerate the MGUE program through the addition of pre-prototype receiver card deliveries and test support activities to enable faster fielding of M-Code356px-Seal_of_the_US_Air_Force.svg capable GPS receivers to the warfighter. Work will be performed in El Segundo, California, with an expected completion date of Sept. 30, 2016. Fiscal 2015 research, development, test and evaluation funds in the amount of $ 9,250,000 are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

L-3 Communications, Communication Systems–West, Salt Lake City, Utah, is being awarded a $22,709,796 modification to a previously awarded firm-fixed-price contract (N00019-12-C-2024) to exercise an option for the manufacture, test, delivery and support of the Common Data Link Hawklink system in support of the MH-60R aircraft. This option includes 29 AN/ARQ-59 radio terminal sets (RTS), 11 retrofit AN/ARQ-59 RTS, and 12 weapon replaceable assembly kits. Work will be performed in Salt Lake City, Utah (60 percent); Atlanta, Georgia (14 percent); Mountain View, California (6 percent); Exeter, Hew Hampshire (2 percent); and Phoenix, Arizona; El Cajon, California; Oxnard, California; Salinas, California; Sunnyvale, California; Boise, Idaho; Derby, Kansas; Littleton Massachusetts; Stow, Massachusetts; Minnetonka, Minnesota; Skokie, Illinois; Dover, New Hampshire; Bohemia, New York; York Haven, Pennsylvania; Providence, Rhode Island; Cedar Park, Texas; Ft. Worth, Texas; and Toronto, Canada (1 percent each), and is expected to be completed in November 2016. Fiscal 2015 aircraft procurement (Navy) funds in the amount of $22,709,796 are being obligated on this 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.

Goodrich Corp., Engineered Polymer Products (EPP) division, Jacksonville, Florida, is being awarded a $14,485,802 indefinite-delivery/indefinite quantity, firm-fixed-price contract for high frequency array (HFA) windows for four classes of United States Submarines (SSGN Class; Seawolf Class; USS Virginia Class; and second flight USS Los Angeles Class). The HFA is an acoustic “window” used in conjunction with the high frequency sail array. The primary purpose of an HFA window is to provide an acoustically transparent interface to seawater from the HFA by allowing high frequency acoustic signals to pass through with little reflection or attenuation. Secondly, the window provides protection to the array from afloat debris and provides smoother conformance to the hull, thereby reducing flow noise. Work will be performed in Jacksonville, Florida, and is expected to be completed by January 2020. Fiscal 2012 shipbuilding and conversion (Navy) funding in the amount of $426,228 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 Undersea Warfare Center Division, Newport, Newport, Rhode Island, is the contracting activity (N66604-15-D-0449).

ARMY

L3 Communications Vertex Aerospace LLC, Madison, Mississippi, was awarded a $16,445,946 modification (P00001) to contract W912NW-15-F-0001 for a six month extension of the current bridge contract at Corpus Christi Army Depot to provide highly specialized aircraft production direct labor services, which augment theDepartment of the Army CCAD civilian workforce. Fiscal 2015 other procurement funds in the amount of $16,445,946 were obligated at the time of the award. The estimated completion date is July 28, 2015. Work will be performed at the Corpus Christi Army Depot, Corpus Christi, Texas. Army Contracting Command, Corpus Christi Army Depot, Texas is the contracting activity.

Boeing Co., Mesa, Arizona, was awarded a $14,583,600 modification (P00002) to contract W58RGZ-14-C-0018 to increase the quantity of AH-64E Apache full rate production Lot 5 aircraft. The modification adds additional advance procurement funding to purchase of long lead items. Fiscal 2014 other procurement funds in the amount of $14,583,600 were obligated at the time of the award. Estimated completion date is March 20, 2015. Work will be performed in Mesa, Arizona. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Shield Technologies Corp., Eagan, Minnesota, was awarded a $12,136,825 firm-fixed-price contract for protective gun cover systems for the M119 and M777. The contract consists of M119A3 Elevating Mass Cover and Sled Cover (700 each), M777A2 Elevating Mass Cover and Wheel Arm RH & LH Cover (500 each) with M777A2 Hydrostrut Cover (1000 Each). The funding and work location will be determined with each order with an estimated completion date of Jan. 21, 2020. Bids were solicited via the Internet with three received. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-15-D-0013).

Hussey, Gay, Bell & DeYoung Environmental Inc., Savannah, Georgia, was awarded an $8,000,000 firm-fixed-price contract with options for miscellaneous architect-engineer services for general designs. Funding and work location will be determined with each order with an estimated completion date of Jan. 21, 2019. Bids were solicited via the Internet with twenty-two received. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-15-D-0002).

Cutting Edge Concrete Services Inc., Oro Grande, California, was awarded a $6,900,466 firm-fixed-price, indefinite-delivery contract with options for asphalt, concrete repairs and new improvements at military installations within South Pacific Division, Army Corps of Engineers. Funding and work location will be determined with each order with an estimated completion date of Jan. 22, 2020. Bids were solicited via the Internet with ten received. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-15-D-0002).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Sysco USA II LLC, doing business as Sysco Arkansas, Little Rock, Arkansas, has been awarded a maximum $12,882,000 fixed-price with economic-price-adjustment contract for prime vendor subsistence support. This was a competitive acquisition, and five offers were received. The location of performance is Arkansas, with a Jan. 25, 2016 performance completion date. The using military services are Army and Air Force. The 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-3125).

Berg Manufacturing Inc.,* Spokane, Washington (SPRDL1-15-D-0019); Sea Box Inc.,* Cinnaminson, New Jersey (SPRDL1-15-D-0020); and Maloy Mobile Storage Inc.,* Albuquerque, New Mexico (SPRDL1-15-D-0021) have each been awarded a maximum $12,212,500 firm-fixed-price, indefinite-delivery/indefinite quantity contract, against solicitation SPRDL1-13-R-0171, for the procurement of shipping and storage containers. These contracts were competitive acquisitions, and six offers were received. The locations of performance are Washington, New Jersey, and New Mexico, with a Jan. 22, 2020 performance completion date. The using military service is Army. The type of appropriation is fiscal 2015 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan.

Hutchinson Industries Inc., Trenton, New Jersey, has been awarded a maximum $9,292,813 firm-fixed-price, indefinite-delivery/indefinite quantity, requirements-type contract for wheel and tire assemblies. This contract was a sole-source acquisition. The location of performance is New Jersey, with a Jul. 22, 2019 performance completion date. The using military service is Army. The type of appropriation is fiscal 2015 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-15-D-0017).

ELC Industries Inc.,* Aurora, Illinois, has been awarded a maximum $6,500,000 fixed-price with economic-price-adjustment contract for LED headlights. This contract was a competitive acquisition and three offers were received. The location of performance is Illinois, with a Dec. 24, 2015 performance completion date. The using military services are Army, Navy, Air Force and Marine Corps. The type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E7-15-D-0004). (Awarded Dec. 24, 2014)

ARMY

Lockheed Martin Integrated Systems Inc., Bethesda, Maryland, was awarded a $37,556,621 modification (P00008) to contract W912DY-14-F-0423 to exercise the first option for the Next Generation Technical Services (NGTS) III requirement. The scope of this effort contains the management and technical support necessary to advance high performance computing services, capabilities, infrastructure and technologies. It includes the development of new techniques, analytical methods and computational approaches to solve particular high performance computing problems orDepartment of the Army to generally advance the state of the art in high performance computing effectiveness and efficiency. Fiscal 2014 and 2015 research, development, testing and evaluation, other procurement (Army) and operations and maintenance Army funds in the amount of $20,400,771 were obligated at the time of the award. Estimated completion date is May 19, 2015. Work will be performed at Wright-Patterson Air Force Base, Ohio, Aberdeen Proving Ground, Maryland, Stennis Space Center, Vicksburg, Mississippi, and Lorton, Virginia. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

Pernix Kaseman JV, McLean, Virginia, was awarded an $11,572,584 firm-fixed-price contract to construct a 4,600 square foot security facility communication center special area containing administrative offices. Work will be performed in the Republic of Korea with an estimated completion date of Sept. 3, 2016. Bids were solicited via the Internet with two received. Fiscal 2015 other procurement funds in the amount of $11,572,584 are being obligated at the time of the award. Army Corps of Engineers, Far East District AP is the contracting activity (W912UM-15-C-0008).

600px-US-DeptOfNavy-Seal.svgNAVY

General Dynamics NASSCO-Bremerton, Bremerton, Washington, is being awarded a $33,725,621 modification to previously awarded contract (N00024-14-C-4321) to accomplish the repair and alterations for USS Nimitz (CVN 68). This modification is awarded under contract line item number (CLIN) 0014 of the existing five-year contract for non-nuclear maintenance, repair and alterations of CVN 68 and CVN 78 class ships. USS Nimitz will be undergoing an extended planned incremental availability, which is the opportunity in the ship’s life cycle to conduct repairs and alterations. Exercise of option CLIN 0014 will authorize the first major industrial availability of the contract, which entails modification and repair of equipment, hull and systems. Work will be performed in Bremerton, Washington, and is expected to be completed by June 2016. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $17,278,834 will be obligated at time of award and will expire at the end of the current fiscal year. Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity.

Ace Maintenance & Services Inc.,* Austin, Texas, is being awarded a $13,663,688 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for janitorial services at Naval Support Activity Bethesda. The work to be performed provides for all labor, supervision, management, tools, materials, equipment, facilities, transportation incidental engineering and other items necessary to provide janitorial services. The maximum dollar value including the base period and four option years is $69,698,540. Work will be performed in Bethesda, Maryland, and is expected to be completed by February 2016. Fiscal 2015 operation and maintenance (Navy); fiscal 2015 working capital funds (Defense); and fiscal 2015 Defense health program contract funds in the amount of $13,484,399 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 seven proposals received. This contract action is a re-award as a result of corrective action taken due to Government Accountability Office protests. The Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity (N40080-15-D-0305).

AIR FORCE

General Electric Co., Cincinnati, Ohio, has been awarded a $325,000,000 indefinite-delivery/indefinite quantity contract for Versatile Affordable Advanced Turbine Engines (VAATE) III and Beyond. The contractor will develop technologies by the 2017 timeframe that will permit an order of magnitude increase in turbo-propulsion affordability over the year 2000 state-of-the-art technology. Work will be performed at Cincinnati, Ohio, and is expected to be complete by Jan. 27, 2023. This award is the result of a competitive acquisition with 34 offers received. Fiscal year 2014 research, development, test and evaluation funds in the amount of $451,400 are356px-Seal_of_the_US_Air_Force.svg being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-15-D-2501).

Northrop Grumman Systems Corp., Northrop Grumman Information Systems, Herndon, Virginia, has been awarded a firm-fixed-price $50,304,260 modification (P00024) to exercise the option on previously awarded contract FA8726-13-C-0001 for the Battlefield Airborne Communications Node E-11A platform. The contractor will provide comprehensive tasks and provide personnel, facilities, aircraft subsystems and support equipment. Work will be performed at Kandahar Air Base, Afghanistan and Wichita, Kansas, and is expected to be complete by Jan. 23, 2016. Fiscal year 2015 operations and maintenance funds in the amount of $50,304,260 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a not-to-exceed $34,628,216 cost-plus-fixed-fee and firm-fixed-price undefinitized contract action (0137) to previously awarded contract FA8620-10-G-3038. The contractor will support the United Kingdom Contractor Logistics Support program. Work will be performed at Poway, California, and various overseas locations and is expected to be complete by Oct. 31, 2015. This contract is 100 percent foreign military sales. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Harris Corp., Government Communications Systems, Palm Bay, Florida, has been awarded a $15,931,358 modification (P00194) to previously awarded contract FA8819-08-C-0001 for Space Control Depot support. The contractor will provide depot and sustainment engineering, repairable and disposable item management, stock, storage and issuance of spares, hardware and software maintenance and other activities. Work will be performed at Palm Bay, Florida, and is expected to be complete by Jan. 31, 2016. Fiscal year 2015 operations and maintenance funds in the amount of $9,730,310 are being obligated at the time of award. Air Force Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

L-3 National Security Solution Inc., Reston, Virginia, has been awarded a $6,606,907 modification (13) exercising an option to previously awarded task order FA8723-13-D-0001 0002 for mission continuity for Mobile Consolidated Command Center. The contractor will provide operations, maintenance and support to maintain mission integrity for a survivable and endurable Command and Control of U.S. strategic, space and selected non-strategic forces, to include homeland security when directed. Work will be performed at Albuquerque, New Mexico, and F.E. Warren Air Force Base, Wyoming, and is expected to be complete by Jan. 31, 2016. Fiscal year 2015 operations and maintenance funds in the amount of $3,041,016 are being obligated at the time of award. Air Force Life Cycle Management Center, Peterson Air Force Base, Colorado, is the contracting activity.

CORRECTION:
The General Atomics, Aeronautical Systems Inc. contract awarded on Jan. 6, 2015 was actually awarded on Jan. 16, 2015.No other announcement details were changed (FA8620-10-G-3038 0060).

Department of the ArmyARMY

Lockheed Martin, Orlando, Florida, was awarded a $28,246,765 firm-fixed-price foreign military sales (Korea, Indonesia, Qatar, Singapore) multi-year contract with options for 320 Launchers and 4 Launcher Electronic Assembly (LEAs) in support of the Joint Attack Munitions Systems (JAMS) M299 HELLFIRE launchers, spares and engineering support . Work will be performed in Orlando, Florida, with an estimated completion date of Dec. 31, 2017. Bids were solicited via the Internet with one received. Fiscal 2010, 2013, 2014, 2015, 2016 other procurement, other procurement (Army) and research, development, testing, and evaluation funds in the amount of $28,246,765 are being obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-15-C-0043).

Armstrong Marine Inc, Port Angeles, Washington, was awarded a $8,209,717 firm-fixed-price contract for three self-propelled, foil assisted aluminum catamarans, delivery included, for hydrographic surveys. Work will be performed in Port Angeles, Washington, with an estimated completion date of Jan. 15, 2017. Bids were solicited via the Internet with three received. Fiscal 2015 other procurement funds in the amount of $8,209,717 are being obligated at the time of the award. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-15-C-0018).

DEFENSE LOGISTICS AGENCY

Meridian Airport Authority doing business as Meridian Aviation, Meridian, Mississippi, has been awarded a maximum $24,947,557 fixed-price with economic-price-adjustment, into-plane-requirements contract for jet fuel. This was a sole-sourceDefense_Logistics_Agency acquisition. This is a four-year base contract with no option year periods. The location of performance is Mississippi, with a March 31, 2019 performance completion date. The using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. The type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-15-D-0011).

Graybar Electric Company Inc., St. Louis, Missouri, has been awarded a maximum $17,000,000 firm-fixed-price, bridge contract for prime vendor maintenance, repair and operations support for the Southwest zone two region. This was a sole-source acquisition. The location of performance is Missouri, with an April 20, 2015 performance completion date. The using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. The type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-15-D-0011).

Science Application International Corp., Fairfield, New Jersey, has been awarded a maximum $16,000,000 firm-fixed-price, bridge contract for prime vendor maintenance, repair and operations support for the Southwest zone two region. This was a sole-source acquisition. The location of performance is New Jersey, with an April 20, 2015 performance completion date. The using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. The type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-15-D-0012).

pitanim



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 — MULTIMEDIA REPORTER VOA PERSIAN SERVICE BBG39-Q-15-PERSIAN-021 021015 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: MULTIMEDIA REPORTER (WEB) – VOA PERSIAN – Washington, DC
COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

(ii) Solicitation No. BBG39-Q-15-PERSIAN-021 is issued as a Request For Quotation (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076.

(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7M.

(v) The contractor shall provide a Firm Fixed Price quotation for hourly rate based onBroadcasting Board of Governors 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), with one (1) option period of six (6) months from the date of award. The price quotation shall be valid for six months from date of submissoin.  It is anticipated that the performance date is February 17, 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 Multimedia Reporter (Web) services as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN). This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

(vii) The period of performance is anticipated to start February 17, 2015 through
August 17, 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. 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 bilingual Persian/English speaker able to write clearly and accurately; Must possess excellent interview and conversational writing skills; Compelling story-teller; Shooting and editing experience; Able to create personalized stories; comprehensive understanding of international news and knowledge of domestic Iranian news and social trends; ability to generate daily and enterprise story ideas; able to produce and post content to our websites; able to use social media outlets to engage viewers; must be able to work well under pressure; strong initiative and attention to detail is required; able to develop Word documents and Excel spreadsheets without assistance. Bachelor’s degree in Journalism or related area is preferred.

2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:

(i) reference’s name and address, email and telephone number of contact person;

(ii) dollar amount of the contract or pay rate of employment;

(iii) term of the contract or employment; and

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

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

(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.
52.249-1-Terminatoin for Convenience of the Government (Fixed Price) (Short Form)
52.249-2-Termination for Convenience of Government (Fixed Price) (Short Form)
52.249-8-Termination for Default (Fixed-Price Supply and Services
52.252-1 -Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far).

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

(xv) Questions must be submitted in writing and only via email to Cheryl Nixon at Persian_Solicitations@VOANEWS.COM . Written questions must be submitted before 11:59 p.m. Eastern Daylight Time on January 30, 2015. Responses to questions will be posted to FedbizOps by COB February 3, 2015.

Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral quotations will not be accepted.

ALL TECHNICAL AND PRICE QUOTATIONS, AND PAST PERFORMANCE MUST BE SUBMITTED ELECTRONICALLY to Persian_Solicitations@voanews.com BEFORE THE CLOSING DEADLINE BELOW to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1450, 330 Independence Ave., SW, Washington, DC 20237. CLOSING DEADLINE is before 11:59 p.m. Eastern Daylight Time on February 10, 2015.

(xvi) Contact: Cheryl Nixon, Contracting Officer, email:CFAUNTLE@VOANEWS.COM. All responsible sources may submit an offer that will be considered by the Agency.

Set-Aside: Total Small Business Place of Performance: BBG/IBB/VOA Persian Service 330 Independence Ave, SW Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-021/listing.html

OutreachSystems Article Number: 150127/PROCURE/0066 Matching Key Words: naics!711510;

USABID State and Local Purchases

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

99 – Packaging for Rigid-Pack Machine #7046Bid closes @ 3:00 p.m. on SOL Packaging for Rigid-Pack Machine #7046Bid closes @ 3:00 p.m. on February 18, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150127/BID/0358 Matching Key Words: age:state!ky; state!ky;

Pennsylvania Public Notices http://pa.mypublicnotices.com/PublicNotice.asp Provides public notice advertisements from newspapers throughout Pennsylvania.

U – Bids & ProposalsKennett Consolidated School District Notice of A SOL Bids & ProposalsKennett Consolidated School District Notice of Act 1 Referendum Exception Pursuant to Act 1, the Pennsylvania Department of Education publishes an index % applicable to each school district. The school district’s real estate tax increase for the next fiscal year is limited to the index % unless the proposed tax rate is approved by the voters pursuant to a referendum or the School District qualifies for an Act 1 exception. As a result of special circumstances covered by an Act 1 referendum exception, a tax rate increase above the of index % is required to balance the School District budget for the next fiscal year. This tax increase required to provide a quality education program as reflected in the School District’s Preliminary Budget. The School District intends to seek approval from the Pennsylvania Department of Education or the County Court as required by Act 1 for an exception to the 1.9% index allowing the proposed 2.67% increase of the real estate tax reflected in the School District’s 2014-2015 Preliminary Budget. The Preliminary Budget is available for public inspection at the District Office, 300 East South Street, Kennett Square, Pennsylvania. Upon written request, a copy of the referendum exception application will be furnished to any taxpayer or resident of the school district. Public Notice The Kennett Consolidated School District Board of School Directors will meet on Monday, February 9, 2015, for the purpose of approving the 2016-2016 Preliminary General Operating Budget, and to take action on any further business that may come before the Board. The meeting will begin at 7:00 p.m. and will be held in the Mary D. Lang Kindergarten Center, 409 Center Street Street, Kennett Square, PA 19348. In accordance with Act 1 of 2006, the 2015-2016 Preliminary Budget will be available for public inspection at the District Office, and on the District’s website at http://www.kcsd.org on January 29, 2015. If you are a person with a disability and wish to attend this meeting and require an auxiliary aid, service, or other accommodation to observe or to participate in the proceeding, please telephone the District Superintendent at (610) 444-6602 to discuss how the Kennett Consolidated School District may best accommodate your needs. Mark T. Tracy, Secretary DL-Jan 26-1a Appeared in: Daily Local News on Monday, 01/26/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150127/BID/0601 Matching Key Words: writ*; copy; operating;

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 – Solicitation: 1500000184 Replacement Hearing Officer for F SOL Solicitation: 1500000184 Replacement Hearing Officer for FY15-16 TO ACT AS HEARING OFFICER FOR THE BOARD OF CLAIMS Commodity Code : 96149 Legal Services, Attorneys Closing Date: 2/6/15 4:30 PM EST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150127/BID/0727 Matching Key Words: age:state!ky; state!ky;

Mississippi Press Association http://www.publicnoticeads.com/MS/search/searchnotices.asp 371 Edgewood Terrace; Jackson, MS 39206; (601) 981-3060 Fax 601.981.3676

R – Legal Notice The Mississippi Department of Transportation (MDO SOL Public Notice ID: 22101104.HTM Legal Notice The Mississippi Department of Transportation (MDOT) proposes to execute a Master Contract(s) with firms for the purpose of providing Wetlands, Waters of the US, and Threatened & Endangered Species Assessment Services, Statewide. This includes, but not limited to, gathering data on Wetlands, Waters, and Threatened & Endangered Species, conduct the field assessments, prepare reports, assessments, applications and any other related activities, assist MDOT with any coordination of meetings related to the above activities, and assist MDOT in establishing and/or maintaining any mitigation banks/service areas by providing the necessary documentation such as prospectus, banking instrument, coordinating restoration activities, performing hydrologic and hydraulic studies including hydrologic and hydraulic modeling to aid in stream restoration or rehabilitation and conceptual planning, and any other related activities. The Master Contract will utilize Cost plus Fixed Fee, Labor Hour/Unit Price, or Firm Fixed Price Work Assignments. The terms of a Master Contract for a selected consultant will not exceed 3 1/2 years with an estimated maximum contract amount of up to one (1) million dollars; however, MDOT may elect to execute a contract for a lesser not to exceed amount. Selected consultants may be assigned Work Assignments throughout the Master Contract term. Work Assignments will be assigned based on MDOT’s standard operating procedures. To be considered, the Expression of Interest proposal must respond to all requirements of this legal ad and any addenda. The recommended proposal length should not exceed twenty-five (25) pages, exclusive of appendices. The resumes (which should not exceed 2 pages per individual in length), SF-330 Part II, proof of State Licensure and certificates requirements, and other information not relevant to the requirements should be included in the appendices. The Consultant’s cover letter, table of contents, summaries and introductions, team organizational chart, past performances, and responses to the evaluation criteria should be included in the 25 pages. Pages should be numbered, single-spaced, one-sided, 8.5 by 11 with margins of at least one inch on all four sides. No more than five pages may be 11 by 17, but they may count as two sheets each against the recommended 25 page maximum. Information within the recommended 25 page limit of the proposal should be complete and sufficient in scope for the selection committee to evaluate the Consultant. Also, all text information in the recommended 25 page limit should be shown in a readable font, size 12 points or larger. Headers, charts, and other graphics may be provided in a different font type and size providing they are legible. Section dividers, tabs, or similar means are recommended but are not counted as part of the recommended 25 page limit. These recommendations will be considered when evaluating the quality of proposal. With the exception of the information to be supplied in the appendices, the Expression of Interest proposal should be divided into the following sections as listed below. Consulting firms (CONSULTANT) interested in providing these services may so indicate by furnishing the Department eight (8) copies and one (1) CD of an Expression of Interest which should consist of the following unless specifically stated otherwise: 1. The Prime CONSULTANT should provide a cover letter specifying the name and complete description of the Master Contract, the name of the Prime CONSULTANT and any of its Subconsultant(s), the name of an individual who will be the single point of contact throughout the selection process, the name of the project manager, the location and address of the managing office, and the location and address of the office(s) that may be assigned the work. Should any Subconsultant(s) be listed as team members, identify the roles of each of the team’s members. In addition, the CONSULTANT must note if this is a joint venture; 2. The CONSULTANT should provide a resume for each principal member, the project manager, and employee(s) of the firm anticipated to be assigned to the project. Also, provide a team organizational chart and list each person’s experience and qualifications, including proof that the Project Manager has a degree in biological or natural resource sciences or licensed as a Mississippi Professional Engineer. The team organizational chart should include each individual’s name, job description (for the project), and company of employment; 3. The CONSULTANT should provide a description of similar type work completed during the past five (5) years which qualifies the consultant for this work. Provide a detailed description of the role of the consultant and define whether the consultant was the prime or a subconsultant. Include in the description the amount of the consultant’s contract for the work they provided for the project, the date the consultant’s project was initiated, the consultant’s scheduled completion date in accordance with the progress schedule, and when the consultant completed the work as stated in the contract. If the consultant’s project was not completed on-time, identify any justifications. The firm should provide contact information for each of the projects. This will include the name of the client and client’s representative that can verify and discuss the project; 4. The CONSULTANT should provide Part II of Standard Form (SF) 330, Architect-Engineer Qualifications. If a firm has branch offices, complete the form for each specific branch office seeking work. In addition, this form should be completed for any subconsultants in the same manner. This form can be obtained at the following web-address: http://sp.gomdot.com/Consulting%20Services/Forms/Standard%20Form%20(SF)%20330,%20Part%20II.pdf. Interested firms without internet access may obtain this information by contacting Scot Ehrgott at (601) 359-7536; and, 5. The CONSULTANT should provide a response containing the information upon which the consultant will be evaluated (see below). The Department will evaluate the Expressions of Interest based on the following factors listed in their relative order of importance: Experience, performance, and qualifications of the team’s staff; Past performance of the consultant (and any subconsultant) on similar projects with MDOT and/or other clients; Experience, performance, and qualifications of the proposed Project Manager; Consultant’s past performance and experience in achieving agreed project delivery schedules and mitigating project delays; Location/proximity of the consultant’s (and any subconsultant’s) office(s); and Quality of Proposal. The CONSULTANT should mark any and all pages of the proposal considered to be proprietary information which may remain confidential in accordance with Mississippi Code Annotated 25-61-9 and 79-23-1 (1972, as amended). Each page of the proposal that the CONSULTANT considers trade secrets or confidential commercial or financial information should be on a different color paper than non-confidential pages and be marked in the upper right hand corner with the word CONFIDENTIAL. Failure to clearly identify trade secrets or confidential commercial or financial information will result in that information being released subject to a public records request. DBE goals may be applied to Work Assignments at MDOT’s discretion. In the event that a DBE goal is required on an individual work assignment, MDOT approval of the DBE subconsultant(s) will be required. The MDOT reserves the right to reject any and all Proposals, discontinue contract execution, and/or request additional information with any party at any time prior to final contract execution. The MDOT reserves the right to obtain references from any source listed in the Proposal and any other source deemed appropriate for any of the requirements/criteria listed in this legal notice. If a Consultant opts to request a debriefing following the announcement of the selected Consultant(s), the Consultant shall send an email to the below addressee within two (2) weeks of the distribution of the notification letter of the selecte d Consultant(s). Any debriefings shall be limited to the merits of the individual Consultant’s proposal. Scot Ehrgott, P.E., MDOT Director of Consultant Services e-mailed to sehrgott@mdot.ms.gov and copy srone@mdot.ms.gov All questions related to this solicitation shall be e-mailed to the addressee below: Scot Ehrgott, P.E., MDOT Director of Consultant Services e-mailed to sehrgott@mdot.ms.gov and copy srone@mdot.ms.gov Only written requests e-mailed to the above addressee will be considered. No requests for additional information or clarification to any other MDOT office, consultant, or employee will be considered. All responses and addenda will be in writing and will be posted to the MDOT website (http://mdot.ms.gov/portal/LegalAD.aspx) no later than 7 days prior to the submittal deadline. The submission deadline for questions will be 10 days prior to the submittal deadline. Consultants shall be solely responsible for checking the website for updates. The MDOT will not be responsible for any oral exchange or any exchange of information that occurs outside the official process specified herein. To be considered, all replies must be received by 5:00 p.m., Central Time, Thursday, February 19, 2015, in the Office of the Director of Consultant Services, Scot Ehrgott, Mail Code 90-01, Mississippi Department of Transportation Building, 401 North West Street, Jackson, Mississippi, 39201. This Legal Notice will appear in the Clarion Ledger on January 21st and 28th, 2015. The Mississippi Transportation Commission and the Mississippi Department of Transportation are equal opportunity employers. As provided by Title VI of the Civil Rights Act of 1964 as amended, and the Civil Rights Restoration Act of 1987 (P.L. 100.259), the Mississippi Department of Transportation (MDOT) assures that no person shall on the grounds of race, color, national origin, sex, religion, age, or disability be excluded from participating in, be denied the benefits of, or otherwise subjected to discrimination under any program or activity from the MDOT. January 21 and 28, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150126/BID/0036 Matching Key Words: writ*; copy; standard; operating; procedure?;

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 – Solicitation: 1500000120 Medicaid Rate Setting THE VENDOR SOL Solicitation: 1500000120 Medicaid Rate Setting THE VENDOR WILL BE RESPONSIBLE FOR PROVIDING MEDICAID BENEFITS TO ELIGIBLE MEMBERS OF THE KENTUCKY MEDICAID PROGRAM AND REIMBURSING MEDICAID PROVIDERS FOR COVERED SERVICES. A PART OF THE DEPARTMENT OPERATIONS INVOLVES ESTABLISHING MEDICAID RATES OF REIMBURSEMENT FROM THE FINANCIAL AND STATISTICAL RECORDS SUBMITTED BY VARIOUS CLASSES OF PROVIDERS. THE RATE FOR EACH MEDICAID PROVIDER TYPE IS SPECIFICALLY DEVELOPED FOR THAT PARTICULAR PROVIDER TYPE AND IS CALCULATED BY USING MULTIPLE FACTORS. Closing Date: 3/3/15 2:00 PM EST For more information about this opportunity please contact the buyer directly.

720px-USAID-Identity.svgAgency for International Development, Overseas Missions, Dominican Republic USAID-Santo Domingo, Unit #5541 APO AA 34041-5541

R — TCN/USPSC Deputy Health Office Chief -GS13 USAID/ Dominican Republic SOL-517-15-000004 020915 Ana C. Diaz, Human Resources Asistant, Phone 1-809-368-7449, Email andiaz@usaid.gov – Soraya A Morillo, Phone 809-368-7101, Email smorillo@usaid.gov ISSUANCE DATE: January 23, 2015
CLOSING DATE: February 09, 2015

SUBJECT: Solicitation No. SOL-517-15-000004 Personal Services Contract – USAID/Dominican Republic- US-TCNPSC Deputy Health Office Chief
Salary range US$72,391.00to US$94,108.00 (GS-13)

Ladies and Gentlemen:

The United States Government, represented by the U.S. Agency for International Development (USAID), is seeking applications from qualified U.S. citizens and Third Country Nationals (TCNs) to provide personal services as described in the attached solicitation. The length of this position is estimated to be two (2) years.

Submittals shall be in accordance with the attached information at the place and time specified.

Any questions on this solicitation may be directed to:

Ana Díaz
USAID/Dominican Republic
Telephone Number: 809-368-7449
E-mail address: andiaz@usaid.gov

Applicants should retain for their records copies of all enclosure which accompany their applications. All applications and the required documents should be submitted to the following persons by February 09, at 4:30 pm Easter Time:

Ana Diaz/ Soraya Morillo
USAID/Dominican Republic
Telephone Number: 1-809-368-7449 / 1-809-368-7101
E-mail: andiaz@usaid.gov
E-mail: smorillo@usaid.gov

Sincerely,

Ken Seifert
Regional Executive Officer

USAID DR Deputy Health Office Chief
STATEMENT OF WORK/ How to apply

I. Introduction
USAID/Dominican Republic (DR) is seeking a Health Team Leader to provide technical and supervisory leadership to the health team comprised of 1 US Direct Hire and 4 FSNs managing an annual portfolio of over $7 million in PEPFAR HIV/AIDS funding. The Team Leader will be the focal point on Health issues for the Mission and will report to and support the USAID General Development Officer, a U.S. direct hire who will provide general supervision and oversight of the Social Sector Program portfolio which includes Health and Education. The Health Team Leader will contribute to the establishment of overall program priorities and work assignments, development of strategies, program and project designs, and scopes of work, as well as provide technical guidance and support to CORs and AORs in project implementation. S/he will have wide latitude for the exercise of independent judgment and will have formal decision-making authority in broad program areas consistent with USAID policies, goals, and strategies. S/he will interact with the highest level of government and represent USAID and the US Government in official settings.
II. Background
The Dominican Republic has transitioned to upper middle income country status which presents a variety of challenges in light of the paradigm shift from the traditional conceptualization of development support. The Mission strategy is focused on helping the Dominican Republic to Improve Citizen Security and prevention and management of HIV/AIDS infection is a key component of the strategy. The Health Team is in process of revising traditional development approaches to better respond and support the shift in needs of a new upper middle income country which is facing the challenges of key vulnerable populations existing in fragile states of poverty and outside of the safety net. Additionally as the conditions in the DR continue to improve, responsibility for management and sustainability of activities is shifting to the government and NGO counterparts. Within this context USAID is also challenged with accomplishing its goals with declining budget support.

Country Overview:
The HIV prevalence in the Dominican Republic appears to have stabilized between 0.8-1.1 percent in the general population. In 2010, there were an estimated 48, 550 people living with HIV/AIDS in the Dominican Republic. The HIV epidemic in the Dominican Republic disproportionately affects specific key populations including Men that Have Sex with Men (MSM) with an HIV prevalence of 6.1%, Female Sex Workers (FSW) 4.8%, residents of bateyes (sugar plantations) and typically characterized by extreme poverty, of Haitian descent 3.2%, and women with less than four years of education, 2.3%. Approximately 70% of new infections occur among young women. In addition to vulnerability to HIV disease, these groups are also disproportionately affected by stigma, discrimination and gender-based violence.

The 2008 Stigma Index indicates that people with HIV living in the Dominican Republic continue to be affected by high rates of stigma and discrimination. For example, nearly a quarter of respondents reported having their human rights violated while 10% reported having been refused a job as a result of their HIV status. According to the 2007 DHS, only 15.2% of men and 23.5% of women expressed accepting attitudes towards people living with HIV. Furthermore, HIV+ FSW, MSM, or other vulnerable populations are victim to multiple forms of stigma and discrimination. High rates of stigma and discrimination are an important social barrier preventing people from accessing testing and counseling services. Addressing these vulnerabilities is critical to a successful and comprehensive HIV response.

According to the 2007 DHS, 9.7% of women aged 15 – 49 experienced physical violence and 10.1% experienced sexual violence. Of those who had experienced sexual violence, 38.5% had their first experience before the age of 20, with 6.5% of respondents stating they were younger than 10 years old when they first experienced sexual violence. In addition, these marginalized groups are at greater risk of homophobia and sex trafficking. Recent trends indicate that both the rate and intensity of Sexual and Gender-Based Violence (SGBV) are increasing.

Since the beginning of the HIV epidemic, USAID has supported the Government of the Dominican Republic and local organizations to strengthen the HIV response. Historically, most of this support has been funneled through international institutions with a focus on service delivery rather than sustainability. The Dominican Republic has been able to scale-up HIV care and treatment services and slow the spread of HIV by rigorously implementing evidence-based prevention strategies like the 100% Condom Campaign targeting commercial sex workers. Meanwhile, many organizations have strengthened their institutional capacity; maturing from support groups to service delivery organizations and from civil society groups quoting the evidence to institutions creating the evidence. Leveraging this emerging local capacity reflects commitment to investing in local organizations in order to strengthen the comprehensive response to HIV and ensure sustainability.

Haiti:
The complex relationship between the Dominican Republic and Haiti is reflective of a history of highly uneven development. There are an estimated 1,000,000 Haitians, including documented and undocumented immigrants, many living in extreme poverty, throughout the Dominican Republic. Numerous Haitians migrate to the DR seeking jobs, health care and a better life. For example, a significant number of women travel from Haiti to give birth in public hospitals in the Dominican Republic, returning to Haiti after delivery. It has been estimated in hospitals supported by USAID that between 20-35% of the patients delivering are Haitian and at the border areas this number rises to upwards of 70%. Additionally HIV prevalence Haiti is estimated to be twice as high as the DR. There is also considerable movement between Haiti and the Dominican Republic, which is especially exacerbated by the porous border. The January 12, 2010 earthquake in Haiti and the temporary movement of a large number of Haitians into the Dominican Republic further demonstrated the strong connectivity of issues across the island and a need for partnership. The Health Team Leader will be the focal point on Health issues for the Mission and will report to and support the USAID General Development Officer, a U.S. direct hire who will provide general supervision and oversight to the Health and Education teams. The Health Team Leader will contribute to the establishment of overall program priorities and work assignments, development of strategies, program and project designs, and scopes of work, as well as provide technical guidance and support to COTRs and AOTRs in project implementation. S/he will have wide latitude for the exercise of independent judgment and will have formal decision-making authority in broad program areas consistent with USAID policies, goals, and strategies. S/he will interact with the highest level of government and represent USAID and the US Government in official settings. S/he must be able to think and operate strategically and programmatically, analyzing complex situations in order to assist in the development of USAID strategic plans and programs, and assessing the impact of host country policies and practices on USAID programs. S/he will work in collaboration with members of the Health Team to achieve programmatic objectives. The incumbent will advise, collaborate and work with the health team in the planning, formulating, implementing, and monitoring and evaluating of health activities and strategies.
III. Major Duties and Responsibilities:

The Team Leader will have the following major duties and responsibilities:

A. Management: Senior Management Team Duties

 Take the lead role in formulating the USAID/DR PEPFAR annual budget request. This includes ensuring that the budget tracking system for USAID/DR PEPFAR activities is accurate, complete, and up-to-date. Oversee obligations and sub-obligations for all USAID/DR PEPFAR activities. This includes ensuring that obligations tracking systems are accurate, effective, and utilized.
 Represent USAID in meetings with USG and host country government officials at all levels.
 Lead the USAID/DR PEPFAR Office reporting processes. Contribute to and oversee, for USAID, the PEPFAR Country Operational Plan (COP) and semi-annual and annual PEPFAR DR reports; USAID DR PPR; ad hoc technical reports as needs arise (i.e. report on funding gaps; analysis and interpretation of project data from USAID implementing partners; identification of program gaps, implementation problems; propose strategies, actions to address problems).
 Supervise, coach and mentor USAID PEPFAR staff working on the budget, reporting and monitoring processes. Assist, coach and mentor USAID PEPFAR program management staff and technical advisors in start-up and implementation requirements of newly awarded USAID grants/contracts.
 Design and oversee actions to address audit recommendations to ensure that recommendations are closed in a timely manner.

B. Technical

 Provide strategic direction for USAID HIV/AIDS activities; identify appropriate technical assistance and contractual mechanisms to address HIV/AIDS needs in the DR.
 Participate in various GODR Technical Working Groups (TWGs) for HIV/AIDS-related areas including the Global Fund Country Coordination Meetings; collaborate closely with GODR Ministry of Health, CONAVIHSIDA and with other GODR government partners as appropriate.
 Collaborate closely with other USG entities, particularly CDC, DOD and Peace Corps and other donors, PEPFAR implementing partners and civil society, in the design and implementation of the DR PEPFAR program. Must be conversant with and able to explain USAID and PEPFAR guidelines to host country counterparts.

C. Agency Specific Routine Duties

 Contribute to select sections of the COP, PEPFAR semi-annual and annual reports, and other PEPFAR documents.
 Keep abreast on the USAID award mechanisms and requirements, technical area policies, objectives and strategies.
 Mentor and assist USAID staff in carrying out their duties.
 Prepare briefing papers, materials, speeches, and informational and/or analytical reports as required by the US Embassy, USAID/Washington or other stakeholders.
 Represent USAID at internal USG meetings, and in meetings with GODR, other donors, civil society, and PEPFAR implementing partners.

1. SUPERVISION/OVERSIGHT OVER OTHERS:

 Has supervisory responsibility for USAID DR Health staff, including FSN Senior Program Manager (FSN10), Program Manager Assistant (FSN 8) and Administrative Assistant (FSN7)

2. REQUIRED QUALIFICATIONS FOR THE POSITION (WEIGHTING IN % FOR RATING):

A. EDUCATION (10%)
 An advanced degree (minimum master’s level) in public health, i.e. health management, health policy, health education, epidemiology, or development studies or another field with links to the health sector.

B. TECHNICAL KNOWLEDGE (30%)

 Must have demonstrable knowledge of public health and socio-economic development issues, and good familiarity with HIV/AIDS issues and challenges in developing countries similar to the DR, including state-of-the-art strategies, activities and programs for addressing the AIDS epidemic.
 Good familiarity with international development theory, programming policies and practices, including multi-sector linkages and synergies;

C. WORK EXPERIENCE (30%)

 Minimum 7 years of progressively responsible experience as a program manager for complex HIV and health development assistance programs, including direct experience managing PEPFAR activities with a minimum 2 years experience in senior-level program management/leadership position based in a developing country, preferably in the Caribbean Region.
 Appropriate experience working in international health and/or other social sectors with links to health, including work in multi-year programs and projects (includes experience with project design and implementation; project trouble-shooting; data analysis and evaluation; report-writing; interacting with and advising a multitude of host country counterparts and implementing partners, etc.)
 Prior project management work within an international development organization, foreign assistance programs, or large implementing agencies (from private or nonprofit sector, or multilateral or other large donor agency).
 Prior staff supervisory and mentoring experience.
 Familiarity with GODR HIV/AIDS, health and social sector programs, priorities and policies is desirable.
D. COMMUNICATION AND LANGUAGE SKILLS (30%)

 Must have strong project management and supervisory (“people”) skills; able to work within a large bi-agency and bi-cultural team, and collaborate with a large number of senior level GODR officials, PEPFAR/DR partners, local leaders, and representatives of civil society.
 Must have excellent writing skills.
 Must be proficient in Microsoft Word, Excel and PowerPoint.
 FSI Level S4/R4 in English and S3+/R3+ in Spanish.

3. OTHER SIGNIFICANT FACTS:

A. GUIDELINES

Incumbent will follow and apply Agency guidelines, policies, rules and regulations, using good judgment and ingenuity to interpret their intent and apply them within the context of PEPFAR DR.

B. COMPLEXITY

Incumbent carries out a wide range of responsibilities that require an equally wide range of skills and analytical processes. Decision-making requires the capacity to quickly analyze, understand, synthesize and formulate appropriate and effective responses within a context of very short deadlines, multiple stakeholders with constant and ever-changing requirements, and continuous changes in technical program standards. The job requires a self-starter with initiative to stay abreast of developments in technical area and inventiveness to devise ways to apply new techniques and methodologies to the local environment to achieve maximum benefits. Requires the ability to lead and act as an effective supervisor/mentor within a multi-cultural team environment.

C. SCOPE AND EFFECT

Incumbent is considered to be an expert in the management of HIV/AIDS, public health or similar social sector programs, imminently qualified to advise and guide USG colleagues, host country government counterparts, U.S. cooperating agencies and local implementing partners on all matters related to USAID awards, policies, global goals and objectives. The incumbent’s work directly informs the development and major aspects of both administrative and professional employees’ own work, both within the PEPFAR DR team and with the PEPFAR DR external partners. Incumbent’s work involves formal responsibility for leading technical and program management activities, and guiding and coordinating the work of the USAID PEPFAR DR technical and administrative staff.

D. PERSONAL CONTACTS

Incumbent will have contacts with counterpart officials at all levels, from high-ranking Government leaders and Ministers and to the heads of technical directorates and units, to project directors and focal points. S/he will also have contacts with high-level officials and technical advisors from other donors and international organizations. Contacts take place in both structured and unstructured settings.

E. LEVEL AND PURPOSE OF CONTACTS

Incumbent is expected to influence, motivate, and direct people or groups and s/he must be resourceful in identifying the appropriate approach for negotiating and persuading others, and in establishing rapport in order to gain and relay information, including decision makers within the host government and on the USG colleagues in Washington DC, who might have different agendas and priorities than the USG PEPFAR team.

F. PHYSICAL DEMANDS/WORK ENVIRONMENT

The USAID PEPFAR DR Office is located in USAID Santo Domingo. On a regular periodic basis, incumbent must be able to travel within the DR to visit and assess progress at USAID PEPFAR DR implementing partners’ activity sites.

4. BASIS OF RATING APPLICATIONS

Selection Factors: Applicants must possess the minimum qualifications for the position (see criteria above: Education, Technical Knowledge, Work Experience, Communication and Other Skills). Additional factors to be taken into consideration include:

 Applicant is a U.S. Citizen or Third Country National.

 Completed and hand-signed federal form OF-612 and OF-612 continuation sheets is submitted by application deadline. (Note: All applicants must submit complete dates [months/years] and hours per week for all positions listed on the OF-612 to allow for adequate evaluation of your related and direct experience. Experience that cannot be quantified will not count towards meeting the experience requirements).

 Resume

 Cover letter and supporting documentation specifically addressing the minimum requirements for the position. Applicants must explain in their cover letter how they meet the requirements of the position. If excellent writing skills are required, applicants should submit a writing sample of a work document or publication, written by the applicant, covering a technical area relevant for the position applied for (include writing sample as an attachment to cover letter).

 All applications will be evaluated and scored based on the required qualifications and documentation submitted with the application. Those applicants who are short-listed (determined to be competitively ranked) may also be evaluated on interview performance and satisfactory professional reference checks. Failure to address the selection criteria may result in your not receiving credit for all of your pertinent experience, education, training and/or awards. USAID may contact the applicant’s professional references and verify academic credentials. Applicants may also be evaluated based on the performance in an interview.

Applicants who do not meet all of the selection criteria or do not provide the required documentation are considered NOT qualified for the position.

Language and Communication Skills: Must be fluent in English and Spanish and have proven ability to communicate quickly, clearly, and concisely, both orally and in writing, including technical reports. Must have demonstrated ability to produce quality analytical pieces.
Teamwork/Interpersonal Skills: Exceptional teamwork and interpersonal skills are critical. In addition, the incumbent must be able and desire to interact effectively with Mission staff outside of the Health Team, other USG Agencies, and implementing partners. S/he must be able to function collaboratively and productively as a member of a multidisciplinary and multifunctional team and must have the ability to work effectively in a team environment to achieve consensus on policies, activities and administrative matters.
4. Knowledge and Other Skills: Thorough knowledge of public health development principles, program and project development, budgeting (preferred), and analytical skills required. Knowledge of USAID policies, procedures and directives related to strategic development, programming, project development, implementation, results review, performance monitoring, and evaluation desired. Strong spreadsheet, word processing, and internet skills are needed.

IV. Salary Range

The salary range for the position is equivalent to a GS-13 (US$72,391.00 to US$94,108.00).

V. Selection Criteria
Applicants will be evaluated on the extent and quality of their education, knowledge, experience, language and other skills, as they relate to this position against the following criteria:
Education: 10 points
Technical Knowledge 30 points
Relevant Work Experience: 30 points
Relevant International Work Experience (10 points)
Project Management Experience (10 points)
Communication and Interpersonal Skills: 30 points
Total: 100 points

VI. Length of Contract

Estimated to be two (2) years.

VII. Period of Service:

The approximate start date for this position is on or about May/June 2015. Within 15 days after written notice from the Contracting Officer that all clearances have been received or, unless another date is specified by the Contracting Officer in writing, the Contractor shall proceed to the Dominican Republic to perform the above services.

VIII. Applying:

Applications must be received by the closing date and time at the address specified above.
Qualified individuals are required to submit:
– A complete U.S. Government Optional Form 612 with hand-written signature (downloadable forms are available on the USAID website, http://www.usaid.gov/procurement_bus_opp/procurement/forms.
-Resume
-Cover Letter

This solicitation in no way obligates USAID to award a PSC contract, nor does it commit USAID to pay any cost incurred in the preparation and submission of the application.

List of Required Forms for PSCs

Forms outlined below can be found at: http://www.usaid.gov/forms/
1. Optional Form 612
2. Medical History and Examination Form (DS-1843) **
3. Questionnaire for Sensitive Positions (SF-86) ** or
4. Questionnaire for Non-Sensitive Positions (SF-85)**
5. Finger Print Card (FD-258)**

** Forms 2 through 5 shall be completed ONLY upon the advice of the Contracting Officer that an applicant is the successful candidate for the job.

IX. Benefits and Allowances:

As a matter of policy, and as appropriate, a PSC is normally authorized the following benefits and allowances:

BENEFITS:
Employer’s FICA Contribution
Contribution toward Health and Life Insurance
Pay Comparability Adjustment
Annual Increase (pending a satisfactory performance evaluation)
Eligibility for Worker’s Compensation
Annual and Sick Leave

ALLOWANCES (if Applicable): *
(A) Temporary Lodging Allowance (Section 120)
(B) Living Quarters Allowance (Section 130)
(C) Post Allowance (Section 220)
(D) Supplemental Post Allowance (Section 230)
(E) Separate Maintenance Allowance (Section 260)
(F) Education Allowance (Section 270)
(G) Education Travel (Section 280)
(H) Post Differential (Chapter 500)
(I) Payments during Evacuation/Authorized Departure (Section 600) and
(J) Danger Pay (Section 650)

* Standardized Regulations (Government Civilians Foreign Areas)

FEDERAL TAXES: USPSCs are required to pay Federal Income Taxes, FICA and Medicare.

ALL QUALIFIED APPLICANTS WILL BE CONSIDERED REGARDLESS OF AGE, RACE, COLOR, SEX, CREED, NATIONAL ORIGIN, LAWFUL POLITICAL AFFILIATION, NON-DISQUALIFYING HANDICAP, MARITAL STATUS, SEXUAL ORIENTATION, AND AFFILIATION WITH AN EMPLOYEE ORGANIZATION OR OTHER NON-MERIT FACTOR.

Place of Performance: USAID – DOMINICAN REPUBLIC Av. Republica de Colombia #57, Arroyo Hondo Santo Domingo DO URL: https://www.fbo.gov/spg/AID/OM/DOM/SOL-517-15-000004/listing.html

OutreachSystems Article Number: 150124/PROCURE/0322 Matching Key Words: writ*; technical; procedure?;

General Services Administration, Public Buildings Service (PBS), Rocky Mtn Region, Colorado Service Center Division (8PSC), One Denver Federal Center Building 41 PO Box 25546 Denver CO 80225-0546

R — Administrative and Technical Support Services GS-08P-ADMINSVCS 022715 Len K Wilson, Contracting Officer, Email Len.wilson@gsa.gov – Miriam Babcock, Contracting Specialist, Phone 303-236-2089, Email miriam.babcock@gsa.gov600px-US-GeneralServicesAdministration-Seal-Alt.svg This Sources Sought is being issued for planning purposes only and it is NOT a solicitation or pre-solicitation.   Responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract.

The General Services Administration (GSA), Region 8, (Colorado, Montana, North Dakota, South Dakota, Wyoming and Utah) intends to award an Administrative Support Services Contract to provide various staff to perform duties necessary for GSA to meet mission critical needs. The following is a list of positions this contract has utilized in the past; however this list is not all inclusive nor are all positions necessarily required:
Drafter/CAD Operator
Contract Specialist
Building Operations Program Specialist
Clerical
Copywriter
Customer Service Representative
Engineering Technician
Graphic Artist
Logistics Support Technician
Procurement Analyst/Technician
Project Manager
Quality Assurance Specialist
Realty Specialist
Realty Support Technician
Resource Efficiency Manager
Security Specialist
Shipping and Receiving Clerk
Video Production Specialist
Access Control Specialist
Computer Programmer

Vendors shall be expected to compete under FAR Part 8, Required Sources of Supplies and Services, Subpart 8.404 Use of Federal Supply Schedules and FAR Part 19 Small Business Programs, Subpart 19.14 Service-Disabled Veteran-Owned Small Business Procurement Program.

If interested the following information is required:
FSS Contract Number
Service-Disabled Veteran-Owned Small Business Procurement Program
certification.

Information may be sent via email to Miriam.Babcock@gsa.gov

Set-Aside: Service-Disabled Veteran-Owned Small Business Place of Performance: General Services Administration Region 8 Denver Federal Center W 6th Ave and Kipling Street Building 41 PBS/AMS Denver, CO 80225 US URL: https://www.fbo.gov/spg/GSA/PBS/8PC/GS-08P-ADMINSVCS/listing.html

OutreachSystems Article Number: 150123/PROCURE/0435 Matching Key Words: video*; produc*; business*; production?; copywrit*;

VADepartment of Veterans Affairs, VA Center for Acquisition Innovation (Frederick), VA CAI Frederick, Strategic Acquisition Center – Frederick;Department of Veterans Affairs;321 Ballenger Center Drive, Suite 125;Frederick MD 21703

R–Veterans Affairs (VA) Intergovernmental Affairs (IGA) Strategic Outreach Support Services (SOSS) SOURCES SOUGHT NOTICE VA119A15N0075 012915 Brian.Kadel@va.gov brian.kadel@va.gov The U.S. Department of Veteran Affairs (VA) is seeking Small Business sources that are capable of providing support to the VA Office of Public and Intergovernmental Affairs (OPIA) in the task areas described below. The purpose of this notice is to gather capabilities and market information from Small Businesses pertinent for acquisition planning. The responses to this Sources Sought notice will contribute to determining the method of procurement and identify parties having an interest in and the resources to support this requirement.
DESCRIPTION OF REQUIREMENT
Contractor will be required to provide support specifically to implement effective outreach campaigns that educate and increase Veteran and community awareness of services and benefits associated with Department-wide major programs/projects. The requirement will include:
” Analysis: Collecting and analyzing Veteran demographic data; gathering community, stakeholder, and outreach points of contact; and making recommendations on other viable information to ensure messages reach targeted audiences.
” Outreach: Providing support to assist in developing plans for various Department-wide outreach campaigns and recommending the most effective way of communicating a message in print, electronic format, or both, including social media and web-based outreach.
Product Development: Developing clear and appealing products using best practices, document design principles, high resolution imagery, and other fundamental concepts of effective communication.
Video Production: Developing commercial-grade, high-quality, professional video for education and outreach, for commercial purposes, for testimonial/interview segment, and/or for Public Service Announcements (PSA).
” Graphics Design: Providing professional graphic design support to plan, analyze, and create visual solutions that meet VA communications requirements using a variety of methods such as color, type, illustration, photography, animation, and various print and layout techniques and producing promotional displays, communication materials (brochures, posters, fact sheets, etc.), and signage systems for print, paid media, web- based or social media platforms.
” Media Development: Developing media plans and providing assistance for media placement.
Web Design and Customer Usability: Creating or recommending improvements to existing websites and pages to more broadly and effectively appeal to targeted audiences and stakeholders and improve customer usability experiences; developing and maintaining current written website content; and, researching current trends to identify creative web-based internet programs, such as blogs, video-casts or any other current multimedia and social media tools.
” Community Partnerships and Relationship Management: Developing, tracking, and maintaining relationships with community based and other non-Governmental organizations enabling VA to leverage and maximize their ability to reach intended audiences and stakeholders. Metrics of Success: Designing, tailoring, and adjusting key metrics to monitor and ensure communications materials and other communication mediums are improving Veteran education and increasing positive outreach as directed by VA, program office, or strategic plan.
” Media Buying: Negotiating media in accordance with research and analysis and purchasing paid advertising to impact targeted audiences; generating excitement and awareness of VA benefits and services; meeting all deadlines to ensure on time placement; placing all media buys in only pre-approved areas; ensuring media buys ARE NOT placed in controversial venues or considered offensive or unprofessional (the cost of media purchases shall be passed on to the Government as other direct cost (ODC) with no additional markups in pricing).
SUBMISSION INSTRUCTIONS
THERE IS NO SOLICITATION AT THIS TIME
This Sources Sought notice does not constitute a request for proposals. Submission of any information in response to this Sources Sought notice is purely voluntary. The Government assumes no financial responsibility for any costs incurred.
If your organization is a small business and has the potential capacity to perform these services, please provide a capability statement in the format described below.
Cover Sheet (1 page)
On the cover page please provide the following information:
1. Organization name, address, DUNS number, and web site.
2. Point of contact to include e-mail address and telephone number.
3. Socio-economic status and applicable NAICS codes.
4. If applicable, GSA contract number, schedule, and SIN category.
Capabilities Statement and Market Information – (10 pages maximum)
Within your capabilities statement, please respond to the following:
1. Have you developed and implemented multiple (more than 2), large, national outreach/education campaigns simultaneously reaching an audience of 250 million nationally? If so, please elaborate on work completed and target audience/(s) reached. Please provide any applicable metrics demonstrating the success of the campaign(s).
2. Please describe your company’s largest contract awarded to date that is similar in scope to the above task areas. Please include contact information.
3. Do you currently possess the following resources: analysis, outreach, video production, product development including a creative team with graphic designers and creative director, media placement, web design, community partnerships and relationship building or other resources necessary to develop, construct, implement, and measure multiple (more than 2), national outreach campaigns simultaneously reaching an estimated audience of 250 million nationally. If so, please elaborate on capabilities and services currently provided.
4. Do you currently possess resources to develop, construct, implement, and measure a strategic outreach plan reaching an estimated audience of 250 million nationally? If so, please elaborate on capabilities and work performed.
5. How many and which task areas can your company satisfy alone? How many and which task areas would your company be able to satisfy through the use of subcontracting?
6. Please describe any experience with successfully completing critical, high-visibility tasks from a federal Department/Agency Head with short turnaround times. Specifically, how did you approach the task, mobilize to complete the work, and ensure deadlines were met?
Capability statements are due by 10:00 AM EST on Monday, February 2, 2015. The page limit for capability statements is 10 pages (not including cover page.) Capability statements must be submitted to Brian Kadel at brian.kadel@va.gov and Terrie Nestor at terrie.nestor@va.gov.
URL: https://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/VA119A15N0075/listing.html

OutreachSystems Article Number: 150123/PROCURE/0437 Matching Key Words: video*; produc*; you; website; web; site?; page?; education*; business*; production?; instruct*; commercial?;

FedBizOpps – Awards

General Services Administration, Federal Acquisition Service (FAS), Management Service Center (AQSA),

R — Advertising and Integrated Marketing Solutions (AIMS) 7FCB-H2-070541-B Clint U. McCoy 253-931-7714 ; William F. Sassi 253-931-7986140px-US-GeneralServicesAdministration-Logo.svg GS10F047CA $2,000,000 012115 541 4F,541 4B ROGER CHRISTIAN & CO., INC. 8035 BROADWAY SAN ANTONIO TX USA 78209-2628 No Description Provided
URL: https://www.fbo.gov/notices/05fe1b41983b18d9df0423b15ea53f17

OutreachSystems Article Number: 150122/AWARDS/0706 Matching Key Words: naics!512110;

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 Boiler Services SOL IFB-3367-0-2015/KBM Professional Boiler Services Due Date: 2/19/2015 3:00 PM Eastern Contact: Kim Henry For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150124/BID/0252 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

T – Printing and Binding of a Book – University Press of Kentucky: K SOL K-0736-15 Printing and Binding of a Book – University Press of Kentucky: Kelly / Kentucky By DesignAttachment A Due Date: 2-6-15 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150124/BID/0253 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 – Real Estate Services SOL RFP4-2015 Comprehensive Wellness Program Due Date: 02/13/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150124/BID/0254 Matching Key Words: age:state!ky; state!ky;

Maryland – Montgomery County http://www.montgomerycountymd.gov/content/DGS/pro/public_solicitations.asp 255 Rockville Pike, Suite 180; Rockville, MD 20850-4168; (240)777-9900

99 – Manual Video Turning Counts, Spot Speed Distribution Studies and SOL RFP #1048350 Manual Video Turning Counts, Spot Speed Distribution Studies and Random Mechanical Counts Due Date: Feb 23 2015 3:00PM For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150124/BID/0281 Matching Key Words: video*; distribut*;

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 – Day Reporting Center SOL RFP-3362-0-2015/ES Day Reporting Center Due Date: 2/11/2015 3:00 PM Eastern Contact: Eugene Skeete For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150123/BID/0272 Matching Key Words: age:state!ky; state!ky;

Kentucky – University of Kentucky Capital Project http://www.uky.edu/EVPFA/Facilities/CPMD/RFCS.html University of Kentucky Capital Project Management Division Room 222 Peterson Service Building Lexington, KY 40506-0005 (859) 257-5911 FAX (859) 323-1017

R – No projects at this time SOL No projects at this time Due Date: For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150123/BID/0277 Matching Key Words: age:state!ky; state!ky;

Louisiana Press Association http://www.publicnoticeads.com/LA/search/searchnotices.asp 404 Europe Street; Baton Rouge, LA 70802; (225) 344-9309

T – CITY OF COVINGTON SOUND, LIGHTING & VIDEO PRODUCTION AND M SOL Public Notice ID: 22107137.HTM CITY OF COVINGTON SOUND, LIGHTING & VIDEO PRODUCTION AND MONITORING SERVICES – THE CITY OF COVINGTON IS SEEKING PROPOSALS FOR SOUND, LIGHTING AND VIDEO PRODUCTION AND MONITORING SERVICES FOR THE CITYS PUBLIC EVENTS AND PRIVATE RENTAL EVENTS. The COMPLETE Request for Proposal with ALL REQUIREMENTS and all detailed information of services needed is available on the Citys website at http://www.covla.com, from the Director of Administration, 317 North Jefferson Ave., Covington, LA 70433, by telephoning (985) 898-4714 or by email at ghayes@covla.com. Sealed proposals will be accepted until February 11, 2015 at 2:00 p.m. Emailed proposals will NOT be accepted. Sealed proposals shall set forth the cost per hour separately for (1) sound, lighting and video production and (2) monitoring services and should be submitted to: Ms. Gina Hayes, Director of Administration 317 N. Jefferson Ave. Covington, LA 70433 1/15, 1/22 & 1/29/15 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150123/BID/0285 Matching Key Words: video*; produc*; website; event?; production?;

eMaryland Marketplace https://emaryland.buyspeed.com/bso/external/publicBids.sdo State of Maryland Internet-based procurement system.

T – 043.15.B2 Video Production Equipment SOL MDHDS31018606 043.15.B2 Video Production Equipment Due Date: 02/05/2015 10:00:00 AM Contact: Cece Clement For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150123/BID/0319 Matching Key Words: video*; produc*; production?;

Ohio – City of Columbus http://vendorservices.columbus.gov/e-proc/venSolicitationsAll.asp?link=Open+Solicitations City of Columbus Purchasing Office, 50 W. Gay Street, 1st Floor, Columbus, Ohio 43215, Phone: (614) 645-8315, Fax: (614) 645-7051

R – DRWP – CANADIAN GEESE MANAGEMENT SERVICE SOL SO048524 PURPOSE: During the year the City needs to purchase Canadian Geese Management Services on an as needed basis. The estimated dollar amount to be spent on this agreement is: $2,500.00To satisfy these needs, this Office must establish a purchase order pursuant to a blanket order agreement and to enable payments. The Purchase Order will represent a maximum obligation for the City of Columbus over a particular time period. The City may spend all, part or none of the funding noted on the Purchase Order. The Purchase Order shall not be construed as an actual order to manufacture, ship, or provide any items or services. Rather, this order enables properly authorized City agency personnel to make purchases on an “as needed” basis per the referenced solicitation.Any number of written purchase orders may be issued at the discretion of the city to increase or decrease available funds during the term of the agreement. At no time shall the maximum obligation of the City agency exceed the cumulative dollar amount of associated purchase orders.The funds available on the Purchase Order expire on 2/28/2016. Any available funds balance not obligated by the City for accounts payable on items/work ordered on or prior to that date shall be cancelled after that date.Prices shall be FOB Destination Freight Prepaid & Allowed unless otherwise specified.BIDDING INSTRUCTIONS:Please fill in line #1 as follows: Quantity = 1 (one)Unit of measure = LT (lot)Amount = $2,500.00. Total estimated dollar amount (see first paragraph above). (Line #1 continued) IN THE COMMENT BOX TO THE RIGHT OF LINE #1, PLEASE INDICATE:#1) ANY TRADE DISCOUNT (reduction from list price), IF APPLICABLE, WHICH SHALL BE APPLIED TO THE PURCHASES OF ALL ITEMS UNDER THIS AGREEMENT, and#2) THE NAME (AND LOCATION) OF THE PRICE LIST FROM WHICH THE DISCOUNT IS TO APPLY.For any additional lines please provide the unit cost as requested. These additional lines are representative items and the quantities are estimates that will be used for evaluation purposes. If no discount percentage and/or price list is indicated for line #1 then the maximum scope and amount of the award will be ONLY for the additional line items listed.The approved vendor must adhere to the following:1. Be an ODNR approved goose round up wildlife control company.2. Acquire the necessary permits from ODNR.3. Perform goose round up in compliance with all ODNR specifications.4. Perform the goose round up in a sensitive and humane manner as viewed by the public.5. Provide required transportation with bedding and space necessary per bird.6. Be able to provide up to 3 staff members if necessary to perform the goose round up in an appropriate and humane manner.7. Perform video documentation of the goose round up from start to finish.8. Show evidence of having performed a minimum of 30 goose round-ups without incident.9. Must be able to provide 3 references, and have a minimum of 5 years of experience.Scope of work to be performed: This contract is being established for the discouragement and/or the relocation of Canadian geese at the City of Columbus, Department of Public Utilities, Division of Water, Dublin Road Water Plant. This service will be performed at the Dublin Road Water Plant, 940 Dublin Road, Columbus, Ohio 43215. Normal hours of operations will be Monday thru Friday 7:00 am to 3:00 pm. We would like this service to be performed in one of two phases: either by a discouragement phase or by a handling phase. The discouragement phase may contain: pyrotechnic discouragement, canine discouragement, physical discouragement, night discouragement, audio discouragement or by a canine effigy. The handling phase may contain: egg addling, nest destruction or geese round-up/relocation. Due Date: 1/28/2015@2:00 PM EST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150123/BID/0460 Matching Key Words: video*; documentation; instruct*;

Washington – City of Bellingham http://www.cob.org/cob/bid.nsf/webb 210 Lottie Street; Bellingham, WA 98225; (360) 778-8000

U - Video Content Training Program SOL 1B-2015 Video Preparation Training Program Due Date: 02/20/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150123/BID/0636 Matching Key Words: video*; train*;

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 – Solicitation: 1500000114 SBAC LEA Cost Reporting FY 16 TH SOL Solicitation: 1500000114 SBAC LEA Cost Reporting FY 16 THE VENDOR SHALL BE RESPONSIBLE FOR ASSISTING THE DEPARTMENT IN COMPLETING THE CMS COST REPORTING PROCESS FOR SCHOOL BASED ADMINISTRATIVE CLAIMING BY REVIEWING THE COST REPORTS SUBMITTED BY THE LEAS FOR ACCURACY; PROVIDING A TRAINING WORK PLAN AND TRAINING MATERIALS FOR ALL OF THE PARTICIPATING LEAS TO BE SUBMITTED TO THE DEPARTMENT FOR APPROVAL WITHIN THE FIRST 30 CALENDAR DAYS OF THE CONTRACT; PROVIDING ANNUAL REPORT DETAILING THE COST SETTLEMENT AND RATE SETTING AMOUNT FOR EACH OF THE 176 PARTICIPATING LEAS FOR FISCAL YEAR 2014 IN A TIMELY MANNER; CONDUCTING A MINIMUM OF 17 PARTICIPATING LEA AUDITS; ANNUALLY REPORTING TO THE DEPARTMENT RECOMMENDATIONS FOR LEA FIELD AUDITS. Closing Date: 3/5/15 2:00 PM EST For more information about this opportunity please contact the buyer directly.

California – City of Sacramento (Service & Supply Bids), 5730 24th Street, Building 1, Sacramento, CA 95822. Ph: 916-808-6240. Fax: 916-808-5747. http://www.cityofsacramento.org/generalservices/procurement/bids/

T – Invitation No. P15111081001 Police Production Video Bid Due:2 SOL Invitation No. P15111081001 Police Production Video Bid Due:2/10/15 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150122/BID/0014 Matching Key Words: video*; produc*; production?;

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

R – Request for Proposal (RFP) Eastern Kentucky University Foundatio SOL Request for Proposal (RFP) Eastern Kentucky University Foundation RFP 40-15 External Audit Service For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150122/BID/0026 Matching Key Words: age:state!ky; state!ky;

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

R – RFP 43-15 Commencement Flowers Due: 02/04/2015 2:00 PM (ET) SOL RFP 43-15 Commencement Flowers Due: 02/04/2015 2:00 PM (ET) For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150122/BID/0028 Matching Key Words: age:state!ky; state!ky;

Kentucky – Bluegrass Airport, Blue Grass Airport (Lexington Kentucky) 4000 Terminal Drive, Suite 206 Lexington, KY 40510 Fax: 859.233.182 http://www.bluegrassairport.com/busopps.html

R – BLUE GRASS AIRPORT LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD SOL BLUE GRASS AIRPORT LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD SOLICITATION OF BIDS AUTOMOBILE RENTAL CONCESSIONS I. NOTICE AND INVITATION TO BID Notice is hereby given that the Lexington-Fayette Urban County Airport Board, hereinafter referred to as “Board,” is inviting sealed Bids from interested and qualified parties for automobile rental concessions, for a period of five years at Blue Grass Airport. Sealed Bids will be received at the office of the Director of Administration and Finance, Blue Grass Airport, 4000 Terminal Drive, Suite 206, Lexington, Kentucky 40510, until 2:00 p.m. local time on Tuesday February 10, 2015 at which time the Bids will be publicly opened and taken under consideration. After completion of a review process the Board proposes to execute automobile rental concession agreements with four (4) qualified Bidders who have bid the highest Total Minimum Guarantee. The four automobile rental concessions to be awarded will be for single-brand or dual branded automobile rental operations. No multiple branding (bids with more than two identified brands) will be permitted. The Solicitation of Bids including the Bid Form, Concession Agreement, Service Facility Lease, and other Contract Documents may be obtained by prospective Bidders online at http://www.bluegrassairport.com or at the office of the Director of Administration and Finance, Blue Grass Airport, by written request directed to the Director of Administration and Finance, Blue Grass Airport, 4000 Terminal Drive, Suite 206, Lexington, Kentucky 40510, or by calling 859-425-3100. Requests to have the Bid packages delivered via express courier will be honored provided that all such requests are accompanied by the appropriate billing account information. The right to reject any and all Bids, or to accept any Bid which is deemed to be more advantageous to the public and to the Board, is reserved. Each Bid shall be accompanied by a certified cashier’s check on a solvent bank, or bid bond payable to Lexington-Fayette Urban County Airport Board, in the amount of Ten Thousand Dollars ($10,000.00). Said check or bid bond shall be given as security to guarantee that if the Bid is accepted, a Concession Agreement and Service Facility Lease will be entered into and the performance of it properly secured. It is the intent and obligation of the Board to ensure that Disadvantaged Business Enterprises (“DBEs”), as defined in 49 CFR Part 23, shall have the maximum opportunity to participate in Airport concessions. All Bids shall become the property of the Board and will not be returned to Bidders unless a written request to withdraw is received prior to 2:00 p.m. local time on Tuesday February 10, 2015. The Board will conduct a mandatory Pre-Bid Conference beginning at 2:00 p.m. local time on January 27th, 2015 for the purpose of discussing the Bid Form, Concession Agreement, Service Facility Lease, and other Contract Documents. The Pre-Bid Conference will be held in the Airport Board Room on the second level of the terminal building. For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150122/BID/0040 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 – Next Generation Learning Management System SOL UK-1448-15 Next Generation Learning Management System Due Date: 2-24-15 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150122/BID/0272 Matching Key Words: age:state!ky; state!ky;

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

99 – Boxes, Cardboard #7040Bid closes 11:00 a.m. on February 16, 2015 SOL Boxes, Cardboard #7040Bid closes 11:00 a.m. on February 16, 2015 For more information about this opportunity please contact the buyer directly.

Kentucky State Procurement

Louisville Metro Government – Division of Purchasing, 611 West Jefferson Street; Louisville, Kentucky 40202

R — DAY REPORTING CENTER. RFP-3362-0-2015/ES DUE 11-FEB-2015 Contact: Eugene Skeete, Phone: (502) 574-3211; Website: http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 Due Date: 2/11/2015 3:00 PM Eastern. Contact: Eugene Skeete. For more information about this opportunity please contact the buyer directly. For more information about this opportunity please contact the buyer directly. This notice is provided by the Kentucky Procurement Technical Assistance Center. The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150127/KY/7901 Matching Key Words: age:state!ky; state!ky;

pitanim


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

NAVY

Bruce S. Rosenblatt & Associates LLC,* Oakland, California (N00189-15-D-0009); CDI Marine Co. LLC, Virginia Beach, Virginia (N00189-15-D-0010); Gryphon Technologies LC, Washington, District of Columbia (N00189-15-D-0011); Marine Systems Corp.,* Boston, Massachusetts (N00189-15-D-0012); QED Systems Inc. Virginia Beach, Virginia (N00189-15-D-0013); and Valkyrie Enterprises LLC,* Virginia Beach, Virginia (N00189-15-D-0014), are each being awarded a cost-plus-fixed-fee, indefinite-delivery/indefinite quantity multiple award contract for marine design and engineering services to support the Norfolk Naval Shipyard in Portsmouth,600px-US-DeptOfNavy-Seal.svg Virginia, in its mission of ship repair and conversion. Bruce S. Rosenblatt & Associates LLC is being awarded $14,903,984, and if all options are exercised the total value will be $74,763,644. CDI Marine Co. LLC is being awarded $14,608,637, and if all options are exercised the total value will be $73,630,372. Gryphon Technologies LC is being awarded $14,619,412, and if all options are exercised the total value will be $73,794.734. Marine Systems Corp. is being awarded $13,890,103, and if all options are exercised the total value will be $71,384,499. QED Systems Inc. is being awarded $12,081,784, and if all options are exercised the total value will be $61,062,634. Valkyrie Enterprises LLC is being awarded $11,420,253, and if all options are exercised the total value will be $57,292,504. Work will be performed at Portsmouth, Virginia (95 percent); San Diego, California (2 percent); Jacksonville, Florida (1 percent); Bremerton, Washington (.5 percent); Pascagoula, Mississippi (.5 percent); Sasebo, Japan (.5 percent); and Yokosuka, Japan (.5 percent). Work will be completed by Jan. 31, 2016, and if all options are exercised, work will continue until Jan. 31, 2020. Fiscal 2015 operations and maintenance (Navy) funds in the amount of $6,000 will be obligated for the minimum guarantee and will be equally divided among the six contractors. Contract funds will expire at the end of the current fiscal year. The requirement was competitively procured through full and open competition and solicited through the Federal Business Opportunities website, with seven offers received in response to this solicitation. NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Norfolk, Virginia, is the contracting activity.

John Bean Technologies Corp., Ogden, Utah, is being awarded a $20,903,104 ceiling-priced, indefinite-delivery/indefinite quantity contract for the procurement of up to 80 shipboard mobile electric power plants. Work will be performed in Ogden, Utah, and is expected to be completed in December 2019. Fiscal 2015 aircraft procurement (Navy) funds in the amount of $6,268,840 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was solicited via an electronic request for proposals, with four offers received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-15-D-0017).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

US Foods International Inc., Gardena, California, has been awarded a maximum $50,422,296 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support. This contract was a sole-source acquisition. This contract is a ten-month bridge contract. The locations of performance are California and South Korea, with a Nov. 28, 2015 performance completion date. The using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. The 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-4008).

ARMY

Navistar Defense, Lisle, Illinois, was awarded a $15,381,152 firm-fixed-price contract with options for eight MRAP MaxxPro Hardware Kits to support MaxxPro vehicle standardization and reset. Work will be performed in Lisle, Illinois, with an estimated completion date of July 16, 2016. Bids were solicited via the Internet with one received. Fiscal 2015 other procurement (Army) funds in the amount of $15,381,152 are being obligated at the time of the award. Army Contracting Command,Department of the Army Warren, Michigan, is the contracting activity (W56HZV-15-C-0070).

FLIR Systems Inc., Wilsonville, Oregon, was awarded a $7,860,549 firm-fixed-price contract to overhaul UH-60 turret assembly, infrared. Funding and work location will be determined with each order, with an estimated completion date of Jan. 29, 2020. Bids were solicited via the Internet with one received. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-D-0001).

600px-US-DeptOfNavy-Seal.svgNAVY

J. Walter Thompson, Atlanta, Georgia, is being awarded a maximum amount $770,000,000 indefinite-delivery/indefinite quantity, cost-plus-fixed-fee, firm-fixed-price contract for recruitment and advertising support services for the Marine Corps Recruiting Command. Task order 0001 in the amount not-to-exceed $65,709,409 will be issued at time of award. Work will be performed in Atlanta, Georgia (60 percent) and Dallas, Texas (40 percent). The term for task order 0001 has an expected completion date of December 2015. The ordering period for the contract is five years. Fiscal 2015 operational and maintenance incremental funds in the amount of $60,297,382 are being obligated at time of award for task order 0001 and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one proposal received. The United States Marine Corps Regional Contracting Office-National Capital Region, Quantico, Virginia, is the contracting activity (M00264-15-D-0008).

Lockheed Martin Corp., Mission Support and Training, Orlando, Florida, is being awarded a $78,522,055 modification to a previously awarded cost-plus-incentive-fee contract (N68335-10-C-0225) for the procurement of 29 electronic Consolidated Automated Support System (eCASS) low rate initial production units. Systems being procured include: eCASS radio frequency systems (29), self-maintenance and test calibration operational test program sets (14), calibration equipment kits (12), shore installation kits (29), ship installation kits (6), test program sets development suites (5), high power mission equipment kits (MEKs) (7), electro-optic MEKs (21) and production assets (1). Work will be performed in Orlando, Florida (30 percent); Hunt Valley, Maryland (28 percent); North Reading, Massachusetts (14 percent); Irvine, California (10 percent); San Diego, California (8 percent); Austin, Texas (5 percent); Minneapolis, Minnesota (2 percent); Bohemia, New York (1 percent); Everett, Washington (1 percent) and Woodstock, New York (1 percent), and is expected to be completed in July 2017. Fiscal 2015 aircraft procurement (Navy) funds in the amount of $78,522,055 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 Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Bell Boeing Joint Project Office, Amarillo, Texas, is being awarded an $18,931,794 modification to a previously awarded cost-plus-fixed fee, firm-fixed-price contract (N00019-13-C-0021) to exercise an option for four V-22 Block A to B (50-69) series upgrade kits. Work will be performed in Cherry Point, North Carolina, and is expected to be completed in May 2016. Fiscal 2015 aircraft procurement (Navy) funds in the amount of $18,931,794 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air System Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $10,000,000 ceiling priced modification to a previously awarded cost-plus-incentive-fee contract (N00019-02-C-3002) to redesign, test and certify the F-35 Ground Based Data Security Assembly Receptacle. Work will be performed in Fort Worth, Texas (51 percent) and Orlando, Florida (49 percent), and is expected to be completed in April 2016. Fiscal 2015 research, development, test and evaluation (Air Force) funds in the amount of $4,900,000 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.

Ameresco Inc., Columbia, Maryland, is being awarded a $7,056,587 firm-fixed-price contract for the design and construction of the megawatt combined heat and power microturbine plant, at Camp Barrett, Marine Corps Base Quantico. The work to be performed provides for a more reliable, secure, energy efficient and cost effective solution to providing high temperature hot water and electricity to Camp Barrett facilities. Work will be performed in Quantico, Virginia, and is expected to be completed by September 2016. Fiscal 2013 military construction (Defense) contract funds in the amount of $7,056,587 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 14 proposals received. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-15-C-0001).

BAE Systems Norfolk Ship Repair, Norfolk, Virginia, is being awarded a $6,976,389 firm-fixed-price contract for 43-calendar day shipyard availability for the Mid Term Availability of USNS Leroy Grumman (T-AO 195). Work will include clean and gas free tanks, voids, cofferdams and spaces, steel RAS (Replenishment At Sea) and FAS (Fuel At Sea) Kingpost Brackets, miscellaneous steel & 01 Level Expansion Joint, ultrasonic thickness hull, port and starboard main engine 12k overhaul, Marine Sanitation Device system flush, replace steering differential box and saddle winch and motor overhauls. The contract includes options which, if exercised, would bring the total contract value to $7,147,109. Work will be performed in Norfolk, Virginia, and is expected to be completed by April 12, 2015. Fiscal 2015 maintenance and repair funds in the amount of $6,976,389 will be obligated at the time of award, and will expire at the end of the current fiscal year. This contract was competitively procured, with proposals solicited via the Federal Business Opportunities website, with three offers received. The Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N32205-15-C-1001).

ARMY

General Dynamics Ordnance and Tactical Systems Inc., Scranton, Pennsylvania (W15QKN-15-D-0016) and Medico Industries Inc., Wilkes Barre, Pennsylvania (W15QKN-15-D-0017), was awarded a $301,640,000 firm-price, economic-price-adjustment contract to manufacture and deliver 155mm Artillery M795 metal parts assemblies. The funding and work location will be determined with each order, with an estimated completion date of Jan. 30, 2020. Bids were solicited via the Internet with three received. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

BAE Systems Land & Armaments LP, York, Pennsylvania, was awarded a $22,473,678 modification (P00003) to contract W56HZV-14-C-0238 to exercise option one for 50 Paladin Fire Control Systems, spares and training for M109A6 Paladins. Fiscal 2015 other procurement (Army) funds in the amount of $22,473,678Department of the Army were obligated at the time of the award. The estimated completion date is Jan. 30, 2018. Work will be performed in York, Pennsylvania. Army Contracting Command, Warren, Michigan, is the contracting activity.

Corinthian Contractors Inc.,* Arlington, Virginia (W91236-15-D-0028) and Environmental Design & Construction LLC*, Washington, District of Columbia (W91236-15-D-0029), were awarded a $17,000,000 firm-fixed-price indefinite-delivery/indefinite quantity contract for construction services for remediation and improvements to the storm drainage system at Arlington National Cemetery. Funding will be determined with each order with an estimated completion date of Jan. 29, 2020. Bids were solicited via the Internet with four received. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity.

L-3 National Security Solutions, Reston, Virginia, was awarded a $13,091,377 modification (P00010) to contract W52P1J-13-C-0038 for fully integrated medical communications for combat casualty care. Fiscal 2013/2014/2015 other procurement (Army), research, development, testing and evaluation, and operations and maintenance (Army) funds in the amount of $11,391,852 were obligated at the time of the award. Estimated completion date is Jan. 31, 2016. Work will be performed in Frederick, Maryland. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Broadway Electric Inc.,* Elk Grove Village, Illinois, was awarded a $6,980,000 firm-fixed-price contract to repair electrical and mechanical systems, provide concrete, make valve chamber drainage improvements and re-coat valves, piping and other equipment within the Chicagoland Underflow Plan McCook Reservoir Distribution Tunnel System, Illinois. Work will be performed in Willow Springs, Illinois, with an estimated completion date of April 24, 2016. Bids were solicited via the Internet with four received. Fiscal 2015 other procurement funds in the amount of $6,980,000 are being obligated at the time of the award. Army Corps of Engineers, Chicago, Illinois, is the contracting activity (W912P6-15-C-0003).

Melton Sales & Service,* Bordentown, New Jersey, was awarded a $6,577,634 modification (P00005) to contract W911N2-12-D-0011 to remanufacture the engine and power train components of route clearance vehicles. Funding and work location will be determined with each order with an estimated completion date of Jan. 29, 2016. Army Contracting Command, Letterkenny Army Depot, Pennsylvania, is the contracting activity.

DEFENSE LOGISTICS AGENCY

The Boeing Co., St. Louis, Missouri, has been awarded a $222,722,137 fixed-price-incentive, requirements-type contract for performance based support of consumable items used across various platforms. The estimated value cited is based on demand quantities for the life of the contract. This contract was a sole-source acquisition. ThisDefense_Logistics_Agency contract has a five-year base with one five-year option period. The location of performance is Missouri, with a Sept. 16, 2019 performance completion date. The using military services are Army, Navy, Air Force and Marine Corps. The type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-14-D-002U-0004).

O.E.S. Inc.,** Wainwright, Arkansas, has been awarded a maximum $9,939,010 modification (P00045) exercising the third one-year option period of a one-year base contract (SP3300-10-C-0037) with four one-year option periods for warehouse and distribution support services. This is a fixed-price-incentive, firm-target contract. The locations of performance are Arkansas and California, with a Jan. 31, 2016 performance completion date. The using service is Defense Logistics Agency Distribution. The type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is Defense Logistics Agency Distribution, New Cumberland, Pennsylvania.

Moog Inc., East Aurora, New York, has been awarded a maximum $8,660,106 firm-fixed-price contract for aircraft servomechanisms. This contract was a sole-source acquisition. This contract has a one-year base. The location of performance is New York, with an April 30, 2016 performance completion date. The using military service is Air Force. The type of appropriation is fiscal year 2015 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4AX-07-D-9412).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Sumaria Systems, Inc., Danvers, Massachusetts, has been awarded a $94,415,523 cost-plus-fixed fee contract for advisory and assistance services. The contractor will provide management and professional services, engineering and technical services, studies, analyses and evaluation services to accomplish the unit’s mission to develop, produce, deploy, modernize and support U.S. and coalition partner F-16 fighter aircraft weapon systems and subsystems. Work will be performed at Wright-Patterson Air Force Base, Ohio and Hill Air Force Base, Utah, and is expected to be complete by March 31, 2020. This contract involves foreign military sales. This award is the result of a competitive acquisition with 12 offers received. Fiscal 2015 operations and maintenance, research, development, test and evaluation and aircraft procurement funds in the amount of $5,601,512 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8622-15-F-8101).

General Electric Co., Cincinnati, Ohio, has been awarded a $50,195,839 modification (P00026) to previously awarded contract FA8122-09-D-0001 for spares for the F110, F101 and F118 engines. Work will be performed at Cincinnati, Ohio, and is expected to be complete by Dec. 31, 2017. No funds are being obligated at the time of award. Air Force Materiel Command, Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

Lockheed Martin Corp., Marietta, Georgia, has been awarded a $23,507,045 modification (P00011) to previously awarded contract FA8525-13-D-0001 for sustainment support of the C-5 Aircraft. Contractor will provide continuation of contractor logistic services sustainment for the Avionics Modernization and Reliability Enhancement and Re-engining Programs (AMP/RERP). Work will be performed at Marietta, Georgia, and is expected to be complete by Jan. 31, 2016. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Robbins Air Force Base, Georgia, is the contracting activity (FA8525-13-D-0001).

Exelis Systems Corp. Systems Div., Patrick Air Force Base, Florida, has been awarded an $11,817,799 cost-plus-award-fee modification (P00978) to previously awarded contract F04701-01-C-0001. The contractor will provide launch and test range systems support functions for the Eastern and Western Range. Work will be performed at Patrick Air Force Base, Florida and Vandenberg Air Force Base, California, and is expected to be complete by March 31, 2015. Fiscal year 2015 operations and maintenance funds in the amount of $11,151,626 are being obligated at the time of award. Space and Missile Center, Los Angeles Air Force Base, California, is the contracting activity.

NAVY

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $139,249,010 modification to a previously awarded firm-fixed-price contract (N00019-14-C-0075) to exercise an option for the procurement of 100 Tomahawk Block IV All-Up-Round missiles. Work will be performed in Tucson, Arizona (32 percent); Camden, Arkansas (11 percent); Ogden, Utah (8 percent); Anniston, Alabama (4 percent); Glenrothes, Scotland (4 percent); Minneapolis, Minnesota (4 percent); Fort Wayne, Indiana (4 percent); Spanish Fork, Utah (3 percent); Vergennes, Vermont (3 percent); Ontario,600px-US-DeptOfNavy-Seal.svg California (3 percent); El Segundo, California (2 percent); Westminster, Colorado (2 percent); Walled Lake, Michigan (2 percent); Middletown, Connecticut (2 percent); Berryville, Arkansas (2 percent); Huntsville, Alabama (1 percent); Dallas, Texas (1 percent); Farmington, New Mexico (.2 percent); and various locations inside and outside the Continental United States (11.8 percent), and is expected to be completed in August 2017. Fiscal 2015 weapons procurement (Navy) funds in the amount of $139,249,010 are being 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.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $10,581,620 modification to the previously awarded cost-plus-incentive-fee contract (N00019-11-C-0083) in support of the F-35 Lightning II Low Rate Initial Production (LRIP) Lot VI for the Government of Italy. This modification provides for the F-35 Italian National Database, including a Database Generation System to support delivery of the first Italian full mission simulator. Work will be performed in Turin, Italy (80 percent) and Orlando, Florida (20 percent), and is expected to be completed in April 2017. International Partner funds in the amount of $10,581,620 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.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

InDyne Inc., Reston, Virginia (FA8730-15-D-0001), L-3 National Security Solutions Inc., Reston, Virginia (FA8730-15-D-0002), Northrop Grumman Systems Corp., Herndon, Virginia (FA8730-15-D-0003), and Xator Corp., Destin, Florida (FA8730-15-D-0005), have each been awarded an indefinite-delivery/indefinite-quantity contract for force protection site security systems. The total not-to-exceed combined amount for these multiple contracts is $486,000,000. The contractors will worldwide acquisition, upgrade and sustainment of a family of Integrated Base Defense Security Systems. The location of performance will be determined in each delivery and all are expected to be complete by Jan. 28, 2022. This award is the result of a competitive acquisition with 12 offers received. Fiscal year 2015 operations and maintenance funds in the amount of $5,000 are being obligated to each company at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

Hawker Beechcraft Corp., Wichita, Kansas, has been awarded a $7,412,342 modification (P00038) to previously awarded contract FA8620-11-C-3000 for basic life support and security for the Iraq King Air 350 Program. Work will be performed in Iraq and is expected to be complete by Sept. 30, 2015. This award is the result of a sole-source acquisition and is 100 percent foreign military sales to Iraq. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Northrop Grumman Space & Mission Systems Corp., Aurora, Colorado, has been awarded a $6,999,767 cost-plus-fixed-fee contract for prototype software, demonstrations, hardware and reports. Contractor will develop value-added technologies that will leverage modern commercial products and practices to enable adaptive processing for pervasive ISR. Work will be performed at Aurora, Colorado, and Fairfax, Virginia, and is expected to be complete by Feb. 14, 2018. This award is the result of a competitive acquisition with two offers received. Fiscal year 2014 research, development, test and evaluation funds in the amount of $5,000 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-15-C-0011).

ARMY

Guyco Inc., Lampasas, Texas, was awarded a $75,493,905 firm-fixed-price contract with options for the design and construction of the VOLAR barracks and Central Energy Plant (CEP) renovations in the west 39000 blocks, for the design and construction of the whole block revitalization of the west 39000 block, to include Barracks Buildings 39004, 39005,39006, 39007, 39012, 39013, 39017 and CEP 39015, renovation of laundry facilities in each barracks, replacement of distribution piping, water and sewer lines to all buildings within the west 39000 block, sidewalk replacement, parking lot reconfiguration and reconstruction and landscaping. All options will be exercised at time of award. Work will be performed at Ft. Hood, Texas, with an estimated completion date of March 1, 2017. Bids were solicited via the Internet with seven received. Fiscal 2015 operations and maintenance (Army) funds in the amount of $75,493,905 are being obligated at the time of the award. Army Corps of Engineers, Ft. Worth, Texas, is the contracting activity (W9126G-15-C-0009).

L-3 Communications Corp., Madison, Mississippi, was awarded a $52,081,320 modification (P00144) to contract W58RGZ-10-C-0107 to acquire maintenance/modifications for the Army’s fleet of C-12/RC-12/UC-35 fixed wing aircraft. Fiscal 2015 operations and maintenance (Army) funds in the amount of $52,081,320 were obligated at the time of the award. The estimated completion date isDepartment of the Army July 31, 2015. The work will be performed in Madison, Mississippi. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Lockheed Martin Corp., Missile and Fire Control, Grand Prairie, Texas, was awarded a $46,509,372 cost-plus-fixed-fee contract for the Extended Area Protection and Survivability (EAPS) Integrated Demonstration (ID) Program to demonstrate the technology required to counter rocket, artillery and mortar threats and other selective targets. This will transition to the Indirect Fire Protection Capability Increment 2-Intercept (IFPC2-I) Program. Funding and work location will be determined with each order with an estimated completion date of Sept. 26, 2019. Bids were solicited via the Internet with one received. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-15-D-0040).

General Dynamics C4 Systems, Scottsdale, Arizona, was awarded a $13,331,955 cost-plus-fixed-fee incrementally funded contract to support the Mobile User Objective System (MUOS) software load line (Handheld, Manpack and Small Form Fit (HMS) with updated waveform, HMS MUOS Terminal (HMT) (hardware & software), on site field support representatives and personnel training. Work will be performed in Scottsdale, Arizona, with an estimated completion date of Dec. 31, 2015. One bid was solicited with one received. Fiscal 2014 research, development, testing and evaluation funds in the amount of $12,701,995 are being obligated at the time of the award. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W15P7T-15-C-0002).

Booz Allen Hamilton Inc., McLean, Virginia, was awarded a $12,613,178 modification (P00008) to contract W15QKN-14-C-0032 for support services for the PEO EIS Integrated Personnel and Pay System Army (PD-IPPS-A). Fiscal 2015 research, development, test and evaluation funds in the amount of $12,613,178 were obligated at the time of the award. The estimated completion date is Jan. 31, 2016. Work will be performed in McLean, Virginia. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

Northrop Grumman Systems Corp., Boulder, Colorado, was awarded a $11,600,000 modification (P00016) to contract W9113M-12-C-0055 for the Pre-Planned Product Improvement (P3I) of the Joint Tactical Ground Station (JTAGS) system. The P3I effort involves design, development, upgrade, testing, certification, production and fielding of JTAGS P3I units as well as associated exerciser and institutional training suites. Letter contract modification is for Block 2 Phase 1 Production (CLIN 0200 series) only. Fiscal 2014 and 2015 other procurement (Army) funds in the amount of $5,684,000 were obligated at the time of the award. The estimated completion date is Dec. 12, 2016. Work will be performed in Colorado Springs, Colorado. Army Space and Missile Defense Command, Huntsville, Alabama, is the contracting activity.

Smiths Detection, Edgewood, Maryland, was awarded a $9,510,995 modification (P00048) to contract W911SR-07-C-0080 to exercise the option to purchase 1,687 M4A1 Joint Chemical Agent Detectors, six Platform Interface Kits and 116 Sieve Packs. Fiscal 2014/2015 other procurement (Army) and other procurement funds in the amount of $9,510,996 were obligated at the time of the award. The estimated completion date is Sept. 30, 2016. Work will be performed in Edgewood, Maryland. Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

DEFENSE LOGISTICS AGENCY

U.S. Food Phoenix Division, Phoenix, Arizona, has been awarded a maximum $46,859,081 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for prime vendor subsistence support for customers in Arizona area, zone one. This contract was a competitive acquisition, and four offers were received. This contract has a one-year base with one one-year and one two-year option periods. The location of performance is Arizona, with a Jan. 18, 2017 performance completion date. The using military services are Army, Air Force and federal civilian agencies. The 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-3128).

 

pitanim


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, Eurasia Office of Strategy and Development, Vinohradska 159a 100 00 Prague 10 1

R — RFERL Moldovan Language Placement In Moldova BBG-L-73-15-0035 Adam Gartner, Phone 420221123773, Email atgartne@bbg.gov The Network shall broadcast RFERL Moldovan language program RFE/RL Morning program “DisBroadcasting Board of Governors de dimineata” from Monday – Friday at 0630-0645 local time and RFE/RL Radio Moldavian “Sinteza Zilei” from Monday – Friday at 2100-2130 local time, with the airing not varying more than two minutes from the time agreed upon. Samples can be found here: http://www.europalibera.org/schedule.html
BBG is authorized to produce this program in any way it sees fit, so long as it does not violate the laws of Moldova.

Network shall broadcast the program in its entirety, without alteration, abridgement or excerption.

URL: https://www.fbo.gov/notices/938193f6d1fc16671ce6b3f2b8f66f2b

OutreachSystems Article Number: 150203/PROCURE/0058 Matching Key Words: broadcast*; program?;

Department of the ArmyDepartment of the Army, Army Contracting Command, MICC, MICC – Fort Hood, MICC – Fort Hood, Directorate of Contracting, 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544-5025

R–FORT HOOD ADMINISTRATIVE INVESTIGATOR SERVICES FOR WORKPLACE VIOLENCE PROGRAM
W91151-15-T-0106 030615 Robert, 254-287-5720 MICC – Fort Hood Fort Hood, Texas is seeking a quote mark Administrative Investigator quote mark for a service contract which is a base year plus four option years, not to exceed five years to conduct an administrative investigation of all alleged or suspected workplace violence cases for Fort Hood when provided by the COR with a completed Fort Hood Form 690-X50 (Workplace Incident Report) as the basis for the investigation. The contractor shall prepare reports based on the facts, analysis and statistical data. The contractor shall be familiar with civilian personnel practices including AF, NAF and contractors, to include the military chain of command and other military resources. The contractor shall develop and maintain an automated database to provide workplace violence reports for tracking incidents and trends of violence on Fort Hood. The contractor shall interface and conduct training in the existing workplace violence training program. The contractor shall provide training in the areas of Violence in the Workplace, Anger Management and Goal Setting.

The Government shall provide the contractor with a packet containing a completed Fort Hood Form 690×50 and whatever information is available regarding a possible instance of workplace violence. The contractor shall follow the procedures of Dealing with Workplace Violence, OPM OWR-09, dated February 1998 (hereinafter quote mark OWR-09 quote mark ), the informal investigation procedures of Army Regulation 15-6 (hereinafter AR 15-6), and the requirements of Fort Hood Regulation 690-23, Section 5, (hereinafter FHR 690-23.) At a minimum, the contractor shall discuss the alleged incident with the supervisor involved in the incident, and interview victim, subject and witnesses to obtain physical or documentary evidence to substantiate findings or conclusions. The contractor shall examine records to detect links in evidence or information and resolve conflicts in facts or evidence. The contractor analyzes each case to determine if there is a serious threat to personnel or property. If, at any time in the course of the investigation, the contractor comes to believe that a potentially life threatening or other high risk situation may exist, the contractor will immediately inform the supervisor, COR or Task Monitor. The contractor shall analyze each case to identify current issues, background matter, individual or group dynamics and any working environment factors to help determine the case finding or conclusion. The contractor shall use a completed Fort Hood Form 690-x50 (Workplace Incident Report), supervisor, subject, victim and witness statements to complete a report in accordance with the guidance of OWR-09. The contractor shall maintain close working relationships with Employee Assistance Program, Staff Judge Advocate, military law enforcement and other agencies as required by the investigation, and shall follow procedures in OWR-09 in order to prevent conflict between contractor’s investigation and any other parallel criminal or administrative investigations. The contractor shall develop and maintain an automated database to provide workplace violence reports for tracking incidents and trends of violence on Fort Hood, to be composed of his own reports and those of predecessor contractors as furnished by the Government. The contractor shall participate in the existing workplace violence training program as prepared by the COR and conducted by the EAP program staff. The contractor will not be required to prepare any training materials but will be required utilize the existing curriculum prepared and provided by the COR.

Period of Performance:
Base Year: August 1, 2015 – July 31, 2016
Option Year 1: August 1, 2016 – July 31, 2017
Option Year 2: August 1, 2017 – July 31, 2018
Option Year 3: August 1, 2018 – July 31, 2019
Option Year 4: August 1, 2019 – July 31, 2020

The contractor shall be required to work a 32-hour flexible workweek that may include evenings and weekends in order to conduct investigations. Core work hours are 0800-1700 hours, Tuesday-Thursday and flexible hours for Monday or Friday. Training will be conducted during normal (core) working hours, 0800-1700 hours, Monday through Friday. However, when investigating serious incidents of violence is required, flex hours will be adjusted. Compensatory time or overtime is not required due to contractor working only 32 flexible hours during the week.

Location:
Directorate of Human Resources
Installation Workplace Violence Program (IWVP), for the Army Substance Abuse Program in support of Employee Assistance Program.
Building 36045, Room 112, Wratten Drive, Fort Hood, TX 76544.

Qualification:
Investigative/Military Background, a minimum of four years of experience directly related to the occupation equivalent to or greater than GS 09 Civil Service Experience. The contractor shall have knowledge of the laws of evidence, military and civilian laws as they relate to investigative procedures and skilled in application of this knowledge to assigned cases.
Clearance: Not required

The North American Industry Classification System (NAICS) code for this requirement is 561611, Investigation Services – Small Business Size Standard is $20.5M.

To support Small Business set-aside decision, it is particularly important that potential Small Business concerns provide industry comments as follows: (1) If you are a Small Business that performs on contracts under NAICS 561611 and plan on participating in the competition of this acquisition, please provide information relative to past performance and/or experience conducting Administrative Investigator Services for Workplace Violence Program. Information should be sufficient to support your capability to perform this requirement and should include detailed references (contract number, dollar value, scope of services and point of contact with their telephone numbers and whether it was a Government or a Commercial type contract); (2) state your business size and approximate annual gross revenue; (3) list your specific small business category (if applicable) for your company whether (a) HUBZone Small Business; (b) Small Disadvantaged Business; (c) 8(a) Firm; (d) Women-owned Small Business; (e) Service-Disabled Veteran-Owned Small Business; (f) Veteran-Owned Small Business; and (g) other (explain); (4) provide your company’s name, CAGE code, DUNS, address, point of contact, telephone number, and e-mail address; (5) provide suggestions to maximize the effectiveness of the anticipated solicitation and resulting contract in providing quality services to Fort Hood, TX.

In addition to the above requested information: interested offeror shall provide detailed information on similar Investigation Services as an Administrative Investigator on Workplace Violence. Provide suggestions on how the requirement could be structured to facilitate competition by and amongst small business concerns. Describe any conditions, if any that may limit small businesses from participation. Information provided to the Government as a result of this request is strictly voluntary and given with no expectation of compensation, and clearly provided at no cost to the Government. Contact with Government personnel, other than the Contract Specialist or Contracting Officer, by potential offeror’s or their employees’ regarding this requirement is strictly prohibited.

This Sources Sought Synopsis is issued for maximizing competition. Should anything in the requirement be construed as limiting competition, please feel free to contact the MICC Special Competition Advocate (SCA) at dean.m.carsello.civ@mail.mil. Responses are due 06 March 2014 9:00 am CST. POC: Robert N. Wink, Contract Specialist, 254-287-5720 or email: robert.n.wink.mil@mail.mil

Set-Aside: Total Small Business Place of Performance: MICC – Fort Hood Directorate of Contracting, 761st Tank Battalion Avenue, Room W103 Fort Hood TX 76544-5025 US URL: https://www.fbo.gov/notices/08893da2022f8a07b4cffa6312f481f6

OutreachSystems Article Number: 150203/PROCURE/0378 Matching Key Words: documentar*;

Agency for International Development, Overseas Missions, Dominican Republic USAID-Santo Domingo, Unit #5541 APO AA 34041-5541

R — TCN/USPSC Deputy Health Office Chief -GS13 USAID/ Dominican Republic720px-USAID-Identity.svg SOL-517-15-000004 020915 Ana C. Diaz, Human Resources Asistant, Phone 1-809-368-7449, Email andiaz@usaid.gov – Soraya A Morillo, Supervisory Executive Specialist, Phone 809-368-7101, Email smorillo@usaid.gov ISSUANCE DATE: January 23, 2015
CLOSING DATE: February 09, 2015

SUBJECT: Solicitation No. SOL-517-15-000004 Personal Services Contract – USAID/Dominican Republic- US-TCNPSC Deputy Health Office Chief
Salary range US$73,115.00 to US$95,048 (GS-13)

Ladies and Gentlemen:

The United States Government, represented by the U.S. Agency for International Development (USAID), is seeking applications from qualified U.S. citizens and Third Country Nationals (TCNs) to provide personal services as described in the attached solicitation. The length of this position is estimated to be two (2) years.

Submittals shall be in accordance with the attached information at the place and time specified.

Any questions on this solicitation may be directed to:

Ana Díaz
USAID/Dominican Republic
Telephone Number: 809-368-7449
E-mail address: andiaz@usaid.gov

Applicants should retain for their records copies of all enclosure which accompany their applications. All applications and the required documents should be submitted to the following persons by February 09, at 4:30 pm Easter Time:

Ana Diaz/ Soraya ,Morillo
USAID/Dominican Republic
Telephone Number: 1-809-368-7449 / 1-809-368-7101
E-mail: andiaz@usaid.gov
E-mail: smorillo@usaid.gov

Sincerely,

Ken Seifert
Regional Executive Officer

USAID DR Deputy Health Office Chief
STATEMENT OF WORK/ How to apply

I. Introduction
USAID/Dominican Republic (DR) is seeking to fill the position of Deputy Health Office Chief to provide technical and supervisory leadership to the health team comprised of 1 US Direct Hire, 1 Personal Services Contractor and 5 FSNs managing an annual portfolio of over $7 million in PEPFAR HIV/AIDS funding. The incumbent will be responsible for HIV/AIDS issues for the Mission and will report to and support the USAID Health Office Chief, a U.S. direct hire who will provide general supervision and oversight of the Health Program portfolio. The Deputy Health Office Chief will contribute to the establishment of overall program priorities and work assignments, development of strategies, program and project designs, and scopes of work, as well as provide technical guidance and support to CORs and AORs in project implementation. S/he will have wide latitude for the exercise of independent judgment and will have formal decision-making authority in broad program areas consistent with USAID policies, goals, and strategies. Under the direction and guidance of the Chief of the Health Office, s/he will interact with the highest level of the Dominican government and represent USAID and the US Government in official settings.

II. Background
The Dominican Republic has transitioned to upper lower middle income country status which presents a variety of challenges in light of the paradigm shift from the traditional conceptualization of development support. The Mission strategy is focused on helping the Dominican Republic to Improve Citizen Security and on prevention and management of HIV/AIDS infections which is a key component of the strategy. The Health Team is in the process of revising traditional development approaches to better respond and support the shift in needs of a new upper middle income country which is facing the challenges of key and vulnerable populations existing in fragile states of poverty and outside of the safety net. Additionally as the conditions in the DR continue to improve, responsibility for management and sustainability of activities is shifting to the government and NGO counterparts. Within this context, USAID is also challenged with accomplishing its goals with declining budget support.
The PEPFAR program is based on a country team approach of U.S. government agencies which includes the Centers for Disease Control, the Department of Defense, the Peace Corps, and the Agency for International Development. The Deputy Health Office Director will be closely involved in planning, collaborating , and negotiating with these agencies to manage the overall activities under this joint program as defined by the overall yearly Country Operational Plan (COP).

Country Overview:
The HIV prevalence in the Dominican Republic is 0.8 percent in the general population (DHS 2013). The 2013 Spectrum model estimates approximately 43,700 persons living with HIV. Of persons newly diagnosed with HIV, approximately 50 percent of men and 35 percent of women have an AIDS defining condition [Ministry of Health (MOH), 2013]. As of January 2014, there were 25,232 (45.6 percent male, median age-41) persons receiving clinical follow-up in one of 77 treatment facilities, of which 18,539 (73.5 percent) were on anti-retroviral treatment (ART). Stigma, discrimination and gender-based violence (GBV) marginalize those affected and create barriers to their ability to access needed HIV prevention, care and treatment services.

The epidemic disproportionately affects specific Key Populations such as commercial sex workers (CSW), Men who Have Sex with Men (MSM), and Injecting Drug Users (DU). HIV seroprevalence among key populations (2012 Behavioral Surveillance Survey) is higher than in the general population. Other Targeted Vulnerable Groups such as residents of bateyes, mobile populations, at-risk youth, at-risk teenage girls and at-risk young women, and HIV pregnant women and their infants also have high infection rates (DHS 2013).

Since the beginning of the HIV epidemic, USAID has supported the Government of the Dominican Republic and local organizations to strengthen the HIV response. Historically, most of this support has been funneled through international institutions with a focus on service delivery rather than sustainability. The Dominican Republic has been able to scale-up HIV care and treatment services and slow the spread of HIV by rigorously implementing evidence-based prevention strategies like the 100% Condom Campaign targeting commercial sex workers. Meanwhile, many organizations have strengthened their institutional capacity; maturing from support groups to service delivery organizations. Leveraging this emerging local capacity reflects commitment to investing in local organizations in order to strengthen the comprehensive response to HIV and ensure sustainability.

The complex relationship between the Dominican Republic and Haiti is reflective of a history of highly uneven development. There are an estimated 1,000, 000 Haitians, including documented and undocumented immigrants, many living in extreme poverty, throughout the Dominican Republic. Numerous Haitians migrate to the DR seeking jobs, health care and a better life. For example, a significant number of women travel from Haiti to give birth in public hospitals in the Dominican Republic, returning to Haiti after delivery. It has been estimated in hospitals supported by USAID that between 20-35% of the patients delivering are Haitian and at the border areas this number rises to upwards of 70%. Additionally HIV prevalence in Haiti is estimated to be twice as high as in the DR. There is also considerable movement between Haiti and the Dominican Republic, which is especially exacerbated by the porous border. The January 12, 2010 earthquake in Haiti and the temporary movement of a large number of Haitians into the Dominican Republic further demonstrated the strong connectivity of issues across the island and a need for partnership.

The Deputy Health Office Chief will be mainly responsible for HIV/AIDS issues for the Mission and will report to and support the USAID Health Office Chief, a U.S. direct hire who will provide general supervision and oversight to the Health team. The Deputy Health Office Chief will contribute to the establishment of overall program priorities and work assignments, development of strategies, program and project designs, and scopes of work, as well as provide technical guidance and support to CORs and AORs in project implementation. S/he will have wide latitude for the exercise of independent judgment and will have formal decision-making authority in broad program areas consistent with USAID policies, goals, and strategies. S/he will interact with the highest level of the Dominican government and represent USAID and the US Government in official settings. S/he must be able to think and operate strategically and programmatically, analyzing complex situations in order to assist in the development of USAID strategic plans and programs, and assessing the impact of host country policies and practices on USAID programs. S/he will work in collaboration with members of the Health Team to achieve programmatic objectives. The incumbent will advise, collaborate and work with the health team in the planning, formulating, implementing, and monitoring and evaluating of health activities and strategies.

III. Major Duties and Responsibilities:

The Deputy Health Office Chief will have the following major duties and responsibilities:

A. Management: Team Duties

 – Take the lead role in formulating the USAID/DR PEPFAR annual budget request. This includes ensuring that the budget tracking system for USAID/DR PEPFAR activities is accurate, complete, and up-to-date. Oversee obligations and sub-obligations for all USAID/DR PEPFAR activities. This includes ensuring that obligations tracking systems are accurate, effective, and utilized.
 – Be closely involved in planning, collaborating , and negotiating with these partner PEPFAR agencies to manage the overall activities under this joint program as defined by the overall yearly Country Operational Plan (COP).
 Represent USAID in meetings with USG and host country government officials at all levels.
 – Lead the USAID/DR PEPFAR Office reporting processes. Contribute to and oversee, for USAID, the preparation of the PEPFAR Country Operational Plan (COP) and semi-annual and annual PEPFAR DR reports; USAID DR PPR; ad hoc technical reports as needs arise (i.e., report on funding gaps; analysis and interpretation of project data from USAID implementing partners; identification of program gaps, implementation problems; propose strategies, actions to address problems).
 – Supervise, coach and mentor USAID PEPFAR staff working on the budget, reporting and monitoring processes. Assist, coach and mentor USAID PEPFAR program management staff and technical advisors in start-up and implementation requirements of newly awarded USAID grants/contracts.
 – Design and oversee actions to address audit recommendations to ensure that recommendations are closed in a timely manner.
 – Participate in Technical Evaluation Committees (TEC) as needed for hiring and procurement
 – Has supervisory responsibility as assigned by the Health Office Director

B. Technical
 – Provide strategic direction for USAID HIV/AIDS activities; identify appropriate technical assistance and contractual mechanisms to address HIV/AIDS needs in the DR.
 – Participate in various GODR Technical Working Groups (TWGs) for HIV/AIDS-related areas including the Global Fund Country Coordination Meetings; collaborate closely with Dominican Republic Ministry of Health, CONAVIHSIDA and with other Dominican government partners as appropriate.
 – Collaborate closely with other USG entities, particularly CDC, DOD and Peace Corps and other donors, PEPFAR implementing partners and civil society, in the design and implementation of the DR PEPFAR program. Must be conversant with and able to explain USAID and PEPFAR guidelines to host country counterparts.

C. Other Duties
 – Contribute to select sections of the COP, PEPFAR semi-annual and annual reports, and other PEPFAR documents.
 – Keep abreast on the USAID award mechanisms and requirements, technical area policies, objectives and strategies.
 – Mentor and assist USAID staff in carrying out their duties.
 – Prepare briefing papers, materials, speeches, and informational and/or analytical reports as required by the US Embassy, USAID/Washington or other stakeholders.
 – Represent USAID at internal USG meetings, and in meetings with GODR, other donors, civil society, and PEPFAR implementing partners.

2. REQUIRED QUALIFICATIONS FOR THE POSITION (WEIGHTING IN % FOR RATING):

A. EDUCATION (10%)
 -An advanced degree (minimum master’s level) in public health, i.e. health management, health policy, health education, epidemiology, or development studies or another field with links to the health sector.

B. TECHNICAL KNOWLEDGE (30%)

 -Must have demonstrable knowledge of public health and socio-economic development issues, and good familiarity with HIV/AIDS issues and challenges in developing countries similar to the DR, including state-of-the-art strategies, activities and programs for addressing the AIDS epidemic.
 -Good familiarity with international development theory, programming policies and practices, including multi-sector linkages and synergies;

C. WORK EXPERIENCE (30%)

 -Minimum 7 years of progressively responsible experience as a program manager for complex HIV and health development assistance programs, including direct experience managing PEPFAR activities with a minimum 2 years experience in senior-level program management/leadership position based in a developing country, preferably in the Caribbean Region.
 -Appropriate experience working in international health and/or other social sectors with links to health, including work in multi-year programs and projects (includes experience with project design and implementation; project trouble-shooting; data analysis and evaluation; report-writing; interacting with and advising a multitude of host country counterparts and implementing partners, etc.)
 -Prior project management work within an international development organization, foreign assistance programs, or large implementing agencies (from private or nonprofit sector, or multilateral or other large donor agency).
 -Prior staff supervisory and mentoring experience.
 -Familiarity with GODR HIV/AIDS, health and social sector programs, priorities and policies is desirable.

D. COMMUNICATION AND LANGUAGE SKILLS (30%)

 – Must have strong project management and supervisory (“people”) skills; able to work within a large bi-agency and bi-cultural team, and collaborate with a large number of senior level GODR officials, PEPFAR/DR partners, local leaders, and representatives of civil society.
 – Must have excellent writing skills.
 – Must be proficient in Microsoft Word, Excel and PowerPoint.
 – FSI Level S4/R4 in English and S3+/R3+ in Spanish.

3. OTHER SIGNIFICANT FACTS:

A. GUIDELINES

Incumbent will follow and apply Agency guidelines, policies, rules and regulations, using good judgment and ingenuity to interpret their intent and apply them within the context of PEPFAR DR.

B. COMPLEXITY

Incumbent carries out a wide range of responsibilities that require an equally wide range of skills and analytical processes. Decision-making requires the capacity to quickly analyze, understand, synthesize and formulate appropriate and effective responses within a context of very short deadlines, multiple stakeholders with constant and ever-changing requirements, and continuous changes in technical program standards. The job requires a self-starter with initiative to stay abreast of developments in technical area and inventiveness to devise ways to apply new techniques and methodologies to the local environment to achieve maximum benefits. Requires the ability to lead and act as an effective supervisor/mentor within a multi-cultural team environment.

C. SCOPE AND EFFECT

Incumbent is considered to be an expert in the management of HIV/AIDS, public health or similar social sector programs, imminently qualified to advise and guide USG colleagues, host country government counterparts, U.S. cooperating agencies and local implementing partners on all matters related to USAID awards, policies, global goals and objectives. The incumbent’s work directly informs the development and major aspects of both administrative and professional employees’ own work, both within the PEPFAR DR team and with the PEPFAR DR external partners. Incumbent’s work involves formal responsibility for leading technical and program management activities, and guiding and coordinating the work of the USAID PEPFAR DR technical and administrative staff.

D. PERSONAL CONTACTS

Under the guidance and direction of the Health Office Chief, the incumbent will have contacts with counterpart officials at all levels, from high-ranking Government leaders and Ministers to the heads of technical directorates and units, to project directors and focal points. S/he will also have contacts with high-level officials and technical advisors from other donors and international organizations. Contacts take place in both structured and unstructured settings.

E. LEVEL AND PURPOSE OF CONTACTS

Incumbent is expected to influence, motivate, and direct people or groups and s/he must be resourceful in identifying the appropriate approach for negotiating and persuading others, and in establishing rapport in order to gain and relay information, including decision makers within the host government and on the USG colleagues in Washington DC, who might have different agendas and priorities than the USG PEPFAR team.

F. PHYSICAL DEMANDS/WORK ENVIRONMENT

The USAID PEPFAR DR Office is located in USAID Santo Domingo. On a regular periodic basis, incumbent must be able to travel within the DR to visit and assess progress at USAID PEPFAR DR implementing partners’ activity sites.

4. BASIS OF RATING APPLICATIONS

Selection Factors: Applicants must possess the minimum qualifications for the position (see criteria above: Education, Technical Knowledge, Work Experience, Communication and Other Skills). Additional factors to be taken into consideration include:

 Applicant is a U.S. Citizen or Third Country National.

 Completed and hand-signed federal form OF-612 and OF-612 continuation sheets is submitted by application deadline. (Note: All applicants must submit complete dates [months/years] and hours per week for all positions listed on the OF-612 to allow for adequate evaluation of your related and direct experience. Experience that cannot be quantified will not count towards meeting the experience requirements).

 Resume

 Cover letter and supporting documentation specifically addressing the minimum requirements for the position. Applicants must explain in their cover letter how they meet the requirements of the position. If excellent writing skills are required, applicants should submit a writing sample of a work document or publication, written by the applicant, covering a technical area relevant for the position applied for (include writing sample as an attachment to cover letter).

 All applications will be evaluated and scored based on the required qualifications and documentation submitted with the application. Those applicants who are short-listed (determined to be competitively ranked) may also be evaluated on interview performance and satisfactory professional reference checks. Failure to address the selection criteria may result in your not receiving credit for all of your pertinent experience, education, training and/or awards. USAID may contact the applicant’s professional references and verify academic credentials. Applicants may also be evaluated based on the performance in an interview.

Applicants who do not meet all of the selection criteria or do not provide the required documentation are considered NOT qualified for the position.

Language and Communication Skills: Must be fluent in English and Spanish and have proven ability to communicate quickly, clearly, and concisely, both orally and in writing, including technical reports. Must have demonstrated ability to produce quality analytical pieces.
Teamwork/Interpersonal Skills: Exceptional teamwork and interpersonal skills are critical. In addition, the incumbent must be able and desire to interact effectively with Mission staff outside of the Health Team, other USG Agencies, and implementing partners. S/he must be able to function collaboratively and productively as a member of a multidisciplinary and multifunctional team and must have the ability to work effectively in a team environment to achieve consensus on policies, activities and administrative matters.
4. Knowledge and Other Skills: Thorough knowledge of public health development principles, program and project development, budgeting (preferred), and analytical skills required. Knowledge of USAID policies, procedures and directives related to strategic development, programming, project development, implementation, results review, performance monitoring, and evaluation desired. Strong spreadsheet, word processing, and internet skills are needed.

IV. Salary Range

The salary range for the position is equivalent to a GS-13 (US$73,115.00 to 95,048.00).

V. Selection Criteria
Applicants will be evaluated on the extent and quality of their education, knowledge, experience, language and other skills, as they relate to this position against the following criteria:
Education: 10 points
Technical Knowledge 30 points
Relevant Work Experience: 30 points
Relevant International Work Experience (10 points)
Project Management Experience (10 points)
Communication and Interpersonal Skills: 30 points
Total: 100 points

VI. Length of Contract

Estimated to be two (2) years.

VII. Period of Service:

The approximate start date for this position is on or about May/June 2015. Within 15 days after written notice from the Contracting Officer that all clearances have been received or, unless another date is specified by the Contracting Officer in writing, the Contractor shall proceed to the Dominican Republic to perform the above services.

VIII. Applying:

Applications must be received by the closing date and time at the address specified above.
Qualified individuals are required to submit:
– A complete U.S. Government Optional Form 612 with hand-written signature (downloadable forms are available on the USAID website, http://www.usaid.gov/procurement_bus_opp/procurement/forms.
-Resume
-Cover Letter

This solicitation in no way obligates USAID to award a PSC contract, nor does it commit USAID to pay any cost incurred in the preparation and submission of the application.

List of Required Forms for PSCs

Forms outlined below can be found at: http://www.usaid.gov/forms/
1. Optional Form 612
2. Medical History and Examination Form (DS-1843) **
3. Questionnaire for Sensitive Positions (SF-86) ** or
4. Questionnaire for Non-Sensitive Positions (SF-85)**
5. Finger Print Card (FD-258)**

** Forms 2 through 5 shall be completed ONLY upon the advice of the Contracting Officer that an applicant is the successful candidate for the job.

IX. Benefits and Allowances:

As a matter of policy, and as appropriate, a PSC is normally authorized the following benefits and allowances:

BENEFITS:
Employer’s FICA Contribution
Contribution toward Health and Life Insurance
Pay Comparability Adjustment
Annual Increase (pending a satisfactory performance evaluation)
Eligibility for Worker’s Compensation
Annual and Sick Leave

ALLOWANCES (if Applicable): *
(A) Temporary Lodging Allowance (Section 120)
(B) Living Quarters Allowance (Section 130)
(C) Post Allowance (Section 220)
(D) Supplemental Post Allowance (Section 230)
(E) Separate Maintenance Allowance (Section 260)
(F) Education Allowance (Section 270)
(G) Education Travel (Section 280)
(H) Post Differential (Chapter 500)
(I) Payments during Evacuation/Authorized Departure (Section 600) and
(J) Danger Pay (Section 650)

* Standardized Regulations (Government Civilians Foreign Areas)

FEDERAL TAXES: USPSCs are required to pay Federal Income Taxes, FICA and Medicare.

ALL QUALIFIED APPLICANTS WILL BE CONSIDERED REGARDLESS OF AGE, RACE, COLOR, SEX, CREED, NATIONAL ORIGIN, LAWFUL POLITICAL AFFILIATION, NON-DISQUALIFYING HANDICAP, MARITAL STATUS, SEXUAL ORIENTATION, AND AFFILIATION WITH AN EMPLOYEE ORGANIZATION OR OTHER NON-MERIT FACTOR.

Place of Performance: USAID – DOMINICAN REPUBLIC Av. Republica de Colombia #57, Arroyo Hondo Santo Domingo DO URL: https://www.fbo.gov/spg/AID/OM/DOM/SOL-517-15-000004/listing.html

OutreachSystems Article Number: 150203/PROCURE/0464 Matching Key Words: writ*; technical;

190px-United_States_Army_Corps_of_Engineers_logo.svgDepartment of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230

R–Professional Scheduling Services Single Award Task Order Contract (SATOC) as needed for Military, Civil, and Reserve Construction Contracts administered by the Districts of the Great Lakes and Ohio River Division W912QR-14-T-0079 100214 Patrick Duggins, 502-315-6187 USACE District, Louisville This Request for Quote (RFQ) is for an Indefinite Quantity Contract to select one contractor for W912QR-14-T-0079 for professional scheduling services as needed for Military, Civil, and Reserve Construction contracts administered by the Districts of the Great Lakes and Ohio River Division and award one task order for the SEED project, provide Scheduling Services for the Ft. Knox Area Office. All work shall be performed in strict compliance with the attached specifications and all other terms, clauses and conditions incorporated herein.

Note: This solicitation contains an option clause to extend the awarded contract for up to four (4) additional one-year periods. The one-year option periods are as follows:

Option Year 1: 01 October 2015 thru 30 September 2016
Option Year 2: 01 October 2016 thru 30 September 2017
Option Year 3: 01 October 2017 thru 30 September 2018
Option Year 4: 01 October 2018 thru 30 September 2019

One award will be made from this RFQ.

This procurement is 100% set-aside for Small Business, under NAICS code 541611 (Size Standard: $15 million).

Set-Aside: Total Small Business Place of Performance: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY 40202-2230 US URL: https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-14-T-0079/listing.html

OutreachSystems Article Number: 150131/PROCURE/0073 Matching Key Words: age:state!ky; state!ky;

Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL

R–Visual Information Support Services Pre-Solicitation Addendum 3 N6134014R0017 Ferdinand Rodriguez 407-380-8076 T’ann Perrault – 407-380-4723 Notice Type: Addendum 3 to Pre-Solicitation/Synopsis
Solicitation Number: N61340-14-R-0017
VISUAL INFORMATION SUPPORT SERVICES (VISS)
Naval Air Warfare Center Training Systems Division
12350 Research Parkway
Orlando, FL 32826
The purpose of this addendum is to provide answers to questions raised during the600px-US-DeptOfNavy-Seal.svg Pre-Solicitation Site Visit and afterwards.
1. Question: Will the Request for Proposal (RFP) specify contractor role in equipment/facility upgrade projects?
Response: Yes, the Performance Work Statement (PWS) will list requirements.
2. Question: Are the Photos taken retouched to improve them or are only raw files required?
Response: Yes, photos are retouched.
3. Question: What video editing software is available to the contractor?
Response: Please see PWS for software listing types.
4.
Question: Who is the incumbent (if there is one)?
Response: This information was provided under Addendum 1 to the Pre-Solicitation Notice.
5. Question: What is the current level of effort? How many Full Time Equivalents (FTE’s)?
Response: We cannot provide that information. You should recommend them based on the service contract act labor categories and skills required in the PWS.
6. Question: What are the labor categories and the qualifications?
Response: You should recommend them based on the service contract act labor categories and skills required in the PWS.
7. Question: Will there be a draft RFP released? If so when?
Response: Yes, expect release approximately 28 April 2014.
8.
Question: Are there any major changes expected in the RFP?
Response: Offerors are required to provide a proposal based on the documents released in the final RFP.
9. Question: Is the contractor required to have a local SCIF?
Response: No
10. Question: Do you have a large auditorium (700+ seats) where you run AV equipment?
Response: No, however some off-site event requirements may be required, see estimate amounts in PWS
11. Question: What is the value of Government Furnished Equipment (GFE)? How many unique items?
Response: GFE Value is approximately $800K. Most high value GFE is stationary and already mounted at spaces they are being used at. Please see listing in PWS.
12.
Question: Will the final RFP include equipment identified by location/conf. room?
Response: Yes
13. Question: Will the sign-in sheets for the site visit be available to all participants?
Response: Yes. Provided under this Addendum
14. Question: Will the government provide vehicles for local travel?
Response: No
15. Question: Does the government expect technical support services such as AV installation?
Response: Installation will not be required however contractor may be required to connect equipment components.
16. Question: In noticing the touchscreen displays, is interactive multimedia programming a requirement on this PWS?
Response: Yes, please see PWS work estimates.
17.
Question: Is the CCTV Support for the entire campus or just specific buildings?
Response: CCTV is currently only supported in 2 buildings and the requirement is only to ensure that the patches are in place to send the signal to the required locations and that the receiving equipment is turned on. The final PWS will clarify this area.
18. Question: Will the slides be posted on FBO.gov?
Response: Yes. Provided under this Addendum (no pictures included).
19. Question: Can you provide a percentage of VTC’s that are customer dial up versus supported by contract personnel?
Response: We are unable to provide a percentage of VTC’s that will be dedicated Customer Dial up. Refer to PWS for VTC support requirement with respect to Dial up and assistance.
20.
Question: Is the requirement for Friday 18 April considered sources sought?
Response: The government may use it as an additional sources sought in conjunction with the capabilities statements provided by the deadline date of 18 April 2014.
21. Question: Is there a format and page limitation for the RFP?
Response: This information will be provided in the final RFP package.
22. Question: How many individuals are needed for each team?
Response: Companies need to address this based on their interpretation of the Performance Based workload estimates in the PWS.
23. Question: Would there be any future windows to adding additional site visits?
Response: We do not plan on scheduling any additional site visits.
The deadline for submitting questions related to this pre-solicitation notice was on Friday, 18 April 2014.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134014R0017/listing.html

OutreachSystems Article Number: 150131/PROCURE/0439 Matching Key Words: video*; edit*; train*; you; site?; page?; business*; event?;

600px-US-DeptOfNavy-Seal.svgDepartment of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL

R–Visual Information Support Services Questions & Answers to the Draft RFP posted on 14 May 2014. N6134014R0017 Ferdinand Rodriguez 407-380-8076 T’ann Perrault, 407-380-4723 Visual Information Support Services
N61340-14-R-0017
Pre-proposal (Draft RFP) Questions (1)
1. When will the Final RFP and all Attachments (1 – 11), DD254, GFP/GFE/GFM be available?
Answer: We expect to release it no later than 13 June 2014.
2. Approximately how long will vendors have to respond?
Answer: No less than Thirty (30) days.
3. Will NAVAIR provide incumbency information: Contract number, Contractor name, and period of performance?
Answer: This information has already been provided. Please see the initial synopsis/pre-solicitation site visit notice.
4. Are workload estimates listed in PWS paragraph 5.1.4 hours, for clarification? It appears Presentation is listed in hours, but VTC is mixed and Photo is hours? And Special Events units is number per year? Is that correct?
Answer: Presentation and Audiovisual Services Workload numbers listed in the estimates are “each”.
If the number represents hours it is listed by the product in parentheses. For example under “Video”, editing is (hours) 2000.
The VTC is listed as required working hours to support 7:30 A.M. through 5:00 P.M. with approximately 250 VTC’s monthly between all systems. Photo is hours and Special Evevnts is number per year.
5. Is it permitted for a Small Business prime to have a large company as a subcontractor for this solicitation?
Answer: Yes. Offeror/contractor must comply with FAR 52.219-14, Limitations on Subcontracting.
NOTE: If anyone was having problems with not being able to access the notices being posted it was because the solicitation number was archived. It has now been un-archived and everyone should be able to access/receive notices whenever we post any new information.
Set-Aside: Total Small Business Place of Performance: NAWCTSD, Orlando, Florida 32826 US URL: https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134014R0017/listing.html

OutreachSystems Article Number: 150131/PROCURE/0440 Matching Key Words: video*; edit*; produc*; site?; business*; event?; video; audiovisual; serv*;

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

R — BROADCAST JOURNALIST (TV) JERUSALEM BBG39-Q-15-PERSIAN-028 021315 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: BROADCAST JOURNALIST (TV REPORTER) – VOA PERSIAN
JERUSALEM, ISRAEL
COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLYBroadcasting Board of Governors SOLICITATION; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Solicitation No. BBG39-Q-15-PERSIAN-028 is issued as a Request For Quotation (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076, dated July 25, 2014.

(iv) The contractor shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The contractor shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months from February 23, 2015  through August 23, 2015 with one (1) option of six (6) months from February 24, 2015 through February 22, 2016. Multiple awards may be considered for this requirement at the discretion of the Government..  The price quotation is valid for six months from date of submission.

(v) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Broadcast Journalist services as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) In Washington, DC. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

(vi) The period of performance is anticipated to start February 23, 2015 through August 23, 2015, with option to extend services one year from date of award.

(vii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.
Offeror qualifications and Quotation Submission shall include but not be limited to:

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

2. Past Performance. See attachment B (Past Performance Reference).

3. Contractors shall submit their quotation on an hourly basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal. In addition, the offeror must agree to undergo a security background check. If the contractor fails to pass a security background check, the contract shall be terminated. To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.

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

1) Technical – Must be fluent in the Perisan Language and have working knowledge of English, able to write clearly and accurately; Must possess excellent interview and conversational writing skills; Compelling story-teller; Shooting and editing experience; Able to create personalized stories; comprehensive understanding of international news and knowledge of domestic Iranian news and social trends; ability to generate daily and enterprise story ideas; able to produce and post content to our websites; able to use social media outlets to engage viewers; must be able to work well under pressure; strong initiative and attention to detail is required; able to develop Word documents and Excel spreadsheets without assistance. Bachelor’s degree in Journalism or related area is preferred.

2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:

(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed. Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, and Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.

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

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

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

(xi) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)

(xii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work; 42.249-2 Termination for Convenience of Government (Fixed Price); 52.249-8; Terminatin for Default Fixed Price) (Supply and Services).
52.252-1 -Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far).

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

(ixv) Questions must be submitted in writing and only via email to Cheryl Nixon at Persian_solicitations@voanews.com . Written questions must be submitted before 11:59 p.m. Eastern Daylight Time on February February 3, 2015 Responses to questions will be posted to FedbizOps by COB February 6, 2015.

Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral quotations will not be accepted.

ALL TECHNICAL AND PRICE QUOTATIONS, AND PAST PERFORMANCE MUST BE SUBMITTED ELECTRONICALLY TO Pesian_Solicitations@voanews.com BEFORE THE CLOSING DEADLINE BELOW to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1450, 330 Independence Ave., SW, Washington, DC 20237. CLOSING DEADLINE is before 11:59 p.m. Eastern Daylight Time on February 13,2015.

(xv) Contact: Cheryl Nixon, Contracting Officer, email:CFAUNTLE@VOANEWS.COM. All responsible sources may submit an offer that will be considered by the Agency.

Place of Performance: JERUSALEM, ISRAEL AND SURROUNDING AREAS IL URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-028/listing.html

OutreachSystems Article Number: 150130/PROCURE/0073 Matching Key Words: naics!711510;

190px-United_States_Army_Corps_of_Engineers_logo.svgDepartment of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230

R–IDIQ Contract for CADD Technician Services at Louisville District USACE W912QR-15-T-0016 021315 Careka Squire, 502-315-6804 USACE District, Louisville This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

The contractor shall provide technical assistance and continuity of the computer aided drafting and design (CADD) services workload for engineering design element in Design Branch of the Louisville District. The contractor shall work with and under the guidance of Louisville District Design Branch personnel on engineering efforts, including technical assistance for development of plans and models.

The Estimated Price Range is between $500,000 and $1,000,000. This is a single phase procurement following the Best Value Trade Off approach.
The technical information contained in the proposal will be reviewed, evaluated, and rated by the Government. The proposal for this procurement, at a minimum, will consist of the following: Technical(Past Performance and Resumes)and Price. The solicitation will be available by download from the Internet only. NAICS code is 541340. This is a Total Small Business Set-Aside procurement. Size Limitation is $7.5M. Contract duration will be for a five (5) year period. Due date for proposals is 13 February 2015 at 12:00 p.m. Louisville time (EDT). Documents are available for download only through the Federal Business Opportunities (FedBizOpps) website at http://www.fbo.gov. Amendments will be available from the FedBizOpps website by download only. General questions may be addressed to Careka Squire at Careka.C.Squire@usace.army.mil or call (502) 315-6804.

Set-Aside: Total Small Business Place of Performance: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY 40202-2230 US URL: https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-15-T-0016/listing.html

OutreachSystems Article Number: 150130/PROCURE/0079 Matching Key Words: age:state!ky; state!ky;

Department of Labor, Office of the Assistant Secretary for Administration and Management , Office of Procurement Services, 200 Constitution Avenue, NW S-4307 Washington DC 20210-0001

T — AUDIO VISUAL PRODUCTION AND SUPPORT CONTRACTS DOL-OPS-US Dept Of Labor15-N-00010 021315 Sheila J. Thompson, Email thompson.sheila@dol.gov SOURCES SOUGHT NOTICE

DEPARTMENT OF LABOR, OFFICE OF PUBLIC AFFAIRS, AUDIO VISUAL PRODUCTION AND SUPPORT CONTRACTS
Place of Performance: 200 CONSTITUTION AVENUE, NW WASHINGTON, DC 20210 US URL: https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL-OPS-15-N-00010/listing.html

OutreachSystems Article Number: 150129/PROCURE/0397 Matching Key Words: naics!512110;

Department of the ArmyDepartment of the Army, U.S. Army Medical Command, MEDCOM, North Atlantic Regional Contracting Office, Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000

99–Permanent Birth Control System W91YTZ-15-T-0044 020515 Ricardo Cordero, 301-619-4033 Medcom Contracting Center North Atlantic This is not a formal Request for Proposal (RFP) and does not commit The Department of The Army, Healthcare Acquisition Activity – Northern Regional Contracting Office, to award a contract now or in the future.

This synopsis is for information and planning purposes only and is not to be construed as a commitment by the government. This is NOT a Request for Proposal, Invitation for Bid, or an announcement of a solicitation. Response to this sources sought is strictly voluntary and will not affect any firms’ ability to submit an offer if a solicitation is released. There is no bid package or solicitation document associated with this announcement. The purpose of this document is to identify potential sources. Any requests for a solicitation package will be disregarded. The Government does not intend to award a contract on the basis of this source sought or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this sources sought and the Government’s use of such information.

This is a Sources Sought Notice is conducted to identify potential sources capable of meeting the requirements to deliver Permanent Birth Control System in support of Ireland Army Community Hospital, Fort Knox, KY. See Attachment 1 for a List of Salient Characteristics. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 326299.
Capability Statement –

If your firm has the potential capacity to deliver these items, please provide the following information:
1) Company Information

a. DUNS and NAICS code
b. Company Name
c. Company Address (including point of contact, phone number and email address)
e. Type/Size of company (small business (SB) or other than SB),

2) Review the attached list and identify all items that your firm is able to supply/deliver.
The government will evaluate market information to ascertain potential market capacity to provide/deliver the listed Permanent Birth Control System. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed items are invited to submit a response to this Sources Sought Notice by 5:00 PM EST on February 5, 2015. All responses under this Sources Sought Notice must be emailed to ricardo.a.corderocruz.civ@mail.mil
If you have any questions concerning this opportunity please contact:
Ricardo A. Cordero Cruz at ricardo.a.corderocruz.civ@mail.mil

Attachment 1: List of Salient Characteristics
Salient Characteristics – Permanent Birth Control

(1) Should be permanent birth control method for women
(2) Should be able to create a permanent barrier against pregnancy
(3) Should involve placing soft, flexible inserts into the fallopian tubes
(4) Should have tissue forming around the inserts in about three months
(5) Should not require a skin incision for women
(6) Should be 99.83 percent effective when used according to the approved instructions
(7) Should have clinical study over extended period of time
(8) Should not require general anesthesia during procedure
(9) Should not contain or release hormones (inserts)
(10) Should have recovery time 45 minutes after the procedure, and to return to normal activity within one to two days.

Place of Performance: Medcom Contracting Center North Atlantic ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW Washington DC 20307-5000 US URL: https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-15-T-0044/listing.html

OutreachSystems Article Number: 150129/PROCURE/0449 Matching Key Words: state!ky;

Department of the Army, U.S. Army Medical Command, MEDCOM, North Atlantic Regional Contracting Office, Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000

99–Donor Tissue Grafts W91YTZ-15-T-0045 020515 Ricardo Cordero, 301-619-4033 Medcom Contracting Center North Atlantic This is not a formal Request for Proposal (RFP) and does not commit The Department of The Army, Healthcare Acquisition Activity – Northern Regional Contracting Office, to award aMEDCOM contract now or in the future.

This synopsis is for information and planning purposes only and is not to be construed as a commitment by the government. This is NOT a Request for Proposal, Invitation for Bid, or an announcement of a solicitation. Response to this sources sought is strictly voluntary and will not affect any firms’ ability to submit an offer if a solicitation is released. There is no bid package or solicitation document associated with this announcement. The purpose of this document is to identify potential sources. Any requests for a solicitation package will be disregarded. The Government does not intend to award a contract on the basis of this source sought or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this sources sought and the Government’s use of such information.

This is a Sources Sought Notice is conducted to identify potential sources capable of meeting the requirements to deliver Donor Tissue Grafts in support of Ireland Army Community Hospital, Fort Knox, KY. See Attachment 1 for a List of potential Donor Tissue Grafts. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 621991.
Capability Statement –

If your firm has the potential capacity to deliver these items, please provide the following information:
1) Company Information

a. DUNS and NAICS code
b. Company Name
c. Company Address (including point of contact, phone number and email address)
e. Type/Size of company (small business (SB) or other than SB),

2) Review the attached list and identify all items that your firm is able to supply/deliver.
The government will evaluate market information to ascertain potential market capacity to provide/deliver the listed Donor Tissue Grafts. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed items are invited to submit a response to this Sources Sought Notice by 5:00 PM EST on February 5, 2015. All responses under this Sources Sought Notice must be emailed to ricardo.a.corderocruz.civ@mail.mil
If you have any questions concerning this opportunity please contact:
Ricardo A. Cordero Cruz at ricardo.a.corderocruz.civ@mail.mil

Place of Performance: Medcom Contracting Center North Atlantic ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW Washington DC 20307-5000 US URL: https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-15-T-0045/listing.html

Broadcasting Board of 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-15-PERSIAN-022 021115 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com (i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Solicitation No. BBG39-Q-15-PERSIAN-022 is issued as a Request For Quotation (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076.

(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7M.

(v) The Offeror shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The Offeror shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months from February 16, 2015 – August 16, 2015, with one (1) option period of six months from August 17, 2015 – February 15, 2016. Price quotation shall be valid for six month s from date of submission. Multiple awards may be considered for this requirement at the discretion of the Government.

(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with Offeror for Television, Internet and Multimedia services (Anchor/Writer/Reporter) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in Washington, D.C. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

(vii) The period of performance is anticipated to start February 16, 2015 through August 15, 2015 with option to extend services one year from date of award.

(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested Offerors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The Offeror shall demonstrate the ability and experience in providing the required services.

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

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

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

3. Offeror shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal.
In addition, the offeror must agree to undergo a security background check. If the contractor fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.

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

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

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

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

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

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

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

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

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)
(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work. 52.249-1 Termination for Convenience of Government (Fixed Price) (Short Form); 52.249-2 Termination for Convenience of Government (Fixed Price) (Short Form); 52.229-8 Termination for Default (Fixed Prices Supply and Services)
52.252-1 -Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far).

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

(xv) Questions must be submitted in writing and only via email to Cheryl Nixon at Persian_Solicitations@voanews.com. Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on January 30, 2015. Responses to questions will be posted to FedbizOps by COB February 3, 2015.
Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral quotations will not be accepted.

ALL TECHNICAL, PRICE QUOTATIONS, AND PAST PERFORMANCE MUST BE SUBMITTED ELECTRONICALLY TO Persian_Solicitations@voanews.com BEFORE THE CLOSING DEADLINE BELOW to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1650, 330 Independence Ave., SW, Washington, DC 20237. CLOSING DEADLINE is before 12:00 p.m. Eastern Daylight Time on February 11, 2015.

(xvi) Contact: Cheryl Nixon, Contracting Officer, email:CFAUNTLE@VOANEWS.COM. All responsible sources may submit an offer that will be considered by the Agency.

Set-Aside: Total Small Business Place of Performance: BBG/IBB/VOA PERSIAN SERVICE 330 Independence AVE, SW, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-022/listing.html

OutreachSystems Article Number: 150128/PROCURE/0079 Matching Key Words: naics!711510;

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

R — ASSISTANT PRODUCER/CHYRON/TELEPROMPTER OPERATOR - WASHINGTON, DC BBG39-Q-15-PERSIAN-023 021115 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: ASSISTANT PRODUCER/CHRYON-TELEPROMPTER OPERATOR
VOA PERSIAN DIVISION – WASHINGTON, DC
(i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLYBroadcasting Board of Governors SOLICITATION; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

(ii) Solicitation No. BBG39-Q-15-PERSIAN-023 is issued as a Request For Quotation (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076, effective July 25, 2014.

(iv) This is solicitation is reserved for total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 71151.

(v) The offeror shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The offeror shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months from February 15, 2015 through August 15, 2015, one (1) option period of six (6) months from August 16, 2015 through February 15, 2016. Multiple awards may be considered for this requirement at the discretion of the Government. Price Quotation will be valid for six month from the date of submission.

(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Multimedia services as an Assistant Producer/Chyron-Teleprompter Operator as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in Washington, DC. and surrounding areas. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

(vii) The period of performance is anticipated to start February 16, 2015 through August 16, 2015 with option to extend services one year from date of award.

(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The offeror shall demonstrate the ability and experience in providing the required services.
Offeror qualifications and Quotation Submission shall include but not be limited to:

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

2. Past Performance. See attachment B (Past Performance Reference).

3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal. Price Quotation will be valid for six month from the date of submission.

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

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

1) Technical – Must be able to speak and write in Farsi and English. Must be familiar with latest computer software and broadcast equipment. Advanced in using in using Final Cut Pro and Dalet Plus.

2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed.
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, and
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.

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

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

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

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)

(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.232-18 Availability of Funds (APR 1984); 52.232-19 Availability of Funds for the next Fiscal Year (APR 1984); 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work; 52.249-1 Termination for Convenience of the Government; 52.249-2; Termination for the Convenience of the Governmetn and 52.249-8 Termination for Defalut (Fixed Prices Supply and Services).
52.252-1 -Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far).

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

Set-Aside: Total Small Business Place of Performance: BBG/IBB/VOA PERSIAN SERVICE 330 Independence Ave, SW Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-023/listing.html

OutreachSystems Article Number: 150128/PROCURE/0080 Matching Key Words: naics!711510;

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

R — COMBINATION/TELEVISION PRODUCTION SERVICES - WASHINGTON, DC BBG39-Q-15-PERSIAN-024 021115 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: COMBINATION/ TELEVISION PRODUCTION SERVICES
VOA PERSIAN DIVISION
(i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

(ii) Solicitation No. BBG39-Q-15-PERSIAN-024 is issued as a Request For Quotation (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076 effective July 25, 2014.

(iv) This is solicitation is reserved for total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 71151.

(v) The offeror shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The offeror shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months and one (1) option period of (6) months. The price proposal shall be valid for six months from date of submission. Multiple awards may be considered for this requirement at the discretion of the Government.

(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Multimedia services (Combination/Television Production Services) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in the Washington, DC Metropolitan and surrounding areas. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

(vii) The period of performance is anticipated to start February 15, 2015 through August 15, 2015, with options to extend services one year from date of award.

(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The offeror shall demonstrate the ability and experience in providing the required services.
Offeror qualifications and Quotation Submission shall include but not be limited to:

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

2. Past Performance. See attachment B (Past Performance Reference).

3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal.
In addition, the offeror must agree to undergo a security background check. If the offeror fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.

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

1) Technical – Must be able to speak and write in Farsi and English. Must be knowleable of the global news and current affairs. Must be familiar with latest computer software (Microsoft, Windows and Final Cut Pro Editing).

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

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

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

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

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

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)

(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.232-18 Availability of Funds (APR 1984); 52-232-19 Availability of Funds for the next fiscal year (APR 1984); 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work; 52.249-1 Termination for Convenicne of Government; 52.249-2-Termination for Convenicne.
52.252-1 -Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far).

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

(xv) Questions must be submitted in writing and only via email to Cheryl Nixon at Persian_Solicitations@voanews.com . Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on January 30, 2015. Responses to questions will be posted to FedbizOps by COB February 3, 2015.

Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral quotations will not be accepted.
ALL TECHNICAL AND PRICE QUOTATIONS, AND PAST PERFORMANCE MUST BE SUBMITTED ELECTRONICALLY TO Persian_Solicitations@voanews.com BEFORE THE CLOSING DEADLINE BELOW to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1650, 330 Independence Ave., SW, Washington, DC 20237. CLOSING DEADLINE is before 11:59 p.m. Eastern Daylight Time on February 11,2015.

(xvi) Contact: Cheryl Nixon, Contracting Officer, email:CFAUNTLE@VOANEWS.COM. All responsible sources may submit an offer that will be considered by the Agency.

Set-Aside: Total Small Business Place of Performance: BBG/IBB/VOA PERSIAN SERVICE 330 Independence Ave, SW Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-024/listing.html

OutreachSystems Article Number: 150128/PROCURE/0081 Matching Key Words: naics!711510;

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

R – VIDEO SHOOTER/EDITOR/PRODUCER – WASHINGTON, DC BBG39-Q-15-PERSIAN-025 021115 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: VIDEO SHOOTER/EDITOR/PRODUCER
VOA PERSIAN DIVISION – WASHINGTON, DC
(i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLYBroadcasting Board of Governors SOLICITATION; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

(ii) Solicitation No. BBG39-Q-15-PERSIAN-025 is issued as a Request For Quotation (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076, effective July 25, 2014.

(iv) This is solicitation is not reserved for total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 71151.

(v) The offeror shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The offeror shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months from February 15, 2015 through August 15, 2015, one (1) option period of six (6) months from August 16, 2015 through February 15, 2016. Multiple awards may be considered for this requirement at the discretion of the Government. Price Quotation will be valid for six month from the date of submission.

(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Multimedia services (Video Shooter/Editor/Producer) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in Washington, DC and surrounding areas. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

(vii) The period of performance is anticipated to start February 15, 2015 through August 15, 2015, with option to extend services one year from date of award.

(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The offeror shall demonstrate the ability and experience in providing the required services.
Offeror qualifications and Quotation Submission shall include but not be limited to:

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

2. Past Performance. See attachment B (Past Performance Reference).

3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal. Price Quotation will be valid for six month from the date of submission.

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

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

1) Technical – Must be able to speak and write in Farsi and English. Must be familiar with latest computer and broadcast equipment . Must be advanced in using final cut pro and Dalet Plus and using digital cameras.

2) Past Performance – The Offeror is required to provide no more than three  (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed.
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, and
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.

3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period. Price quotation shall be valid for six (6) months from date of submission.

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

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

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)

(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.232-18 Availability of Funds (APR 1984); 52.232-19 Availability of Funds for the next Fiscal Year (APR 1984); 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work, 52.249-1 Terminatoin for Convenience of Government (Fixed Price) (Short Form), 52.249-2 Termination for Convenience of Government (FIxed Price) (Short Form); 52.248-8 Termination for Default (Fixed Prices Supplies and Services).
52.252-1 -Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far).

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

(xv) Questions must be submitted in writing and only via email to Cheryl Nixon at Persian_Solicitations@voanews .com . Written questions must be submitted before 3:00pm Eastern Daylight Time on January 30, 2015. Responses to questions will be posted to FedbizOps by COB February 3, 2015.

Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral quotations will not be accepted.
ALL TECHNICAL AND PRICE QUOTATIONS, AND PAST PERFORMANCE MUST BE SUBMITTED ELECTRONICALLY TO Persian_Solicitations@voanews.com BEFORE THE CLOSING DEADLINE BELOW to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1650, 330 Independence Ave., SW, Washington, DC 20237. CLOSING DEADLINE is before 11:59 p.m. Eastern Daylight Time on February 11, 2015.

(xvi) Contact: Cheryl Nixon, Contracting Officer, email:CFAUNTLE@VOANEWS.COM. All responsible sources may submit an offer that will be considered by the Agency.

Set-Aside: Total Small Business Place of Performance: BBG/IBB/VOA PERSIAN SERVICE 330 Independence Ave, SW Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-025/listing.html

OutreachSystems Article Number: 150128/PROCURE/0082 Matching Key Words: video*; edit*; produc*; website; web; education*; business*; produce?; instruct*; commercial?; naics!711510;

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

R — WRITER/RESEARCHER/REPORTER/PRODUCER – WASHINGTON, DC AND NEW YORK, NY BBG39-Q-15-PERSIAN-026 021115 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: WRITER/RESEARCHER/REPORTER/PRODUCER IN WSHINGTON, DC AND NEW YORK, NY – VOA PERSIAN SERVICE

COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Solicitation No. BBG39-Q-15-PERSIAN-026 is issued as a Request For Quotation (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-075, effective July 25, 2014.

(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7M.

(v) The contractor shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The contractor shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months from February 15, 2015 through August 15, 2015 with one option period (6) months from August 16, 2015 through February 14, 2016.   Multiple awards may be considered for this requirement at the discretion of the Government. Price quotation shall be valid for six (6) months from date of submission.

(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Multimedia services Writer/Researcher/Reporter/Producer) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in Washington, DC. and 26 Federal Plaza, New York, NY  This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

(vii) The period of performance is anticipated to start February 15, 2015 through
August 15, 2015 with option to extend services one year from date of award.

(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.

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

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

2. Past Performance. See attachment B (Past Performance Reference).

3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. Price Quotation shall be valid for six (6) months from date of submission. See sample attachment C – Price Proposal.
In addition, the offeror must agree to undergo a security background check. If the contractor fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.

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

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

2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed.
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, and
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.

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

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

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

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)

(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.232-18 Availability of Funds (APR 1984); 52.232-19 Availability of Funds for next fiscal year; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work, 52.249-2-Terminatoin for Convenience of Government (Fixed Price) (Short Form); 52.249-8-Termination for Default (Fixed Prices for Supplies and Services).
52.252-1 -Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far).

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

(xv) Questions must be submitted in writing and only via email to Cheryl Nixon at Persian_Solicitations@voanews .com . Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on February 1, 2015. Responses to questions will be posted to FedbizOps by COB February 3, 2015.
Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral quotations will not be accepted.

ALL TECHNICAL AND PRICE QUOTATIONS, AND PAST PERFORMANCE MUST BE SUBMITTED ELECTRONICALLY TO Pesian_Solicitations@voanews.com BEFORE THE CLOSING DEADLINE BELOW to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1650, 330 Independence Ave., SW, Washington, DC 20237. CLOSING DEADLINE is before 11:59 p.m. Eastern Daylight Time on February 11, 2015.

(xvi) Contact: Cheryl Nixon, Contracting Officer, email:CFAUNTLE@VOANEWS.COM. All responsible sources may submit an offer that will be considered by the Agency.

Set-Aside: Total Small Business Place of Performance: BBG/IBB/VOA PERSIAN SERVICE, 330 Independence Ave, SW, Washington, DC and 26 Federal Plaza, New York, NY and surrounding areas Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-026/listing.html

FedBizOpps – Awards

Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230

R–Single Award Task Order Contract for Scheduling Services for construction programs administered by the Districts of the Great Lakes and Ohio River Division to include the Nationwide Army Reserve Program190px-United_States_Army_Corps_of_Engineers_logo.svg W912QR-14-T-0079 Patrick Duggins, 502-315-6187 USACE District, Louisville W912QR-15-D-0010 $4,000,000.00 013015 0001 REKOB GLOBAL INC. (078458373)
7518 LEGACY PINES DR
CYPRESS, TX 77433 Single Award Task Order Contract for Scheduling Services for construction programs administered by the Districts of the Great Lakes and Ohio River Division to include the Nationwide Army Reserve Program
URL: https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-14-T-0079/listing.html

OutreachSystems Article Number: 150131/AWARDS/0570 Matching Key Words: age:state!ky;

USABID State and Local Purchases

Wisconsin – Public Notices http://publicnotices.wi.gov/Notices.asp?menu=1 101 E Wilson St., Madison WI 53703, 608-266-2605

T – Brand Strategy, Market Planning, Web Development and Video Produ SOL Brand Strategy, Market Planning, Web Development and Video Production (UW-MAD) [15-5567] For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150203/BID/0568 Matching Key Words: video*; produc*; web; production?;

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

R – KLEC Instructor Monitoring RFP : 1500000187 Departmen SOL KLEC Instructor Monitoring RFP : 1500000187 Department Of Criminal Justice Training Published On : 1/30/15 Amended On : Closing On : 2/13/15 4:30 PM EST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150202/BID/0003 Matching Key Words: age:state!ky; state!ky;

Kentucky – Fayette County Public Schools https://fcps.economicengine.com The Purchasing Office Louie Mack Building Room 101 460 Springhill Drive Lexington, Kentucky 40503

R – Internal Auditor Services SOL 07-15 Internal Auditor Services Due Date: 02/27/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150202/BID/0280 Matching Key Words: age:state!ky; state!ky;

Kentucky – Fayette County Public Schools https://fcps.economicengine.com The Purchasing Office Louie Mack Building Room 101 460 Springhill Drive Lexington, Kentucky 40503

R – School Activity Fund Banking Services SOL 09-15 School Activity Fund Banking Services Due Date: 02/27/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150202/BID/0281 Matching Key Words: age:state!ky; state!ky;

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

R – Debt Collection Services SOL RFP-3373-0-2015/PL Debt Collection Services Due Date: 2/20/2015 3:00 PM Eastern Contact: Peter Langlois For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150202/BID/0282 Matching Key Words: age:state!ky; state!ky;

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

T – Louisville Zoo Printing SOL IFB-3375-0-2015/ES Louisville Zoo Printing Due Date: 2/11/2015 3:00 PM Eastern Contact: Eugene Skeete For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150202/BID/0814 Matching Key Words: age:state!ky; state!ky;

Mississippi Press Association http://www.publicnoticeads.com/MS/search/searchnotices.asp 371 Edgewood Terrace; Jackson, MS 39206; (601) 981-3060 Fax 601.981.3676

R – Legal Notice The Mississippi Department of Transportation (MDO SOL Public Notice ID: 22121095.HTM Legal Notice The Mississippi Department of Transportation (MDOT) proposes to execute a Master Contract(s) with firms for the purpose of providing Wetlands, Waters of the US, and Threatened & Endangered Species Assessment Services, Statewide. This includes, but not limited to, gathering data on Wetlands, Waters, and Threatened & Endangered Species, conduct the field assessments, prepare reports, assessments, applications and any other related activities, assist MDOT with any coordination of meetings related to the above activities, and assist MDOT in establishing and/or maintaining any mitigation banks/service areas by providing the necessary documentation such as prospectus, banking instrument, coordinating restoration activities, performing hydrologic and hydraulic studies including hydrologic and hydraulic modeling to aid in stream restoration or rehabilitation and conceptual planning, and any other related activities. The Master Contract will utilize Cost plus Fixed Fee, Labor Hour/Unit Price, or Firm Fixed Price Work Assignments. The terms of a Master Contract for a selected consultant will not exceed 3 1/2 years with an estimated maximum contract amount of up to one (1) million dollars; however, MDOT may elect to execute a contract for a lesser not to exceed amount. Selected consultants may be assigned Work Assignments throughout the Master Contract term. Work Assignments will be assigned based on MDOT’s standard operating procedures. To be considered, the Expression of Interest proposal must respond to all requirements of this legal ad and any addenda. The recommended proposal length should not exceed twenty-five (25) pages, exclusive of appendices. The resumes (which should not exceed 2 pages per individual in length), SF-330 Part II, proof of State Licensure and certificates requirements, and other information not relevant to the requirements should be included in the appendices. The Consultant’s cover letter, table of contents, summaries and introductions, team organizational chart, past performances, and responses to the evaluation criteria should be included in the 25 pages. Pages should be numbered, single-spaced, one-sided, 8.5 by 11 with margins of at least one inch on all four sides. No more than five pages may be 11 by 17, but they may count as two sheets each against the recommended 25 page maximum. Information within the recommended 25 page limit of the proposal should be complete and sufficient in scope for the selection committee to evaluate the Consultant. Also, all text information in the recommended 25 page limit should be shown in a readable font, size 12 points or larger. Headers, charts, and other graphics may be provided in a different font type and size providing they are legible. Section dividers, tabs, or similar means are recommended but are not counted as part of the recommended 25 page limit. These recommendations will be considered when evaluating the quality of proposal. With the exception of the information to be supplied in the appendices, the Expression of Interest proposal should be divided into the following sections as listed below. Consulting firms (CONSULTANT) interested in providing these services may so indicate by furnishing the Department eight (8) copies and one (1) CD of an Expression of Interest which should consist of the following unless specifically stated otherwise: 1. The Prime CONSULTANT should provide a cover letter specifying the name and complete description of the Master Contract, the name of the Prime CONSULTANT and any of its Subconsultant(s), the name of an individual who will be the single point of contact throughout the selection process, the name of the project manager, the location and address of the managing office, and the location and address of the office(s) that may be assigned the work. Should any Subconsultant(s) be listed as team members, identify the roles of each of the team’s members. In addition, the CONSULTANT must note if this is a joint venture; 2. The CONSULTANT should provide a resume for each principal member, the project manager, and employee(s) of the firm anticipated to be assigned to the project. Also, provide a team organizational chart and list each person’s experience and qualifications, including proof that the Project Manager has a degree in biological or natural resource sciences or licensed as a Mississippi Professional Engineer. The team organizational chart should include each individual’s name, job description (for the project), and company of employment; 3. The CONSULTANT should provide a description of similar type work completed during the past five (5) years which qualifies the consultant for this work. Provide a detailed description of the role of the consultant and define whether the consultant was the prime or a subconsultant. Include in the description the amount of the consultant’s contract for the work they provided for the project, the date the consultant’s project was initiated, the consultant’s scheduled completion date in accordance with the progress schedule, and when the consultant completed the work as stated in the contract. If the consultant’s project was not completed on-time, identify any justifications. The firm should provide contact information for each of the projects. This will include the name of the client and client’s representative that can verify and discuss the project; 4. The CONSULTANT should provide Part II of Standard Form (SF) 330, Architect-Engineer Qualifications. If a firm has branch offices, complete the form for each specific branch office seeking work. In addition, this form should be completed for any subconsultants in the same manner. This form can be obtained at the following web-address: http://sp.gomdot.com/Consulting%20Services/Forms/Standard%20Form%20(SF)%20330,%20Part%20II.pdf. Interested firms without internet access may obtain this information by contacting Scot Ehrgott at (601) 359-7536; and, 5. The CONSULTANT should provide a response containing the information upon which the consultant will be evaluated (see below). The Department will evaluate the Expressions of Interest based on the following factors listed in their relative order of importance: Experience, performance, and qualifications of the team’s staff; Past performance of the consultant (and any subconsultant) on similar projects with MDOT and/or other clients; Experience, performance, and qualifications of the proposed Project Manager; Consultant’s past performance and experience in achieving agreed project delivery schedules and mitigating project delays; Location/proximity of the consultant’s (and any subconsultant’s) office(s); and Quality of Proposal. The CONSULTANT should mark any and all pages of the proposal considered to be proprietary information which may remain confidential in accordance with Mississippi Code Annotated 25-61-9 and 79-23-1 (1972, as amended). Each page of the proposal that the CONSULTANT considers trade secrets or confidential commercial or financial information should be on a different color paper than non-confidential pages and be marked in the upper right hand corner with the word CONFIDENTIAL. Failure to clearly identify trade secrets or confidential commercial or financial information will result in that information being released subject to a public records request. DBE goals may be applied to Work Assignments at MDOT’s discretion. In the event that a DBE goal is required on an individual work assignment, MDOT approval of the DBE subconsultant(s) will be required. The MDOT reserves the right to reject any and all Proposals, discontinue contract execution, and/or request additional information with any party at any time prior to final contract execution. The MDOT reserves the right to obtain references from any source listed in the Proposal and any other source deemed appropriate for any of the requirements/criteria listed in this legal notice. If a Consultant opts to request a debriefing following the announcement of the selected Consultant(s), the Consultant shall send an email to the below addressee within two (2) weeks of the distribution of the notification letter of the selecte d Consultant(s). Any debriefings shall be limited to the merits of the individual Consultant’s proposal. Scot Ehrgott, P.E., MDOT Director of Consultant Services e-mailed to sehrgott@mdot.ms.gov and copy srone@mdot.ms.gov All questions related to this solicitation shall be e-mailed to the addressee below: Scot Ehrgott, P.E., MDOT Director of Consultant Services e-mailed to sehrgott@mdot.ms.gov and copy srone@mdot.ms.gov Only written requests e-mailed to the above addressee will be considered. No requests for additional information or clarification to any other MDOT office, consultant, or employee will be considered. All responses and addenda will be in writing and will be posted to the MDOT website (http://mdot.ms.gov/portal/LegalAD.aspx) no later than 7 days prior to the submittal deadline. The submission deadline for questions will be 10 days prior to the submittal deadline. Consultants shall be solely responsible for checking the website for updates. The MDOT will not be responsible for any oral exchange or any exchange of information that occurs outside the official process specified herein. To be considered, all replies must be received by 5:00 p.m., Central Time, Thursday, February 19, 2015, in the Office of the Director of Consultant Services, Scot Ehrgott, Mail Code 90-01, Mississippi Department of Transportation Building, 401 North West Street, Jackson, Mississippi, 39201. This Legal Notice will appear in the Clarion Ledger on January 21st and 28th, 2015. The Mississippi Transportation Commission and the Mississippi Department of Transportation are equal opportunity employers. As provided by Title VI of the Civil Rights Act of 1964 as amended, and the Civil Rights Restoration Act of 1987 (P.L. 100.259), the Mississippi Department of Transportation (MDOT) assures that no person shall on the grounds of race, color, national origin, sex, religion, age, or disability be excluded from participating in, be denied the benefits of, or otherwise subjected to discrimination under any program or activity from the MDOT. January 21 and 28, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150202/BID/0897 Matching Key Words: writ*; copy; standard; operating; procedure?;

Kentucky – City of Lexington https://lfucg.economicengine.com 200 East Main Street; Lexington, KY 40380; (859) 258-3320

R – Financial Auditors SOL RFP5-2015 Audit of Financial Statements Due Date: 02/19/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150130/BID/0276 Matching Key Words: age:state!ky; state!ky;

Louisiana Press Association http://www.publicnoticeads.com/LA/search/searchnotices.asp 404 Europe Street; Baton Rouge, LA 70802; (225) 344-9309

T – CITY OF COVINGTON SOUND, LIGHTING & VIDEO PRODUCTION AND M SOL Public Notice ID: 22127518.HTM CITY OF COVINGTON SOUND, LIGHTING & VIDEO PRODUCTION AND MONITORING SERVICES – THE CITY OF COVINGTON IS SEEKING PROPOSALS FOR SOUND, LIGHTING AND VIDEO PRODUCTION AND MONITORING SERVICES FOR THE CITYS PUBLIC EVENTS AND PRIVATE RENTAL EVENTS. The COMPLETE Request for Proposal with ALL REQUIREMENTS and all detailed information of services needed is available on the Citys website at http://www.covla.com, from the Director of Administration, 317 North Jefferson Ave., Covington, LA 70433, by telephoning (985) 898-4714 or by email at ghayes@covla.com. Sealed proposals will be accepted until February 11, 2015 at 2:00 p.m. Emailed proposals will NOT be accepted. Sealed proposals shall set forth the cost per hour separately for (1) sound, lighting and video production and (2) monitoring services and should be submitted to: Ms. Gina Hayes, Director of Administration 317 N. Jefferson Ave. Covington, LA 70433 1/15, 1/22 & 1/29/15 For more information about this opportunity please contact the buyer directly.

Kentucky – Fayette County Public Schools https://fcps.economicengine.com The Purchasing Office Louie Mack Building Room 101 460 Springhill Drive Lexington, Kentucky 40503

R – Primary Depository & Investment Banking Services SOL 10-15 Primary Depository & Investment Banking Services Due Date: 02/27/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150129/BID/0244 Matching Key Words: age:state!ky; state!ky;

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

R – Bid 3371 – Industrial Gases for Fleet Services SOL IFB-3371-0-2015/PL Bid 3371 – Industrial Gases for Fleet Services Due Date: 2/10/2015 3:00 PM Eastern Contact: Peter Langlois For more information about this opportunity please contact the buyer directly.

Kentucky – Louisville Water Company http://www.lwckyplanroom.com/View/Default.aspx Louisville Water Company ePlanroom City Government Customer Service Call: MetroCall 311 or (502) 574-5000

99 – 15-27 / Cherry Grove Grid Tie SOL 15-27 / Cherry Grove Grid Tie Due Date: 02/11/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150128/BID/0187 Matching Key Words: age:state!ky; state!ky;

Kentucky – Louisville Water Company http://www.lwckyplanroom.com/View/Default.aspx Louisville Water Company ePlanroom City Government Customer Service Call: MetroCall 311 or (502) 574-5000

99 – 15-14 / East End Area MRRP SOL 15-14 / East End Area MRRP Due Date: 02/11/2015 For more information about this opportunity please contact the buyer directly.

Kentucky State Procurement

Fayette County Public Schools, The Purchasing Office, Louie Mack Building Room 101, 460 Springhill Drive, Lexington, Kentucky 40503

R — AUDIT SERVICES. 08-15 DUE 27-FEB-2015 Phone: (859) 381-4100; Website: https://fcps.economicengine.com For more information about this opportunity please contact the buyer directly. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150203/KY/7941 Matching Key Words: age:state!ky; state!ky;

Louisville Metro Government – Division of Purchasing, 611 West Jefferson Street; Louisville, Kentucky 40202

U — FOOD SERVICE MANAGER CERTIFICATION COURSE. IFB-3372-0-2015/ES DUE 06-FEB-2015 Phone: (502) 574-3211; Website: http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 Due Date: 2/6/2015 3:00 PM Eastern. Contact: Eugene Skeete. For more information about this opportunity please contact the buyer directly. For more information about this opportunity please contact the buyer directly. This notice is provided by the Kentucky Procurement Technical Assistance Center. The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150203/KY/7942 Matching Key Words: age:state!ky; state!ky;

pitanim


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

ARMY

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $49,771,971 modification (P00005) to contract W56HZV-14-C-0054 to acquire six M1A2 Systems Enhanced Package v2 Abrams tanks. Fiscal 2014 other procurement funds in the amount of $6,019,674 were obligated at the time of the award. EstimatedDepartment of the Army completion date is Jan. 31, 2017. Work will be performed in Lima, Ohio; Scranton, Pennsylvania; Anniston, Alabama; and Tallahassee, Florida. Army Contracting Command, Warren, Michigan, is the contracting activity.

Palomar Display Products,* Carlsbad, California, was awarded a $28,594,810 firm-fixed-price indefinite-delivery/indefinite-quantity contract to produce Binocular Image Control Units, associated spares, repairs and engineering services. Funding and work location will be determined with each order, with an estimated completion date of Feb. 13, 2020. One bid was solicited with one received. Army Contracting Command, Alexandria, Virginia, is the contracting activity (W909MY-15-D-0003).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

The Boeing Co., Oklahoma City, Oklahoma, has been awarded a $402,787,272 fixed-price incentive firm and cost-plus-fixed-fee modification (PZ0001) to previously awarded contract FA8730-15-C-0001 for Japan Airborne Warning and Control System (AWACS) Mission Computing Upgrade Program. Contractor will provide upgrade of four E-767 aircraft and three ground support facilities. Work will be performed at Oklahoma City, Oklahoma, and is expected to be complete by June 30, 2020. This contract is 100 percent foreign military sales to Japan. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

Decypher, San Antonio, Texas (FA8650-15-D-4052); Peerless Technologies Corp., Fairborn, Ohio (FA8650-15-D-4051); P3S, San Antonio, Texas (FA8650-15-D-4053); Prairie Quest Consulting, Fort Wayne, Indiana (FA8650-15-D-4054); Solutions Through Innovative Technologies Inc., Dayton, Ohio (FA8650-15-D-4055); SpecPro Technical Services, San Antonio, Texas (FA8650-15-D-4056), have been awarded a combined $20,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for services to units of the 711th Human Performance Wing. Contractor will provide advisory and assistance services, non- advisory and assistance services and personal services. They include administrative and functional support, medical and biomedical research assistance, clinical and clinical hyperbaric medicine services, environmental bio-terrorism support, technology evaluation and research studies support. Work will be performed at Wright-Patterson Air Force Base, Ohio; San Antonio, Texas; Cincinnati, Ohio; Baltimore, Maryland; St. Louis, Missouri, and other geographically separated units and is expected to be complete no later than Dec. 13, 2015. This award is the result of a limited competitive acquisition with six offers received. Fiscal year 2015 and 2016 defense health program, operations and maintenance and research, development, test and evaluation funds in the total amount of $800,309 are being obligated at the time of award. Each company is receiving different amounts. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

United Technologies Corp. doing business as Pratt & Whitney, East Hartford, Connecticut, has been awarded an estimated $16,663,785 for the second option to previously awarded requirements for firm-fixed-price contract FA8121-10-D-0008. Contractor will provide remanufacture of FI00-PW-I 00/200/220/220E/229 engine modules. Work will be performed at Columbus, Georgia, and is expected to be complete by April 22, 2015. This contract is 100 percent foreign military sales for Chile, Egypt, Jordan, Thailand, Taiwan, Greece and Indonesia. This award is the result of a sole source acquisition and one offer was received. Air Force Space Command, Tinker Air Force Base, Oklahoma, is the contracting activity.

Gulfstream Aerospace Corp., Savannah, Georgia, has been awarded $13,006,223 in modifications to task orders 0015 and 0016 on previously awarded contract FA8106-13-D-0002. Contractor will provide seven additional months of services for logistics support for the Navy C-20 and C-37 fleet. Work will be performed at Savannah, Georgia; Naval Air Station Sigonella, Italy; Andrews Air Force Base, Maryland; Hickam Air Force Base, Hawaii; and Marine Corps Base, Hawaii, and is expected to be complete by Jan. 31, 2016. Fiscal year 2015 Navy operation and maintenance in the amount of $13,006,223 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

Northrop Grumman Space Mission Systems Corp., San Diego, California, has been awarded a $6,926,501 modification (P00094) to previously awarded contract FA8726-09-C-0010 for risk management framework. Contractor will meet cybersecurity requirements using the new Risk Management Framework. Work will be performed at San Diego, California, and is expected to be complete by June 22, 2015. This award is the result of a sole-source acquisition. Fiscal year 2015-operations and maintenance funds in the amount of $6,926,501 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $39,608,596 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0008) for procurement of electronic components in support of F-35 Lightning II Joint Strike Fighter aircraft for the U.S. Air Force, U.S. Marine Corps, U.S. Navy, International Partners and the Governments of Israel and Japan. These components are in support of production, sustainment and operations and maintenance requirements resulting from diminishing manufacturing sources. Work will be performed in Fort Worth, Texas, and is expected to be completed in September 2015. Fiscal 2014 aircraft procurement, Navy and Air Force, international partner and foreign military sales funds in the amount of $28,894,731 are600px-US-DeptOfNavy-Seal.svg being 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. Air Force ($16,843,735; 43 percent), the U.S. Marine Corps ($5,996,093; 15 percent), U.S. Navy ($3,710,236; 9.4 percent), international partners ($10,485,085; 26.5 percent) and the governments of Israel ($1,362,337; 3.1 percent) and Japan ($1,211,110; 3 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting authority.

Alliant Techsystems Operations LLC, Clearwater, Florida, is being awarded a not-to-exceed $30,656,796 ceiling priced contract for the manufacture, upgrade, repair and test assemblies of the AN/AAR-47 (V) Missile Warning Set comprised of electro-optic countermeasure sensors, countermeasure signal processors and countermeasure signal simulators for the U.S. Navy, U.S. Air Force, U.S. Army and Governments of India, Norway, Spain and Australia. Work will be performed in Clearwater, Florida (45 percent); Austin, Texas (20 percent); Quebec, Canada (16 percent); and other various locations within the United States (19 percent), and is expected to be completed in April 2017. Fiscal 2013, 2014, and 2015 aircraft procurement (Navy and Air Force), National Guard reserve, foreign military sales and working capital (Defense) funds in the amount of $29,587,778 will be obligated at time of award, $9,398,286 of which will expire at the end of the current fiscal year. This award combines purchases for the U.S. Navy ($10,474,978; 35 percent), U.S. Air Force ($ 10,432,828; 35 percent), Defense Working Capital funds ($3,318,600; 11 percent), National Guard Reserve ($2,644,580; 10 percent) and the Governments of India ($1,080,884; 3.5 percent), Norway ($985,070; 3.2 percent), Spain ($610,068; 2 percent) and Australia ($40,770; .3 percent). 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-0030).

Rolls Royce Naval Marine Inc., Walpole, Massachusetts, is being awarded a $9,891,150 modification to previously awarded contract (N00024-08-C-4203) for additional engineering services to complete development and delivery of one AG916RF gas turbine-generator set for Navy land-based testing. Rolls Royce will provide the engineering services and support for the design, development, fabrication, assembly and test of one Advanced Power Generation Module (APGM), designated as the AG916RF gas turbine-generator set, to be delivered to the Navy land based test site located at the Naval Surface Warfare Center Ship Systems Engineering Station, Philadelphia, Pennsylvania. This APGM set will be based on specifications established by the DDG-1000 shipyard for the lead ship installation and modified to suit the DDG 51 Flight III power requirements. Work will be performed in Indianapolis, Indiana (80 percent) and Walpole, Massachusetts (20 percent), and is expected to be completed by September 2017. Fiscal 2015 research, development, test and evaluation contract funds in the amount of $9,891,150 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.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

US Foods Lexington, Lexington, South Carolina, has been awarded a maximum $35,500,000 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support in the South Carolina area. This contract was a sole-source acquisition. This is a nine-month bridge contract. Location of performance is South Carolina, with a Nov. 7, 2015 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 (SPE300-15-D-3146).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Agile Defense Inc.,* Reston, Virginia, has been awarded a competitive $26,191,017 cost-plus-award-fee task order (HR0011-15-F-0002) with options for unclassified information technology services and support for the Defense Advanced Research Projects Agency Mission Services Office Information Technology Directorate. The services and support include office computing, networking, communications services, design and development and technical support services. The task order was competedP amongst all holders of the General Services Administration Alliant Small Business Government-wide Acquisition Contract. Seven offers were received. The base-year award has a 10-month period of performance. Fiscal year 2015 research and development funds in the amount of $18,309,770 are being obligated at time of award. Work will be performed in Arlington, Virginia. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

ARMY

ABM Government Services, Hopkinsville, Kentucky (W912DY-15-D-0029); ACEPEX Management Corp.,* Montclair, California (W912DY-15-D-0030); EMCOR Government Services, Arlington, Virginia (W912DY-15-D-0031); Electronic Metrology Laboratory,* Franklin, Tennessee (W912DY-15-D-0032); Facility Services Management,* Clarksville, Tennessee (W912DY-15-D-0033); J&J Maintenance Inc., Austin , Texas (W912DY-15-D-0034); Johnson Controls Building Automation Systems, Huntsville, Alabama (W912DY-15-D-0035); Quality Services International,Department of the Army San Antonio, Texas (W912DY-15-D-0036); SODEXO Management Gaithersburg, Maryland (W912DY-15-D-0037); and VW International, Alexandria, Virginia (W912DY-15-D-0038), were awarded a $990,000,000 firm-fixed-price shared contract amount for operations and maintenance services at government medical and related non-medical facilities including hospitals, clinics, administrative, pharmacies, veterinarian, dental, training, research, utility and energy plants, labs and storage facilities, as well as some nonmedical facilities associated with these medical facilities.. Funding and work location will be determined with each order with an estimated completion date of Feb. 11, 2020. Bids were solicited via the Internet with 22 received. Army Corps of Engineers, Engineer Support Center, Huntsville, Alabama, is the contracting activity.

ABM Government Services, Hopkinsville, Kentucky (W91278-15-D-0020); EMCOR Government Services Inc., Arlington, Virginia (W91278-15-D-0021); Facilities Services Management Inc., Clarksville, Tennessee (W91278-15-D-0022); J&J Worldwide Services, Austin, Texas (W91278-15-D-0023); and Jones Lang LaSalle, Washington, District of Columbia (W91278-15-D-0024), were awarded a $248,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, task order contract with options for the operation, maintenance and minor construction for Army Medical Command facilities in CONUS, Alaska, Hawaii and Puerto Rico. Funding and work location will be determined with each order, with an estimated completion date of Feb. 8, 2020. Bids were solicited via the Internet with six received. Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

Airbus Defense and Space Inc., Herndon, Virginia, was awarded a $220,564,993 modification (P00882) to contract W58RGZ-06-C-0194 to procure forty-one 72A Lakota Helicopters to include forty-one Airborne Radio Communications 231 Radios. Fiscal 2015 other procurement funds in the amount of $220,564,993 were obligated at the time of the award. Estimated completion date is July 31, 2017. Work will be performed Columbus, Mississippi. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Robertson Fuel Systems, Tempe, Arizona, was awarded a $45,352,938 firm-fixed-price foreign military sales contract (Korea, Turkey, UAE) to supply Extended Range Fuel Systems and associated support equipment for the CH-47 helicopter. Funding and work location will be determined with each order, with an estimated completion date of Dec. 31, 3019. Bids were solicited via the Internet with one received. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-D-0025).

Raytheon/Lockheed Martin Javelin J/V was awarded a $25,368,524 modification (P00013) to foreign military sales contract W31P4Q-14-C-0127 (Ireland, Australia, New Zealand, France, Lithuania, Jordan, Norway, Taiwan) for life cycle contractor support and repairs for U.S. Army, Marines, Army National Guard and FMS customers. Fiscal 2015 operations and maintenance (Army) and other procurement funds in the amount of $25,368,524 were obligated at the time of the award. Estimated completion date is Feb. 28, 2016. Work will be performed in Tucson, Arizona. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Elbit Systems of America, Fort Worth, Texas, was awarded a $13,185,756 modification (P00013) to foreign military sales contract W58RGZ-12-C-0164 (Indonesia) for 300 Apache Aviator Integrated Helmets. Fiscal 2010/2013/2014 other procurement funds in the amount of $13,185,756 were obligated at the time of the award. Estimated completion date is April 30, 2017. Work will be performed in Fort Worth, Texas. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Wolverine Services LLC,* Colorado Springs, Colorado, was awarded an $11,371,140 firm-fixed-price contract for base operations services. Work will be performed at the following Alaskan locations: Fort Wainwright, Donnelly, Yukon and Black Rapids training areas with an estimated completion date of April 11, 2021. Bids were solicited via the Internet with six received. Funding will be determined with each order. Army Contracting Command, Fort Wainwright, Alaska, is the contracting activity (W912D0-15-D-0004).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Beacon Point Associates, LLC,** Pembroke Pines, Florida, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment/supplies, optical/laboratory equipment/supplies, components and systems accessories. This contract was a competitive acquisition, and fifty-five offers were received. This is a five-year base contract with no option year periods. Location of performance is Florida with a Feb. 11, 2020 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 (SPE2DE-15-D-0012).

AIR FORCE

COLSA Corp., Huntsville, Alabama, has been awarded a $23,748,310 modification (P00023) to exercise the option on previously awarded contract FA9200-10-D-0166. Contractor will provide additional diverse non-engineering, technical and acquisition management support services already being provided under the basic contract. Work356px-Seal_of_the_US_Air_Force.svg will be performed at Eglin Air Force Base, Florida, and is expected to be complete by July 31, 2015. This contract involves foreign military sales. Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity.

OASIS System LLC, Lexington, Massachusetts, has been awarded a $23,748,310 indefinite-delivery/ indefinite quantity modification (P00025) to exercise the option on previously awarded contract FA9200-10-D-0173. Contractor will provide additional diverse non-engineering, technical and acquisition management support services already being provided under the basic contract. Work will be performed at Eglin Air Force Base, Florida, and is expected to be complete by July 31, 2015. This contract involves foreign military sales. Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $16,492,000 undefinitized delivery order against a previously issued Basic Ordering Agreement (N00019-14-G-0020) for the procurement and installation of vehicle management computer retrofit modification kits into designated aircraft that are critical to meeting F-35 Lightning II requirements. Work will be performed in Fort Worth, Texas (45 percent); Ogden, Utah (20 percent); Cherry Point, North Carolina (20 percent); Yuma, Arizona (5 percent); Eglin Air Force Base, Florida (5 percent); and Edwards Air Force Base, California (5 percent), and is expected to be completed in August 2016. Fiscal 2013 and 2015 aircraft procurement (Navy, Marine Corps and Air Force), fiscal 2015 research, development, test and evaluation funds (Navy, Marine Corps and Air Force) and International Partner funds in the amount of $8,246,000 are being obligated on this award, $4,051,934 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

General Dynamics Information Technology Inc., Fairfax, Virginia, is being awarded a one-year $13,939,606 modification to a previously awarded multiple award indefinite-delivery/indefinite-quantity, cost-reimbursement-type contract (N66001-12-D-0060) for support of technology insertion, software and systems engineering, modeling and simulation, systems integration testing, integrated logistics in support of information technology and other Command, Control, Communications, Computers, and Intelligence (C4I) efforts. This is one of two contracts awarded; each awardee will have the opportunity to compete for task orders during the ordering period. This contract includes one remaining one-year option which, if exercised, would bring the potential, cumulative value of this contract to an estimated $68,088,407. Work will be performed in San Diego, California, and work is expected to be completed by Feb. 11, 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. Funding will be obligated via task orders as they are issued using research, development, test and evaluation; other procurement (Navy); operations & maintenance (Navy); Navy working capital fund; and Defense working capital funds. This contract was competitively procured via Request for Proposal N66001-11-R-0026 published on the Federal Business Opportunities website, and the SPAWAR e-Commerce Central website. Two proposals were received and two were selected. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-12-D-0060).

Science Applications International Corp. Inc., McLean, Virginia, is being awarded a one-year $12,236,396 modification to a previously awarded multiple award indefinite-delivery/indefinite-quantity, cost-reimbursement-type contract (N66001-12-D-0061) for support of technology insertion, software and systems engineering, modeling and simulation, systems integration testing integrated logistics in support of information technology and other Command, Control, Communications, Computers, and Intelligence (C4I) efforts. This is one of two contracts awarded; each awardee will have the opportunity to compete for task orders during the ordering period. This contract includes one remaining one-year option which, if exercised, would bring the potential, cumulative value of this contract to an estimated $59,770,490. Work will be performed in San Diego, California, and work is expected to be completed Feb. 11, 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. Funding will be obligated via task orders as they are issued using research, development, test and evaluation; other procurement (Navy); operations and maintenance (Navy); Navy working capital fund; and Defense working capital funds. This contract was competitively procured via Request for Proposal N66001-11-R-0026 published on the Federal Business Opportunities website, and the SPAWAR e-Commerce Central website, with two proposals received and two were selected. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity.

Systems Engineering Support Co. Inc.,* San Diego, California, is being awarded a $7,566,497 indefinite-delivery/indefinite-quantity, cost-reimbursement-type contract for design, engineering, integration, fabrication and testing support of the Data Multiplex Systems (DMS), the Fiber Optic Data Multiplex System, and the Gigabit Ethernet Data Multiplex System, collectively referred to as xDMS. This is a three-year contract which includes two one-year options, which if exercised, would bring the contact value to $12,975,000. Work will be performed in San Diego, California, and work is expected to be completed Feb. 11, 2018. No contract funds will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. Funding will be obligated via task orders as they are issued using ship construction (Navy), other procurement (Navy) and foreign military sales funds. This contract was competitively procured via solicitation N66001-14-R-0013 and publication on the Federal Business Opportunities website and SPAWAR e-Commerce Central website, with two offers received. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-D-0058).

ARMY

Four LLC,* Centreville, Virginia (W52P1J-15-D-0006); ImmixTechnology, Inc., McLean, Virginia (W52P1J-15-D-0007); and Carahsoft Technology Corp., Reston, Virginia (W52P1J-15-D-0008), were awarded a $49,000,000 firm-fixed-price, multiple award, indefinite-delivery/indefinite-quantity contract to support the Army’sDepartment of the Army commercial off-the-shelf information technology software requirements. Funding and work location will be determined with each order, with an estimated completion date of Feb. 10, 2020. Bids were solicited via the Internet with three received. Army Contracting Command, Rock Island Arsenal, Rock Island, Illinois, is the contracting activity.

Prime AE Group, Inc.,* Columbus, Ohio, was awarded a $35,000,000 firm-fixed-price, indefinite-delivery contract, with options, for architectural and engineering services primarily in support of the Department of Homeland Security. Funding and work location will be determined with each order, with an estimated completion date of Feb. 10, 2020. Bids were solicited via the Internet with 29 received. U.S. Army Corps of Engineers, Fort Worth District, Fort Worth, Texas, is the contracting activity (W9126G-15-D-0001).

FEH Associates Inc.,* Sioux City, Iowa, was awarded a $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multi-disciplinary contract with options for architectural and engineering services. Funding and work location will be determined with each order, with an estimated completion date of Feb. 10, 2017. Bids were solicited via the Internet with 12 received. National Guard Bureau – Iowa, Johnston, Iowa, is the contracting activity (W912LP-15-D-0001).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Northrop Grumman Systems Corp., Melbourne, Florida, has been awarded a maximum $37,979,459 firm-fixed-price contract for outer wing weapons panel. This contract was a sole-source acquisition. This is a three-year base contract. Location of performance is Florida, with a November 2018 performance completion date. Using military service is Navy. Type of appropriation is fiscal year 2015 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPM4AX-12-D-9401-THA6).

NAVY

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is being awarded a $9,365,128 modification to the previously awarded cost-plus-incentive-fee contract, N00019-13-C-0016. This modification is for common recurring sustainment and annualized and non-annualized common depot activation services in support of Low Rate Initial Production Lot VIII F135 propulsion systems.600px-US-DeptOfNavy-Seal.svg Work will be performed in Hartford, Connecticut, and is expected to be completed in April 2017. Fiscal 2013 aircraft procurement (Navy, Air Force, and Marine Corps) funds and international partner funds in the amount of $9,365,128 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract combines purchase for the U.S. Air Force ($4,610,815; 49 percent); the U.S. Navy/Marine Corps ($3,935,433; 42 percent); and the international partners ($818,880; 9 percent). 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 $14,488,097 modification to a previously awarded cost-plus-incentive-fee contract (N00019-02-C-3002) to incorporate Block 3i requirements into the F-35 United States Reprogramming Laboratory, including software upgrade, hardware refresh, end-to-end demonstration and certification and accreditation. Work will be performed at Fort Worth, Texas (88 percent) and Orlando, Florida (12 percent), and is expected to be completed in June 2016. Fiscal 2015 research, development, test and evaluation (Navy) funds in the amount of $8,806,815 are being obligated on this 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_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Racoe Inc.,* Celina, Tennessee, has been awarded a maximum $8,732,834 modification (P00103) exercising the second one-year option period of a one-year base contract (SPM1C1-13-D-1022), with four one-year option periods, for Marine Corps combat utility uniform trousers. This is a firm-fixed-price, indefinite-quantity contract. Locations of performance are Tennessee and Mississippi, with a Feb. 13, 2016, performance completion date. Using military service is 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.

DEPARTMENT OF DEFENSE EDUCATION ACTIVITY

The Caesar Rodney School District, Camden Wyoming, Delaware was awarded an $8,682,650 modification (P00002) to contract HEVAS6-13-C-0001exercising the second of four option periods for comprehensive education program services, for kindergarten through 12th grade, for eligible children of Department of Defense personnel who reside on Dover Air Force Base, Delaware. The period of performance for this option is March 1, 2015, through June 30, 2016. Type of appropriation is fiscal year 2015 operations and maintenance funds. The contracting activity for this action is the Department of Defense Education Activity, Domestic Dependent Elementary and Secondary Schools, Peachtree City, Georgia.

NAVY

Charles Stark Draper Laboratory Inc., Cambridge, Massachusetts, is being awarded a maximum amount $302,443,626 firm-fixed-price, fixed-price-incentive and cost-plus-incentive-fee contract for the ongoing acquisition of Trident (D5) MK 6 Guidance System Repair Program with failure verification, test, repair and recertification of inertial measurement units, electronic assemblies and electronic modules. Work will be performed in Pittsfield, Massachusetts (42 percent); Minneapolis, Minnesota (29 percent); Clearwater, Florida (22 percent); and Cambridge, Massachusetts (7 percent), and work is expected to be completed March600px-US-DeptOfNavy-Seal.svg 31, 2019. Fiscal 2015 weapons procurement (Navy) contract funds in the amount of $260,861,626 and fiscal 2015 United Kingdom contract funds in the amount of $41,582,000 are being obligated at time of award. The contract funds will not expire at the end of the current fiscal year. This contract is a sole source acquisition pursuant to 10 U.S.C. 2304(c)(1). Strategic Systems Program, Washington, District of Columbia, is the contracting activity (N00030-15-C-0003).

Raytheon Co., McKinney, Texas, is being awarded $10,464,556 for job order 0060 under previously issued Basic Ordering Agreement (N00164-12-G-JQ66) for procurement of Multi-Spectral Targeting Systems Turret Units, electronic units and power converter units and data for the MH-60 Royal Australian Navy. This contract involves foreign military sales to Australia. The system is an airborne, electro-optic, forward-looking infra-red, turreted sensor package that provides long-range surveillance, high altitude target acquisition, tracking, range-finding and laser designation for all tri-service and NATO laser guided munitions. Work will be performed in McKinney, Texas, and is expected to be completed by April 2017. Fiscal 2015 foreign military sales funding in the amount of $10,464,556 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), as set forth is FAR 6.302-1(b)(1)(ii) – only one or limited responsible sources and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity.

Q.E.D. Systems Inc., Virginia Beach, Virginia, is being awarded a $10,321,412 cost-plus-fixed-fee level-of-effort contract with performance-incentive-fee components for third-party advanced planning services in support of chief of naval operations availabilities, continuous maintenance availabilities (CMAVs), inactivation CMAVs, sustainment availabilities, phased modernization availabilities, re-commissioning availabilities, continuous maintenance and emergent maintenance for Navy surface combatant ship classes. This contract includes options which, if exercised, would bring the cumulative value to $198,061,731. Work will be performed in Norfolk, Virginia (60 percent) and San Diego, California (40 percent), and is expected to be completed by February 2016. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $514,950 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 one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-C-4400).

Reid Middleton Inc.,* Everett, Washington, is being awarded a maximum amount $10,000,000 firm-fixed-price, indefinite-delivery/indefinite quantity architect-engineering contract for structural engineering services in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The work provides for structural engineering services for a wide variety of buildings and structures of various sizes and configurations, as well as high bay structures, long-span structures, containment vessels tanks, weight handling equipment, retaining structures, towers and bridges. 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 February 2020. Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $5,000 are 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 (N62473-15-D-2410).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

BAE Systems Information and Electronic Systems Integration Inc., Nashua, New Hampshire, has been awarded a $221,000,000 indefinite-delivery/indefinite-quantity contract for F-16 support equipment and related services. Work will be performed at Nashua, New Hampshire and Ft. Worth, Texas, and is expected to be complete by Feb. 4, 2020. This award is the result of a sole-source acquisition and is 100 percent foreign military sales to multiple countries including Morocco, Egypt, Oman, Pakistan, Indonesia and Portugal. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8232-15-D-0001).

Tunista Services, Honolulu, Hawaii, has been awarded a $46,652,395 firm-fixed-price contract for operation and maintenance of the Barry M. Goldwater Range and Gila Bend Air Force Auxiliary Field. Work will be performed at Gila Bend, Arizona, and is expected to be complete by Sept. 30, 2019. This award is the result of a competitive acquisition with three offers received. Fiscal year 2015 operations and maintenance funds in the amount of $1,789,066 are being obligated at the time of award. The 56th Contracting Squadron, Luke Air Force Base, Arizona, is the contracting activity (FA4887-15-D-0001).

DEFENSE LOGISTICS AGENCY

Bell Boeing Joint Project Office, California, Maryland, has been awarded a maximum $19,353,052 firm-fixed-price contract for aircraft spare parts. This contractDefense_Logistics_Agency was a sole-source acquisition. This is a three-year base contract with one two-year option period. Location of performance is Maryland, with a Feb. 9, 2018 performance completion date. Using military services are Air Force and Marine Corps. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPE4AX-14-D-9425).

 

pitanim


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-8 Southern Region, 1720 Peachtree Rd. NW Suite 876 South Regional Office Atlanta GA 30309

99 — 8a Business Capabilities Repository Request for Information AG-43ZP-RFI-15-0001 031915 CHRISTOPHER J. FORD, Phone 4043471635, Email cjford@fs.fed.us The USDA Forest Service Southern Region (R8) is inviting interested600px-US-DeptOfAgriculture-Seal2.svg 8a program sources to submit their current Capabilities Statements. The Southern Region includes the following states and territories: Alabama, Arkansas, Florida, Georgia, Kentucky, Louisiana, Mississippi, Oklahoma, Puerto Rico, North Carolina, South Carolina, Tennessee, Texas, and Virginia. Our intentions are to include the submitted vendor capabilities statements in our Business Capabilities Repository (BCR).
The BCR maintains a directory for all submitted capabilities statements from interested businesses seeking opportunities with the Forest Service. BCR categorizes Capability Statements by businesses’ primary North American Industry Classification System codes (NAICS). NAICS is the standard used by Federal statistical agencies in classifying business establishments for the purpose of collecting, analyzing, and publishing statistical data related to the U.S. business economy. We are specifically seeking 8a vendors that can provide services and supplies under the following NAICS codes:
• 115310 Support Activities for Forestry
• 236210 Industrial Building Construction
• 236220 Commercial and Industrial Building Construction
• 237110 Water & Sewer Line and Related Structures Construction
• 237310 Highway, Street and Bridge Construction
• 237990 Other Heavy Civil Engineering Construction
• 238120 Structural Steel and Precast Concrete Contractors
• 238160 Roofing Contractors
• 238210 Electrical Contractors
• 238220 Plumbing, Heating, and Air-Conditioning Contractors
• 238320 Painting and Wall Covering Contractors
• 238330- Flooring Contractors
• 238990 All Other Specialty Trade Contractors
• 325320 – Pesticide and Other Agricultural Chemical Manufacturing
• 561720 Janitorial Services
• 561730 Landscaping Services
• 541370 Surveying and Mapping Services
• 541330 Engineering Services
Responsive vendor’s capabilities statements shall include the following: contact information; executive summary; NAICS codes; DUNS number; CAGE code; socio-economic classifications; past performance; SBA representative contact information; existing Forest Service or Interagency agreements or contracts; and if applicable GSA Schedule Contract number.
Remember the intention of this notice is to seek sources for future requirements within the Southern Region. All eligible vendors shall submit their capabilities statements for inclusion to r8_smallbiz@fs.fed.us.
No printed capabilities statements shall be accepted at this time in response to this notice.
Replies are due by March 19, 2015 at 2:00 pm/ET.

Set-Aside: Competitive 8(a) Place of Performance: The Southern Region includes the following states and territories: Alabama, Arkansas, Florida, Georgia, Kentucky, Louisiana, Mississippi, Oklahoma, Puerto Rico, North Carolina, South Carolina, Tennessee, Texas, and Virginia. US URL: https://www.fbo.gov/spg/USDA/FS/43ZP/AG-43ZP-RFI-15-0001/listing.html

OutreachSystems Article Number: 150220/PROCURE/0614 Matching Key Words: state!ky;
600px-US-DeptOfAgriculture-Seal2.svgDepartment of Agriculture, Forest Service, R-8 Southern Region, 1720 Peachtree Rd. NW Suite 876 South Regional Office Atlanta GA 30309

99 — HUB-Zone Business Capabilities Repository Request for Information AG-43ZP-RFI-15-0002 031915 CHRISTOPHER J. FORD, Contract Officer, Phone 4043471635, Email cjford@fs.fed.us The USDA Forest Service Southern Region (R8) is inviting interested HUB-Zone sources to submit their current Capabilities Statements. The Southern Region includes the following states and territories: Alabama, Arkansas, Florida, Georgia, Kentucky, Louisiana, Mississippi, Oklahoma, Puerto Rico, North Carolina, South Carolina, Tennessee, Texas, and Virginia. Our intentions are to include the submitted vendor capabilities statements in our Business Capabilities Repository (BCR).
The BCR maintains a directory for all submitted capabilities statements from interested businesses seeking opportunities with the Forest Service. BCR categorizes Capability Statements by businesses’ primary North American Industry Classification System codes (NAICS). NAICS is the standard used by Federal statistical agencies in classifying business establishments for the purpose of collecting, analyzing, and publishing statistical data related to the U.S. business economy. We are specifically seeking HUB-Zone vendors that can provide services and supplies under the following NAICS codes:
• 115310 Support Activities for Forestry
• 236210 Industrial Building Construction
• 236220 Commercial and Industrial Building Construction
• 237110 Water & Sewer Line and Related Structures Construction
• 237310 Highway, Street and Bridge Construction
• 237990 Other Heavy Civil Engineering Construction
• 238120 Structural Steel and Precast Concrete Contractors
• 238160 Roofing Contractors
• 238210 Electrical Contractors
• 238220 Plumbing, Heating, and Air-Conditioning Contractors
• 238320 Painting and Wall Covering Contractors
• 238330- Flooring Contractors
• 238990 All Other Specialty Trade Contractors
• 325320 – Pesticide and Other Agricultural Chemical Manufacturing
• 561720 Janitorial Services
• 561730 Landscaping Services
• 541370 Surveying and Mapping Services
• 541330 Engineering Services

Responsive vendor’s capabilities statements shall include the following: contact information; executive summary; NAICS codes; DUNS number; CAGE code; socio-economic classifications; past performance; existing Forest Service or Interagency agreements or contracts; and if applicable GSA Schedule Contract number.
Remember the intention of this notice is to seek sources for future requirements within the Southern Region. All eligible vendors shall submit their capabilities statements for inclusion to r8_smallbiz@fs.fed.us.

No printed capabilities statements shall be accepted at this time in response to this notice.

Replies are due by March 19, 2015 at 2:00 pm/ET.

Set-Aside: HUBZone Place of Performance: The Southern Region includes the following states and territories: Alabama, Arkansas, Florida, Georgia, Kentucky, Louisiana, Mississippi, Oklahoma, Puerto Rico, North Carolina, South Carolina, Tennessee, Texas, and Virginia. US URL: https://www.fbo.gov/spg/USDA/FS/43ZP/AG-43ZP-RFI-15-0002/listing.html

OutreachSystems Article Number: 150220/PROCURE/0615 Matching Key Words: state!ky;
Department of the Army, Army Contracting Command, MICC, MICC – Fort Riley, MICC – Fort Riley, 1792 12th Street, Fort Riley, KS 66442

T–Soldier for Life-Transition Assitance Program (SFL-TAP) W911RX15T0012 022015 Lesa Crockett, 785-239-5847 MICC – Fort Riley SOURCES SOUGHT NOTICE
THIS IS A Sources Sought Notice ONLY. This notice is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not seeking proposals at this time and will not accept unsolicited proposals. Responders are advised 150px-AMC_shoulder_insignia.svg that the U.S. Government will not pay for any information or administrative costs incurred in response to this notice; all costs associated with responding to this notice will be solely at the interested party’s expense. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFP, if any is issued. However, in order to validate an acquisition strategy through efficient market research, small businesses, in all socioeconomic categories, are highly encouraged to respond to identify capabilities in meeting the requirements. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.
A continuing need is anticipated for the Soldier for Life/Transition Assistance Program video. The purpose of this notice is to conduct market research to determine if capable, interested sources exist to assist in determining if this effort can be set-aside for small business (to include 8(a) Business Development Program participants, Historically Underutilized Business Zone (HUBZone) small business concerns, Service disabled veteran-owned (SDVOSB), and Women-owned small businesses (WOSB)), and to improve the Army’s approach to acquiring the identified services.
The Army is committed, when conducting market research, to request no more than the minimum information necessary from potential sources. With that in mind, the Army requests the following information:
1. Please provide information sufficient to form a basis for the contracting officer to conclude there is a reasonable expectation that offers would be obtained from at least two responsible business concerns and that award would be made at fair market prices. Please prove specific information in your Capability Statement that includes previous experience on similar requirements, bonding capabilities that will facilitate making a capability determination.
General requirements shall consist of providing Fort Riley Soldier for Life-Transition Assistance Program (SFL-TAP) a video consisting of six (6) informational segments that provide an overview of services offered by SFL-TAP, a testimonial segments featuring the educational option highlighting the Advanced Manufacturing pilot program, a testimonial segments featuring the Vocational Technical option, a testimonial segments featuring the straight to work option, a testimonial segments featuring the entrepreneur option, and a final informational segment’s featuring all other resources offered to transitioning Soldiers. This production must consist of a single video consisting of the six (6) segments capable of being broadcast as a single unit or segmented into six (6) individual segments. Content should be viewed as priority over the time limitation. The video needs to be completed no later than 1 April 2015.
2. Additionally, to permit the contracting officer, in accordance with FAR 19.203(c), to first consider an acquisition for the small business socioeconomic contracting programs (i.e., 8(a), HUBZone, SDVOSB, or WOSB programs) before considering a small business set-aside (see 19.502-2(b)), please provide: , business size and category.
3. Please identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.
4. To the extent of your knowledge of the industry, please provide a list of all potential contractors who could reasonably perform the needed services.
5. Please identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.
6. Please recommend an acquisition strategy outlining how the Army should acquire the needed services.
All interested firms have until 20 February 2015 at 9:00AM, CST to submit the following two (2) pieces of information:

1. Completed Vendor Information Form.

2. Evidence of capabilities to perform comparable work, in the area of video production, on three recent projects (not more than three (3) years old). Include the project name and description of the key/salient features of the project, completion date, total contract value, and your company’s level of involvement in the project. Special certifications and Bonding capability.

The requested information should be submitted in electronic format to: lesa.m.crockett.civ@mail.mil.
Place of Performance: MICC – Fort Riley 1792 12th Street, Fort Riley KS 66442 US URL: https://www.fbo.gov/notices/8c75f2a7d4308437fb0a450916327ed8

OutreachSystems Article Number: 150220/PROCURE/0692 Matching Key Words: video*; produc*; education*; business*; production?; naics!512110;

Department of the ArmyDepartment of the Army, FedBid, FedBid.com — for Department of Army procurements only, 503 Langford Lake Road Building 503, Fort Irwin, CA 92310

R–Five Minute Video on Environmental at Fort Irwin W9124B-15-Q-9987 022715 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 W9124B-15-Q-9987 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 2005-79. The associated North American Industrial Classification System (NAICS) code for this procurement is 512110 with a small business size standard of $32.50M.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 2015-02-27 13:00:00.0 Eastern Time or as otherwise displayed at http://www.FedBid.com.FOB Destination shall be Fort Irwin, CA 92310 Set-Aside: Total Small Business Place of Performance: Fort Irwin, CA 92310 92310 US URL: https://www.fbo.gov/notices/33a505dc16e399472a9090a8524eaa7c

OutreachSystems Article Number: 150219/PROCURE/0070 Matching Key Words: naics!512110;

Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105 Bethesda MD 20894

R — Research, Writing/Editing Services for History of Medicine Division – Exhibition Program NIHLM2015408 030515 Maryann Carroll, Phone 3014517329, Email maryann.carroll@nih.gov This is a Small Business Sources Sought 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; ordept of health and human services 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.
All responsible sources may submit a capability statement which will be considered by the National Library of Medicine. This Sources Sought Notice is not a Request for Quotations (RFQ), nor is an RFQ available.

Interested firms responding to this Sources Sought Notice must provide a capability statement that displays the following:

(a) Microsoft Word or PDF file in 12 point font
(b) 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)
(c) Technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses
(d) Staff expertise, including their availability, experience, and formal and other training;
(e) Current in-house capability and capacity to perform the work;
(f) Prior completed projects of similar nature;
(g) Corporate experience and management capability; and
(h) Examples of prior completed Government contracts, references, and other related information;

The capability statement should contain enough sufficient detail for the Government to make an informed decision regarding your capabilities; however, the statement should not exceed 6 pages (excluding attachments.)

All capability statements must be submitted electronically no later than 9:00am eastern time on March 5th, 2015 to Maryann Carroll, at maryann.carroll@nih.gov.

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 technical information in any resultant solicitation(s).

The scope of work for the proposed aquisition is found below.

______________________________

DRAFT STATEMENT OF WORK

Research and Writing/Editing Services for the Exhibition Program
History of Medicine Division, National Library of Medicine

A. Background
The Exhibition Program of the History of Medicine Division at the National Library of Medicine seeks research and writing/editing services. The Exhibition Program produces educational exhibitions about a wide range of topics related to scholarly research in science, medicine, technology, and history for the general public. The Exhibition Program produces both physical and online exhibitions that enhance public and scholarly awareness of and appreciation for the collections of the National Library of Medicine.
The online exhibitions include Education resources that provide instructional information and tools to educators and students in K-12 and higher education institutions. The online Digital Gallery presents selections of digitized primary sources from the Library’s collections.

B. Purpose and Objectives of the Procurement
The purpose and objectives of this procurement are for the Exhibition Program to obtain specialized research and writing/editing services to support the development and production of content for exhibitions, education resources, and online projects. The vendor(s) will work closely with the Exhibition Program team to conduct research and record source references; write and edit summaries, scripts, and education and digital gallery materials; and coordinate the development and production of exhibition related resources

C. Vendor(s) Requirements
The vendor(s) shall have expertise in historical research methodologies, writing and editing, and knowledge of the Public History, History of Medicine, Social and Cultural History of America, or informal learning disciplines. The vendor(s) shall demonstrate the ability to write interpretive summaries of historical and scholarly analyses and publications for the general public and education communities. The vendor(s) shall have experience in adapting scholarly secondary- and primary-source materials for classroom instructions in a formal learning setting. The vendor(s) have authored historical articles and educational materials for cultural or scholarly sources. The vendor(s) shall have a minimum of 4 years of work experiences in the following areas:
• Conducting historical research in identifying relevant primary and secondary sources on history and/or history of medicine topics.
• Working with diverse archival materials such as books, ephemera, oral histories, films, etc. that are used to inform interpretive summaries
Writing for exhibitions that provide interpretive strategies for lay audiences
• Understanding effective instructional approaches based on having taught in formal settings, i.e., classrooms
• Teaching and working with history and new media
• Familiarity with spreadsheets, archival databases, or website development
• Strict attention to detail

The vendor(s) shall be able to meet and work onsite at the National Library of Medicine in Bethesda, Maryland, as required as determined by the task and the Project Officer or Head of the Exhibition Program. Onsite work shall take place during normal business hours (between 8:30am and 5:00pm), Mondays through Fridays, except federal holidays.

D. Government Responsibilities:
The National Library of Medicine will provide overall guidance and relevant background materials related to individual tasks. The National Library of Medicine may provide: overall task and project direction and management, guidelines for content tone, scope, and assets, timely review and responses, determination of content interpretation, as required. The National Library of Medicine will provide onsite workspace, and access to standard office equipment and supplies, as required.

E. Reporting Requirements and Deliverables
Each task will include specific reporting requirements and deliverables that may include all or some of the following: weekly progress reports on the assigned tasks; written responses to oral or written comments; lists of suggested ideas and/or other online resources; and scripts, captions, and descriptive text. These deliverables shall be accurate, error free, and complete documentation for verification purposes provided upon request. Each completed task will have the vendor(s)’ work delivered in computer documents that cover all aspects of the discussions and work done.

F. Period of Performance
The period of performance shall begin June 1 2015 through May 30 2016 with two option years.

G. Program Management and Control Requirements
Designated Exhibition Program staff will work directly with the vendor(s) in providing provide overall guidance, feedback, and acceptance for each deliverable. The vendor(s) will submit the completed deliverables and all related materials as final documents in electronic format (e.g., Word, Excel, PDF, PowerPoint, etc.) as required in individual task schedules.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2015408/listing.html

OutreachSystems Article Number: 150219/PROCURE/0396 Matching Key Words: writ*; script?; technical; standard;

150px-AMC_shoulder_insignia.svgDepartment of the Army, Army Contracting Command, MICC, MICC – Fort Riley, MICC – Fort Riley, 1792 12th Street, Fort Riley, KS 66442

T–Soldier for Life-Transition Assitance Program (SFL-TAP) W911RX15T0012 022015 Lesa Crockett, 785-239-5847 MICC – Fort Riley SOURCES SOUGHT NOTICE
THIS IS A Sources Sought Notice ONLY. This notice is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not seeking proposals at this time and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this notice; all costs associated with responding to this notice will be solely at the interested party’s expense. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFP, if any is issued. However, in order to validate an acquisition strategy through efficient market research, small businesses, in all socioeconomic categories, are highly encouraged to respond to identify capabilities in meeting the requirements. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.
A continuing need is anticipated for the Soldier for Life/Transition Assistance Program video. The purpose of this notice is to conduct market research to determine if capable, interested sources exist to assist in determining if this effort can be set-aside for small business (to include 8(a) Business Development Program participants, Historically Underutilized Business Zone (HUBZone) small business concerns, Service disabled veteran-owned (SDVOSB), and Women-owned small businesses (WOSB)), and to improve the Army’s approach to acquiring the identified services.
The Army is committed, when conducting market research, to request no more than the minimum information necessary from potential sources. With that in mind, the Army requests the following information:
1. Please provide information sufficient to form a basis for the contracting officer to conclude there is a reasonable expectation that offers would be obtained from at least two responsible business concerns and that award would be made at fair market prices. Please prove specific information in your Capability Statement that includes previous experience on similar requirements, bonding capabilities that will facilitate making a capability determination.
General requirements shall consist of providing Fort Riley Soldier for Life-Transition Assistance Program (SFL-TAP) a video consisting of six (6) informational segments that provide an overview of services offered by SFL-TAP, a testimonial segments featuring the educational option highlighting the Advanced Manufacturing pilot program, a testimonial segments featuring the Vocational Technical option, a testimonial segments featuring the straight to work option, a testimonial segments featuring the entrepreneur option, and a final informational segment’s featuring all other resources offered to transitioning Soldiers. This production must consist of a single video consisting of the six (6) segments capable of being broadcast as a single unit or segmented into six (6) individual segments. Content should be viewed as priority over the time limitation. The video needs to be completed no later than 1 April 2015.
2. Additionally, to permit the contracting officer, in accordance with FAR 19.203(c), to first consider an acquisition for the small business socioeconomic contracting programs (i.e., 8(a), HUBZone, SDVOSB, or WOSB programs) before considering a small business set-aside (see 19.502-2(b)), please provide: , business size and category.
3. Please identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.
4. To the extent of your knowledge of the industry, please provide a list of all potential contractors who could reasonably perform the needed services.
5. Please identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.
6. Please recommend an acquisition strategy outlining how the Army should acquire the needed services.
All interested firms have until 20 February 2015 at 9:00AM, CST to submit the following two (2) pieces of information:

1. Completed Vendor Information Form.

2. Evidence of capabilities to perform comparable work, in the area of video production, on three recent projects (not more than three (3) years old). Include the project name and description of the key/salient features of the project, completion date, total contract value, and your company’s level of involvement in the project. Special certifications and Bonding capability.

The requested information should be submitted in electronic format to: lesa.m.crockett.civ@mail.mil.
Place of Performance: MICC – Fort Riley 1792 12th Street, Fort Riley KS 66442 US URL: https://www.fbo.gov/notices/701fa044435227545f4f597c12fa61d2

OutreachSystems Article Number: 150219/PROCURE/0493 Matching Key Words: video*; produc*; education*; business*; production?; naics!512110;

Department of the Army, Army Contracting Command, MICC, MICC – Fort Riley, MICC – Fort Riley, 1792 12th Street, Fort Riley, KS 66442

T–Soldier for Life-Transition Assitance Program (SFL-TAP) W911RX15T0012 022015 Lesa Crockett, 785-239-5847 MICC – Fort Riley SOURCES SOUGHT NOTICE
THIS IS A Sources Sought Notice ONLY. This notice is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not seeking proposals at this time and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this notice; all costs associated with responding to this notice will be solely at the interested party’s expense. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFP, if any is issued. However, in order to validate an acquisition strategy through efficient market research, small businesses, in all socioeconomic categories, are highly150px-AMC_shoulder_insignia.svg encouraged to respond to identify capabilities in meeting the requirements. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.
A continuing need is anticipated for the Soldier for Life/Transition Assistance Program video. The purpose of this notice is to conduct market research to determine if capable, interested sources exist to assist in determining if this effort can be set-aside for small business (to include 8(a) Business Development Program participants, Historically Underutilized Business Zone (HUBZone) small business concerns, Service disabled veteran-owned (SDVOSB), and Women-owned small businesses (WOSB)), and to improve the Army’s approach to acquiring the identified services.
The Army is committed, when conducting market research, to request no more than the minimum information necessary from potential sources. With that in mind, the Army requests the following information:
1. Please provide information sufficient to form a basis for the contracting officer to conclude there is a reasonable expectation that offers would be obtained from at least two responsible business concerns and that award would be made at fair market prices. Please prove specific information in your Capability Statement that includes previous experience on similar requirements, bonding capabilities that will facilitate making a capability determination.
General requirements shall consist of providing Fort Riley Soldier for Life-Transition Assistance Program (SFL-TAP) a video consisting of six (6) informational segments that provide an overview of services offered by SFL-TAP, a testimonial segments featuring the educational option highlighting the Advanced Manufacturing pilot program, a testimonial segments featuring the Vocational Technical option, a testimonial segments featuring the straight to work option, a testimonial segments featuring the entrepreneur option, and a final informational segment’s featuring all other resources offered to transitioning Soldiers. This production must consist of a single video consisting of the six (6) segments capable of being broadcast as a single unit or segmented into six (6) individual segments. Content should be viewed as priority over the time limitation. The video needs to be completed no later than 1 April 2015.
2. Additionally, to permit the contracting officer, in accordance with FAR 19.203(c), to first consider an acquisition for the small business socioeconomic contracting programs (i.e., 8(a), HUBZone, SDVOSB, or WOSB programs) before considering a small business set-aside (see 19.502-2(b)), please provide: , business size and category.
3. Please identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.
4. To the extent of your knowledge of the industry, please provide a list of all potential contractors who could reasonably perform the needed services.
5. Please identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.
6. Please recommend an acquisition strategy outlining how the Army should acquire the needed services.
All interested firms have until 20 February 2015 at 9:00AM, CST to submit the following two (2) pieces of information:

1. Completed Vendor Information Form.

2. Evidence of capabilities to perform comparable work, in the area of video production, on three recent projects (not more than three (3) years old). Include the project name and description of the key/salient features of the project, completion date, total contract value, and your company’s level of involvement in the project. Special certifications and Bonding capability.

The requested information should be submitted in electronic format to: lesa.m.crockett.civ@mail.mil.
Place of Performance: MICC – Fort Riley 1792 12th Street, Fort Riley KS 66442 US URL: https://www.fbo.gov/notices/95d3194a9201ba3a330f3d979aec28b2

OutreachSystems Article Number: 150219/PROCURE/0494 Matching Key Words: video*; produc*; education*; business*; production?; naics!512110;

150px-AMC_shoulder_insignia.svgDepartment of the Army, Army Contracting Command, MICC, MICC – Fort Riley, MICC – Fort Riley, 1792 12th Street, Fort Riley, KS 66442

T–Soldier for Life-Transition Assitance Program (SFL-TAP) W911RX15T0012 022015 Lesa Crockett, 785-239-5847 MICC – Fort Riley SOURCES SOUGHT NOTICE
THIS IS A Sources Sought Notice ONLY. This notice is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not seeking proposals at this time and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this notice; all costs associated with responding to this notice will be solely at the interested party’s expense. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFP, if any is issued. However, in order to validate an acquisition strategy through efficient market research, small businesses, in all socioeconomic categories, are highly encouraged to respond to identify capabilities in meeting the requirements. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.
A continuing need is anticipated for the Soldier for Life/Transition Assistance Program video. The purpose of this notice is to conduct market research to determine if capable, interested sources exist to assist in determining if this effort can be set-aside for small business (to include 8(a) Business Development Program participants, Historically Underutilized Business Zone (HUBZone) small business concerns, Service disabled veteran-owned (SDVOSB), and Women-owned small businesses (WOSB)), and to improve the Army’s approach to acquiring the identified services.
The Army is committed, when conducting market research, to request no more than the minimum information necessary from potential sources. With that in mind, the Army requests the following information:
1. Please provide information sufficient to form a basis for the contracting officer to conclude there is a reasonable expectation that offers would be obtained from at least two responsible business concerns and that award would be made at fair market prices. Please prove specific information in your Capability Statement that includes previous experience on similar requirements, bonding capabilities that will facilitate making a capability determination.
General requirements shall consist of providing Fort Riley Soldier for Life-Transition Assistance Program (SFL-TAP) a video consisting of six (6) informational segments that provide an overview of services offered by SFL-TAP, a testimonial segments featuring the educational option highlighting the Advanced Manufacturing pilot program, a testimonial segments featuring the Vocational Technical option, a testimonial segments featuring the straight to work option, a testimonial segments featuring the entrepreneur option, and a final informational segment’s featuring all other resources offered to transitioning Soldiers. This production must consist of a single video consisting of the six (6) segments capable of being broadcast as a single unit or segmented into six (6) individual segments. Content should be viewed as priority over the time limitation. The video needs to be completed no later than 1 April 2015.
2. Additionally, to permit the contracting officer, in accordance with FAR 19.203(c), to first consider an acquisition for the small business socioeconomic contracting programs (i.e., 8(a), HUBZone, SDVOSB, or WOSB programs) before considering a small business set-aside (see 19.502-2(b)), please provide: , business size and category.
3. Please identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.
4. To the extent of your knowledge of the industry, please provide a list of all potential contractors who could reasonably perform the needed services.
5. Please identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.
6. Please recommend an acquisition strategy outlining how the Army should acquire the needed services.
All interested firms have until 20 February 2015 at 9:00AM, CST to submit the following two (2) pieces of information:

1. Completed Vendor Information Form.

2. Evidence of capabilities to perform comparable work, in the area of historical headstones/monuments/markers restoration/repairs, on three recent projects (not more than three (3) years old). Include the project name and description of the key/salient features of the project, completion date, total contract value, and your company’s level of involvement in the project. Special certifications and Bonding capability.

The requested information should be submitted in electronic format to: lesa.m.crockett.civ@mail.mil.
Place of Performance: MICC – Fort Riley 1792 12th Street, Fort Riley KS 66442 US URL: https://www.fbo.gov/notices/a9e67e42fcafc1caba620df3c6e2e2d2

OutreachSystems Article Number: 150218/PROCURE/0348 Matching Key Words: video*; produc*; education*; business*; production?; naics!512110;

Agency for International Development, Overseas Missions, Bangladesh USAID-Dhaka, Dept. of State Washington DC 20521-6120

T Filming of USAID Food for Peace and Democracy and Governance Activities and Impact in Bangladesh REQ-388-15-000018 011315 Md. Mustafizur Rahman, Phone 880255662332, Email mrahman@usaid.gov Dear Prospective Offeror:

Subject: Amendment of Solicitation for Filming of USAID Food for Peace and Democracy and Governance Activities and Impact in Bangladesh for extension of deadline until January 13, 2015.

The United States government, represented by the U.S. Agency for International Development (USAID), invites qualified companies/individuals to submit proposals to720px-USAID-Identity.svg provide the services for Filming of USAID Food for Peace and Democracy and Governance Activities and Impact in Bangladesh. The Request for Proposal (RFP) consists of the following sections:

1.       Standard Form SF-18

2.       Scope of Work

You are encouraged to make your quote competitive.  Also, you are cautioned against any collusion with other potential offerors in regard to price quotations to be submitted.

Questions and proposal submissions under this RFP can sent to via email to dhakaprocurement@usaid.gov .  Your proposal must be accompanied by the documents as mentioned in the SOW

The award of a contract hereunder is subject to the availability of funds. Issuance of this RFP does not constitute an award or commitment on the part of the U.S. Government, nor does it commit the U.S. Government to pay for costs incurred in the preparation and submission of a proposal.  RFPs are due on January 13, 2015.

DESIGNATED OFFICE :

Executive Office

USAID/Bangladesh, Executive Office

U.S. Embassy

Madani Avenue, Baridhara

Dhaka-1212, Bangladesh

E-mail: dhakaprocurement@usaid.

We look forward to receiving your RFP and thank you in advance for your interest in USAID/Bangladesh procurement opportunities.

Place of Performance: Different places in Bangladesh US URL: https://www.fbo.gov/spg/AID/OM/BAN/REQ-388-15-000018/listing.html

OutreachSystems Article Number: 150217/PROCURE/0003 Matching Key Words: filming;

Other Federal Procurements (Small)

Navy Electronic Commerce Online https://www.neco.navy.mil/biz_ops/search_edi.aspx NECO – Navy Electronic Commerce Online; Vendors must register with NECO. Once registered, agency information can be obtained directly from the website

T — Federal Supply Classification T006 SOL N00189-15-T-Z086 General Desc: Video Production ServicesDetail Desc: This requirement is to provide Video Production Services in support of Bureau of Medicine and Surgerys Visual Information Directorate Due Date: Quote to be Received By: Fri, Mar 20, 2015 Address: Philadelphia, PA 19111-5083 Contact: Buying Party (Purchaser) NAVSUP Fleet Logistics Center Norfolk Philadelphia Office For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150219/SMALL/6957 Matching Key Words: video*; produc*; production?;

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 – Selling recyclable waste paper RFB : 1500000508 Offic SOL Selling recyclable waste paper RFB : 1500000508 Office Of The Controller Donald Robinson Published On : 2/18/15 Amended On : Closing On : 3/6/15 1:30 PM EST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150220/BID/0002 Matching Key Words: age:state!ky; state!ky;
Kentucky – Louisville Water Company http://www.lwckyplanroom.com/View/Default.aspx Louisville Water Company ePlanroom City Government Customer Service Call: MetroCall 311 or (502) 574-5000

R – 14-03 Compensation Consulting Services SOL 14-03 Compensation Consulting Services Due Date: 03/18/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150220/BID/0259 Matching Key Words: age:state!ky; state!ky;
Kentucky – City of Bowling Green http://www2.bgky.org/citymanager/bids.php PO Box 430; Bowling Green, KY-42102-0430; 270-393-3000

99 – 2015-31 – Mobile Public Education Center SOL 2015-31 – Mobile Public Education Center Due Date: Sealed bids will be received until 10:00 a.m. CT, Mar 18, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150220/BID/0260 Matching Key Words: age:state!ky; state!ky;

Oregon – Procurement Information Network http://orpin.oregon.gov/open.dll/welcome Statewide Oregon Procurement Office (ORPIN), 1225 Ferry St., Salem, OR 97310. 503-378-4642 / fax 503-373-1626. Email: purchasing.info@state.or.us

T – 15-153 VIDEO PRODUCTION SERVICES SOL OED-1419-15 15-153 VIDEO PRODUCTION SERVICES Due Date: 03/04/2015 1:00 PM Contact: OED – ES Programs For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150220/BID/0555 Matching Key Words: video*; produc*; production?;

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

T – RFP No.721-1513 Video Production Systems Upgrade SOL Agency Requisition Number: 721-1513 RFP No.721-1513 Video Production Systems Upgrade Due Date: Open Date: 03/31/15 02:30 PM Contact: Darya Vienne For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150220/BID/0643 Matching Key Words: video*; produc*; production?;

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

R – Independent Verification and Validation Services (IV&V) RFP : 1 SOL Independent Verification and Validation Services (IV&V) RFP : 1500000213 Office Of The Controller Stephanie Williams Info Technology Published On : 2/16/15 Amended On : Closing On : 3/16/15 3:30 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150218/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

R – TLD Badge services RFB : 1500000540 Transportation – SOL TLD Badge services RFB : 1500000540 Transportation – Office Of The Secretary Cindy Watts Published On : 2/13/15 Amended On : Closing On : 3/3/15 10:00 AM EST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150218/BID/0003 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 – Legal Services – Hearing Officer RFP : 1500000208 Dep SOL Legal Services – Hearing Officer RFP : 1500000208 Department Of Juvenile Justice Legal Services Published On : 2/16/15 Amended On For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150218/BID/0008 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 – Mental Health Capital Consultant Professional Services RFP : 15 SOL Mental Health Capital Consultant Professional Services RFP : 1500000204 Department For Public Advocacy Pro Services Published On : 2/13/15 Amended On : Closing On : 2/20/15 1:00 PM EST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150218/BID/0009 Matching Key Words: age:state!ky; state!ky;

Colorado – Rocky Mountain E-Purchasing System http://www.govbids.com/scripts/CO1/public/OpenBids/ViewSolicitations.asp Serving the purchasing needs of more than 70 local agencies across the Rocky Mountain states.

T - Website Video Services RFP SOL Website Video Services RFP Due Date: 03/05/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150218/BID/0122 Matching Key Words: video*; website;

Kentucky – Louisville Water Company http://www.lwckyplanroom.com/View/Default.aspx Louisville Water Company ePlanroom City Government Customer Service Call: MetroCall 311 or (502) 574-5000

99 – 15-28 / Hurstbourne Point Grid Tie SOL 15-28 / Hurstbourne Point Grid Tie Due Date: 03/11/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150218/BID/0221 Matching Key Words: age:state!ky; state!ky;

Rhode Island – Municipal Vendor Bidding & Notification System http://eprocurement.cityofnewport.com/index.aspx?view=active Serving Newport, Middletown, Portsmouth, Smithfield, Smithfield Schools, North Kingstown, South Kingstown, Providence, East Providence, Johnston, Bristol, West Greenwich, Pawtucket, the North Kingstown School System, the Exeter-West Greenwich Regional School & the Portsmouth Water Department

R - Videotaping Services SOL N15-042 Videotaping Services Due Date: 3/4/2015 2:00:00 PM Address: City of Newport For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150218/BID/0421 Matching Key Words: videotap*; serv*;

Mississippi Press Association http://www.publicnoticeads.com/MS/search/searchnotices.asp 371 Edgewood Terrace; Jackson, MS 39206; (601) 981-3060 Fax 601.981.3676

R – Legal Notice The Mississippi Department of Transportation (MDO SOL Public Notice ID: 22163526.HTM Legal Notice The Mississippi Department of Transportation (MDOT) intends to employ a consulting firm to provide the professional services and qualified personnel to assist with workers’ comp claims administration, managed care and network services, Project No. 502461-102000, Statewide. Any qualified firm that is interested in providing these services may obtain a copy of the Request for Proposal (RFP) at the following web-address: http://mdot.ms.gov/portal/LegalAD.aspx. The RFP will contain additional information necessary for a Consultant to submit a Proposal for this project. Interested firms without internet access may obtain this information by contacting Stephen Rone at (601)359-7076. The MDOT reserves the right to reject any and all Proposals, discontinue contract execution, and/or request additional information with any party at any time prior to final contract execution. The MDOT reserves the right to obtain references from any source listed in the Proposal and any other source deemed appropriate for any of the requirements/criteria listed in this legal notice. All questions related to this solicitation shall be e-mailed to the addressee below: Scot Ehrgott, P.E., MDOT Director of Consultant Services e-mailed to sehrgott@mdot.ms.gov and copy srone@mdot.ms.gov Only written requests e-mailed to the above addressee will be considered. No requests for additional information or clarification to any other MDOT office, consultant, or employee will be considered. All responses and addenda will be in writing and will be posted to the MDOT website (http://mdot.ms.gov/portal/LegalAD.aspx). Consultants shall be solely responsible for checking the website for updates. The MDOT will not be responsible for any oral exchange or any exchange of information that occurs outside the official process specified herein. The DBE goal is 0%. To be considered, all Proposals must be received by 5:00 p.m., Central Time, Thursday, March 12, 2015, in the Office of the Director of Consultant Services, Scot Ehrgott, Mail Code 90-01 Mississippi Department of Transportation Building, 401 North West Street, Jackson, Mississippi, 39201. This Legal Notice will appear in the Clarion Ledger on February 11th and 18th, 2015. The Mississippi Transportation Commission and the Mississippi Department of Transportation are equal opportunity employers. As provided by Title VI of the Civil Rights Act of 1964 as amended, and the Civil Rights Restoration Act of 1987 (P.L. 100.259), the Mississippi Department of Transportation (MDOT) assures that no person shall on the grounds of race, color, national origin, sex, religion, age, or disability be excluded from participating in, be denied the benefits of, or otherwise subjected to discrimination under any program or activity from the MDOT. February 11 and 18, 2015 For more information about this opportunity please contact the buyer directly.

Colorado – University of Colorado https://bids.sciquest.com/apps/Router/PublicEvent?CustomerOrg=Colorado 1800 Grant Street, Suite 500; Denver CO 80203

T - Video Production Equipment SOL Video Production Equipment Due Date: 2/18/2015 4:00 PM MST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150215/BID/0078 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 – PTS Busses SOL K-0735-15 PTS Busses Due Date: 3-12-15 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150215/BID/0316 Matching Key Words: age:state!ky; state!ky;

Kentucky – City of Bowling Green http://www2.bgky.org/citymanager/bids.php PO Box 430; Bowling Green, KY-42102-0430; 270-393-3000

R – 2015-36 – City Hall Tile Project SOL 2015-36 – City Hall Tile Project Due Date: Sealed bids will be received until 10:00 a.m. CT, Mar 04, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150215/BID/0319 Matching Key Words: age:state!ky; state!ky;

Kentucky State Procurement

Hardin County Fiscal Court, 100 Public Square, Suite 300, Elizabethtown, KY 42701

R — REQUEST FOR BIDS-DATA COLLECTION, BILLING AND ELECTRONIC HEALTH INFORMATION EXCHANGE BID Date: March 6, 2015; BID TIME: 2:00 P.M.; Hardin County Fiscal Court is inviting quotes on the following: Project: Data Collection, Billing and Electronic Health Information Exchange; Project Location: 170 North Provident Way, Elizabethtown, KY. Quotes Requested for the following subcontractors: Data Collection, Billing and Electronic Health Information Exchange. Quotes Requested for the following materials: Data Collection, Billing and Electronic Health Information Exchange. Plans Available at the following location(s): 170 North Provident Way, Elizabethtown, KY 42701. Project Contact Information: Name: John Malcomson – Hardin County EMS Director; Email: directorofems@hardin.com. This notice is provided courtesy of the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150219/KY/6137 Matching Key Words: age:state!ky; state!ky;

University of Kentucky, Purchasing Division, 322 Peterson Service Building, 411 S Limestone; Lexington, KY 40506-0005

99 — REVISED SNAP-ED & EFNEP PROMOTIONAL ITEMS 2015. K-0737-15 DUE 20-FEB-2015 Phone: (859) 257-9100; Website: http://www.uky.edu/Purchasing/bidlist.htm Attachment A, Attachment B, Attachment C. For more information about this opportunity please contact the buyer directly. This notice is provided by the Kentucky Procurement Technical Assistance Center (KY PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150216/KY/8078 Matching Key Words: age:state!ky; state!ky;

pitanim


Viewing all 150 articles
Browse latest View live