Quantcast
Channel: beenetworknews » Special forces
Viewing all articles
Browse latest Browse all 2

Business and Career Opportunities Bids and Purchases

$
0
0

FedBizOpps – Procurement

peostri_org_banner_v09292010Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

69–Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) DRAFT RFP, Presolicitation Conference, and Site Visit Announcement W900KK13R0016 061413 Lovisa Parks, 407-208-3476 PEO STRI Acquisition Center OVERVIEW

The SOF TEAMS II contract will support the 160th Special Operations Aviation Regiment (SOAR) located at Ft. Campbell, KY and its tenant units at Hunter Army Airfield, GA and Fort Lewis, WA. This support will comprise concurrency, technical refresh, sustainment, obsolescence, modernization and manufacturing efforts to the fielded Special Operations Aviation suite of Training Aids, Devices, Simulators and Simulations (TADSS) to include but not limited to:

Combat Mission Simulators (CMS)
Desk Top Trainer (DTT)
Battle Staff Training System (BSTS)
Exercise Management Control (EMC)
Mission Rehearsal Operations Center (MROC)
Storage Area Network (SAN)

NOTICE OF INTENT

This effort will be solicited as a 100% small-business-set-aside under NAICS Code 541330, with a size standard of $35,500,000. The resultant SOF TEAMS II contract will be a 5 year (Base year plus four option years) standalone C-Type contract. Per this decision, any firm desiring to participate as a prime contractor in this solicitation must be a recognized as Small Business Concern under NAICS Code 541330, in accordance with FAR 19.301. For those interested Small Businesses, please familiarize yourself, if you have not already, with the Limitations on Subcontracting requirements under FAR 52.219-14.

PRESOLICITATION CONFERENCE /SITE VISIT ANNOUNCEMENT
The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) will be conducting a Presolicitation Conference and Site Visit for the Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) solicitation. These events will be held together at the 160th Special Operations Aviation Regiment (Airborne) (SOAR(A)) facilities located at Fort Campbell, KY from 29 to 30 May 2013. Vendors interested in attending this joint event are requested to respond no later than 1400 hours (EST) on Tuesday, Monday 13 May 2013.

Due to the security restrictions associated with the location of this event, only a limited number of persons can attend. As such, the Government requests that only those vendors with realistic intent to bid either as a Prime of a Subcontractor respond. At the close of this announcement on 13 May 2013, the Government will evaluate the number of responses to determine if there is to be further attendance restrictions. The Government will notify ONLY those vendors who responded to this announcement and will provide further specifics regarding the schedule of events. The current intent is to allow two (2) persons from each vendor to attend, however; this number may change in order to accommodate the level of interest. If there is a change in the number of allowable attendees, the Government reserves the right to enact further restrictions in order to accommodate the event limitations.
Attached to this notice is the 160th SOAR(A) Standard Operating Procedures (SOP) for gaining access to the facility. Each interested vendor MUST thoroughly review and comply with the requirements stipulated in this document and provide, as part of its response to this announcement. All responses shall be submitted via email to the PEO STRI Point of Contact (POC) listed below.

Additionally, a completed Simulation Facility Site Visit Form must be filled out by each individual planning to attend. This form must be emailed along with the response to the PEO STRI POC and the appropriate 160th SOAR(A) POC identified at the bottom of the form. All Personally Identifiable Information disclosed shall be handled in accordance with The Privacy Act of 1974.

As part of this response vendors must request if they would like a one-on-one session with the Government to discuss specifics generated from the SOF TEAMS II draft solicitation and requirements documentation attached as part of this special announcement. All interested vendors are encouraged to attend and may request a one-on-one session and will be schedule on a first-come-first-serve basis for either May 29th or May 30th from the hours (0800 – 1900). One-On-One Sessions will not exceed 45 minute in length.

If a One-On-One Session is requested, then a vendor/team may not exceed the number allowable for the Presolicitation Conference. If teaming arrangements have been made and the team wishes to consolidate its One-On-One Sessions, they may do so but will not be allowed more than the 45 minute time period. Attendees must be US Citizens or permanent resident aliens.

DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products or services nor will the Government reimburse any parties for costs associated with this request.

PEO STRI POINTS OF CONTACT:

Jeff Brunell
Contracts Specialist
Jeff.brunell1@us.army.mil

Lovisa Parks
Procurement Contracting Officer
lovisa.parks@us.army.mil

Matthew Sanders
Contract Specialist
matthew.sanders6@us.army.mil

Set-Aside: Total Small Business Place of Performance: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL 32826-3276 US URL:https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13R0016/listing.html
OutreachSystems Article Number: 130511/PROCURE/0316
Matching Key Words: state!ky; 


Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299

99 — NETMOTION PREMIUM MAINTENANCE H92244-13-T-0211 052413 Courtney Greco, Phone 7578629471, Email courtney.greco@vb.socom.mil This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in160px-Special_Operations_Specops_Army.svg this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0211, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66 effective 01 April 2013.

This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 511210 with a business size standard of $35.5 million. The DPAS rating for this procurement is DO-C9.

The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:

BRAND NAME OR EQUAL. IF QUOTING EQUAL, MUST SUBMIT SPECIFICATIONS WITH QUOTE FOR CONSIDERATION.

Section B Schedule of Supplies and Services

CLIN 0001 NETMOTION PREMIUM MAINTENACE TO INCLUDE: MOBILITY XE WITH 1000 DEVICES, ANALYTICS MODULE, POLICY/NAC BUNDLE MODULE
QTY: 1 LUMP SUM
PERIOD OF PERFORMANCE: 2 JUNE 2013 – 31 DECEMBER 2013

CLIN 1001 (OPTION) NETMOTION PREMIUM MAINTENACE TO INCLUDE: MOBILITY XE WITH 1000 DEVICES, ANALYTICS MODULE, POLICY/NAC BUNDLE MODULE
QTY: 1 LUMP SUM
PERIOD OF PERFORMANCE: 1 JANUARY 2014 – 31 DECEMBER 2014

Section I Clauses

Following Clauses and Provision applies to this procurement.
CLAUSES INCORPORATED BY REFERENCE
FAR 52.202-1 Definitions Jan-12
FAR 52.203-3 Gratuities Apr-84
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep-06
FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan-97
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Feb-12
FAR 52.204-99 DEV System for Award Management Registration Aug-12
FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec-10
FAR 52.211-6 Brand Name or Equal Aug-99
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr-08
FAR 52.211-15 Defense Priority and Allocation Requirements Apr-08
FAR 52.212-1 Instructions to Offerors - Commercial Items Feb-12
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb-12
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb-12
FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Feb-12
FAR 52.217-7 Option for Increased Quantity – Separately Priced Line Item Mar-89
FAR 52.219-6 Notice of Total Small Business Set-Aside Nov-11
FAR 52.222-3 Convict Labor Jun-03
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Jul-10
FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99
FAR 52.222-26 Equal Opportunity Mar-07
FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10
FAR 52.222-50 Combating Trafficking in Persons Feb-09
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug-11
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct-03
FAR 52.232-99 DEV Providing Accelerated Payment to Small Business Subcontractors
(Deviation) Aug-12
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul-02
FAR 52.233-3 Protest After Award Aug-96
FAR 52-242-13 Bankruptcy Jul-95
FAR 52.243-1 Changes-Fixed Price Aug-87
FAR 52.247-34 F.o.b. Destination Nov-91
FAR 52.249-8 Default (Fixed Price Supply & Services) Apr-84
FAR 52.253-1 Computer Generated Forms Jan-91
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan-09
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11
DFARS 252.204-7003 Control of Government Personnel Work Product Apr-92
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jan-12
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec-09
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Oct-11
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03
DFARS 252.232-7010 Levies on Contract Payments Dec-06
DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May-02
SOFARS 5652.204-9004 Foreign Persons 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug-11
SOFARS 5652.237-9000 Contractor Personnel Changes 1998
SOFARS 5652-252-9000 Notice of Incorportation of Section K 1998

CLAUSES INCORPORATED BY FULL TEXT
Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.af.mil

FAR 52.212-2 Evaluation - Commercial Items Jan-99
FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Feb-12
FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99
FAR 52.222-25 Affirmative Action Compliance Apr-84
FAR 52.252-2 Clauses Incorporated By Reference Feb-98
FAR 52.252-5 Authorized Deviations in Provisions Apr-84
FAR 52.252-6 Authorized Deviations in Clauses Apr-84
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer 2005
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officers are Ana Downes, telephone (757) 862-9465 and Christine Anderson, telephone (757) 862-9471.
SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan-07
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film,tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation equirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.

All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Courtney Greco, Contract Specialist; Email address: courtney.greco@vb.socom.mil.

Quotes must be received no later than 09:00 AM. Eastern Standard Time (EST) on 24 May 2013. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at https://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Courtney Greco, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299

Point of Contact for this solicitation is Courtney Greco at courtney.greco@vb.socom.mil or phone (757) 862-9471 or fax to (757) 862-0809.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0211/listing.html
OutreachSystems Article Number: 130511/PROCURE/0358
Matching Key Words: film?; produc*; you; website; business*; event?; instruct*; commercial?; 


peostri_org_banner_v09292010Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

69–Virtual Medical Center, Virtual Training Evaluation System W900KK13R1TBD 051513 David Light, 407 208-3295 PEO STRI Acquisition Center THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.

Description:

This is a combined Sources Sought Notice (SSN) and Industry Day Announcement. The SSN is a Request for Information (RFI) ONLY and is not a Request for Proposals (RFP) or a commitment by the US Government. Interested parties are invited to submit a capabilities statement indicating their ability to provide the products described herein. The US Army, Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) the Assistant Program Manager for Medical Simulations (APM MEDSIM) and the Veterans Health Administration Team is looking for a source to provide a Virtual Medical Center (VMC) virtual training evaluation system, to the Veterans Health Administration (VHA) personnel, in support of the Simulation Learning, Education and Research Network (SimLEARN) Program. The anticipated requirement NAICS Code: 511210 – Packaged Computer Software Publishers. It is anticipated that the contract type will be Firm Fixed Price (FFP).

SECTION I – Sources Sought Notice

A. Requirement Information.

Veterans Health Administration Virtual Medical Center.
The Veterans Affairs (VA) Virtual Medical Center (VMC) will be a continuously available virtual environment accessible to clinical personnel, Veterans and their family members. It will provide Veteran patient access to validated medical materials and resources, in order to get healthcare information by connecting healthcare professionals and patients in a collaborative environment.

VMC Virtual Environment Description.
The VMC will feature Virtual clinics that focus on general health, specific medical conditions, disease management, and well-being. Every area within the VMC will provide services and information including patient and provider meeting and collaboration areas, one-on-one encounters, group appointments, virtual medical advisors, an online pharmacy information source, wellness information, and self-help tools.

B. Critical Requirements.

The following system requirements have been identified as critical and must be demonstrated/addressed during vendor product demonstrations:

1. System must contain at least one fully-functioning virtual clinic.

a. Each virtual clinic shall be customized to address a specific health issue facing Veteran patients.

b. Each clinic shall include an entrance and information desk.

c. Each clinic shall include a collaboration space and education center for patients and providers.

d. Each clinic shall include an auditorium.

e. Each clinic shall include two patient examination rooms.

f. Each clinic shall include a patient conference room.

g. Each clinic shall include a provider conference room.

h. Each clinic shall include a provider lounge.

2. System must allow users to select a pre-configured avatar or configure an avatar to navigate the VMC.

3. System must support an intuitive Frequently Asked Questions (FAQs) feature.

4. System must provide a cyber library.

5. System must provide Video Tele Conference and Electronic-consult capabilities. E-consult must support secure communications.

6. System must be web-based, scalable, and initially support up to 1,000 simultaneous users.

7. System must be accessible to users through the My HealtheVet portal.

8. System must be compatible with currently available, popular operating systems being used on desktops, laptops, and mobile devices.

9. System must be Section 508 Compliant.

C. Assumptions and Expectations.

1. Responders are advised that the US Government will not reimburse any contractor for any information or administrative costs incurred in the response to this RFI: all costs associated with responding to this RFI will be assumed by the interested party. Not responding to this RFI does not preclude participation in any future RFP or other solicitation, if any is issued.

2. This is a market survey, not a pre-solicitation notice. There is no formal solicitation available at this time. No award will be made as a result of this market survey. If a formal solicitation is generated at a later date, a solicitation notice will be published. All product information and hardware samples shall be submitted at no cost or obligation to the government.

3. The government reserves the right to reject, in whole or in part, any private sector input received as a result of this market survey.

4. If your company or organization has an existing commercially available or non-developmental item that meets these requirements, please provide literature or other information relative to the performance and general characteristics of the product to the Contract Specialist listed below.

5. Information Format: Preferred method of submission is electronic mail (email). Please use Microsoft Office 97-2003 compatible (.xls, .doc or .ppt) or Adobe Acrobat 9 Pro (.pdf) formats. Classified material will not be accepted. Material Samples will not be accepted. Information papers may be submitted in a White Paper format. Limit submissions to not more than five (5) pages, excluding pictures, diagrams, and charts.

D. Sources Sought Attachments: N/A at this time

1. Map and Hotel Information (Will be furnished upon request/appointment)

2. Partnership Event Parking Pass (Will be furnished upon request/appointment)

E. Vendor Questionnaire

The purpose of this questionnaire is to obtain information from industry to assist in market research. Firms/companies are invited to indicate their interest and capability to satisfy the above requirements by submitting a capabilities statement limited to 5 pages of text (excluding tables, diagrams, and pictures) identifying and describing the following:

1. Company Name

2. Company Address / Country Represented / Website

3. Company point of contact and phone number

4. Business Size (Small/Large & Number of Employees)

5. If you are a small business, please describe how you would comply with 52.219-14 to include identifying work percentages between yourself and potential subcontractors.

6. NAICS Code / CAGE Code / DUNS Number

7. Commerciality of System

a. ( ) Our product as described above, has been sold, leased or licensed to the general public.

b. ( ) Our product as described above, has been sold in substantial quantities, on a competitive basis to multiple state and local governments.

c. ( ) Neither of the above applies. Explain.

8. Please briefly define your capability as it applies and/or the strategy you would use to meet this requirement.

F. Response Parameters.

1. Capability statements must be submitted as either hard copy or email to the point of contact for this action not later than by 12:00 Noon (EDT) 14 May 2013. The point of contact is: Mr. David Light, Contract Specialist, U.S. Army PEO STRI Acquisition Center/KOP, 12350 Research Parkway, Orlando, FL 32826, e-mail:

2. Respondents will not be notified of the results of this survey or results of information submitted.

SECTION II. – Industry Day

Description:

The PEO STRI, PM CATT, APM MedSim and the VHA team will host a meeting with industry on Tuesday, 28 May 2013 in Orlando, FL. We will have a general session beginning at 0830 until approximately 1000. Following the general session, interested participants may schedule individual product demonstrations from 10:30 until 5:00PM. A specific schedule is To Be Determined with applicable time frames and appointments based on this response. The Government recommends a submittal of questions/concerns NLT 4:00PM (EST), 14 May 2013.

The Industry Day is open to all interested Offerors who possess the technical capabilities and resources to meet the Government’s requirement. Offerors must RSVP to David Light and Felix R Marrero NLT 4:00PM (EST) on 14 May 2013 designating the system they will be demonstrating during the session and the names of and contact information for persons attending/participating.

Industry Meeting Location:

3051 Technology Parkway, Orlando FL
Bldg: Technology Point II (AFAMS)
Room: Bishop Conference Room
Date: 28 May 2013
Time: 8:00am – 5:00pm (EST)

IMPORTANT NOTE REGARDING PARKING: Due to limited parking in the Technology Point I/II parking lot, all visitors should park in the large parking lot on the corner of Science Drive and Technology Parkway (map attached).

DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products.

Place of Performance: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL 32826-3276 US URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13R1TBD/listing.html
OutreachSystems Article Number: 130511/PROCURE/0572
Matching Key Words: video*; produc*; train*; conference?; you; website; web; page?; education*; business*; event?; 


Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

69–Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) DRAFT Solicitation, Pre-Solicitation Conference and Site Visit Announcement W900KK13R0016 Lovisa Parks, 407-208-3476 PEO STRI Acquisition Center OVERVIEW

The SOF TEAMS II contract will support the 160th Special Operations Aviation Regiment (SOAR) located at Ft. Campbell, KY and its tenant units at Hunter Army Airfield, GA160px-Special_Operations_Specops_Army.svg and Fort Lewis, WA. This support will comprise concurrency, technical refresh, sustainment, obsolescence, modernization and manufacturing efforts to the fielded Special Operations Aviation suite of Training Aids, Devices, Simulators and Simulations (TADSS) to include but not limited to:

Combat Mission Simulators (CMS)
Desk Top Trainer (DTT)
Battle Staff Training System (BSTS)
Exercise Management Control (EMC)
Mission Rehearsal Operations Center (MROC)
Storage Area Network (SAN)

NOTICE OF INTENT

This effort will be solicited as a 100% small-business-set-aside under NAICS Code 541330, with a size standard of $35,500,000. The resultant SOF TEAMS II contract will be a 5 year (Base year plus four option years) standalone C-Type contract. Per this decision, any firm desiring to participate as a prime contractor in this solicitation must be a recognized as Small Business Concern under NAICS Code 541330, in accordance with FAR 19.301. For those interested Small Businesses, please familiarize yourself, if you have not already, with the Limitations on Subcontracting requirements under FAR 52.219-14.

DRAFT SOLICITATION / PRESOLICITATION CONFERENCE /SITE VISIT ANNOUNCEMENT

The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) will be conducting a Presolicitation Conference and Site Visit for the Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) solicitation. These events will be held together at the 160th Special Operations Aviation Regiment (Airborne) (SOAR(A)) facilities located at Fort Campbell, KY from 29 to 30 May 2013. Vendors interested in attending this joint event are requested to respond no later than 1400 hours (EST) on Tuesday, Monday 13 May 2013.

Due to the security restrictions associated with the location of this event, only a limited number of persons can attend. As such, the Government requests that only those vendors with realistic intent to bid either as a Prime of a Subcontractor respond. At the close of this announcement on 13 May 2013, the Government will evaluate the number of responses to determine if there is to be further attendance restrictions. The Government will notify ONLY those vendors who responded to this announcement and will provide further specifics regarding the schedule of events. The current intent is to allow two (2) persons from each vendor to attend, however; this number may change in order to accommodate the level of interest. If there is a change in the number of allowable attendees, the Government reserves the right to enact further restrictions in order to accommodate the event limitations.

Attached to this notice is the 160th SOAR(A) Standard Operating Procedures (SOP) for gaining access to the facility. Each interested vendor MUST thoroughly review and comply with the requirements stipulated in this document and provide, as part of its response to this announcement. All responses shall be submitted via email to the PEO STRI Point of Contact (POC) listed below.

Additionally, a completed Simulation Facility Site Visit Form must be filled out by each individual planning to attend. This form must be emailed along with the response to the PEO STRI POC and the appropriate 160th SOAR(A) POC identified at the bottom of the form. All Personally Identifiable Information disclosed shall be handled in accordance with The Privacy Act of 1974.

As part of this response vendors must request if they would like a one-on-one session with the Government to discuss specifics generated from the SOF TEAMS II draft solicitation and requirements documentation attached as part of this special announcement. All interested vendors are encouraged to attend and may request a one-on-one session and will be schedule on a first-come-first-serve basis on May 30th from the hours (0800 – 1900). One-On-One Sessions will not exceed 45 minute in length.

If a One-On-One Session is requested, then a vendor/team may not exceed the number allowable for the Presolicitation Conference. If teaming arrangements have been made and the team wishes to consolidate its One-On-One Sessions, they may do so but will not be allowed more than the 45 minute time period. Attendees must be US Citizens or permanent resident aliens.

DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products or services nor will the Government reimburse any parties for costs associated with this request.

PEO STRI POINTS OF CONTACT:

Jeff Brunell
Contracts Specialist
Jeff.brunell1@us.army.mil

Lovisa Parks
Procurement Contracting Officer
lovisa.parks@us.army.mil

Matthew Sanders
Contract Specialist
matthew.sanders6@us.army.mil

URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13R0016/listing.html
OutreachSystems Article Number: 130511/PROCURE/0573
Matching Key Words: state!ky; 

600px-National_Guard_Logo.svgDepartment of the Army, National Guard Bureau, National Guard Bureau, Contracting Support, National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231

U–This is a synopsis to provide Technical and Program Management Support Services to the Army National Guard (ARNG)Training Division. W9133L-13-R-0013 052113 Linda M. Williams, 703-607-0983 National Guard Bureau, Contracting Support SYNOPSIS:

The National Guard Bureau (NGB) Operational Contracting Office intends to issue a commercial solicitation on/about 21 May 2013 for Technical and Program Management Support Services (TPMSS) in support of the Army National Guard (ARNG) Training Division (ARNG-TR). This will be a full and open competition posted on FedBizOpps. The Government will award a single Indefinite Delivery Indefinite Quantity (IDIQ) contract with a period of performance of a base period and four 12-month option periods. Current period of performance ends 31 August 2013. THE GOVERNMENT WILL NOT ACCEPT ANY PHONE CALLS, EMAILS, OR ANSWER QUESTIONS PRIOR TO THE ISSUANCE OF THE SOLICITATION. The solicitation will be posted under NAICS Code: 611710 - Educational Support Services and Classification Code: U - Educational and TrainingServices. Please note that the government is seeking highly skilled and experienced personnel, therefore, offerors without the skills and experience need not apply. No partial proposals will be accepted. No prior military experience or National Guard experience is required. This will be a firm-fixed price with Cost reimbursable travel and Other Direct Cost (ODCs) CLINs. The estimated value of this contract, base and all option periods, is $50 Million. The primary objective of this contract is to provide a range of independent and objective functional support, for current and future activities and initiatives. Evaluation criteria will be based on BEST VALUE.

SCOPE OF WORK:

This is a requirement for a range of technical and program management support services for current activities and future initiatives of Army National Guard (ARNG) training systems integration in the following functional areas:
Program management, operations, resources, and communications.
Distributed learning content development.
Distributed learning online portal operations.
Distributed learning delivery capabilities management.
Information assurance management.
Training management information system implementation.

FUNCTIONAL SUPPORT AREAS.

Program Management, Program Operations, Resources, and Communications.
The Contractor shall assist the Government to plan, coordinate, and synchronize activities of the Training Systems Integration Branch (ARNG-TRN) and the ARNG DL Program; assist the Government to perform resource management for the Branch and the DL Program through the Army’s Planning, Programming, Budgeting, and Execution (PPBE) process; and assist the Government to perform communications for the DL Program, the Branch’s other activities, and other elements of the Division.

Distributed Learning Content Development.
The Contractor shall assist the Government to produce and sustain DL content for ARNG training requirements, with emphasis on Guard-specific functional and readiness training. Specific tasks to support this function include activities that:
Create Training Support Packages (TSPs) for resident and online learning.
Produce interactive multimedia instruction (IMI), including interactive videos, animations, and simulations.
Produce instructional videos and animations for distribution by CD-ROM, DVD, or online.
Convert resident instruction to blended learning, potentially incorporating IMI and instructor-led online learning with resident learning.
Produce applications for mobile devices, potentially including job aids and references, and instructional videos, animations, and simulations.

Distributed Learning Online Portal Operations.
The Contractor shall assist the Government to manage and operate GuardU, which is a web-based portal that provides Soldiers, units, training institutions, and States with an online environment for directed learning and self-development. GuardU is operated as a domain within the U.S. Army Enterprise Lifelong Learning Center (ELLC). The ELLC currently uses the quote mark Blackboard quote mark learning environment as its learning content management system.

Distributed Learning Delivery Capabilities Management.
The Contractor shall assist the Government to plan, coordinate, and monitor a Federal program that provides States with distributed learning resources and capabilities, which includes fixed and Mobile DL Classrooms (DLCs and MDLCs) connected to the Internet.

Information Assurance Management.
The Contractor shall assist the Government to perform IA management activities for training information systems and applications for which the Division is the proponent ensuring the systems and applications remain compliant with DoD, Army, and ARNG IA policy and regulations. As of March 2013, the Division is proponent for 13 systems and applications.

Training Management Information System Implementation.
The Contractor shall assist the Government to plan, coordinate, and conduct activities to implement Digital Training Management System (DTMS) in the ARNG, enabling units-brigade and below-to use the system to plan, resource, and manage unit and individual training at all levels, and enabling staffs-in units, States, and the Directorate-to obtain reports from the system. The Contractor shall assist the Government to coordinate information and activities among the PM DTMS staff, the ARNG-TR and ARNG-TRN staffs, the ARNG DTMS trainers, and the ARNG Regional DTMS Representatives and State DTMS Administrators.

Authorized government representatives, including the Contracting Officer’s Representative (COR) will be identified and/or appointed under the base contract or at the Task Order level.

An update will be provided with the posting of the solicitation scheduled on/or about 21 May 2013.

Place of Performance: National Guard Bureau, Operational Contracting ATTN: NGB-AQ 111 South George Mason Drive Arlington VA 22204-1373 US URL: https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L-13-R-0013/listing.html
OutreachSystems Article Number: 130509/PROCURE/0091
Matching Key Words: video*; produc*; train*; web; education*; produce?; distribut*; instruct*; commercial?; 


Department of Agriculture, Forest Service, R-3 Southwestern Region, 333 Broadway, SE Acquisition Mgmt. Regional Office Albuquerque NM 87102

99 — USDA Forest Service Chief Information Office Radio Program Video AG-8371-S-13-0016 052213 Cynthia Bork-Whitaker, CIO Realignment Communications,600px-US-DeptOfAgriculture-Seal2.svg Phone 360-374-1207, Email cbork@fs.fed.us – ANNA MARCEAU, Purchasing Agent, Phone 5058423367, Fax 5058423111, Email AMARCEAU@FS.FED.US USDA Forest Service
Chief Information Office Radio Program Video

The objective of this solicitation and contract is to obtain a qualified video production company to produce a video which describes the objectives, scope, planned work, governance, and realistic protrayal of jobs in the CIO Land Mobile Radio Program of the Forest Service.
Place of Performance: New Mexico and Arizona Albuquerque, NM 87109 US URL: https://www.fbo.gov/spg/USDA/FS/8371/AG-8371-S-13-0016/listing.html
OutreachSystems Article Number: 130509/PROCURE/0631
Matching Key Words: video*; produc*; produce?; production?; naics!512110; 


150px-AMC_duiDepartment 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–Human Resources Solutions Support W9124D-13-R-HRS5 052013 monica.clemons, 502-624-1004 MICC Center – Fort Knox 
THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL AND THE GOVERNMENT IS NOT COMMITTED TO AWARD A CONTRACT PURSUANT TO THIS ANNOUNCEMENT. It is a market research tool being used to assist in the determination of a procurement strategy. Appropriate procurement strategy will be determined after consideration of industry response to this announcement and other factors. The Government is not obligated to, and will not pay for any information received from potential sources as a result of this notice.

The Program Executive Office Enterprise Information Systems (PEO EIS) is seeking possible sources to provide the scope of services supported by the Human Resources (HR) Solutions Program Directorate. The support will be provided through the issuance of task orders under Indefinite Delivery, Indefinite Quantity (IDIQ) contracts. The task orders will be issued to support requirements from any Department of Defense (DoD) organization with performance throughout the Continental United States (CONUS) and some Outside Continental United States (OCONUS) locations to include, but not limited to, Japan, Korea, Qatar, Kuwait, Afghanistan, Puerto Rico, Germany and Italy. Please refer to the attachment for detailed information on the scope services supported under this program and instructions for submitting capabilities statements.

Statements of capabilities shall not exceed 8 pages and shall be received not later than 20 May 2013, 9:00 am eastern time by Monica Clemons, Contracting Officer, Mission and Installation Contracting Command – Fort Knox, at monica.e.clemons.civ@mail.mil and MAJ Richard Pfeiffer, Contracting Officer, Mission and Installation Contracting Command – Fort Knox, at richard.h.pfeiffer2.mil@mail.mil. Questions regarding this sources sought notice shall be received not later than 1 May 2013, 9:00 am eastern time by Monica Clemons, Contracting Officer, Mission and Installation Contracting Command – Fort Knox, at monica.e.clemons.civ@mail.mil and MAJ Richard Pfeiffer, Contracting Officer, Mission and Installation Contracting Command – Fort Knox, at richard.h.pfeiffer2.mil@mail.mil. All questions must be submitted in writing; no additional information will be provided via telephone. Responses to questions will be posted as an amendment to this sources sought notice.

Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government use of such information. The information obtained from industry responses to this notice may be used in the development of an acquisition strategy and future RFP. Proprietary information or trade secrets, if any, must be clearly marked on all materials. All information received that is marked as proprietary will be handled accordingly. All Government personnel reviewing responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 2102. The Government will not be held liable for any damages incurred if proprietary information is not properly identified.

THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSAL, BUT A MARKET SURVEY TO LOCATE POTENTIAL SOURCES.
Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/2672c61c65e0d4fb724631d259c3f0f9
OutreachSystems Article Number: 130509/PROCURE/0719
Matching Key Words: age:state!ky; state!ky; 


General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (4PQ), 77 Forsyth Street, Suite T8 Atlanta GA 30303

R — REGION 4 ADMINISTRATIVE SUPPORT SERVICES GS-04P-13-EW-D-0019 051013 Michael P. Williams, Contracting Officer, Email michael.p.williams@gsa.gov140px-US-GeneralServicesAdministration-Logo.svg
Set-Aside: Competitive 8(a) Place of Performance: Services are to be provided throughout the Southeast Sunbelt Region which consists of the following eight (8) states: Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, South Carolina, and Tennessee. US URL: https://www.fbo.gov/spg/GSA/PBS/4PCA/GS-04P-13-EW-D-0019/listing.html
OutreachSystems Article Number: 130509/PROCURE/0732
Matching Key Words: state!ky; 

600px-US-DeptOfAgriculture-Seal2.svgDepartment of Agriculture, Forest Service, WO-AQM JC Support, 740 Simms Street Job Corps Acquisition Support Branch Golden CO 80401

R — Facilities Maintenance Instructor Services AG-82A7-S-13-0050 Donald R Watson, Contract Specialist, Phone 3032755158, Email drwatson02@fs.fed.us The US Forest Service, Washington Office AQM, Job Corps Support Branch intends to issue a solicitation for Facilities Maintenance Instructor Services at the Frenchburg Job Corps Center, located in Frenchburg, Kentucky. It is anticipated that the performance will be 12 months with 4 twelve-month option periods. Paper copies of the solicitation will not be issued and telephonic or fax requests for the solicitation will not be accepted. All responsible sources may submit a proposal which will be considered. Proposals can be submitted directly from the information provided in the solicitation package as posted. All questions related to this solicitation must be submitted in writing to Donald R. Watson at drwatson02@fs.fed.us. within 10 days of the date that the solicitation is posted on fbo.gov. Only e-mail questions will be addressed.
Place of Performance: 6969 Tar Ridge Road Frenchburg, KY 40322 US URL: https://www.fbo.gov/notices/621162d0d47633eeeba9a59622c2ff32
OutreachSystems Article Number: 130508/PROCURE/0067
Matching Key Words: state!ky; 


Department of Veterans Affairs, VA Boston Healthcare System, Department of Veterans Affairs Boston Healthcare System, Department of Veterans Affairs; VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street; Brockton MA 02301

R–Network commercials, Takeovetrs, sponsorships video ore-roll, internet/web and banner displays for the Department of Veterans Affairs. VA24113Q0625 051313Department_of_Veterans_Affairs_Logo Darlene.Chase@va.gov Contracting Specialist’s Email PLEASE NOTE: THE PURPOSE OF THIS COMBINED SYNOPSIS/SOLICITATION IS FOR A SET-A-SIDE FOR 100% SMALL BUSINESS.
Solicitation Number:
VA-241-13-R-0459
Notice Type:
Combined Synopsis/Solicitation
Synopsis:
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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) The solicitation number is VA-241-13-R-0459 and is issued as a Request For Quotation (RFQ)
(iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-66, April 01, 2013. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet athttp://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR)
(iv) The North American Industry Classification System (NAICS) code is 515112, and the size standard is $35.5 million.
(v) This requirement consists of ten (10) line items (includes quantity):
Description Services UNIT UNIT PRICE AMOUNT
Line 1 New England Patriots Sponsorship: 4 radio commercials each Patriots Monday on Network for 12 weeks. 48
Line 2 New England Patriots Sponsorship: 3 :30 second network commercials per week for 20 weeks 60
Line 3 Boston Celtics Sponsorship: (:10) second commercials during each Celtics game 82
Line 4 Boston Celtics Sponsorship: (:30) second commercials during each Celtics game 82
Line 5Network Commercials :30 second 350
Line 6 Internet/Web Streaming commercials 330
Line 7 Web Page Takeovers 11
Line 8 Redsox Network: :10 second live reads 7
Line 9 Video Pre-roll and banner display ads 17
Line 11 Outreach events and playoff spots 1
(vi) The following STATEMENT OF WORK is a description of the requirements for this solicitation:
The VA Boston Healthcare System requires a vendor to provide high a frequency media campaign, 360x commercials with a combination of :10 and :30 second commercials, Web takeover, banner displays, video pre-roll for the New England Patriots Mondays and Boston Celtics sponshorship. Vendor must be able to reach a targeted audience in all New England States through a single source.
(vii) Delivery FOB Destination to: Attn:Lisa Felix, Bedford VA Medical Center, 200 Springs Rd., Bedford, MA 01730
VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers.
(ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation.
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
(i) Technical
(ii) Price
(iii) Past Performance
Technical evaluation shall be based on the ability of the vendor to meet the requirement as defined in the Statement of Work and Price/Cost schedule.
Pricing shall be evaluated based on the best value for the Government. Quotations should include the pricing methodology and include the rate offered.
(xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.232-72 Electronic Invoice Submission. 52.204-4, 52.217-9, 852.203-70, 852.215-70, 852.215.71, 852.237-70.
(xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition:
52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-18, 52.225-13, 52.232-34.
(xiii) n/a
(xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition
(xv) n/a
(xvi) (RESPONSES ARE DUE Monday 05/13/2013 at 12:00PM eastern standard time (est). Electronic offers will be accepted; submit quotation to – Darlene Chase, VA Boston Contracting and Purchasing Office, 940 Belmont Street/90C, Brockton, MA 02301 or e-mail: Darlene.Chase@va.gov
(xvii) Contact information
Contracting Office Address:
Department of Veterans Affairs
VA Boston Healthcare System
940 Belmont Street/90C
Brockton, Ma 02301
Place of Performance:
Attn: Lisa Felix
Bedford VA Medical Center
200 Springs Rd.
Bedford, MA 01730
Primary Point of Contact.:
Darlene Chase
Contracting Specialist,
Darlene.Chase@va.gov
Phone: 774-826-3413
Fax: 774-826-3347
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24113Q0625/listing.html
OutreachSystems Article Number: 130508/PROCURE/0079
Matching Key Words: video*; web; page?; business*; event?; commercial?; 

150px-AMC_duiDepartment of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox,

U — W9124D-13-Q-5346 051313 The above referenced action is canceled and reposted as a special notice.
Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/998ee3a649d700f7c801e5beeb83e270
OutreachSystems Article Number: 130507/PROCURE/0577
Matching Key Words: age:state!ky; state!ky; 

Department of the Army, National Guard Bureau, National Guard Bureau, Contracting Support, National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231

R–This is a synopsis for the Army National Guard (ARNG) Traditional Advertising Services in support of the ARNG Recruiting and Retention Division. W9133L-13-R-0019 052113 Ellieth Rodriguez, 703-601-4378National Guard Bureau, Contracting Support The ARNG National Guard Bureau contracting office intents to issue a commercial solicitation on/about May 15, 2013 for Traditional Advertising Services in support of the Army National Guard Recruiting and Retention. This will be a Full and Open Competition posted on FedBizOpz. The Government will issue one single award ID/IQ with a period of performance of one year and two option years. Current incumbent is Laughlin and Marinaccio & Owens Inc. Current contract has reached the end of the fourth option year. Current period of performance ends September 30, 2013; the Government intents to have a transition period starting in August 2013.
The Government intents to conduct an industry day at NGB headquarters in Arlington VA on/about May 23, 2013; further details will be posted with the solicitation. No600px-National_Guard_Logo.svg questions will be answered before that date. Solicitation will be posted under NAICS Code 541810, 512110, 541860, 541830, and 541850.
Please note that the government is seeking highly specialized skills and experienced personnel in traditional advertising, therefore, vendors without the skills or experience in traditional advertising need not apply. No partial proposals will be accepted. No prior military experience or National Guard experience is required.
Contract Type:
This will be a firm-fix price with Time and Material (T&M) reimbursable ODCs CLINs. The Army National Guard Bureau will award a single award (ONE) indefinite delivery/indefinite quantity contract for advertisingproducts and services as specified in each individual Task Orders. The contract will have a 12-month base period plus two (2), 12-month option periods. The contract will be awarded to a single prime contractor. Historically, as many as 75 Task Orders over a five-year period have been issued to the awardee for these services. The value of the Task Orders issued under the current contract has ranged from $3,200 to $30 million. The primary objective of this contract is to satisfy current and emerging advertising needs tailored to addressed recruiting and retention target groups. Evaluation criteria will be based on BEST VALUE.

Scope of Work:
Contractor must provide all necessary management, supervision, manpower, materials, supplies and equipment (except as otherwise provided) to plan, schedule, coordinate, and assure effective performance of the National Guard national advertising objectives.

The Contractor shall provide services that support completing requirements set forth in individual Task Orders. These services may include but are not limited to: the preparation of written text, artwork, graphics, radio and television commercials, and other creative work, as well as placing the creative work in magazines, newspapers, pamphlets, and brochures on traditional and emerging media avenues (online and off-line). The Contractor may be required to assess the educational needs of a target audience, compare them to the needs addressed by current public information sources, and address any follow-on efforts that are required. These services may also include providing direct support for the writing and editing of materials, which may include video, radio, television, public service announcements, appropriate voice-over talent, pamphlets, brochures, leaflets and web/social media pages/sites/ad materials

The Contractor shall provide advertising services, on a Task Order basis, that are both national and local in scope. Projects will include, but shall not be limited to: TV and radio materials development and production, web-based media, social media site development and maintenance, web-based applications development and other audiovisual materials production; market and creative research; direct marketing; lead processing/fulfillment/database operations and analysis; print production; placement of paid media; strategies for paid and organic search engine marketing, search engine optimization services, photography and motion filming; public relations; management of marketing sponsorship programs and

tie-ins. Additionally, Contractor shall oversee all aspects of development/production of materials related to marketing sponsorship programs and tie-ins, coordination with other advertising stakeholders and contract holders on an as-needed basis and with respect to application of current campaign style standards and approved photography produced by Contractor. The Contractor shall ensure, to the extent advisable and with the exception of broadcast materials featuring professional talent (typically for voice-over and/or music), all materials developed are the sole intellectual property of the government and can be reproduced, altered, localized, promoted and distributed by the government at will and into perpetuity.
Authorized government representatives, including the Contracting Officer’s Representative (COR), will be identified and/or appointed under the basic contract award or at the Task Order level.

An update will be provided with the posting of the solicitation scheduled on or about May 15, 2013.

Place of Performance: National Guard Bureau, Contracting Support ATTN: NGB-AQC, 111 S. George Mason Drive Arlington VA 22204 US URL: https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L-13-R-0019/listing.html
OutreachSystems Article Number: 130504/PROCURE/0085
Matching Key Words: video*; edit*; produc*; web; site?; page?; education*; produce?; production?; distribut*; commercial?; video; audiovisual; serv*; filming; naics!512110; 


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

U — Cybersecurity Training Products/Services for the Acquisition and Procurement Workforce 13-5700 051713 Jung W. Koo, Phone 2024475041, Email jung.koo@hq.dhs.gov – Daniel Reese, Email daniel.reese@hq.dhs.gov Department of Homeland Security
Office of the Chief Procurement Officer
Cybersecurity Training Products/Services for the Acquisition
and Procurement Workforce
Request for Information
This exchange is being issued in accordance with Federal Acquisition Regulation (FAR) Subpart 15.201(e) as a Request for Information (RFI) to assess the availability of acquisition-related Cybersecurity training andeducational products, materials, resources, and services developed and offered by commercial industry. For the purposes of this RFI, acquisition-related refers to those training and educational products, etc. that may benefit the DHS Procurement, Requirements, Program Management, and Acquisition Support professionals in effectively comprehending and discussing the technical aspects of the Cybersecurity mission. The goal is to support the needs and objectives of their acquisition customers and convey that via specific contract language. DHS Procurement and Acquisition personnel require a working-level knowledge of Cybersecurity as it relates to their professional duties in support of this emerging and dynamic mission area to include drafting all contract types, acquisition plans, statements of work, statements of objectives, performance work statements, and task orders that ensure DHS accurately and completely identifies requirements to efficiently acquire its Cybersecurity products and services in formal solicitations.

This RFI must not be construed as a Solicitation Announcement, Invitation for Bids, Request for Quotations, or a Request for Proposals. Industry comments are requested whether or not a firm may be interested in submitting a response to a future Request for Proposal in support of DHS Acquisition and Procurement Cybersecurity training needs.

Interested companies are requested to provide a brief description of their training and education products, to include;
(a) Type of training product (e.g. web-based, paper-based, webinar, seminar, case study, scenario, video, job-aid, handout, etc.)
(b) Product title or name
(c) Brief description (abstract) of the product‘s content
(d) Duration of the training in hours
(e) Target audience
(f) Learning objectives

DHS is also interested in reviewing samples (in whole or in part) of the available training and education products to better assess the relevance of them in meeting its Cybersecurity training needs. Industry inputs and sample products may be used to determine the extent of the industry-available solutions and a government assessment of that information may provide the framework for upcoming DHS Cybersecurity training andeducation procurements of products and services.
Once a procurement request is provided to the servicing procurement office, more detailed information regarding a specific action will be available through FedBizOps and in the solicitation.

In addition to your inputs and sample products, please provide the following information in the event that DHS has questions or requires amplifying information about your input and/or products:

Company Name:
Mailing Address:
Point of Contract:
Phone Number:
Fax Number:
Email Address:
Web Addresses: (as appropriate for web-based sample products):

Due Date: Inputs and sample products are due by 4:00 P.M. EST, May 17, 2013 and may be submitted in written format (MS Word) or Web-based (browser) accessible formats or links to a company URL, if appropriate.

URL: https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/13-5700/listing.html
OutreachSystems Article Number: 130504/PROCURE/0440
Matching Key Words: video*; produc*; train*; seminar?; web; education*; event?; commercial?; 


Department of Homeland Security, Office of the Chief Procurement Officer, Office of Procurement Operations, Office of the Chief Procurement Officer Washington DC 20528

U — Cybersecurity Training Products/Services for the Acquisition and Procurement Workforce 13-5700 051713 Jung W. Koo, Phone 2024475041, Email jung.koo@hq.dhs.gov – Daniel Reese, Email daniel.reese@hq.dhs.gov This exchange is being issued in accordance with Federal Acquisition Regulation (FAR) Subpart 15.201(e) as a Request for Information (RFI) to assess the availability of acquisition-related Cybersecurity training and educational products, materials, resources, and360px-US_Department_of_Homeland_Security_Seal.svg services developed and offered by commercial industry. For the purposes of this RFI, acquisition-related refers to those training andeducational products, etc. that may benefit the DHS Procurement, Requirements, Program Management, and Acquisition Support professionals in effectively comprehending and discussing the technical aspects of the Cybersecurity mission. The goal is to support the needs and objectives of their acquisition customers and convey that via specific contract language. DHS Procurement and Acquisition personnel require a working-level knowledge of Cybersecurity as it relates to their professional duties in support of this emerging and dynamic mission area to include drafting all contract types, acquisition plans, statements of work, statements of objectives, performance work statements, and task orders that ensure DHS accurately and completely identifies requirements to efficiently acquire its Cybersecurity products and services in formal solicitations.
This RFI must not be construed as a Solicitation Announcement, Invitation for Bids, Request for Quotations, or a Request for Proposals. Industry comments are requested whether or not a firm may be interested in submitting a response to a future Request for Proposal in support of DHS Acquisition and Procurement Cybersecurity training needs.

Interested companies are requested to provide a brief description of their training and education products, to include;

(a) Type of training product (e.g. web-based, paper-based, webinar, seminar, case study, scenario, video, job-aid, handout, etc.)
(b) Product title or name
(c) Brief description (abstract) of the product‘s content
(d) Duration of the training in hours
(e) Target audience
(f) Learning objectives

DHS is also interested in reviewing samples (in whole or in part) of the available training and education products to better assess the relevance of them in meeting its Cybersecurity training needs. Industry inputs and sample products may be used to determine the extent of the industry-available solutions and a government assessment of that information may provide the framework for upcoming DHS Cybersecurity training andeducation procurements of products and services.
Once a procurement request is provided to the servicing procurement office, more detailed information regarding a specific action will be available through FedBizOps and in the solicitation.

In addition to your inputs and sample products, please provide the following information in the event that DHS has questions or requires amplifying information about your input and/or products:

Company Name:
Mailing Address:
Point of Contract:
Phone Number:
Fax Number:
Email Address:
Web Addresses: (as appropriate for web-based sample products):

Due Date: Inputs and sample products are due by 4:00 P.M. EST, May 17, 2013 and may be submitted in written format (MS Word) or Web-based (browser) accessible formats or links to a company URL, if appropriate.

URL: https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/13-5700/listing.html
OutreachSystems Article Number: 130504/PROCURE/0535
Matching Key Words: video*; produc*; train*; seminar?; web; education*; event?; commercial?; 


peostri_org_banner_v09292010Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

69–Special Announcement for the Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) for Pre-Solicitation Conference W900KK13R0016 Lovisa Parks, 407-208-3476 PEO STRI Acquisition Center OVERVIEW
The SOF TEAMS II contract will support the 160th Special Operations Aviation Regiment (SOAR) located at Ft. Campbell, KY and its tenant units at Hunter Army Airfield, GA and Fort Lewis, WA. This support will comprise concurrency, technical refresh, sustainment, obsolescence, modernization and manufacturing efforts to the fielded Special Operations Aviation suite of Training Aids, Devices, Simulators and Simulations (TADSS) to include but not limited to:

Combat Mission Simulators (CMS)
Desk Top Trainer (DTT)
Battle Staff Training System (BSTS)
Exercise Management Control (EMC)
Mission Rehearsal Operations Center (MROC)
Storage Area Network (SAN)

NOTICE OF INTENT
This effort will be solicited as a 100% small-business-set-aside under NAICS Code 541330, with a size standard of $35,500,000. The resultant SOF TEAMS II contract will be a 5 year (Base year plus four option years) standalone C-Type contract. Per this decision, any firm desiring to participate as a prime contractor in this solicitation must be a recognized as Small Business Concern under NAICS Code 541330, in accordance with FAR 19.301. For those interested Small Businesses, please familiarize yourself, if you have not already, with the Limitations on Subcontracting requirements under FAR 52.219-14.

PRESOLICITATION/SITE VISIT ANNOUNCEMENT
The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) will be conducting a Presolicitation Conference and Site Visit for the Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) solicitation. These events will be held together at the 160th Special Operations Aviation Regiment (Airborne) (SOAR(A)) facilities located at Fort Campbell, KY from 29 to 30 May 2013. Vendors interested in attending this joint event are requested to respond no later than 1400 hours (EST) on Tuesday, Monday 13 May 2013.

Due to the security restrictions associated with the location of this event, only a limited number of persons can attend. As such, the Government requests that only those vendors with realistic intent to bid either as a Prime of a Subcontractor respond. At the close of this announcement on 13 May 2013, the Government will evaluate the number of responses to determine if there is to be further attendance restrictions. The Government will notify ONLY those vendors who responded to this announcement and will provide further specifics regarding the schedule of events. The current intent is to allow two (2) persons from each vendor to attend, however; this number may change in order to accommodate the level of interest. If there is a change in the number of allowable attendees, the Government reserves the right to enact further restrictions in order to accommodate the event limitations.
Attached to this notice is the 160th SOAR(A) Standard Operating Procedures (SOP) for gaining access to the facility. Each interested vendor MUST thoroughly review and comply with the requirements stipulated in this document and provide, as part of its response to this announcement. All responses shall be submitted via email to the PEO STRI Point of Contact (POC) listed below.

Additionally, a completed Simulation Facility Site Visit Form (Attachment 1 to the SOP document) must be filled out by each individual planning to attend. This form must be emailed along with the response to the PEO STRI POC and the appropriate 160th SOAR(A) POC identified at the bottom of the form. All Personally Identifiable Information disclosed shall be handled in accordance with The Privacy Act of 1974.

As part of this response vendors must request if they would like a one-on-one session with the Government to discuss specifics generated from the SOF TEAMS II draft solicitation and requirements documentation attached as part of this special announcement. All interested vendors are encouraged to attend and may request a one-on-one session and will be schedule on a first-come-first-serve basis on May 30th from the hours (0900 – 1700). One-On-One Sessions will not exceed 45 minute in length.

If a One-On-One Session is requested, then a vendor/team may not exceed the number allowable for the Presolicitation Conference. If teaming arrangements have been made and the team wishes to consolidate its One-On-One Sessions, they may do so but will not be allowed more than the 45 minute time period. Attendees must be US Citizens or permanent resident aliens.

DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products or services nor will the Government reimburse any parties for costs associated with this request.

PEO STRI POINTS OF CONTACT:

Jeff Brunell
Contracts Specialist
Jeff.brunell1@us.army.mil

Lovisa Parks
Procurement Contracting Officer
lovisa.parks@us.army.mil

Matthew Sanders
Contract Specialist
matthew.sanders6@us.army.mil

URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13R0016/listing.html
OutreachSystems Article Number: 130504/PROCURE/0606
Matching Key Words: state!ky; 

Department of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Pittsburgh), Post Office Box 18070 Cochrans Mill Road Pittsburgh PA 15236-0070

R — Dose Reconstruction and Related Activities for Energy Employees Occupational Illnes Compensation Program Act (EEOICPA). 2012-N-15239 051713 Diane J Meeder, Phone (412)386-4412, Email DMeeder@cdc.gov The Centers for Disease Control and Prevention (CDC), National Institute of Occupational Safety and Health (NIOSH) Cincinnati, OH has a requirement for a base year, plus four (4) option years, Cost Plus Award Fee, Performance Based contract for “Dose Reconstructiondept of health and human services and Related Activities for Energy Employees Occupational Illness Compensation Program Act (EEOICPA).”
The objective of this acquisition is to allow NIOSH, through its Division of Compensation Analysis and Support (DCAS), to fulfill its obligations under the Energy Employees Occupational Illness Compensation Program Act (EEOICPA), performing dose reconstructions for claims referred by Department of Labor (DOL) and evaluating petitions for additions of classes to the Special Exposure Cohort (SEC). More specifically, the objectives are to obtain assistance in performing the following activities:

• Identify data relevant to reconstructing radiation doses and evaluating SEC petitions
• Claimant Communications
• Dose estimation and reporting
• Prepare Special Exposure Cohort petition evaluations
 Technical and program management support

References.

The Energy Employees Occupational Illness Compensation Program Act of 2000 (EEOICPA or The Act), as Amended, established a compensation program for the civilian men and women who, over the past 50 years, have performed duties uniquely related to the nuclear weapons production and testing programs of the Department of Energy (DOE) and its predecessor agencies.http://www.cdc.gov/niosh/OCAS/pdfs/theact/eeoicpaall.pdf

The Act (42 U.S.C. 7384 et seq.) was originally passed on October 30, 2000, and became effective on July 31, 2001. The National Defense Authorization Act for Fiscal Year 2002 (Public Law 107-107; Section 3151(b)) and the Ronald W. Reagan National Defense Authorization Act for Fiscal Year 2005 (Public Law 108-375; Section 3161) made several amendments to The Act

Other references can be located on the Web such as 42 CFR 81(http://www.cdc.gov/niosh/OCAS/pdfs/42cfr81/frcll020612.pdf),
42 CFR 82 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr82/42cfr82.pdf),
and 42 CFR 83 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr83/42cfr83b.pdf).

DRAFT PERFORMANCE WORK STATEMENT

The objective of this acquisition is to allow National Institute for Occupational Safety and Health (NIOSH), through its Division of Compensation Analysis and Support (DCAS), to fulfill its obligations under the Energy Employees Occupational Illness Compensation Act (EEOICPA), performing dose reconstructions for claims referred by DOL (Department of Labor) and evaluating petitions for additions of classes to the SEC (Special Exposure Cohort). More specifically, the objectives are to obtain assistance in performing the following activities:

• Identify data relevant to reconstructing radiation doses and evaluating SEC petitions
• Claimant Communications
• Dose estimation and reporting
• Prepare Special Exposure Cohort petition evaluations
 Technical and program management support

2. References.

Department of Health and Human Services (HHS), Centers for Disease Control and Prevention (CDC), National Institute for Occupational Safety and Health (NIOSH), Radiation Dose Reconstruction website:http://www.cdc.gov/niosh/OCAS/ocasppg.html

The Energy Employees Occupational Illness Compensation Program Act of 2000 (EEOICPA or The Act), as Amended, established a compensation program for the civilian men and women who, over the past 50 years, have performed duties uniquely related to the nuclear weapons production and testing programs of the Department of Energy (DOE) and its predecessor agencies.http://www.cdc.gov/niosh/OCAS/pdfs/theact/eeoicpaall.pdf

The Act (42 U.S.C. 7384 et seq.) was originally passed on October 30, 2000, and became effective on July 31, 2001. The National Defense Authorization Act for Fiscal Year 2002 (Public Law 107-107; Section 3151(b)) and the Ronald W. Reagan National Defense Authorization Act for Fiscal Year 2005 (Public Law 108-375; Section 3161) made several amendments to The Act

Other references can be located on the Web such as 42 CFR 81 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr81/frcll020612.pdf), 42 CFR 82 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr82/42cfr82.pdf), and 42 CFR 83 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr83/42cfr83b.pdf).

3. Scope and Requirements:

The support services that the dose reconstruction contractor shall be expected to provide are listed below. It is expected that this level of support shall be required during the base year and during each option year. While the number of cases to be processed on an annual basis is subject to fluctuation, offerors shall prepare their proposals assuming that 3,320 dose reconstructions shall be required each year (64 per week for 52 weeks). Additionally, the contractor shall be required to review previously completed dose reconstruction reports to determine if changes made in methodology or new data affects the outcome of the case. These reviews do not require a fully documented dose reconstruction unless the claim’s compensability decision is likely to switch from non-compensable to compensable. It should be assumed that a weekly average of approximately 25 such evaluations need to be completed. It should be understood that this is not a guarantee of this level of effort, but a target value that will facilitate comparison of proposals. Offerors should assume that, for each year of the contract, 5 SEC petitions shall be filed, and claims shall be received from 5 sites with no claims previously submitted. Site research shall be required for those situations. Technical approaches and some calculational tools from sites that have been researched prior to this award will be made available to the successful offeror by NIOSH.

All documents that describe radiation exposures, radiological operations, radiological conditions, and other information useful to performing dose reconstruction, evaluating SEC petitions, or performing other functions of the project will be stored in the SRD (Site Research Database). The SRD contains documents that relate to U.S. DOE and AWE (Atomic Weapons Energy) sites. These documents can include, but are not limited to, general overview documents, publications for a site that describe a particular process or operation, or reports from a site addressing particular issues such as specific contaminants to which some workers might have been exposed. Project personnel populate and use the database to develop and write Technical Basis Documents (TBDs) and Technical Information Bulletins (TIBs), as well as to perform dose reconstructions.

Information relevant to individual claims will be stored in the NIOSH OCAS (Office of Compensation Analysis and Support) Claims Tracking System (NOCTS). NOCTS was developed to track the claims made under EEOICPA. The NOCTS application tracks claimant data and documents, and is thus a central repository for all information related to each claim. The web-based interface allows the application to be accessed by any computer equipped with Internet connection and browser software. The primary goal of NOCTS is to facilitate the processing of claims in an efficient and accurate manner. The application also provides an instrument for effective and timely communications with claimants during this process. Another goal is to establish and maintain interagency communications among all the parties involved in the claims process.

1.0 Identify data relevant to reconstructing radiation doses and evaluating SEC petitions

1.1 Data collection related to claims and petitions: The contractor shall collect all known sources of recorded dosimetry, radiation data, and relevant information applicable to completing dose reconstructions for individual claimants and evaluating SEC petitions from classes of employees. This task shall include the following:

1.1.1 NIOSH will request from DOE and provide to the contractor individual exposure information for claimants. In coordination with NIOSH and with the cooperation of DOE, the contractor shall request from DOE (as necessary) and other entities supplemental information applicable to individual claims or petitions to supplement any such information in the NIOSH claims database. The collection of this information shall be conducted under a Memorandum of Understanding that has been established between HHS and DOE (http://www.cdc.gov/niosh/OCAS/ocasdoe.html#mou or http://www.cdc.gov/niosh/OCAS/pdfs/misc/moudoe.pdf).

1.1.2 The contractor shall synthesize information related to dose reconstruction feasibility into Professional Judgment Papers and Petition Evaluation Reports, providing the basis for the feasibility or infeasibility of constructing radiation dose. Professional Judgment Papers evaluate the bases provided with the SEC petition to determine if they meet the criteria in 42 CFR 83 for a valid petition, i.e. to determine if the petition qualifies. Petition Evaluation Reports are prepared once petitions are qualified and they evaluate the existing information to determine if it is sufficient to perform dose reconstructions for the proposed class. Additional information about the SEC process and examples of Petition Evaluation Reports can be found at http://www.cdc.gov/niosh/ocas/ocassec.html.

1.1.3 The contractor shall maintain a local office in Cincinnati, Ohio to abstract, enter, or migrate necessary information from DOE and other records into the Site Research Database or NIOSH OCAS Claims Tracking System for use in dose reconstructions or other purposes.

1.1.4 The contractor shall monitor the completeness and timeliness of record/information acquisition from DOE and other sources, inform NIOSH, on a monthly basis, of delays, their causes, and involve NIOSH as necessary to obtain their timely resolution.

1.2 Dose reconstruction research: The contractor shall research the conditions, processes, practices, and incidents at DOE and AWE facilities relevant to conducting dose reconstructions. This task shall include the following:

1.2.1 The contractor shall review and analyze records from DOE and AWEs, which will be useful to interpret recorded dosimetry information, to evaluate the adequacy and completeness of dosimetry information, and to substitute for unavailable or incomplete dosimetry information. Plans for site visits and the research to be performed during a site visit must be approved by NIOSH. It is likely that 50 site data capture visits may be required each year.

1.2.2 With the cooperation of DOE and assistance of worker representatives and others, the contractor shall identify and interview current and former DOE/AWE facility line managers, radiation protection personnel, individual workers, and others as appropriate, and analyze the results of these interviews to interpret recorded dosimetry information, to evaluate the adequacy and completeness of dosimetry information, and to substitute for unavailable or incomplete dosimetry information. The extent of these efforts shall be coordinated with and approved by NIOSH prior to initiation of contact with DOE or DOE contractor personnel.

1.2.3 As agreed upon between NIOSH and the contractor, the contractor shall develop statistical procedures and assumptions based on dose reconstruction research that can be applied in multiple dose reconstructions, including but not limited to dose reconstructions for employees in specific jobs, performing specific tasks, employed in specific facilities or sites, and related to specific time periods of employment. These statistical procedures will include methods to estimate the uncertainty distributions surrounding internal and external dose reconstructions on a facility specific and time-dependent basis. NIOSH will review and approve such procedures and assumptions. Technical Information Bulletins ORAUT-OTIB-0019 Rev-01, “Analysis of Coworker Bioassay Data for Internal Dose Assignment, ” and ORAUT-OTIB–0020 Re-03, “Use of Coworker Dosimetry Date for External Dose Assignment,” describe these techniques ( http://www.cdc.gov/niosh/OCAS/tibsnum.html).

1.2.4 The contractor shall produce and submit to NIOSH reports summarizing methods, data sources, and findings of research on facilities on a schedule specified by NIOSH as the need for the report is identified.

1.2.5 The contractor shall research and analyze information pertaining to sites, claims, and dose reconstruction processes in response to questions and technical issues raised about the EEOICPA program by the Advisory Board on Radiation and Worker Health. Results of these efforts will be provided as scheduled by NIOSH.

2.0 Claimant communications

2.1 As directed under 42 CFR 82 and consistent with NIOSH technical guides and procedures, conduct, record, transmit to NIOSH, and report to claimants the results of computer assisted telephone interviews (CATIs) with claimants and, as appropriate, with co-workers and other potential witnesses. Three scripts that cover interviews with claimants who are covered employees, survivors, or co-workers have been prepared. They can be found under Attachments in Section J – J.6. Since these scripts have been reviewed and approved by the Office of Management and Budget (OMB) under the requirements of the Paperwork Reduction Act of 1995, any substantive changes shall require approval by OMB. NIOSH will provide a usable computerized version of these scripts. The contractor may, however, with review and approval from NIOSH, convert these scripts to a computer program that facilitates more efficient data storage and retrieval.

2.2 The contractor shall produce and provide for review by the claimant/interviewee reports of interviews, and enter final reports and their elements as a case file into the claims database no less frequently than weekly.

2.3 The contractor shall obtain and enter into the claimant interview case file and research database additional information as may be provided by the claimant in writing to supplement the claim record.

2.4 The contractor shall conduct close-out interviews with claimants once they have received their draft dose reconstruction reports in order to answer questions about the dose reconstruction and to explain the next steps in the claim process.

2.5 Although not part of the interview process, the contractor must provide a toll free telephone line to address claimants questions within 30 days of award. This shall be in addition to the claimant telephone support service that NIOSH is currently offering.

2.6 The contractor shall correspond with claimants informing them that their dose reconstruction has been scheduled once all the information necessary to perform the dose reconstruction has been received, but not before.

2.7 The contractor shall designate a point of contact within its organization who is responsible for resolving issues and answering questions from communications with claimants by either NIOSH or the contractor. This point of contact shall have the organizational authority necessary to resolve issues between sub-organizations within the contractor’s organization in order to provide resolutions and answers.

2.8 When the contractor receives information from a claimant that affects the normal progress of the claim (e.g., identifies an additional cancer not listed on the claim, provides information that affects the draft dose reconstruction, etc.) the contractor shall notify NIOSH’s Claimant Information and Communication Team of the reason for the interruption in claim progress. Information of this nature that is received by NIOSH will be communicated promptly to the contractor. In all cases the contractor shall communicate the resolution to the claimant.

2.9 Contractor shall provide CATI and close out interview for every claimant for whom a dose reconstruction is performed unless claimant declines to participate. Some claims have multiple claimants, so the number of claimants is larger than the number of dose reconstructions that must be completed. Contractor should plan to complete 1.5 CATIs and close out interviews per dose reconstruction, or 96 CATIs and close out interviews per week.

3.0 Dose estimation and reporting

3.1 As directed under 42 CFR Part 82 and consistent with NIOSH Implementation Guides for Internal and External Dose Reconstruction (located at http://www.cdc.gov/niosh/ocas/ocasdose.html#process), andTechnical Information Bulletins and procedures (http://www.cdc.gov/niosh/OCAS/ocastbds.html http://www.cdc.gov/niosh/OCAS/ocasppg.html ), the contractor shall produce and report timely dose estimates, supporting methodology, and factual basis for each claim received by NIOSH from DOL under EEOICPA and for claims requiring re-work because of changes in claim information or changes in dose reconstruction policy (estimated at 3320 dose reconstructions and re-works annually).

3.2 The contractor shall collect and analyze all available information relevant to dose estimation/reconstruction for each individual claim and produce and transmit to NIOSH a draft report providing dose estimates, methods, and the factual basis upon which the doses were estimated, including a narrative explanation of this information understandable by claimants with a high school education. An example dose reconstruction report will be included as an attachment under Section J – J.7.

3.2.1 Internal and external radiation dose estimates shall be calculated for each organ that the claimant presents with a primary cancer. The annual dose to each organ shall be calculated from the time of first exposure at a covered facility to the date of cancer diagnosis. As appropriate, a separate dose shall be computed for each type of radiation exposure received by the individual, using the exposure types provide for in the NIOSH-Interactive Radio Epidemiological Program (IREP) program. These doses shall be reported as equivalent dose using the weighting factors provided in the NIOSH technical guides. As part of NIOSH’s ongoing Quality Assurance (QA) program, the contractor may be provided blind test claims on a periodic basis.

3.2.2 Internal dose calculations shall be performed using standard metabolic models published by the International Commission on Radiological Protection (ICRP). These calculations shall be performed using a NIOSH supplied computer program entitled Integrated Module for Bioassay Analysis (IMBA) or other NIOSH approved programs. IMBA was specially created for NIOSH to perform internal dose calculations using the most recent physiologically based biokinetic models such as those contained in ICRP publications 56, 67, and 69. Inhalation intakes shall be evaluated using the respiratory tract model contained in ICRP publication 66. The contractor shall not have access to the source code. Any contractor developed software used for calculating internal dose must be approved by NIOSH prior to its use in dose reconstructions and NIOSH must have access to the program and source code. Any contractor purchased software used for calculating internal dose must be approved by NIOSH prior to its use in dose reconstructions.

Within 30 days of award, NIOSH will provide training on the IMBA software for key contractor personnel who are not familiar with the software. Within 30 days after receiving training from NIOSH, the contractor shall be responsible for providing and documenting training to members of its technical team who shall be involved in conducting dose reconstructions and are not already familiar with the software.

3.2.3 Estimates of missed dose, due to technical limitations in monitoring technology, shall be evaluated and included in the claimant’s dose reconstruction for both internal and external sources of exposure. In addition, any exposure to diagnostic x rays that were required as a condition of employment shall be estimated and included in the claimant’s total organ dose.

3.3 The contractor shall review with NIOSH and revise dose reconstructions, as necessary, subject to NIOSH oversight of the dose reconstruction program.

3.4 The contractor shall develop statistical procedures and assumptions that may have application for multiple dose reconstructions, including but not limited to dose reconstructions for employees in specific jobs, performing specific tasks, employed in specific facilities or sites, and related to specific time periods of employment. NIOSH will review and approve these procedures and assumptions before they are used to complete dose reconstructions.

4.0 Prepare Special Exposure Cohort petition evaluations

4.1 In accordance with 42 CFR 83 and procedure OCAS-PR-004 Rev. 1, “Internal Procedures for the Evaluation of Special Exposure Cohort Petitions,” (http://www.cdc.gov/niosh/ocas/secmisc.html orhttp://www.cdc.gov/niosh/ocas/pdfs/dr/dc-ig-005-r0.pdf) the contractor shall process and evaluate petitions received from individuals for the addition of classes to the SEC, and shall initiate the addition of classes when there is not adequate information to reconstruct radiation doses with sufficient accuracy.

4.2 The contractor shall process and evaluate petitions received from individuals for additions of classes to the SEC (the 83.13 process).

4.2.1 With the approval of NIOSH, the contractor shall communicate with the petition submitter as necessary in order to obtain the information required in 42 CFR 83 for a petition. Some petitions may be sufficient upon initial receipt, but NIOSH expects that every petition will require communication of this type to obtain information required by 42 CFR 83.

4.2.2 The contractor shall determine whether the information ultimately submitted with a petition meets the requirements in 42 CFR 83 and therefore qualifies for evaluation. Contractor shall document the basis for this determination in a professional judgment and submit it to NIOSH.

4.2.3 For petitions that qualify for evaluation, the contractor shall provide a list of the types of apparent data deficiencies that could potentially make dose reconstructions infeasible, along with the research efforts that the contractor shall pursue to remedy each apparent data deficiency, and shall submit the list to NIOSH for review and approval. The schedule for delivering the list will be established by NIOSH upon qualification of a petition, depending on the complexity of the petition.

4.2.4 The contractor shall research information relevant to the feasibility of the dose reconstruction for members of the class; reach determinations about the feasibility of reconstructing doses for members of the class and the potential that members of the class were harmed by their exposure; document those determinations in a petition evaluation report; and submit the petition evaluation report to NIOSH for review and approval. The petition evaluation report must be completed and approved by NIOSH within 180 days from the date the petition was originally submitted to NIOSH, not counting days when NIOSH and the contractor are awaiting additional information from the submitter in order to fulfill the petition qualification requirements of 42 CFR 83.

4.2.5 The contractor shall provide additional research and revision to petition evaluation reports to respond to questions raised by the Advisory Board on Radiation and Worker Health (“the Board”). NIOSH anticipates that every petition evaluation report will prompt questions from the Board. Such questions have required detailed follow-up analysis of complex issues such as monitoring program adequacy, technical performance of internal and external dosimetry systems, and characterization of the radiation fields present at sites being evaluated.

4.3 The contractor shall identify classes of workers for whom there is inadequate information to perform dose reconstruction with sufficient accuracy, and initiate adding those classes to the SEC (the 83.14 process).

4.3.1 The contractor shall identify potential classes for whom dose reconstruction is not feasible, and shall document the basis for that determination. Classes may comprise any portion of the employees at a covered facility and any portion of the duration of the covered period. The class definition and basis for finding it infeasible to reconstruct radiation doses shall be submitted to NIOSH for review and approval.

4.3.2 The contractor shall propose a representative claimant from each 83.14 class for NIOSH approval. Upon NIOSH approval of a representative claimant, contractor shall prepare communications to that claimant about the infeasibility of dose reconstruction and the 83.14 SEC process.

4.3.3 The contractor shall prepare a petition evaluation report that documents the basis for finding dose reconstruction infeasible for members of the class and submit the petition evaluation report to NIOSH for review and approval.

4.3.4 The contractor shall provide additional research and revision to petition evaluation reports to respond to questions raised by the Advisory Board on Radiation and Worker Health. NIOSH expects that every petition evaluation report will prompt questions from the Board.

5.0 Technical and program management support

5.1 Technical support: Provide information and analyses to NIOSH to review individual dose reconstructions, dose reconstruction procedures and practices, or SEC petition evaluations, or to respond to requests by DOL, the Advisory Board on Radiation and Worker Health, Congress, or other stakeholders, and to support NIOSH management in the dose reconstruction and SEC petition evaluation program. This task shall include the following:

5.1.1 The contractor shall prepare and provide analyses, information and reports to NIOSH in response to reviews of individual dose reconstructions requested by DOL in the adjudication of claims. NIOSH expects four of these requests per year.

5.1.2 The contractor shall prepare and provide analyses, information, and reports to NIOSH in response to reviews of dose reconstructions, dose reconstruction procedures, technical documents such as TechnicalInformation Bulletins or technical basis documents, or SEC petition evaluations under EEOICPA by the Advisory Board and other external organizations that may conduct scientific or technical reviews, such as the National Academy of Sciences and the Government Accountability Office. NIOSH expects that the Advisory Board will review and comment on 60 dose reconstruction reports, 8 technical basis documents, and 15 procedures and Technical Information Bulletins (combined) each year. Total requests from other bodies is expected to be four per year.

5.1.3 The contractor shall prepare and provide analyses, information, and reports to NIOSH in support of Congressional briefings and in response to Congressional inquiries. NIOSH expects to request contractor assistance for responding to one Congressional inquiry per week and six briefings per year. Inquiries address individual cases, while briefings address program status and site specific information for a single or few sites (e.g., those from a single state).

5.1.4 Within 30 days of award, the contractor shall establish practices for using the NIOSH OCAS Claims Tracking System (NOCTS). Any supplementary tracking system established by the contractor must be compatible with and provide current information to NOCTS to support reporting of dose reconstruction process status to claimants.

5.1.5 The contractor shall provide records to NIOSH such that NIOSH can comply with requests for records under the Freedom of Information Act and Privacy Act. NIOSH expects to request contractor assistance in approximately twelve such requests per year.

5.2 Program management support: The contractor shall provide comprehensive program management support to NIOSH. This task shall include the following:

5.2.1 Within 60 days of award, the contractor shall develop and implement a written project management plan and submit it to NIOSH for review and approval. The project management plan shall define the organizational structure, management approach, requirements, and tools for planning, implementing, and monitoring work practices which shall be used to complete radiation dose reconstructions and to evaluate submissions and petitions for the addition of classes to the SEC.

5.2.2 Within 90 days of award, the contractor shall develop, implement and maintain a written quality assurance program for the overall project. The quality assurance program documentation shall describe the organizational structure, functional responsibilities, levels of authority, and interfaces for those personnel managing, performing, and assessing the adequacy of work performed as part of this contract.

5.2.3 Within 90 days of award, the contractor shall develop and enact procedures for implementing “NIOSH Policy on the Appearance of Bias for the EEOICPA Program & General Conflict of Interest Requirements”, (http://www.cdc.gov/niosh/OCAS/ocascobs.html or http://www.cdc.gov/niosh/OCAS/pdfs/dr/aobplcy-v2.pdf). Copies of those procedures shall be provided to NIOSH at that time.

5.2.4 The contractor shall prepare and submit to NIOSH monthly performance reports and quarterly cost reports covering all tasks under this contract. The monthly performance report shall include but need not be limited to: the number of dose reconstruction reports submitted to NIOSH for approval; a list of the procedures, technical information bulletins, technical basis documents, or other documents submitted to NIOSH for approval; A list of SEC professional judgment papers and petition evaluation reports submitted to NIOSH for approval; any other products delivered; a status report of information gathering efforts (those completed, underway, and planned), to include document capture efforts, site visits, worker and site expert interviews; a description of issues that must be addressed in order to complete required activities; and a description of the work accomplished and work in progress under the contract.

5.2.5 The contractor shall participate in person or by teleconference in project status meetings with DCAS and other topical meetings convened by DCAS. Project status meetings shall be scheduled at mutually agreeable times but shall be no less frequent than bi-monthly.

5.2.6 The contractor shall conduct semiannual program reviews and provide the results of these reviews to NIOSH.

6.0 EEOICPA Performance Objectives

Performance objectives will be used to measure contractor performance for work performed under this contract in accordance with the PWS and the Performance Based Award Fee Plan found under attachments in Section J – J.8. The Performance Based Award Fee Plan may cover a specific period and may also be subject to revision as the performance needs under this contract change.

Performance Objective Performance Threshold Surveillance Method
Completion and Submission of Dose Reconstruction Reports Dose Reconstruction Reports that are accurate and complete so that they are approved by DCAS without the need for revision or without comment 95% of the time. 100% inspection
Submit First Draft of the text for consultation phone call, or DOL employment/survivor verification request for SEC process. Within 10 working days of receipt of Form B SEC submission, 90% of the time. 100% inspection
Schedule of initial consultation phone call for a Form B SEC submission Within 10 working days of receipt of approval by DCAS of the consultation phone call text, 90% of the time. 100% inspection
Submit draft professional judgment of SEC. Within 20 working day from the receipt of a SEC petition, 90% of the time. 100% inspection
Submit detailed evaluation plan in an SEC production Gantt chart. Within 10 working days of from the qualification of a petition, 90% of the time. 100% inspection
Submit high quality draft SEC petition evaluation report and completed evaluation issues matrix. In accordance with SEC petition Gantt chart, 90% of the time. 100% inspection

7.0 Reporting Schedule

Contractor shall provide monthly performance reports to NIOSH covering all tasks under this contract. The monthly performance report shall include but need not be limited to: the number of dose reconstruction reports submitted to NIOSH for approval; a list of the procedures, technical information bulletins, technical basis documents, or other documents submitted to NIOSH for approval; A list of SEC professional judgment papers and petition evaluation reports submitted to NIOSH for approval; any other products delivered; a status report of information gathering efforts (those completed, underway, and planned), to include document capture efforts, site visits, worker and site expert interviews; a description of issues that must be addressed in order to complete required activities; and a description of the work accomplished and work in progress under the contract.

Contractor shall provide either with the monthly invoice or within a week of submitting the invoice a Monthly Financial Report breaking out costs by budget category for each Work Breakdown Structure element (e.g., for each task) listing costs by reporting period and cumulatively for the contract.

8.0 Special Considerations

Much of the information obtained and generated during this project is protected by the Privacy Act. All personnel on the project with access to such information must receive Privacy Act training before being allowed access to such information. The Privacy Act training shall include the information described in attachments Section J – J.9.

All work and work assignments on the project must conform to NIOSH’s Conflict of Interest Policy.

On occasion the contractor’s work will influence, and will be influenced by, the work of other NIOSH contractors. This will be particularly true regarding the technical support contractor for the Advisory Board on Radiation and Worker Health (ABRWH). Interaction with other NIOSH contractors should occur in the presence of NIOSH unless NIOSH specifically authorizes the separate contact.

9.0 Government Furnished Property

The Government will furnish office furniture, computer servers, personal computers, and accessories, which are currently located at 4850 Smith Road, Suite 200, Cincinnati, Ohio. An inventory of the servers and summary of the personal computers that will be available is included under Attachments in Section J – J.11. However, the personal computers will be at or near their expected replacement time at the start of this contract, so the contractor should anticipate procuring replacement items during this contract.

***********

This requirement is being solicited on an unrestricted basis as full and open competition.

The CDC expects a single award, Performance Based, Cost Plus Award Fee, with a base year plus four (4) option years.

No attachments will be posted with this synopsis.

The complete solicitation document, attachments, and reference material, if applicable, will be available for downloading at http://www.fedbizops.gov on or about May 17, 2013 and proposals will be due on or about June 19, 2013 . No verbal or written requests for copies will be accepted.

It is the responsibility of perspective offerors to stay abreast of additional postings regarding this solicitation at the FedBizOpps internet site.

Place of Performance: At the contractor’s location(s). US URL: https://www.fbo.gov/spg/HHS/CDCP/CMBP/2012-N-15239/listing.html
OutreachSystems Article Number: 130503/PROCURE/0074
Matching Key Words: writ*; script?; technical; standard; 


dept of health and human servicesDepartment of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Pittsburgh), Post Office Box 18070 Cochrans Mill Road Pittsburgh PA 15236-0070

R — Dose Reconstruction and Related Activities for Energy Employees Occupational Illness Compensation Program Act (EEOICPA). 2013-N-15239 051713 Diane J Meeder, Phone (412)386-4412, Email DMeeder@cdc.gov The Centers for Disease Control and Prevention (CDC), National Institute of Occupational Safety and Health (NIOSH) Cincinnati, OH has a requirement for a base year, plus four (4) option years, Cost Plus Award Fee, Performance Based contract for “Dose Reconstruction and Related Activities for Energy Employees Occupational Illness Compensation Program Act (EEOICPA).”

The objective of this acquisition is to allow NIOSH, through its Division of Compensation Analysis and Support (DCAS), to fulfill its obligations under the Energy Employees Occupational Illness Compensation Program Act (EEOICPA), performing dose reconstructions for claims referred by Department of Labor (DOL) and evaluating petitions for additions of classes to the Special Exposure Cohort (SEC). More specifically, the objectives are to obtain assistance in performing the following activities:

• Identify data relevant to reconstructing radiation doses and evaluating SEC petitions
• Claimant Communications
• Dose estimation and reporting
• Prepare Special Exposure Cohort petition evaluations
 Technical and program management support

References.

The Energy Employees Occupational Illness Compensation Program Act of 2000 (EEOICPA or The Act), as Amended, established a compensation program for the civilian men and women who, over the past 50 years, have performed duties uniquely related to the nuclear weapons production and testing programs of the Department of Energy (DOE) and its predecessor agencies.http://www.cdc.gov/niosh/OCAS/pdfs/theact/eeoicpaall.pdf

The Act (42 U.S.C. 7384 et seq.) was originally passed on October 30, 2000, and became effective on July 31, 2001. The National Defense Authorization Act for Fiscal Year 2002 (Public Law 107-107; Section 3151(b)) and the Ronald W. Reagan National Defense Authorization Act for Fiscal Year 2005 (Public Law 108-375; Section 3161) made several amendments to The Act

Other references can be located on the Web such as 42 CFR 81(http://www.cdc.gov/niosh/OCAS/pdfs/42cfr81/frcll020612.pdf),
42 CFR 82 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr82/42cfr82.pdf),
and 42 CFR 83 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr83/42cfr83b.pdf).

DRAFT PERFORMANCE WORK STATEMENT

Performance Work Statement

The objective of this acquisition is to allow National Institute for Occupational Safety and Health (NIOSH), through its Division of Compensation Analysis and Support (DCAS), to fulfill its obligations under the Energy Employees Occupational Illness Compensation Act (EEOICPA), performing dose reconstructions for claims referred by DOL (Department of Labor) and evaluating petitions for additions of classes to the SEC (Special Exposure Cohort). More specifically, the objectives are to obtain assistance in performing the following activities:

• Identify data relevant to reconstructing radiation doses and evaluating SEC petitions
• Claimant Communications
• Dose estimation and reporting
• Prepare Special Exposure Cohort petition evaluations
 Technical and program management support

2. References.

Department of Health and Human Services (HHS), Centers for Disease Control and Prevention (CDC), National Institute for Occupational Safety and Health (NIOSH), Radiation Dose Reconstruction website:http://www.cdc.gov/niosh/OCAS/ocasppg.html

The Energy Employees Occupational Illness Compensation Program Act of 2000 (EEOICPA or The Act), as Amended, established a compensation program for the civilian men and women who, over the past 50 years, have performed duties uniquely related to the nuclear weapons production and testing programs of the Department of Energy (DOE) and its predecessor agencies.http://www.cdc.gov/niosh/OCAS/pdfs/theact/eeoicpaall.pdf

The Act (42 U.S.C. 7384 et seq.) was originally passed on October 30, 2000, and became effective on July 31, 2001. The National Defense Authorization Act for Fiscal Year 2002 (Public Law 107-107; Section 3151(b)) and the Ronald W. Reagan National Defense Authorization Act for Fiscal Year 2005 (Public Law 108-375; Section 3161) made several amendments to The Act

Other references can be located on the Web such as 42 CFR 81 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr81/frcll020612.pdf), 42 CFR 82 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr82/42cfr82.pdf), and 42 CFR 83 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr83/42cfr83b.pdf).

3. Scope and Requirements:

The support services that the dose reconstruction contractor shall be expected to provide are listed below. It is expected that this level of support shall be required during the base year and during each option year. While the number of cases to be processed on an annual basis is subject to fluctuation, offerors shall prepare their proposals assuming that 3,320 dose reconstructions shall be required each year (64 per week for 52 weeks). Additionally, the contractor shall be required to review previously completed dose reconstruction reports to determine if changes made in methodology or new data affects the outcome of the case. These reviews do not require a fully documented dose reconstruction unless the claim’s compensability decision is likely to switch from non-compensable to compensable. It should be assumed that a weekly average of approximately 25 such evaluations need to be completed. It should be understood that this is not a guarantee of this level of effort, but a target value that will facilitate comparison of proposals. Offerors should assume that, for each year of the contract, 5 SEC petitions shall be filed, and claims shall be received from 5 sites with no claims previously submitted. Site research shall be required for those situations. Technical approaches and some calculational tools from sites that have been researched prior to this award will be made available to the successful offeror by NIOSH.

All documents that describe radiation exposures, radiological operations, radiological conditions, and other information useful to performing dose reconstruction, evaluating SEC petitions, or performing other functions of the project will be stored in the SRD (Site Research Database). The SRD contains documents that relate to U.S. DOE and AWE (Atomic Weapons Energy) sites. These documents can include, but are not limited to, general overview documents, publications for a site that describe a particular process or operation, or reports from a site addressing particular issues such as specific contaminants to which some workers might have been exposed. Project personnel populate and use the database to develop and write Technical Basis Documents (TBDs) and Technical Information Bulletins (TIBs), as well as to perform dose reconstructions.

Information relevant to individual claims will be stored in the NIOSH OCAS (Office of Compensation Analysis and Support) Claims Tracking System (NOCTS). NOCTS was developed to track the claims made under EEOICPA. The NOCTS application tracks claimant data and documents, and is thus a central repository for all information related to each claim. The web-based interface allows the application to be accessed by any computer equipped with Internet connection and browser software. The primary goal of NOCTS is to facilitate the processing of claims in an efficient and accurate manner. The application also provides an instrument for effective and timely communications with claimants during this process. Another goal is to establish and maintain interagency communications among all the parties involved in the claims process.

1.0 Identify data relevant to reconstructing radiation doses and evaluating SEC petitions

1.1 Data collection related to claims and petitions: The contractor shall collect all known sources of recorded dosimetry, radiation data, and relevant information applicable to completing dose reconstructions for individual claimants and evaluating SEC petitions from classes of employees. This task shall include the following:

1.1.1 NIOSH will request from DOE and provide to the contractor individual exposure information for claimants. In coordination with NIOSH and with the cooperation of DOE, the contractor shall request from DOE (as necessary) and other entities supplemental information applicable to individual claims or petitions to supplement any such information in the NIOSH claims database. The collection of this information shall be conducted under a Memorandum of Understanding that has been established between HHS and DOE (http://www.cdc.gov/niosh/OCAS/ocasdoe.html#mou or http://www.cdc.gov/niosh/OCAS/pdfs/misc/moudoe.pdf).

1.1.2 The contractor shall synthesize information related to dose reconstruction feasibility into Professional Judgment Papers and Petition Evaluation Reports, providing the basis for the feasibility or infeasibility of constructing radiation dose. Professional Judgment Papers evaluate the bases provided with the SEC petition to determine if they meet the criteria in 42 CFR 83 for a valid petition, i.e. to determine if the petition qualifies. Petition Evaluation Reports are prepared once petitions are qualified and they evaluate the existing information to determine if it is sufficient to perform dose reconstructions for the proposed class. Additional information about the SEC process and examples of Petition Evaluation Reports can be found at http://www.cdc.gov/niosh/ocas/ocassec.html.

1.1.3 The contractor shall maintain a local office in Cincinnati, Ohio to abstract, enter, or migrate necessary information from DOE and other records into the Site Research Database or NIOSH OCAS Claims Tracking System for use in dose reconstructions or other purposes.

1.1.4 The contractor shall monitor the completeness and timeliness of record/information acquisition from DOE and other sources, inform NIOSH, on a monthly basis, of delays, their causes, and involve NIOSH as necessary to obtain their timely resolution.

1.2 Dose reconstruction research: The contractor shall research the conditions, processes, practices, and incidents at DOE and AWE facilities relevant to conducting dose reconstructions. This task shall include the following:

1.2.1 The contractor shall review and analyze records from DOE and AWEs, which will be useful to interpret recorded dosimetry information, to evaluate the adequacy and completeness of dosimetry information, and to substitute for unavailable or incomplete dosimetry information. Plans for site visits and the research to be performed during a site visit must be approved by NIOSH. It is likely that 50 site data capture visits may be required each year.

1.2.2 With the cooperation of DOE and assistance of worker representatives and others, the contractor shall identify and interview current and former DOE/AWE facility line managers, radiation protection personnel, individual workers, and others as appropriate, and analyze the results of these interviews to interpret recorded dosimetry information, to evaluate the adequacy and completeness of dosimetry information, and to substitute for unavailable or incomplete dosimetry information. The extent of these efforts shall be coordinated with and approved by NIOSH prior to initiation of contact with DOE or DOE contractor personnel.

1.2.3 As agreed upon between NIOSH and the contractor, the contractor shall develop statistical procedures and assumptions based on dose reconstruction research that can be applied in multiple dose reconstructions, including but not limited to dose reconstructions for employees in specific jobs, performing specific tasks, employed in specific facilities or sites, and related to specific time periods of employment. These statistical procedures will include methods to estimate the uncertainty distributions surrounding internal and external dose reconstructions on a facility specific and time-dependent basis. NIOSH will review and approve such procedures and assumptions. Technical Information Bulletins ORAUT-OTIB-0019 Rev-01, “Analysis of Coworker Bioassay Data for Internal Dose Assignment, ” and ORAUT-OTIB–0020 Re-03, “Use of Coworker Dosimetry Date for External Dose Assignment,” describe these techniques ( http://www.cdc.gov/niosh/OCAS/tibsnum.html).

1.2.4 The contractor shall produce and submit to NIOSH reports summarizing methods, data sources, and findings of research on facilities on a schedule specified by NIOSH as the need for the report is identified.

1.2.5 The contractor shall research and analyze information pertaining to sites, claims, and dose reconstruction processes in response to questions and technical issues raised about the EEOICPA program by the Advisory Board on Radiation and Worker Health. Results of these efforts will be provided as scheduled by NIOSH.

2.0 Claimant communications

2.1 As directed under 42 CFR 82 and consistent with NIOSH technical guides and procedures, conduct, record, transmit to NIOSH, and report to claimants the results of computer assisted telephone interviews (CATIs) with claimants and, as appropriate, with co-workers and other potential witnesses. Three scripts that cover interviews with claimants who are covered employees, survivors, or co-workers have been prepared. They can be found under Attachments in Section J – J.6. Since these scripts have been reviewed and approved by the Office of Management and Budget (OMB) under the requirements of the Paperwork Reduction Act of 1995, any substantive changes shall require approval by OMB. NIOSH will provide a usable computerized version of these scripts. The contractor may, however, with review and approval from NIOSH, convert these scripts to a computer program that facilitates more efficient data storage and retrieval.

2.2 The contractor shall produce and provide for review by the claimant/interviewee reports of interviews, and enter final reports and their elements as a case file into the claims database no less frequently than weekly.

2.3 The contractor shall obtain and enter into the claimant interview case file and research database additional information as may be provided by the claimant in writing to supplement the claim record.

2.4 The contractor shall conduct close-out interviews with claimants once they have received their draft dose reconstruction reports in order to answer questions about the dose reconstruction and to explain the next steps in the claim process.

2.5 Although not part of the interview process, the contractor must provide a toll free telephone line to address claimants questions within 30 days of award. This shall be in addition to the claimant telephone support service that NIOSH is currently offering.

2.6 The contractor shall correspond with claimants informing them that their dose reconstruction has been scheduled once all the information necessary to perform the dose reconstruction has been received, but not before.

2.7 The contractor shall designate a point of contact within its organization who is responsible for resolving issues and answering questions from communications with claimants by either NIOSH or the contractor. This point of contact shall have the organizational authority necessary to resolve issues between sub-organizations within the contractor’s organization in order to provide resolutions and answers.

2.8 When the contractor receives information from a claimant that affects the normal progress of the claim (e.g., identifies an additional cancer not listed on the claim, provides information that affects the draft dose reconstruction, etc.) the contractor shall notify NIOSH’s Claimant Information and Communication Team of the reason for the interruption in claim progress. Information of this nature that is received by NIOSH will be communicated promptly to the contractor. In all cases the contractor shall communicate the resolution to the claimant.

2.9 Contractor shall provide CATI and close out interview for every claimant for whom a dose reconstruction is performed unless claimant declines to participate. Some claims have multiple claimants, so the number of claimants is larger than the number of dose reconstructions that must be completed. Contractor should plan to complete 1.5 CATIs and close out interviews per dose reconstruction, or 96 CATIs and close out interviews per week.

3.0 Dose estimation and reporting

3.1 As directed under 42 CFR Part 82 and consistent with NIOSH Implementation Guides for Internal and External Dose Reconstruction (located at http://www.cdc.gov/niosh/ocas/ocasdose.html#process), andTechnical Information Bulletins and procedures (http://www.cdc.gov/niosh/OCAS/ocastbds.html http://www.cdc.gov/niosh/OCAS/ocasppg.html ), the contractor shall produce and report timely dose estimates, supporting methodology, and factual basis for each claim received by NIOSH from DOL under EEOICPA and for claims requiring re-work because of changes in claim information or changes in dose reconstruction policy (estimated at 3320 dose reconstructions and re-works annually).

3.2 The contractor shall collect and analyze all available information relevant to dose estimation/reconstruction for each individual claim and produce and transmit to NIOSH a draft report providing dose estimates, methods, and the factual basis upon which the doses were estimated, including a narrative explanation of this information understandable by claimants with a high school education. An example dose reconstruction report will be included as an attachment under Section J – J.7.

3.2.1 Internal and external radiation dose estimates shall be calculated for each organ that the claimant presents with a primary cancer. The annual dose to each organ shall be calculated from the time of first exposure at a covered facility to the date of cancer diagnosis. As appropriate, a separate dose shall be computed for each type of radiation exposure received by the individual, using the exposure types provide for in the NIOSH-Interactive Radio Epidemiological Program (IREP) program. These doses shall be reported as equivalent dose using the weighting factors provided in the NIOSH technical guides. As part of NIOSH’s ongoing Quality Assurance (QA) program, the contractor may be provided blind test claims on a periodic basis.

3.2.2 Internal dose calculations shall be performed using standard metabolic models published by the International Commission on Radiological Protection (ICRP). These calculations shall be performed using a NIOSH supplied computer program entitled Integrated Module for Bioassay Analysis (IMBA) or other NIOSH approved programs. IMBA was specially created for NIOSH to perform internal dose calculations using the most recent physiologically based biokinetic models such as those contained in ICRP publications 56, 67, and 69. Inhalation intakes shall be evaluated using the respiratory tract model contained in ICRP publication 66. The contractor shall not have access to the source code. Any contractor developed software used for calculating internal dose must be approved by NIOSH prior to its use in dose reconstructions and NIOSH must have access to the program and source code. Any contractor purchased software used for calculating internal dose must be approved by NIOSH prior to its use in dose reconstructions.

Within 30 days of award, NIOSH will provide training on the IMBA software for key contractor personnel who are not familiar with the software. Within 30 days after receiving training from NIOSH, the contractor shall be responsible for providing and documenting training to members of its technical team who shall be involved in conducting dose reconstructions and are not already familiar with the software.

3.2.3 Estimates of missed dose, due to technical limitations in monitoring technology, shall be evaluated and included in the claimant’s dose reconstruction for both internal and external sources of exposure. In addition, any exposure to diagnostic x rays that were required as a condition of employment shall be estimated and included in the claimant’s total organ dose.

3.3 The contractor shall review with NIOSH and revise dose reconstructions, as necessary, subject to NIOSH oversight of the dose reconstruction program.

3.4 The contractor shall develop statistical procedures and assumptions that may have application for multiple dose reconstructions, including but not limited to dose reconstructions for employees in specific jobs, performing specific tasks, employed in specific facilities or sites, and related to specific time periods of employment. NIOSH will review and approve these procedures and assumptions before they are used to complete dose reconstructions.

4.0 Prepare Special Exposure Cohort petition evaluations

4.1 In accordance with 42 CFR 83 and procedure OCAS-PR-004 Rev. 1, “Internal Procedures for the Evaluation of Special Exposure Cohort Petitions,” (http://www.cdc.gov/niosh/ocas/secmisc.html orhttp://www.cdc.gov/niosh/ocas/pdfs/dr/dc-ig-005-r0.pdf) the contractor shall process and evaluate petitions received from individuals for the addition of classes to the SEC, and shall initiate the addition of classes when there is not adequate information to reconstruct radiation doses with sufficient accuracy.

4.2 The contractor shall process and evaluate petitions received from individuals for additions of classes to the SEC (the 83.13 process).

4.2.1 With the approval of NIOSH, the contractor shall communicate with the petition submitter as necessary in order to obtain the information required in 42 CFR 83 for a petition. Some petitions may be sufficient upon initial receipt, but NIOSH expects that every petition will require communication of this type to obtain information required by 42 CFR 83.

4.2.2 The contractor shall determine whether the information ultimately submitted with a petition meets the requirements in 42 CFR 83 and therefore qualifies for evaluation. Contractor shall document the basis for this determination in a professional judgment and submit it to NIOSH.

4.2.3 For petitions that qualify for evaluation, the contractor shall provide a list of the types of apparent data deficiencies that could potentially make dose reconstructions infeasible, along with the research efforts that the contractor shall pursue to remedy each apparent data deficiency, and shall submit the list to NIOSH for review and approval. The schedule for delivering the list will be established by NIOSH upon qualification of a petition, depending on the complexity of the petition.

4.2.4 The contractor shall research information relevant to the feasibility of the dose reconstruction for members of the class; reach determinations about the feasibility of reconstructing doses for members of the class and the potential that members of the class were harmed by their exposure; document those determinations in a petition evaluation report; and submit the petition evaluation report to NIOSH for review and approval. The petition evaluation report must be completed and approved by NIOSH within 180 days from the date the petition was originally submitted to NIOSH, not counting days when NIOSH and the contractor are awaiting additional information from the submitter in order to fulfill the petition qualification requirements of 42 CFR 83.

4.2.5 The contractor shall provide additional research and revision to petition evaluation reports to respond to questions raised by the Advisory Board on Radiation and Worker Health (“the Board”). NIOSH anticipates that every petition evaluation report will prompt questions from the Board. Such questions have required detailed follow-up analysis of complex issues such as monitoring program adequacy, technical performance of internal and external dosimetry systems, and characterization of the radiation fields present at sites being evaluated.

4.3 The contractor shall identify classes of workers for whom there is inadequate information to perform dose reconstruction with sufficient accuracy, and initiate adding those classes to the SEC (the 83.14 process).

4.3.1 The contractor shall identify potential classes for whom dose reconstruction is not feasible, and shall document the basis for that determination. Classes may comprise any portion of the employees at a covered facility and any portion of the duration of the covered period. The class definition and basis for finding it infeasible to reconstruct radiation doses shall be submitted to NIOSH for review and approval.

4.3.2 The contractor shall propose a representative claimant from each 83.14 class for NIOSH approval. Upon NIOSH approval of a representative claimant, contractor shall prepare communications to that claimant about the infeasibility of dose reconstruction and the 83.14 SEC process.

4.3.3 The contractor shall prepare a petition evaluation report that documents the basis for finding dose reconstruction infeasible for members of the class and submit the petition evaluation report to NIOSH for review and approval.

4.3.4 The contractor shall provide additional research and revision to petition evaluation reports to respond to questions raised by the Advisory Board on Radiation and Worker Health. NIOSH expects that every petition evaluation report will prompt questions from the Board.

5.0 Technical and program management support

5.1 Technical support: Provide information and analyses to NIOSH to review individual dose reconstructions, dose reconstruction procedures and practices, or SEC petition evaluations, or to respond to requests by DOL, the Advisory Board on Radiation and Worker Health, Congress, or other stakeholders, and to support NIOSH management in the dose reconstruction and SEC petition evaluation program. This task shall include the following:

5.1.1 The contractor shall prepare and provide analyses, information and reports to NIOSH in response to reviews of individual dose reconstructions requested by DOL in the adjudication of claims. NIOSH expects four of these requests per year.

5.1.2 The contractor shall prepare and provide analyses, information, and reports to NIOSH in response to reviews of dose reconstructions, dose reconstruction procedures, technical documents such as TechnicalInformation Bulletins or technical basis documents, or SEC petition evaluations under EEOICPA by the Advisory Board and other external organizations that may conduct scientific or technical reviews, such as the National Academy of Sciences and the Government Accountability Office. NIOSH expects that the Advisory Board will review and comment on 60 dose reconstruction reports, 8 technical basis documents, and 15 procedures and Technical Information Bulletins (combined) each year. Total requests from other bodies is expected to be four per year.

5.1.3 The contractor shall prepare and provide analyses, information, and reports to NIOSH in support of Congressional briefings and in response to Congressional inquiries. NIOSH expects to request contractor assistance for responding to one Congressional inquiry per week and six briefings per year. Inquiries address individual cases, while briefings address program status and site specific information for a single or few sites (e.g., those from a single state).

5.1.4 Within 30 days of award, the contractor shall establish practices for using the NIOSH OCAS Claims Tracking System (NOCTS). Any supplementary tracking system established by the contractor must be compatible with and provide current information to NOCTS to support reporting of dose reconstruction process status to claimants.

5.1.5 The contractor shall provide records to NIOSH such that NIOSH can comply with requests for records under the Freedom of Information Act and Privacy Act. NIOSH expects to request contractor assistance in approximately twelve such requests per year.

5.2 Program management support: The contractor shall provide comprehensive program management support to NIOSH. This task shall include the following:

5.2.1 Within 60 days of award, the contractor shall develop and implement a written project management plan and submit it to NIOSH for review and approval. The project management plan shall define the organizational structure, management approach, requirements, and tools for planning, implementing, and monitoring work practices which shall be used to complete radiation dose reconstructions and to evaluate submissions and petitions for the addition of classes to the SEC.

5.2.2 Within 90 days of award, the contractor shall develop, implement and maintain a written quality assurance program for the overall project. The quality assurance program documentation shall describe the organizational structure, functional responsibilities, levels of authority, and interfaces for those personnel managing, performing, and assessing the adequacy of work performed as part of this contract.

5.2.3 Within 90 days of award, the contractor shall develop and enact procedures for implementing “NIOSH Policy on the Appearance of Bias for the EEOICPA Program & General Conflict of Interest Requirements”, (http://www.cdc.gov/niosh/OCAS/ocascobs.html or http://www.cdc.gov/niosh/OCAS/pdfs/dr/aobplcy-v2.pdf). Copies of those procedures shall be provided to NIOSH at that time.

5.2.4 The contractor shall prepare and submit to NIOSH monthly performance reports and quarterly cost reports covering all tasks under this contract. The monthly performance report shall include but need not be limited to: the number of dose reconstruction reports submitted to NIOSH for approval; a list of the procedures, technical information bulletins, technical basis documents, or other documents submitted to NIOSH for approval; A list of SEC professional judgment papers and petition evaluation reports submitted to NIOSH for approval; any other products delivered; a status report of information gathering efforts (those completed, underway, and planned), to include document capture efforts, site visits, worker and site expert interviews; a description of issues that must be addressed in order to complete required activities; and a description of the work accomplished and work in progress under the contract.

5.2.5 The contractor shall participate in person or by teleconference in project status meetings with DCAS and other topical meetings convened by DCAS. Project status meetings shall be scheduled at mutually agreeable times but shall be no less frequent than bi-monthly.

5.2.6 The contractor shall conduct semiannual program reviews and provide the results of these reviews to NIOSH.

6.0 EEOICPA Performance Objectives

Performance objectives will be used to measure contractor performance for work performed under this contract in accordance with the PWS and the Performance Based Award Fee Plan found under attachments in Section J – J.8. The Performance Based Award Fee Plan may cover a specific period and may also be subject to revision as the performance needs under this contract change.

Performance Objective Performance Threshold Surveillance Method
Completion and Submission of Dose Reconstruction Reports Dose Reconstruction Reports that are accurate and complete so that they are approved by DCAS without the need for revision or without comment 95% of the time. 100% inspection
Submit First Draft of the text for consultation phone call, or DOL employment/survivor verification request for SEC process. Within 10 working days of receipt of Form B SEC submission, 90% of the time. 100% inspection
Schedule of initial consultation phone call for a Form B SEC submission Within 10 working days of receipt of approval by DCAS of the consultation phone call text, 90% of the time. 100% inspection
Submit draft professional judgment of SEC. Within 20 working day from the receipt of a SEC petition, 90% of the time. 100% inspection
Submit detailed evaluation plan in an SEC production Gantt chart. Within 10 working days of from the qualification of a petition, 90% of the time. 100% inspection
Submit high quality draft SEC petition evaluation report and completed evaluation issues matrix. In accordance with SEC petition Gantt chart, 90% of the time. 100% inspection

7.0 Reporting Schedule

Contractor shall provide monthly performance reports to NIOSH covering all tasks under this contract. The monthly performance report shall include but need not be limited to: the number of dose reconstruction reports submitted to NIOSH for approval; a list of the procedures, technical information bulletins, technical basis documents, or other documents submitted to NIOSH for approval; A list of SEC professional judgment papers and petition evaluation reports submitted to NIOSH for approval; any other products delivered; a status report of information gathering efforts (those completed, underway, and planned), to include document capture efforts, site visits, worker and site expert interviews; a description of issues that must be addressed in order to complete required activities; and a description of the work accomplished and work in progress under the contract.

Contractor shall provide either with the monthly invoice or within a week of submitting the invoice a Monthly Financial Report breaking out costs by budget category for each Work Breakdown Structure element (e.g., for each task) listing costs by reporting period and cumulatively for the contract.
8.0 Special Considerations

Much of the information obtained and generated during this project is protected by the Privacy Act. All personnel on the project with access to such information must receive Privacy Act training before being allowed access to such information. The Privacy Act training shall include the information described in attachments Section J – J.9.

All work and work assignments on the project must conform to NIOSH’s Conflict of Interest Policy.

On occasion the contractor’s work will influence, and will be influenced by, the work of other NIOSH contractors. This will be particularly true regarding the technical support contractor for the Advisory Board on Radiation and Worker Health (ABRWH). Interaction with other NIOSH contractors should occur in the presence of NIOSH unless NIOSH specifically authorizes the separate contact.

9.0 Government Furnished Property

The Government will furnish office furniture, computer servers, personal computers, and accessories, which are currently located at 4850 Smith Road, Suite 200, Cincinnati, Ohio. An inventory of the servers and summary of the personal computers that will be available is included under Attachments in Section J – J.11. However, the personal computers will be at or near their expected replacement time at the start of this contract, so the contractor should anticipate procuring replacement items during this contract.

This requirement is being solicited on an unrestricted basis as full and open competition.

The CDC expects a single award, Performance Based, Cost Plus Award Fee, with a base year plus four (4) option years.

No attachments will be available with this synopsis.

The complete solicitation document, and reference material, if applicable, will be available for downloading at http://www.fedbizops.gov on or about May 17, 2013 and proposals will be due on or about June 19, 2013 . No verbal or written requests for copies will be accepted.

It is the responsibility of perspective offerors to stay abreast of additional postings regarding this solicitation at the FedBizOpps internet sit

URL: https://www.fbo.gov/spg/HHS/CDCP/CMBP/2013-N-15239/listing.html
OutreachSystems Article Number: 130503/PROCURE/0075
Matching Key Words: writ*; script?; technical; standard; 


Department of Veterans Affairs, VA Tennessee Valley Health Care System (Murfreesboro), Department of Veterans Affairs Tennessee Valley Health Care System Alvin C. York Campus, 800 zorn ave, Luoisville, KY 40206

U–OPTION – Pastorial Training/ Certification VA249-13-Q-025701 050613 Name: Cinnamon Washington, Title: Purchasing agent, Phone: 5022876732, Fax: 5022876115, Email: cinnamon.washington@va.gov; This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR SubpartVA 12.6, as supplemented with additional information included in this notice.The solicitation number is VA249-13-Q-025701 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 2005-66. The associated North American Industrial Classification System (NAICS) code for this procurement is 611710 with a small business size standard of $7.00M.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on http://www.FedBid.com will start on the date this solicitation is posted and will end on 2013-05-06 12:00:00.0 Eastern Time or as otherwise displayed at http://www.FedBid.com.FOB Destination shall be Louisville, KY 40206 Place of Performance: Louisville, KY 40206 40206-1433 US URL: https://www.fbo.gov/spg/VA/MuVAMC626A4/MuVAMC626A4/VA249-13-Q-025701/listing.html
OutreachSystems Article Number: 130503/PROCURE/0104
Matching Key Words: state!ky; 


600px-US-SecuritiesAndExchangeCommission-Seal.svgSecurities and Exchange Commission, Office of Acquisitions, Office of Acquisitions, 100 F Street, NE MS-4010 Washington DC 20549

99 — RFP No. SECHQ1-13-R-0005 for Quantitative Research Analytical Data Support SECHQ1-13-R-0005 Robert A Witherspoon, Contract Specialist, Phone 202-551-7319, Fax 703-914-9226, Email witherspoonr@sec.gov – Angela Dunson, Contracting Officer, Email dunsona@sec.gov This announcement serves as a pre-solicitation notice only and not a solicitation. The Securities and Exchange Commission’s (SEC), Office of Acquisitions, intends to issue a solicitation to seek vendor(s) who will provide services to the SEC under the Quantitative Research Analytical Data Support (QRADS) requirement. The SEC’s objective of this program is to obtain support for the SEC’s Division of Risk Strategy and Financial Innovation (RSFI) Office of Quantitative Research (OQR) in the following work categories: 1) Capital Markets and Financial Industry Data Analysis; 2) Quantitative Analytical Support; 3) Analytic Development Environment Database Support; 4) Communication and Technical Writing Support; and, 5) Text Analytics Support. This requirement is being conducted as a non-commercial item acquisition in accordance with FAR Part 15. The Government anticipates awarding Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contracts resulting from the solicitation. The period of performance for this procurement shall consist of one (1) year base period with four (4), one (1) year options. The Request for Proposal (RFP) shall require the submission(s) of technicalproposal(s) as well as price proposal(s). Contract(s) will be issued to eligible firms offering the best value proposal to provide the services in accordance with the Statement of Work (SOW). The actual solicitation and all related documents and amendments, if any, will be released and available electronically through the Federal Business Opportunities (FedBizOpps) website at http://fedbizopps.gov/. The response due date and time for proposals will be clearly stated in the solicitation document. It is the Contractor’ s responsibility to monitor the website for the issuance of the RFP as well as any updates to the solicitation. All Contractors must be registered in the System For Award Management (SAM.gov) (http://www.sam.gov). Further, Offerors are required to complete their Online Representations and Certifications under SAM.gov prior to submittal of a proposal. The solicitation will be posted to Federal Business Opportunities on or about May 23, 2013.
Place of Performance: 100 F Street, NE Washington, DC 20549 US URL: https://www.fbo.gov/spg/SEC/OAPM/PCB/SECHQ1-13-R-0005/listing.html
OutreachSystems Article Number: 130503/PROCURE/0553
Matching Key Words: writ*; technical; 


Department of Labor, Employment Training Administration, Muhlenberg Career Dev. Center, 3875 State Route, Highway, 181 North Greenville KY 42345

99 — municipal sewer service 13-10 053113 James R. Hill, Buyer, Phone 270-377-3253, Fax 270-338-6853, Email hill.ralph@jobcorps.org – Glen Embry, Director of600px-US-DeptOfLabor-Seal.svg Administration, Phone 270-377-3255, Email embry.glen@jobcorps.org THIS IS A SUBCONTRACTING OPPORTUNITY

MCDC is soliciting bids for sewer service to the center.

For details, the Scope of Work and bid submission documents see the attachment.

The terms, conditions and flow down clauses are available at www.horizonsyouthservices.com .

MCDC is operated by Horizons Youth Services Llc.  under a contract with the Department of Labor.

Place of Performance: Muhlenberg Career Development Center 3875 State Route Hwy 181 North Greenville, KY 42345 US URL: https://www.fbo.gov/spg/DOL/ETA/Muhlenbergjcc/13-10/listing.html
OutreachSystems Article Number: 130503/PROCURE/0557
Matching Key Words: age:state!ky; state!ky; 


212px-US-DeptOfEnergy-Seal.svgDepartment of Energy, Federal Locations, All DOE Federal Contracting Offices, U.S. DOE/NETLMorgantown Campus3610 Collins Ferry RoadPO Box 880MorgantownWV26507-0880US

R–Mission Execution Support Services DE-SOL-0005388 060513 ANGELA D. BOSLEY The U.S. Department of Energy (DOE), National Energy Technology Laboratory (NETL), is conducting a Market Survey to identify small businesses capable of providing Mission Execution (ME) support services at NETL. An organization that is not considered a small business under the applicable North American Industrial Classification System (NAICS) code (see below) should NOT submit a response to this notice.
THIS IS A SOURCES SOUGHT NOTICE for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement and NO CONTRACT will be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this notice or for any follow-up information requests. The information gathered from this sources sought notice will be utilized in the Government?s determination of the small business type to be utilized in an anticipated solicitation.
The magnitude of this effort is expected to be $20 million or more per year.
The North American Industrial Classification System (NAICS) code for this effort is 541330, Engineering Services with a size standard of $35.5 million average annual receipts as determined by the Small Business Administration (SBA). The NAICS code is provided for use by businesses in determining their appropriate small business size standard in response to this sources sought notice. For further information on business size definitions please refer to the Small Business Administration’s web site at:
http://www.sba.gov/category/navigation-structure/contracting/contracting-officials/eligibility-size-standards.
The NETL is a science, technology, and energy laboratory owned and operated by the DOE. As part of DOE?s national laboratory system, NETL supports DOE?s mission to advance the national, economic, and energy security of the United States.
NETL is DOE?s only national laboratory dedicated to Fossil Energy (FE) Research, Development, and Demonstration (RD&D). NETL has three sites that conduct on-site research and development (R&D) ? Morgantown, West Virginia; Pittsburgh, Pennsylvania; and Albany, Oregon. Two other office sites are located in Anchorage, Alaska; and Sugarland, Texas. All five sites operate under one management structure. In addition to its on-site R&D, NETL implements and manages extramural RD&D and conducts energy analyses. NETL?s project portfolio includes RD&D conducted through financial assistance, cooperative research and development agreements, and contractual arrangements. Approximately 1,200 research activities are conducted in partnership with industry, academia, other national laboratories, private research organizations, non-profit organizations, and other Federal and State agencies.
NETL?s mission is to advance energy options to fuel our economy, strengthen our security, and improve our environment. NETL is primarily responsible for implementing and managing coal, natural gas, and oil RD&D programs for FE. Additionally, NETL implements and manages other DOE, governmental, and international programs and projects. Significant activities are sponsored by the DOE?s Office of Energy Efficiency and Renewable Energy (EERE) and Office of Electricity Delivery and Energy Reliability (OE).
Additional information about NETL can be attained at our website: http://www.netl.doe.gov.
Project Requirements
The anticipated contract type is a Performance-Based Indefinite Delivery Indefinite Quantity (IDIQ) contract providing for issuance of Cost-Plus Award Fee (CPAF), Cost-Plus Fixed Fee (CPFF), Firm Fixed Price (FFP), and Fixed Price Incentives (FPI) task orders. The type of task order will be dependent upon the services required. Anticipated task orders for this contract would support activities at all NETL facilities with staffing primarily anticipated to be located at the NETL Morgantown and Pittsburgh campuses. It is anticipated that the Anchorage, AK and Sugarland, TX sites will require minimal staffing.
NETL anticipates issuing a solicitation for ME services that provide quality and timely technical and associated administrative support services for program and project planning, execution, monitoring, and assessment. In general, these services are comprised of identifying, compiling, reducing, and reporting energy-related information; preparing, facilitating, and reporting out on various types of meetings; maintaining, enhancing, populating, and exercising systems and databases; and conducting limited analyses and evaluations, e.g., market penetration assessments. Further, a potential contractor would be able to provide general assistance supporting other program- and project-related activities such as technology awareness and communications inclusive of technology transfer. The services are to support the efforts of the Government and will assist NETL in achieving desired outcomes in an efficient manner.
Support is expected to be needed in the following four (4) service areas and will be aligned with multiple operational activities that are used to deliver high-quality, disciplined, and relevant research and technology development at NETL.
Program and Project Implementation — Applied research and technology development focused on key barriers to commercialization require a disciplined framework ? a framework that NETL employs on a daily basis. Information reflecting the progress of individual research activities in meeting their established objectives to addressing technical limitations at a program level is developed, tracked, updated and reported as part of NETL?s management protocols. In addition, NETL develops technology transfer and outreach materials in order to effectively communicate with its various stakeholder groups.
Systems and Databases — Maintenance, enhancement, and use of commercial software as well as customized databases and information processing systems are necessary to conduct and manage the research at NETL. It is imperative that significant technical data and extensive project management information required to efficiently deliver an energy-related research and technology development program be routinely compiled, analyzed, and reported. These types of data and information range from individual activity?s milestones, schedules, and costs to the operational performance of a given energy conversion system.
Assessments/Reviews/Evaluations — Review of the scientific merit of individual research activities,, and the technical and cost performance of technology advancements as well as portfolios of related RD&D activities is a continuous process at NETL. Assessments are used to develop defensible recommendations affecting continued support to a given research activity and to affirm or alter the direction of future RD&D. 
Technical
 Information — Staying current with energy-related advancements is routine at NETL and represents a key aspect of due diligence underpinning the investment of public funds. Technology performance, associated costs, and regulatory and environmental impacts information are considered across NETL?s programs and employed to support multiple operational activities, e.g., program review, strategic planning, and technology transfer.
The anticipated labor mix will require a diverse pool of labor with a range of education and years of experience. Junior-, mid- and senior-level engineers, scientists, business/engineering analysts, and administrative specialists will be required.
Expression of Interest/Capability Statement
Interested small businesses shall submit the following:
(1) A cover page (no longer than one page) which briefly describes your company. The cover page should also include, at a minimum, the name of your organization, address, DUNS number, the number of years in business, the number of employees you have now and over your last three business years, and your demographics. For your demographics, indicate whether you are: a) a Small Business, b) a Small Disadvantaged Business, c) an 8(a) Small Business, d) a Veteran-Owned Small Business, e) a Service-Disabled Veteran-Owned (SDVO) Small Business, f) a Historically Underutilized Business Zone (HUBZone) Small Business, g) a Women-Owned (WO) Small Business, and/or h) an Economically Disadvantaged Women-Owned (EDWO) Small Business.
(2) A capability statement (no more than eleven pages) describing your capability and expertise to perform the requirement outlined in this notice, specifically indicating:
? Capability and expertise in technology, regulatory, and policy information research; energy and cost data analysis; technical writing: graphics development; meeting planning and facilitation; review of technicalproposals; planning and logistical support for peer reviews; roadmapping; project, portfolio, and program assessments; National Environmental Policy Act (NEPA) support; and energy technology areas (e.g. coal and natural gas based power generation including gasification, boiler combustion, turbine combustion, and fuel cell; coal and natural gas-based manufacture of chemicals and fuels; crude oil and natural gas resources including tight gas, shale oil and gas, methane hydrate, and carbon dioxide enhanced oil recovery (CO2-EOR); electricity transmission and distribution; and vehicle technologies).
? Demonstrated capability of management and oversight on a requirement of this size/magnitude (technical and administrative support services of approximately $20M per year), scope (similar in nature to that described in this notification including management of a geographically dispersed effort), and complexity (delivery of support services to organizations responsible for the planning, execution and management of research, development, demonstration, and deployment projects that are characteristic of the DOE?s FE, EERE, and OE programs).
? Demonstrated ability to assume the financial responsibilities associated with receiving a contract of this projected dollar amount. Specifically, the assurance that resources are available to meet payroll, subcontracting, and material obligations at this magnitude.
? Demonstrated capability of providing access to a flexible revolving workforce to effectively meet the requirements of the service areas identified in this notice.
? Past history of teaming and/or significant subcontracting, if anticipated, and implementation thereof.
Your response should be limited to a discussion of your interest, identification of business size, and demonstration of your capability/experience/resources to perform this requirement. Do NOT provide financial statements as part of your response.
Submission
For consistency, the respondent is instructed to submit their response in either MS Word (.doc) or Adobe Acrobat (.pdf) format (version 2003 or earlier).
All interested parties responding to this market survey must submit their responses via the FedConnect no later than 3:00 PM Local Time (Morgantown, WV) on June 05, 2013. The FedConnect web portal (found athttps://www.fedconnect.net) is used to disseminate this sources sought notification, receive questions, and accept the expressions of interests and demonstrated capability information in response to this notification. ONLY RESPONSES RECEIVED THROUGH FEDCONNECT WILL BE ANALYZED IN RESPONSE TO THIS NOTICE.
Your are strongly encouraged to submit your Expression of Interest/Capability Statement at least 24 hours before the specified due date in order to have time to resolve any transmission problems. It is your responsibility to allow an adequate amount of time for receipt of your submission.
To get started, download a copy of the quick start guide, ?FedConnect, Ready, Set, Go Guide? which will provide assistance/instructions on registering, finding an opportunity, sending and receiving messages, and submitting a response.
To register, please visit the FedConnect web portal at https://www.fedconnect.net, and click on the link: ?Click here to register.? Please note that before you can register in FedConnect, you will need a DUNS (http://fedgov.dnb.com/webform) and a federal System for Award Management (SAM) account (www.sam.gov). You are encouraged to register as soon as possible and should allow at least 14 days to complete these registrations.
To find this Sources Sought Notification, click on ?Search Public Opportunities? and search by the RFP Number, DE-SOL-0005388 used to identify this sources sought notice. Please bookmark this page and check it frequently for updates. It is highly recommended that once you access the opportunity that you request to be alerted for amendments, messages, and any e-mail alerts associated with this requirement. To do so, you will need to click on the ?Register to Receive Notifications? button under ?What do I do now?? If someone from your company has already registered interest for this opportunity, the ?Register to Receive Notifications? button will not display. Instead, you will have the option to join the response team by clicking the Join the Team button within the Response Team section.
All questions regarding the content of this notification must be submitted electronically via FedConnect. You must register with FedConnect to respond as an interested party to submit questions, and to view responses to questions. Questions and answers will also be posted to the electronic reading room available at the following Web address http://www.netl.doe.gov/business/solicitations/ssc2008/index.html. Questions will not be answered over the phone. The Contracting Officer must receive questions regarding the Sources Sought Notification via FedConnect no later than ten (10) business days prior to the established due date. The Government will review the questions and reserves the right to not respond to any questions received after this timeframe or not relevant to providing responses to this notification.
Please note – FedConnect is owned and operated by Compusearch Software Systems Inc., not by the Department of Energy and DOE does not provide help desk assistance for FedConnect. For assistance with FedConnect, please contact FedConnect directly:
By e-mail: support@FedConnect.net By phone: 1-800-899-6665 (8:00 a.m. to 8:00 p.m., Eastern Daylight Time, except Federal holidays).
As indicated previously, this is NOT a solicitation therefore no cost or pricing information should be provided. This is a market survey to identify potential sources capable of performing the effort required. Responses should be limited to the offeror?s expression of interest, identification of business size, and demonstration of capabilities/experience based on the items indicated in this notification.
Contracting Office
NETL, 3610 Collins Ferry Road (MS-I07), P.O. Box 880, Morgantown, WV 26507-0880 Angela Bosley, Contracting Officer, 304-285-4149, DE-SOL-0005388@netl.doe.gov Amanda Lopez, Contract Specialist, 304-285-4220, DE-SOL-0005388@netl.doe.gov
URL: https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0005388/listing.html
OutreachSystems Article Number: 130503/PROCURE/0581
Matching Key Words: writ*; copy; technical; standard; 


Department of Energy, Federal Locations, All DOE Federal Contracting Offices, U.S. DOE/NETLMorgantown Campus3610 Collins Ferry RoadPO Box 880MorgantownWV26507-0880US

R–Mission Execution Support Services DE-SOL-0005388 060513 ANGELA D. BOSLEY The U.S. Department of Energy (DOE), National Energy Technology Laboratory212px-US-DeptOfEnergy-Seal.svg (NETL), is conducting a Market Survey to identify small businesses capable of providing Mission Execution (ME) support services at NETL. An organization that is not considered a small business under the applicable North American Industrial Classification System (NAICS) code (see below) should NOT submit a response to this notice.
THIS IS A SOURCES SOUGHT NOTICE for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement and NO CONTRACT will be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this notice or for any follow-up information requests. The information gathered from this sources sought notice will be utilized in the Government?s determination of the small business type to be utilized in an anticipated solicitation.
The magnitude of this effort is expected to be $20 million or more per year.
The North American Industrial Classification System (NAICS) code for this effort is 541330, Engineering Services with a size standard of $35.5 million average annual receipts as determined by the Small Business Administration (SBA). The NAICS code is provided for use by businesses in determining their appropriate small business size standard in response to this sources sought notice. For further information on business size definitions please refer to the Small Business Administration’s web site at:
http://www.sba.gov/category/navigation-structure/contracting/contracting-officials/eligibility-size-standards.
The NETL is a science, technology, and energy laboratory owned and operated by the DOE. As part of DOE?s national laboratory system, NETL supports DOE?s mission to advance the national, economic, and energy security of the United States.
NETL is DOE?s only national laboratory dedicated to Fossil Energy (FE) Research, Development, and Demonstration (RD&D). NETL has three sites that conduct on-site research and development (R&D) ? Morgantown, West Virginia; Pittsburgh, Pennsylvania; and Albany, Oregon. Two other office sites are located in Anchorage, Alaska; and Sugarland, Texas. All five sites operate under one management structure. In addition to its on-site R&D, NETL implements and manages extramural RD&D and conducts energy analyses. NETL?s project portfolio includes RD&D conducted through financial assistance, cooperative research and development agreements, and contractual arrangements. Approximately 1,200 research activities are conducted in partnership with industry, academia, other national laboratories, private research organizations, non-profit organizations, and other Federal and State agencies.
NETL?s mission is to advance energy options to fuel our economy, strengthen our security, and improve our environment. NETL is primarily responsible for implementing and managing coal, natural gas, and oil RD&D programs for FE. Additionally, NETL implements and manages other DOE, governmental, and international programs and projects. Significant activities are sponsored by the DOE?s Office of Energy Efficiency and Renewable Energy (EERE) and Office of Electricity Delivery and Energy Reliability (OE).
Additional information about NETL can be attained at our website: http://www.netl.doe.gov.
Project Requirements
The anticipated contract type is a Performance-Based Indefinite Delivery Indefinite Quantity (IDIQ) contract providing for issuance of Cost-Plus Award Fee (CPAF), Cost-Plus Fixed Fee (CPFF), Firm Fixed Price (FFP), and Fixed Price Incentives (FPI) task orders. The type of task order will be dependent upon the services required. Anticipated task orders for this contract would support activities at all NETL facilities with staffing primarily anticipated to be located at the NETL Morgantown and Pittsburgh campuses. It is anticipated that the Anchorage, AK and Sugarland, TX sites will require minimal staffing.
NETL anticipates issuing a solicitation for ME services that provide quality and timely technical and associated administrative support services for program and project planning, execution, monitoring, and assessment. In general, these services are comprised of identifying, compiling, reducing, and reporting energy-related information; preparing, facilitating, and reporting out on various types of meetings; maintaining, enhancing, populating, and exercising systems and databases; and conducting limited analyses and evaluations, e.g., market penetration assessments. Further, a potential contractor would be able to provide general assistance supporting other program- and project-related activities such as technology awareness and communications inclusive of technology transfer. The services are to support the efforts of the Government and will assist NETL in achieving desired outcomes in an efficient manner.
Support is expected to be needed in the following four (4) service areas and will be aligned with multiple operational activities that are used to deliver high-quality, disciplined, and relevant research and technology development at NETL.
Program and Project Implementation — Applied research and technology development focused on key barriers to commercialization require a disciplined framework ? a framework that NETL employs on a daily basis. Information reflecting the progress of individual research activities in meeting their established objectives to addressing technical limitations at a program level is developed, tracked, updated and reported as part of NETL?s management protocols. In addition, NETL develops technology transfer and outreach materials in order to effectively communicate with its various stakeholder groups.
Systems and Databases — Maintenance, enhancement, and use of commercial software as well as customized databases and information processing systems are necessary to conduct and manage the research at NETL. It is imperative that significant technical data and extensive project management information required to efficiently deliver an energy-related research and technology development program be routinely compiled, analyzed, and reported. These types of data and information range from individual activity?s milestones, schedules, and costs to the operational performance of a given energy conversion system.
Assessments/Reviews/Evaluations — Review of the scientific merit of individual research activities,, and the technical and cost performance of technology advancements as well as portfolios of related RD&D activities is a continuous process at NETL. Assessments are used to develop defensible recommendations affecting continued support to a given research activity and to affirm or alter the direction of future RD&D. 
Technical
 Information — Staying current with energy-related advancements is routine at NETL and represents a key aspect of due diligence underpinning the investment of public funds. Technology performance, associated costs, and regulatory and environmental impacts information are considered across NETL?s programs and employed to support multiple operational activities, e.g., program review, strategic planning, and technology transfer.
The anticipated labor mix will require a diverse pool of labor with a range of education and years of experience. Junior-, mid- and senior-level engineers, scientists, business/engineering analysts, and administrative specialists will be required.
Expression of Interest/Capability Statement
Interested small businesses shall submit the following:
(1) A cover page (no longer than one page) which briefly describes your company. The cover page should also include, at a minimum, the name of your organization, address, DUNS number, the number of years in business, the number of employees you have now and over your last three business years, and your demographics. For your demographics, indicate whether you are: a) a Small Business, b) a Small Disadvantaged Business, c) an 8(a) Small Business, d) a Veteran-Owned Small Business, e) a Service-Disabled Veteran-Owned (SDVO) Small Business, f) a Historically Underutilized Business Zone (HUBZone) Small Business, g) a Women-Owned (WO) Small Business, and/or h) an Economically Disadvantaged Women-Owned (EDWO) Small Business.
(2) A capability statement (no more than eleven pages) describing your capability and expertise to perform the requirement outlined in this notice, specifically indicating:
? Capability and expertise in technology, regulatory, and policy information research; energy and cost data analysis; technical writing: graphics development; meeting planning and facilitation; review of technicalproposals; planning and logistical support for peer reviews; roadmapping; project, portfolio, and program assessments; National Environmental Policy Act (NEPA) support; and energy technology areas (e.g. coal and natural gas based power generation including gasification, boiler combustion, turbine combustion, and fuel cell; coal and natural gas-based manufacture of chemicals and fuels; crude oil and natural gas resources including tight gas, shale oil and gas, methane hydrate, and carbon dioxide enhanced oil recovery (CO2-EOR); electricity transmission and distribution; and vehicle technologies).
? Demonstrated capability of management and oversight on a requirement of this size/magnitude (technical and administrative support services of approximately $20M per year), scope (similar in nature to that described in this notification including management of a geographically dispersed effort), and complexity (delivery of support services to organizations responsible for the planning, execution and management of research, development, demonstration, and deployment projects that are characteristic of the DOE?s FE, EERE, and OE programs).
? Demonstrated ability to assume the financial responsibilities associated with receiving a contract of this projected dollar amount. Specifically, the assurance that resources are available to meet payroll, subcontracting, and material obligations at this magnitude.
? Demonstrated capability of providing access to a flexible revolving workforce to effectively meet the requirements of the service areas identified in this notice.
? Past history of teaming and/or significant subcontracting, if anticipated, and implementation thereof.
Your response should be limited to a discussion of your interest, identification of business size, and demonstration of your capability/experience/resources to perform this requirement. Do NOT provide financial statements as part of your response.
Submission
For consistency, the respondent is instructed to submit their response in either MS Word (.doc) or Adobe Acrobat (.pdf) format (version 2003 or earlier).
All interested parties responding to this market survey must submit their responses via the FedConnect no later than 3:00 PM Local Time (Morgantown, WV) on June 05, 2013. The FedConnect web portal (found athttps://www.fedconnect.net) is used to disseminate this sources sought notification, receive questions, and accept the expressions of interests and demonstrated capability information in response to this notification. ONLY RESPONSES RECEIVED THROUGH FEDCONNECT WILL BE ANALYZED IN RESPONSE TO THIS NOTICE.
Your are strongly encouraged to submit your Expression of Interest/Capability Statement at least 24 hours before the specified due date in order to have time to resolve any transmission problems. It is your responsibility to allow an adequate amount of time for receipt of your submission.
To get started, download a copy of the quick start guide, ?FedConnect, Ready, Set, Go Guide? which will provide assistance/instructions on registering, finding an opportunity, sending and receiving messages, and submitting a response.
To register, please visit the FedConnect web portal at https://www.fedconnect.net, and click on the link: ?Click here to register.? Please note that before you can register in FedConnect, you will need a DUNS (http://fedgov.dnb.com/webform) and a federal System for Award Management (SAM) account (www.sam.gov). You are encouraged to register as soon as possible and should allow at least 14 days to complete these registrations.
To find this Sources Sought Notification, click on ?Search Public Opportunities? and search by the RFP Number, DE-SOL-0005388 used to identify this sources sought notice. Please bookmark this page and check it frequently for updates. It is highly recommended that once you access the opportunity that you request to be alerted for amendments, messages, and any e-mail alerts associated with this requirement. To do so, you will need to click on the ?Register to Receive Notifications? button under ?What do I do now?? If someone from your company has already registered interest for this opportunity, the ?Register to Receive Notifications? button will not display. Instead, you will have the option to join the response team by clicking the Join the Team button within the Response Team section.
All questions regarding the content of this notification must be submitted electronically via FedConnect. You must register with FedConnect to respond as an interested party to submit questions, and to view responses to questions. Questions and answers will also be posted to the electronic reading room available at the following Web address http://www.netl.doe.gov/business/solicitations/ssc2008/index.html. Questions will not be answered over the phone. The Contracting Officer must receive questions regarding the Sources Sought Notification via FedConnect no later than ten (10) business days prior to the established due date. The Government will review the questions and reserves the right to not respond to any questions received after this timeframe or not relevant to providing responses to this notification.
Please note – FedConnect is owned and operated by Compusearch Software Systems Inc., not by the Department of Energy and DOE does not provide help desk assistance for FedConnect. For assistance with FedConnect, please contact FedConnect directly:
By e-mail: support@FedConnect.net By phone: 1-800-899-6665 (8:00 a.m. to 8:00 p.m., Eastern Daylight Time, except Federal holidays).
As indicated previously, this is NOT a solicitation therefore no cost or pricing information should be provided. This is a market survey to identify potential sources capable of performing the effort required. Responses should be limited to the offeror?s expression of interest, identification of business size, and demonstration of capabilities/experience based on the items indicated in this notification.
Contracting Office
NETL, 3610 Collins Ferry Road (MS-I07), P.O. Box 880, Morgantown, WV 26507-0880 Angela Bosley, Contracting Officer, 304-285-4149, DE-SOL-0005388@netl.doe.gov Amanda Lopez, Contract Specialist, 304-285-4220, DE-SOL-0005388@netl.doe.gov
URL: https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0005388/listing.html
OutreachSystems Article Number: 130503/PROCURE/0705
Matching Key Words: writ*; copy; technical; standard; 

160px-Special_Operations_Specops_Army.svgOther Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299

U — FACILITY & RANGE RENTAL H92244-13-T-0202 051613 Courtney Greco, Phone 7578629471, Email courtney.greco@vb.socom.mil This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0202. A firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66 effective 01 April 2013. North American Industrial Classification Code (NAICS) 611699 with a standard business size of $10.0 million applies to this procurement. This procurement is UNRESTRICTED. The DPAS rating for this procurement is DO-C9E.

The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:

SECTION B Schedule of Supplies and Services

CLIN 0001 Flat Range Rental
Contractor shall provide a quantity of three flat ranges per day for up to 50 personnel.
Qty: 9 days
Period of Performance: 3-13 June 2013

CLIN 0002 Tactical Training Area
Contractor shall provide a tactical training area for up to 50 personnel.
Qty: 9 days
Period of Performance: 3-13 June 2013

CLIN 0003 Classroom
Contractor shall provide a classroom for up to 50 personnel.
Qty: 9 days
Period of Performance: 3-13 June 2013

CLIN 0004 Lodging
Contractor shall provide on-site loding for up to 70 personnel.
Qty: 11 days
Period of Performance: 2-13 June 2013

CLIN 1001 (OPTION) Flat Range Rental
Contractor shall provide a quantity of three flat ranges per day for up to 50 personnel.
Qty: 9 days
Period of Performance: TBD; 1 calendar year after completion of CLIN 0001

CLIN 1002 (OPTION) Tactical Training Area
Contractor shall provide a tactical training area for up to 50 personnel.
Qty: 9 days
Period of Performance: TBD; 1 calendar year after completion of CLIN 0002

CLIN 1003 (OPTION) Classroom
Contractor shall provide a classroom for up to 50 personnel.
Qty: 9 days
Period of Performance: TBD; 1 calendar year after completion of CLIN 0003

CLIN 1004 (OPTION) Lodging
Contractor shall provide on-site loding for up to 70 personnel.
Qty: 11 days
Period of Performance: TBD; 1 calendar year after completion of CLIN 0004

Section C – Specifications

CLIN 0001 & 1001 – Flat Ranges shall meet the following specifications.
• 25 Yards
• 15-20 Shooting Positions
• Moving Targets
• Steel Targets
• Barricades
• Vehicle Targets
• Towers with Shooting Decks

CLIN 0002 & 1002 – Tactical Training Area shall meet the following specifications.
• Minimum of 3 Shoot houses
• Multiple Rooms and Layouts

CLIN 0003 & 1003 Classroom rental shall meet the following specifications.
• Accommodate up to 20 students
• Whiteboards
 Video Projection Equipment

Section F – Place of Performance

The place of performance shall be at the Contractor’s Facility within a 50-mile radius of NAS Oceana, Dam Neck Annex, Virginia Beach, VA.

Section I Clauses
Following Clauses and provision applies to this procurement:
FAR 52.202-1 Definitions Jan-12
FAR 52.203-3 Gratuities Apr-84
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep-06
FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan-97
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Feb-12
FAR 52.204-99 DEV System for Award Management Registration Aug-12
FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec-10
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr-08
FAR 52.211-15 Defense Priority and Allocation Requirements Apr-08
FAR 52.212-1 Instructions to Offerors - Commercial Items Feb-12
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb-12
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb-12
FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Feb-12
FAR 52.217-7 Option for Increased Quantity – Separately Priced Line Item Mar-89
FAR 52.219-8 Utilization of Small Business Concerns Jan-11
FAR 52.222-3 Convict Labor Jun-03
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Jul-10
FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99
FAR 52.222-26 Equal Opportunity Mar-07
FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10
FAR 52.222-50 Combating Trafficking in Persons Feb-09
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug-11
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct-03
FAR 52.232-99 DEV Providing Accelerated Payment to Small Business Subcontractors
(Deviation) Aug-12
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul-02
FAR 52.233-3 Protest After Award Aug-96
FAR 52-242-13 Bankruptcy Jul-95
FAR 52.243-1 Changes-Fixed Price Aug-87
FAR 52.247-34 F.o.b. Destination Nov-91
FAR 52.249-8 Default (Fixed Price Supply & Services) Apr-84
FAR 52.253-1 Computer Generated Forms Jan-91
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan-09
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11
DFARS 252.204-7003 Control of Government Personnel Work Product Apr-92
DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan-09
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jan-12
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec-09
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Oct-11
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03
DFARS 252.225-7012 Preference For Certain Domestic Commodities Jun-10
DFARS 252.232-7010 Levies on Contract Payments Dec-06
DFARS 252.243-7002 Requests for Equitable Adjustments Mar-98
DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May-02
SOFARS 5652.204-9004 Foreign Persons 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug-11
SOFARS 5652.237-9000 Contractor Personnel Changes 1998
SOFARS 5652-252-9000 Notice of Incorportation of Section K 1998

CLAUSES INCORPORATED BY FULL TEXT
Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.af.mil

FAR 52.212-2 Evaluation - Commercial Items Jan-99
FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Feb-12
FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99
FAR 52.222-25 Affirmative Action Compliance Apr-84
FAR 52.252-2 Clauses Incorporated By Reference Feb-98
FAR 52.252-5 Authorized Deviations in Provisions Apr-84
FAR 52.252-6 Authorized Deviations in Clauses Apr-84
DFARS 252.212-7000 Alt I Offeror Representations and Ceritfications- Commercial Items (AUG 2007) – Alternate 1 Jun-05
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer 2005
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officers are Ana Downes, telephone (757) 862-9465 and Christine Anderson, telephone (757) 862-9471.
SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan-07
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film,tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.

All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Courtney Greco, Contract Specialist; Email address: courtney.greco@vb.socom.mil.

Quotes must be received no later than 09:00 AM Eastern Standard Time (EST) on 16 May 2013. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at https://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Courtney Greco, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.

Point of Contact for this solicitation is Courtney Greco at courtney.greco@vb.socom.mil or phone (757) 862-9471 or fax to (757) 862-0809.

URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0202/listing.html
OutreachSystems Article Number: 130502/PROCURE/0087
Matching Key Words: video*; film?; produc*; train*; you; website; site?; business*; event?; instruct*; commercial?; 


Department of Veterans Affairs, VA Corporate Franchise Data Center, Department of Veterans Affairs Corporate Franchise Data Center, Department of Veteran Affairs;SAO East;PCAE STL Contracting Officer;11152 South Towne Square;Saint Louis MO 63123

U–Joint Commission Topical Education (Virtual) VA77713I0081 051713 Dana Diamond Contract Specialist 314-894-6648 x64432 dana.diamond@va.gov This amendment was issued to correct the RFI title from “Joint Commission topical Education (Satellite) to “Joint Commission Topical Education (Virtual), all other verbiageVA remains the same.
I. Introduction
This Request for Information (RFI) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The purpose of this RFI is to identify qualified contractors who are able to meet VA’s requirements, understand contractor’s pricing and discount practices and other market information readily available. Information gathered from this RFI will assist with this determination. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
The Government reserves the right to limit the distribution of the resulting solicitation among the most highly rated responses to this RFI.
II. Background
The Department of Veterans Affairs, Veterans Health Administration (VHA), Employee Education System (EES) Services, now seeks the support of a contractor with a broad The Joint Commission (TJC) personnel technical expertise and seeking virtual education programs that are accredited and provided in a live, interactive virtual format utilizing a combination of current TJC personnel, current TJC trained surveyors and other healthcare professionals as subject matter experts to analyze, discuss, demonstrate and interpret regulations, and articulate successful compliance of TJC strategies to its viewers.
III. Requirements: Single Award Scope of Work
The contractor will be required to provide;
1. Labor, material and services necessary for the Department of Veterans Affairs (DVA), Veterans Health Administration (VHA) to conduct monthly recurring 60 minutes in length virtual interactive instructor-led programson TJC education educational programs throughout the Calendar Year. VHA will have all exclusive legal rights to this training resource and reserves the rights to share this resource with any federal, state, local, and tribal government as per section 4120 of title 5, United States Code.
1. An unrestricted active Uniform Resource Locator (URL) global address to a hyperlink on a streaming media server hosted on a contractors secure website for user friendly online access to view current TJC personnel conducting LIVE training broadcasts. It must meet all VHA IT and security requirements.
2. Methods for questions and answers during and after the LIVE broadcast between presenters and learners.
3. RECORDING of all TJC personnel conducting LIVE training broadcasts An unrestricted active Uniform Resource Locator (URL) global address to a hyperlink on a streaming media server hosted on a contractors secure website for user friendly online access to view .
4. A secure server for web base online registration well as for participants to receive continuing education credits that can accommodate all VHA web browsers, operating systems and meeting VHA IT and security requirements
5. Easy access for Customer Service (CS) support assistance via toll free phone number and e-mail to assist with on-line registration and other program questions
6. Two rosters of VHA attendees for each program offering 1) Those that applied for CEU’s 2) All VHA attendees after two weeks from a program offering. All VHA attendee personal information will be safe guarded at all times on a secure server to include no Personally Identifiable Information (PII) will be collected.
7. No marketing of other contractor programs, products and services to participants.
8. Develop participant handouts and host them on a secure contractor’s hosted website for viewing and downloading. Available for participant viewing at least two months before program scheduled date and one year after completion.
9. Develop program promotional marketing material and host them on a secure contractor’s hosted website for viewing and downloading. Available for participant viewing at least two months before program scheduled date and one year after completion.
10. Develop, conduct, measurable end of program learning evaluations questions for each monthly session. Monthly program learning evaluations questions need to assess at least the Level-Two phase using the industry best practice model, Kirkpatrick Model®.
11. Quarterly provide a valuation plan summary from the monthly evaluations that will have (a) the purpose and objectives, (b) data collection strategy, (c) communication strategy, and (d) survey administration strategy using at least the Level-Three phase using the industry best practice model, Kirkpatrick Model®.
12. Incorporate the most current TJC Standards requirements for major hospital staff elements, e.g. Administration, Physician, Nurses, Nurse Aide, Medical Records, Medical Technology, Pharmacy, Physical Therapy, Physician’s Assistant, Respiratory Therapy, Occupational Therapy, Emergency Medical Technicians, Social Work, Housekeeping, and Maintenance.
13. A Continuing Education Unit (CEU) 1.0 CEU minimum, by a nationally recognized accreditation body which corresponds with the monthly training topic will be issued to each VHA employee participating in the livebroadcast and, or recorded broadcasts upon satisfactorily completing the post exam and educational program evaluation. Participants applying for CEUs will have one year from broadcast date to complete the requirements for CEUs.
14. Virtual broadcasts shall also reflect standards of accredited healthcare bodies as outlined below:
” Accreditation Council for Continuing Medical Education
” American Association for Respiratory Care
” American Health Information Management Association
” American Society of Radiological Technologists
” Continuing Education Coordinating Board for Emergency Medical Services
” Certifying Board for Dietary Managers
” Dietary Managers Association
” American Nurses Credentialing Center
” Accreditation Council on Pharmacy Education
” American Dietetic Association
” National Association of Healthcare Quality
” American College of Healthcare Executives
IV. Submittal Information
Contractors having the skills and capabilities necessary to perform the stated requirements are encouraged to submit a written response that addresses the above information. The response is restricted to 8-1/2″ X 11″ paper, 12-point font, and page margins shall not exceed top/bottom 1″ and left/right 0.75.” Graphics and tables may use a smaller font but must be clearly readable. In response to the RFI, interested contractors shall submit the following information no later than 17th May 2013, 4:00pm EST to, Dana Diamond at dana.diamond@va.gov.
A. Past Experience: Provide the following information for three similar contracts completed within the last three to five years for which the responder was a prime or major subcontractor.
1. The name, address, and value of each contract.
2. The Prime Contract Type, e.g., Firm Fixed-Price, or Cost-Reimbursement.
3. The name, telephone and address of each contract owner.
4. Your company’s role (Prime or Sub) and services provided. If your company was a major subcontractor – provide an overview of your work share and responsibilities.
5. An overview of prime contract requirements and deliverables.
6. An overview of your technical approach.
7. A description of the contract’s difficulties and successes.
8. Descriptions of any tools utilized, and if proprietary please state.
B. Capabilities/Qualifications:
1. Technical Capability- Description of the capabilities/qualifications/skills your company possesses to perform services described in the scope of work.
2. Teaming Arrangements – Identification of Subcontractors, Teaming Partners, Joint Ventures and description of their core competencies that your company would team with to perform the work.
3. Socio-Economic Status – Indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small Business, Woman-Owned Small Business, Disadvantaged Small Business, and/or Hub Zone. If Service-Disabled or Veteran Owned Small Business is your company and or partners verified in VA’s VetBiz repository?
4. Commercial availability – Description of the length of time your services have been commercially available.
5. Price information – Provide your labor categories and labor rates and related discount history for the same or similar services. If services are available under GSA Federal Supply Contract, please provide GSA Contract Number, GSA pricing (to include GSA approved labor categories and labor rates), and GSA contract expiration date.
6. Other Market Information – Provide any other relative information, however this information must be included within the five page limitation.
URL: https://www.fbo.gov/spg/VA/VAAAC/VAAAC/VA77713I0081/listing.html
OutreachSystems Article Number: 130502/PROCURE/0088
Matching Key Words: broadcast*; program?; education*; train*; 


VADepartment of Veterans Affairs, VA Tennessee Valley Health Care System (Murfreesboro), Department of Veterans Affairs Tennessee Valley Health Care System Alvin C. York Campus, 800 zorn ave, Luoisville, KY 40206

U–Patorial Training/certification VA249-13-Q-0257 050613 Name: Cinnamon Washington, Title: Purchasing agent, Phone: 5022876732, Fax: 5022876115, Email: cinnamon.washington@va.gov; This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is VA249-13-Q-0257 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 2005-66. The associated North American Industrial Classification System (NAICS) code for this procurement is 611710 with a small business size standard of $7.00M.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on http://www.FedBid.com will start on the date this solicitation is posted and will end on 2013-05-06 12:00:00.0 Eastern Time or as otherwise displayed at http://www.FedBid.com.FOB Destination shall be Louisville, KY 40206 Place of Performance: Louisville, KY 40206 40206-1433 US URL: https://www.fbo.gov/spg/VA/MuVAMC626A4/MuVAMC626A4/VA249-13-Q-0257/listing.html
OutreachSystems Article Number: 130502/PROCURE/0089
Matching Key Words: state!ky; 

Department of Labor, Employment Training Administration, Muhlenberg Career Dev. Center, 3875 State Route, Highway, 181 North Greenville KY 42345

99 — Electrical Service 13-03 053113 James R. Hill, Buyer, Phone 270-377-3253, Fax 270-338-6853, Email hill.ralph@jobcorps.org – Glen Embry, Director of 600px-US-DeptOfLabor-Seal.svgAdministration, Phone 270-377-3255, Email embry.glen@jobcorps.org THIS IS A SUBCONTRACTING OPPORTUNITY

MCDC is soliciting bids for the provision of electrical service to the center. The service must be provided through  the existing utility lines.

For details and the Scope of Work and bid documents see the attachment.

The terms,conditions and flow down clauses are available at www.horizonsyouthservices.com .

MCDC is operated by Horizons Youth Services Llc. under a contract with the Department of Labor.
Place of Performance: Mulenberg Career Development Center 3875 State Route Hwy 181 North Greenville, KY 42345 US URL: https://www.fbo.gov/spg/DOL/ETA/Muhlenbergjcc/13-03/listing.html
OutreachSystems Article Number: 130501/PROCURE/0458
Matching Key Words: age:state!ky; state!ky; 


Department of Labor, Employment Training Administration, Muhlenberg Career Dev. Center, 3875 State Route, Highway, 181 North Greenville KY 42345

99 — solid waste service 13-05 053113 James R. Hill, Buyer, Phone 270-377-3253, Fax 270-338-6853, Email hill.ralph@jobcorps.org – Glen Embry, Director of Administration, Phone 270-377-3255, Email embry.glen@jobcorps.org THIS IS A SUBCONTRACTING OPPORTUNITY.

MCDC is soliciting bids for the provison of trash service to the center.

For details, the Scope of Work and bid submission documents see the attachment.

The terms, conditions and flow down clauses are available at www.horizonsyouthservices.com .

MCDC is operated by Horizons Youth Services under a contract with the Department of Labor.

Place of Performance: Muhlenberg Career Development Center 3875 State Route Hwy 181 North Greenville, KY 42345 US URL: https://www.fbo.gov/spg/DOL/ETA/Muhlenbergjcc/13-05/listing.html
OutreachSystems Article Number: 130501/PROCURE/0459
Matching Key Words: age:state!ky; state!ky; 


US Dept Of LaborDepartment of Labor, Employment Training Administration, Muhlenberg Career Dev. Center, 3875 State Route, Highway, 181 North Greenville KY 42345

99 — 99 13-07 053113 James R. Hill, Buyer, Phone 270-377-3253, Fax 270-338-6853, Email hill.ralph@jobcorps.org – Glen Embry, Director of Administration, Phone 270-377-3255, Email embry.glen@jobcorps.org THIS IS A SUBCONTRACTING OPPORTUNITY

MCDC is soliciting bids for the provision of municipal water service to the center.

For details, the Scope of Work and bid submission documents see the attachment.

The terms, conditions and flow down clauses are availalbe at http://www.horizonsyouthservices.com.

MCDC is operated by Horizons Youth Servcies Llc. under a contract with the Department of Labor.
Place of Performance: Muhlenberg Career Development Center 3875 State Route Hwy 181 North Greenville, KY 42345 US URL: https://www.fbo.gov/spg/DOL/ETA/Muhlenbergjcc/13-07/listing.html
OutreachSystems Article Number: 130501/PROCURE/0460
Matching Key Words: age:state!ky; state!ky; 


Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299

99 — DATAMAN SCANNERS H92244-13-T-0200 051513 Courtney Greco, Phone 7578629471, Email courtney.greco@vb.socom.mil This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included160px-Special_Operations_Specops_Army.svg in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0200. A firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66 effective 01 April 2013. North American Industrial Classification Code (NAICS) 339999 with a standard business size of 500 employees applies to this procurement. This procurement is 100% small business set-aside. The DPAS rating for this procurement is DO-C9E.

The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:

SECTION B Schedule of Supplies and Services

CLIN 0001 ID READER
DATAMAN 9500 ID READER COMMUNICATES WITH 3RD PARTY WIRELESS NETWORK ADHOC OR ACCESS POINT 802.11 B/G 2.4 GHZ, HANDHELD SCANNER WITH 256MB DDR RAM WITH A 2.2″ DISPLAY 320X240 PIXELS TOUCH SCREEN WITH ADJUSTABLE BACKLIGHT. FIELD OF VIEW AND READING DISTANCES ARE FROM 0″ TO 24″. RADIO TURNED OFF AND RADIO SOFTWARE UNINSTALLED.
MFR: DATAMAN
MODEL NO: DMR950100
QTY: 6 EACH
FFP
FOB DESTINATION

CLIN 0002 24V P/S INTELLIGENT BASE
MFR: DATAMAN
MODEL NO: DMA24VPWRUS
QTY: 6 EACH
FFP
FOB DESTINATION

CLIN 0003 DATAMAN 8000 WIRELESS RECHARGEABLE BATTERY
MFR: DATAMAN
MODEL NO: DMAHHBATTERY0
QTY: 6 EACH
FFP
FOB DESTINATION

Section I Clauses

Following Clauses and provision applies to this procurement:
FAR 52.202-1 Definitions Jan-12
FAR 52.203-3 Gratuities Apr-84
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep-06
FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan-97
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Feb-12
FAR 52.204-99 DEV System for Award Management Registration Aug-12
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr-08
FAR 52.211-15 Defense Priority and Allocation Requirements Apr-08
FAR 52.212-1 Instructions to Offerors - Commercial Items Feb-12
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb-12
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb-12
FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) ( Feb-12
FAR 52.219-6 Notice of Total Small Business Set-Aside Nov-11
FAR 52.222-3 Convict Labor Jun-03
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Jul-10
FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99
FAR 52.222-26 Equal Opportunity Mar-07
FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10
FAR 52.222-50 Combating Trafficking in Persons Feb-09
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug-11
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct-03
FAR 52.232-99 DEV Providing Accelerated Payment to Small Business Subcontractors
(Deviation) Aug-12
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul-02
FAR 52.233-3 Protest After Award Aug-96
FAR 52-242-13 Bankruptcy Jul-95
FAR 52.243-1 Changes-Fixed Price Aug-87
FAR 52.247-34 F.o.b. Destination Nov-91
FAR 52.249-8 Default (Fixed Price Supply & Services) Apr-84
FAR 52.253-1 Computer Generated Forms Jan-91
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan-09
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11
DFARS 252.204-7003 Control of Government Personnel Work Product Apr-92
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jan-12
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec-09
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Oct-11
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03
DFARS 252.232-7010 Levies on Contract Payments Dec-06
DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May-02
SOFARS 5652.204-9004 Foreign Persons 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug-11
SOFARS 5652.237-9000 Contractor Personnel Changes 1998
SOFARS 5652-252-9000 Notice of Incorportation of Section K 1998

CLAUSES INCORPORATED BY FULL TEXT
Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.af.mil

FAR 52.212-2 Evaluation - Commercial Items Jan-99
FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Feb-12
FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99
FAR 52.222-25 Affirmative Action Compliance Apr-84
FAR 52.252-2 Clauses Incorporated By Reference Feb-98
FAR 52.252-5 Authorized Deviations in Provisions Apr-84
FAR 52.252-6 Authorized Deviations in Clauses Apr-84
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer 2005
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officers are Ana Downes, telephone (757) 862-9465 and Christine Anderson, telephone (757) 862-9471.
SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan-07
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film,tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.

All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Courtney Greco, Contract Specialist; Email address: courtney.greco@vb.socom.mil.

Quotes must be received no later than 09:00 AM Eastern Standard Time (EST) on 15 May 2013. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at https://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Courtney Greco, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.

Point of Contact for this solicitation is Courtney Greco at courtney.greco@vb.socom.mil or phone (757) 862-9471 or fax to (757) 862-0809.

Set-Aside: Total Small Business Place of Performance: 1636 REGULUS AVENUE VIRGINIA BEACH, VA 23461 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0200/listing.html
OutreachSystems Article Number: 130501/PROCURE/0465
Matching Key Words: film?; produc*; you; website; business*; event?; instruct*; commercial?; 


VADepartment of Veterans Affairs, VA Corporate Franchise Data Center, Department of Veterans Affairs Corporate Franchise Data Center, Department of Veteran Affairs;SAO East;PCAE STL Contracting Officer;11152 South Towne Square;Saint Louis MO 63123

U–Joint Commission Topical Education (Satellite) VA77713I0081 051713 Dana Diamond dana.diamond@va.gov dana.diamond@va.gov I. Introduction
This Request for Information (RFI) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The purpose of this RFI is to identify qualified contractors who are able to meet VA’s requirements, understand contractor’s pricing and discount practices and other market information readily available. Information gathered from this RFI will assist with this determination. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
The Government reserves the right to limit the distribution of the resulting solicitation among the most highly rated responses to this RFI.
II. Background
The Department of Veterans Affairs, Veterans Health Administration (VHA), Employee Education System (EES) Services, now seeks the support of a contractor with a broad The Joint Commission (TJC) personnel technical expertise and seeking virtual education programs that are accredited and provided in a live, interactive virtual format utilizing a combination of current TJC personnel, current TJC trained surveyors and other healthcare professionals as subject matter experts to analyze, discuss, demonstrate and interpret regulations, and articulate successful compliance of TJC strategies to its viewers.
III. Requirements: Single Award Scope of Work
The contractor will be required to provide;
1. Labor, material and services necessary for the Department of Veterans Affairs (DVA), Veterans Health Administration (VHA) to conduct monthly recurring 60 minutes in length virtual interactive instructor-led programson TJC education educational programs throughout the Calendar Year. VHA will have all exclusive legal rights to this training resource and reserves the rights to share this resource with any federal, state, local, and tribal government as per section 4120 of title 5, United States Code.
1. An unrestricted active Uniform Resource Locator (URL) global address to a hyperlink on a streaming media server hosted on a contractors secure website for user friendly online access to view current TJC personnel conducting LIVE training broadcasts. It must meet all VHA IT and security requirements.
2. Methods for questions and answers during and after the LIVE broadcast between presenters and learners.
3. RECORDING of all TJC personnel conducting LIVE training broadcasts An unrestricted active Uniform Resource Locator (URL) global address to a hyperlink on a streaming media server hosted on a contractors secure website for user friendly online access to view .
4. A secure server for web base online registration well as for participants to receive continuing education credits that can accommodate all VHA web browsers, operating systems and meeting VHA IT and security requirements
5. Easy access for Customer Service (CS) support assistance via toll free phone number and e-mail to assist with on-line registration and other program questions
6. Two rosters of VHA attendees for each program offering 1) Those that applied for CEU’s 2) All VHA attendees after two weeks from a program offering. All VHA attendee personal information will be safe guarded at all times on a secure server to include no Personally Identifiable Information (PII) will be collected.
7. No marketing of other contractor programs, products and services to participants.
8. Develop participant handouts and host them on a secure contractor’s hosted website for viewing and downloading. Available for participant viewing at least two months before program scheduled date and one year after completion.
9. Develop program promotional marketing material and host them on a secure contractor’s hosted website for viewing and downloading. Available for participant viewing at least two months before program scheduled date and one year after completion.
10. Develop, conduct, measurable end of program learning evaluations questions for each monthly session. Monthly program learning evaluations questions need to assess at least the Level-Two phase using the industry best practice model, Kirkpatrick Model®.
11. Quarterly provide a valuation plan summary from the monthly evaluations that will have (a) the purpose and objectives, (b) data collection strategy, (c) communication strategy, and (d) survey administration strategy using at least the Level-Three phase using the industry best practice model, Kirkpatrick Model®.
12. Incorporate the most current TJC Standards requirements for major hospital staff elements, e.g. Administration, Physician, Nurses, Nurse Aide, Medical Records, Medical Technology, Pharmacy, Physical Therapy, Physician’s Assistant, Respiratory Therapy, Occupational Therapy, Emergency Medical Technicians, Social Work, Housekeeping, and Maintenance.
13. A Continuing Education Unit (CEU) 1.0 CEU minimum, by a nationally recognized accreditation body which corresponds with the monthly training topic will be issued to each VHA employee participating in the livebroadcast and, or recorded broadcasts upon satisfactorily completing the post exam and educational program evaluation. Participants applying for CEUs will have one year from broadcast date to complete the requirements for CEUs.
14. Virtual broadcasts shall also reflect standards of accredited healthcare bodies as outlined below:
” Accreditation Council for Continuing Medical Education
” American Association for Respiratory Care
” American Health Information Management Association
” American Society of Radiological Technologists
” Continuing Education Coordinating Board for Emergency Medical Services
” Certifying Board for Dietary Managers
” Dietary Managers Association
” American Nurses Credentialing Center
” Accreditation Council on Pharmacy Education
” American Dietetic Association
” National Association of Healthcare Quality
” American College of Healthcare Executives
IV. Submittal Information
Contractors having the skills and capabilities necessary to perform the stated requirements are encouraged to submit a written response that addresses the above information. The response is restricted to 8-1/2″ X 11″ paper, 12-point font, and page margins shall not exceed top/bottom 1″ and left/right 0.75.” Graphics and tables may use a smaller font but must be clearly readable. In response to the RFI, interested contractors shall submit the following information no later than 17th May 2013, 4:00pm EST to, Dana Diamond at dana.diamond@va.gov.
A. Past Experience: Provide the following information for three similar contracts completed within the last three to five years for which the responder was a prime or major subcontractor.
1. The name, address, and value of each contract.
2. The Prime Contract Type, e.g., Firm Fixed-Price, or Cost-Reimbursement.
3. The name, telephone and address of each contract owner.
4. Your company’s role (Prime or Sub) and services provided. If your company was a major subcontractor – provide an overview of your work share and responsibilities.
5. An overview of prime contract requirements and deliverables.
6. An overview of your technical approach.
7. A description of the contract’s difficulties and successes.
8. Descriptions of any tools utilized, and if proprietary please state.
B. Capabilities/Qualifications:
1. Technical Capability- Description of the capabilities/qualifications/skills your company possesses to perform services described in the scope of work.
2. Teaming Arrangements – Identification of Subcontractors, Teaming Partners, Joint Ventures and description of their core competencies that your company would team with to perform the work.
3. Socio-Economic Status – Indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small Business, Woman-Owned Small Business, Disadvantaged Small Business, and/or Hub Zone. If Service-Disabled or Veteran Owned Small Business is your company and or partners verified in VA’s VetBiz repository?
4. Commercial availability – Description of the length of time your services have been commercially available.
5. Price information – Provide your labor categories and labor rates and related discount history for the same or similar services. If services are available under GSA Federal Supply Contract, please provide GSA Contract Number, GSA pricing (to include GSA approved labor categories and labor rates), and GSA contract expiration date.
6. Other Market Information – Provide any other relative information, however this information must be included within the five page limitation.

See attached document ATTACHMENT_RFI_STAFF DEVELOPMENT_02092012_05.
URL: https://www.fbo.gov/spg/VA/VAAAC/VAAAC/VA77713I0081/listing.html
OutreachSystems Article Number: 130501/PROCURE/0495
Matching Key Words: broadcast*; program?; education*; train*; 

FedBizOpps – Awards

Department of the Air Force, US Central Command Air Force/A4-LGCP, A7K (Shaw), 524 Shaw Drive, Suite 231 Shaw AFB SC 29152

R — Air Force Central (AFCENT) is seeking sponsorship for Tribute to the Fallen Heroes in an undisclosed location in Southwest Asia (Oman) 13-039 Rochelle R. Miles, Commercial Sponsorship Coordinator, Phone 803-895-2996, Email afcent.a1sponsor@afcent.af.mil 13-011 $undisclosed here 021113 Micah Group Energy & Environmental, 389 Waller Avenue, Suite 210 Lexington, KY 40504 US Thank you Micah Group Energy & Environmental for supporting this memorial event.
URL: https://www.fbo.gov/notices/9b52fdeab4d8b276b057007d84866670
OutreachSystems Article Number: 130509/AWARDS/0874
Matching Key Words: state!ky; 

FedBizOpps – Special Notes

Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

69–Special Announcement for the Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) for Pre-Solicitation Conference W900KK13R0016 Lovisa Parks, 407-208-3476 PEO STRI Acquisition Center OVERVIEW
The SOF TEAMS II contract will support the 160th Special Operations Aviation Regiment (SOAR) located at Ft. Campbell, KY and its tenant units at Hunter Army Airfield, GApeostri_org_banner_v09292010 and Fort Lewis, WA. This support will comprise concurrency, technical refresh, sustainment, obsolescence, modernization and manufacturing efforts to the fielded Special Operations Aviation suite of Training Aids, Devices, Simulators and Simulations (TADSS) to include but not limited to:

Combat Mission Simulators (CMS)
Desk Top Trainer (DTT)
Battle Staff Training System (BSTS)
Exercise Management Control (EMC)
Mission Rehearsal Operations Center (MROC)
Storage Area Network (SAN)

NOTICE OF INTENT
This effort will be solicited as a 100% small-business-set-aside under NAICS Code 541330, with a size standard of $35,500,000. The resultant SOF TEAMS II contract will be a 5 year (Base year plus four option years) standalone C-Type contract. Per this decision, any firm desiring to participate as a prime contractor in this solicitation must be a recognized as Small Business Concern under NAICS Code 541330, in accordance with FAR 19.301. For those interested Small Businesses, please familiarize yourself, if you have not already, with the Limitations on Subcontracting requirements under FAR 52.219-14.

PRESOLICITATION/SITE VISIT ANNOUNCEMENT
The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) will be conducting a Presolicitation Conference and Site Visit for the Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) solicitation. These events will be held together at the 160th Special Operations Aviation Regiment (Airborne) (SOAR(A)) facilities located at Fort Campbell, KY from 28 to 30 May 2013. Vendors interested in attending this joint event are requested to respond no later than 1400 hours (EST) on Tuesday, Monday 13 May 2013.

Due to the security restrictions associated with the location of this event, only a limited number of persons can attend. As such, the Government requests that only those vendors with realistic intent to bid either as a Prime of a Subcontractor respond. At the close of this announcement on 13 May 2013, the Government will evaluate the number of responses to determine if there is to be further attendance restrictions. The Government will notify ONLY those vendors who responded to this announcement and will provide further specifics regarding the schedule of events. The current intent is to allow two (2) persons from each vendor to attend, however; this number may change in order to accommodate the level of interest. If there is a change in the number of allowable attendees, the Government reserves the right to enact further restrictions in order to accommodate the event limitations.
Attached to this notice is the 160th SOAR(A) Standard Operating Procedures (SOP) for gaining access to the facility. Each interested vendor MUST thoroughly review and comply with the requirements stipulated in this document and provide, as part of its response to this announcement. All responses shall be submitted via email to the PEO STRI Point of Contact (POC) listed below.

Additionally, a completed Simulation Facility Site Visit Form (Attachment 1 to the SOP document) must be filled out by each individual planning to attend. This form must be emailed along with the response to the PEO STRI POC and the appropriate 160th SOAR(A) POC identified at the bottom of the form. All Personally Identifiable Information disclosed shall be handled in accordance with The Privacy Act of 1974.

As part of this response vendors must request if they would like a one-on-one session with the Government to discuss specifics generated from the SOF TEAMS II draft solicitation and requirements documentation attached as part of this special announcement. All interested vendors are encouraged to attend and may request a one-on-one session and will be schedule on a first-come-first-serve basis for either May 29th or May 30th from the hours (0830 – 1700). One-On-One Sessions will not exceed 45 minute in length.

If a One-On-One Session is requested, then a vendor/team may not exceed the number allowable for the Presolicitation Conference. If teaming arrangements have been made and the team wishes to consolidate its One-On-One Sessions, they may do so but will not be allowed more than the 45 minute time period. Attendees must be US Citizens or permanent resident aliens.

DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products or services nor will the Government reimburse any parties for costs associated with this request.

PEO STRI POINTS OF CONTACT:

Jeff Brunell
Contracts Specialist
Jeff.brunell1@us.army.mil

Lovisa Parks
Procurement Contracting Officer
lovisa.parks@us.army.mil

Matthew Sanders
Contract Specialist
matthew.sanders6@us.army.mil

URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13R0016/listing.html
OutreachSystems Article Number: 130502/SPECIAL/1040
Matching Key Words: state!ky; 

Other Federal Procurements (Small)

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

R — Mission Execution Support Services SOL DE-SOL-0005388 Description The U.S. Department of Energy (DOE), National Energy Technology Laboratory (NETL), is conducting a Market Survey to identify small businesses capable of providing Mission Execution (ME) support services at NETL. An organization that is not considered a small business under the applicable North American Industrial Classification System (NAICS) code (see below) should NOT submit a response to this notice. THIS IS A SOURCES SOUGHT NOTICE for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement and NO CONTRACT will be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this notice or for any follow-up information requests. The information gathered from this sources sought notice will be utilized in the Government?s determination of the small business type to be utilized in an anticipated solicitation. The magnitude of this effort is expected to be $20 million or more per year. The North American Industrial Classification System (NAICS) code for this effort is 541330, Engineering Services with a sizestandard of $35.5 million average annual receipts as determined by the Small Business Administration (SBA). The NAICS code is provided for use by businesses in determining their appropriate small business sizestandard in response to this sources sought notice. For further information on business size definitions please refer to the Small Business Administration’s web site at: http://www.sba.gov/category/navigation-structure/contracting/contracting-officials/eligibility-size-standards. The NETL is a science, technology, and energy laboratory owned and operated by the DOE. As part of DOE?s national laboratory system, NETL supports DOE?s mission to advance the national, economic, and energy security of the United States. NETL is DOE?s only national laboratory dedicated to Fossil Energy (FE) Research, Development, and Demonstration (RD&D). NETL has three sites that conduct on-site research and development (R&D) ? Morgantown, West Virginia; Pittsburgh, Pennsylvania; and Albany, Oregon. Two other office sites are located in Anchorage, Alaska; and Sugarland, Texas. All five sites operate under one management structure. In addition to its on-site R&D, NETL implements and manages extramural RD&D and conducts energy analyses. NETL?s project portfolio includes RD&D conducted through financial assistance, cooperative research and development agreements, and contractual arrangements. Approximately 1,200 research activities are conducted in partnership with industry, academia, other national laboratories, private research organizations, non-profit organizations, and other Federal and State agencies. NETL?s mission is to advance energy options to fuel our economy, strengthen our security, and improve our environment. NETL is primarily responsible for implementing and managing coal, natural gas, and oil RD&D programs for FE. Additionally, NETL implements and manages other DOE, governmental, and international programs and projects. Significant activities are sponsored by the DOE?s Office of Energy Efficiency and Renewable Energy (EERE) and Office of Electricity Delivery and Energy Reliability (OE). Additional information about NETL can be attained at our website: http://www.netl.doe.gov. Project Requirements The anticipated contract type is a Performance-Based Indefinite Delivery Indefinite Quantity (IDIQ) contract providing for issuance of Cost-Plus Award Fee (CPAF), Cost-Plus Fixed Fee (CPFF), Firm Fixed Price (FFP), and Fixed Price Incentives (FPI) task orders. The type of task order will be dependent upon the services required. Anticipated task orders for this contract would support activities at all NETL facilities with staffing primarily anticipated to be located at the NETL Morgantown and Pittsburgh campuses. It is anticipated that the Anchorage, AK and Sugarland, TX sites will require minimal staffing. NETL anticipates issuing a solicitation for ME services that provide quality and timely technical and associated administrative support services for program and project planning, execution, monitoring, and assessment. In general, these services are comprised of identifying, compiling, reducing, and reporting energy-related information; preparing, facilitating, and reporting out on various types of meetings; maintaining, enhancing, populating, and exercising systems and databases; and conducting limited analyses and evaluations, e.g., market penetration assessments. Further, a potential contractor would be able to provide general assistance supporting other program- and project-related activities such as technology awareness and communications inclusive of technology transfer. The services are to support the efforts of the Government and will assist NETL in achieving desired outcomes in an efficient manner. Support is expected to be needed in the following four (4) service areas and will be aligned with multiple operational activities that are used to deliver high-quality, disciplined, and relevant research and technology development at NETL. Program and Project Implementation — Applied research and technology development focused on key barriers to commercialization require a disciplined framework ? a framework that NETL employs on a daily basis. Information reflecting the progress of individual research activities in meeting their established objectives to addressing technical limitations at a program level is developed, tracked, updated and reported as part of NETL?s management protocols. In addition, NETL develops technology transfer and outreach materials in order to effectively communicate with its various stakeholder groups. Systems and Databases — Maintenance, enhancement, and use of commercial software as well as customized databases and information processing systems are necessary to conduct and manage the research at NETL. It is imperative that significanttechnical data and extensive project management information required to efficiently deliver an energy-related research and technology development program be routinely compiled, analyzed, and reported. These types of data and information range from individual activity?s milestones, schedules, and costs to the operational performance of a given energy conversion system. Assessments/Reviews/Evaluations — Review of the scientific merit of individual research activities,, and the technical and cost performance of technology advancements as well as portfolios of related RD&D activities is a continuous process at NETL. Assessments are used to develop defensible recommendations affecting continued support to a given research activity and to affirm or alter the direction of future RD&D. Technical Information — Staying current with energy-related advancements is routine at NETL and represents a key aspect of due diligence underpinning the investment of public funds. Technology performance, associated costs, and regulatory and environmental impacts information are considered across NETL?s programs and employed to support multiple operational activities, e.g., program review, strategic planning, and technology transfer. The anticipated labor mix will require a diverse pool of labor with a range of education and years of experience. Junior-, mid- and senior-level engineers, scientists, business/engineering analysts, and administrative specialists will be required. Expression of Interest/Capability Statement Interested small businesses shall submit the following: (1) A cover page (no longer than one page) which briefly describes your company. The cover page should also include, at a minimum, the name of your organization, address, DUNS number, the number of years in business, the number of employees you have now and over your last three business years, and your demographics. For your demographics, indicate whether you are: a) a Small Business, b) a Small Disadvantaged Business, c) an 8(a) Small Business, d) a Veteran-Owned Small Business, e) a Service-Disabled Veteran-Owned (SDVO) Small Business, f) a Historically Underutilized Business Zone (HUBZone) Small Business, g) a Women-Owned (WO) Small Business, and/or h) an Economically Disadvantaged Women-Owned (EDWO) Small Business. (2) A capability statement (no more than eleven pages) describing your capability and expertise to perform the requirement outlined in this notice, specifically indicating: ? Capability and expertise in technology, regulatory, and policy information research; energy and cost data analysis; technical writing: graphics development; meeting planning and facilitation; review of technical proposals; planning and logistical support for peer reviews; roadmapping; project, portfolio, and program assessments; National Environmental Policy Act (NEPA) support; and energy technology areas (e.g. coal and natural gas based power generation including gasification, boiler combustion, turbine combustion, and fuel cell; coal and natural gas-based manufacture of chemicals and fuels; crude oil and natural gas resources including tight gas, shale oil and gas, methane hydrate, and carbon dioxide enhanced oil recovery (CO2-EOR); electricity transmission and distribution; and vehicle technologies). ? Demonstrated capability of management and oversight on a requirement of this size/magnitude (technical and administrative support services of approximately $20M per year), scope (similar in nature to that described in this notification including management of a geographically dispersed effort), and complexity (delivery of support services to organizations responsible for the planning, execution and management of research, development, demonstration, and deployment projects that are characteristic of the DOE?s FE, EERE, and OE programs). ? Demonstrated ability to assume the financial responsibilities associated with receiving a contract of this projected dollar amount. Specifically, the assurance that resources are available to meet payroll, subcontracting, and material obligations at this magnitude. ? Demonstrated capability of providing access to a flexible revolving workforce to effectively meet the requirements of the service areas identified in this notice. ? Past history of teaming and/or significant subcontracting, if anticipated, and implementation thereof. Your response should be limited to a discussion of your interest, identification of business size, and demonstration of your capability/experience/resources to perform this requirement. Do NOT provide financial statements as part of your response. Submission For consistency, the respondent is instructed to submit their response in either MS Word (.doc) or Adobe Acrobat (.pdf) format (version 2003 or earlier). All interested parties responding to this market survey must submit their responses via the FedConnect no later than 3:00 PM Local Time (Morgantown, WV) on June 05, 2013. The FedConnect web portal (found at https://www.fedconnect.net) is used to disseminate this sources sought notification, receive questions, and accept the expressions of interests and demonstrated capability information in response to this notification. ONLY RESPONSES RECEIVED THROUGH FEDCONNECT WILL BE ANALYZED IN RESPONSE TO THIS NOTICE. Your are strongly encouraged to submit your Expression of Interest/Capability Statement at least 24 hours before the specified due date in order to have time to resolve any transmission problems. It is your responsibility to allow an adequate amount of time for receipt of your submission. To get started, download a copy of the quick start guide, ?FedConnect, Ready, Set, Go Guide? which will provide assistance/instructions on registering, finding an opportunity, sending and receiving messages, and submitting a response. To register, please visit the FedConnect web portal at https://www.fedconnect.net, and click on the link: ?Click here to register.? Please note that before you can register in FedConnect, you will need a DUNS (http://fedgov.dnb.com/webform) and a federal System for Award Management (SAM) account (www.sam.gov). You are encouraged to register as soon as possible and should allow at least 14 days to complete these registrations. To find this Sources Sought Notification, click on ?Search Public Opportunities? and search by the RFP Number, DE-SOL-0005388 used to identify this sources sought notice. Please bookmark this page and check it frequently for updates. It is highly recommended that once you access the opportunity that you request to be alerted for amendments, messages, and any e-mail alerts associated with this requirement. To do so, you will need to click on the ?Register to Receive Notifications? button under ?What do I do now?? If someone from your company has already registered interest for this opportunity, the ?Register to Receive Notifications? button will not display. Instead, you will have the option to join the response team by clicking the Join the Team button within the Response Team section. All questions regarding the content of this notification must be submitted electronically via FedConnect. You must register with FedConnect to respond as an interested party to submit questions, and to view responses to questions. Questions and answers will also be posted to the electronic reading room available at the following Web addresshttp://www.netl.doe.gov/business/solicitations/ssc2008/index.html. Questions will not be answered over the phone. The Contracting Officer must receive questions regarding the Sources Sought Notification via FedConnect no later than ten (10) business days prior to the established due date. The Government will review the questions and reserves the right to not respond to any questions received after this timeframe or not relevant to providing responses to this notification. Please note – FedConnect is owned and operated by Compusearch Software Systems Inc., not by the Department of Energy and DOE does not provide help desk assistance for FedConnect. For assistance with FedConnect, please contact FedConnect directly: By e-mail: support@FedConnect.net By phone: 1-800-899-6665 (8:00 a.m. to 8:00 p.m., Eastern Daylight Time, except Federal holidays). As indicated previously, this is NOT a solicitation therefore no cost or pricing information should be provided. This is a market survey to identify potential sources capable of performing the effort required. Responses should be limited to the offeror?s expression of interest, identification of business size, and demonstration of capabilities/experience based on the items indicated in this notification. Contracting Office NETL, 3610 Collins Ferry Road (MS-I07), P.O. Box 880, Morgantown, WV 26507-0880 Angela Bosley, Contracting Officer, 304-285-4149, DE-SOL-0005388@netl.doe.gov Amanda Lopez, Contract Specialist, 304-285-4220, DE-SOL-0005388@netl.doe.gov Overview Reference number: DE-SOL-0005388 Issue date: 05/02/2013 Response due: 06/05/2013 08:00 PM ET Set Aside: N/A NAICS: 541330 PSC / FSC: R408-SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT Agency: DOE Contracting office: U.S. DOE/NETL Morgantown Campus 3610 Collins Ferry Road PO Box 880 Morgantown, WV 26507-0880 Place of Performance: Contact: Angela Bosley Phone: Fax: Email: angela.bosley@netl.doe.gov Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130503/SMALL/4792
Matching Key Words: writ*; copy; technical; standard; 

USABID State and Local Purchases

California – San Diego Association of Governments http://www.sandag.org/index.asp?fuseaction=rfps.home San Diego Association of Governments 401 B Street, Suite 800, San Diego, California 92101 ph: (619) 699-1900 fax: (619) 699-1905

R – Banking & Merchant Services RFP (5004266) SOL SANDAG is seeking proposals from qualified financial institutions and credit card processing companies to provide banking and/or merchant services. SANDAG anticipates awarding up to two (2) contracts, one (1) contractor for each specific area of service under this RFP. Proposer may submit a written proposal (technical and cost components) for either service area (Banking Services or Merchant Services) or for both service areas (two separate written proposals). Please download the RFP (click DETAILS at the end of this paragraph for RFP 5004266). To download the RFP you will need to register in SANDAG?s online database (see 1. Register Your Firm at the top of this Web page). If you do not have Web access, RFP documents can be emailed or mailed to you. A non-mandatory preproposal meeting will be held on Friday, May 17, 2013, at 10:30 a.m. (PDT) in SANDAG Conference Room 8A (8th floor), 401 B Street, 8th Floor, San Diego, CA 92101. Proposers who cannot attend may participate via telephone. Please send an email to janet.yeh@sandag.gov expressing your intent to participate via telephone at least one business day in advance of the meeting. For those calling in: (1) Dial the Telephone Number: 1 (888) 204-5987 (Toll-Free North America); (2) Enter the Pass Code: 9252950#. Proposals are due by 4 p.m. (PDT) on Wednesday, June 5, 2013, at SANDAG?s 8th floor office. Questions to Janet Yeh at SANDAG, 401 B Street, Suite 800, San Diego, CA 92101, or Janet.Yeh@sandag.org, (619) 699-6952. Details. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130510/BID/0129
Matching Key Words: writ*; technical; 


Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

99 – Relocate Communications DuctbankAttachment AAttachment BAttachme SOL CCK-1882-13 Relocate Communications DuctbankAttachment AAttachment BAttachment CAttachment D For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130510/BID/0464
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 – Prison Rape Elimination Act Conference RFP : 1300000359 SOL Prison Rape Elimination Act Conference RFP : 1300000359 Department Of Corrections Request for Proposals(RFP) Published On : 5/8/13 Amended On : Closing On : 6/4/13 2:00 PM EDT Time Left: 27 Days, 02:32:24 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130509/BID/0022
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-219-113 Bond Forfeiture/Group III MAD 13/Hopkins Co RFB : 1 SOL RFB-219-113 Bond Forfeiture/Group III MAD 13/Hopkins Co RFB : 1300000956 Facilities & Support Services Carolyn Turner Construction Request for Bids(RFB) Published On : 5/8/13 Amended On : Closing On : 5/30/13 10:30 AM EDT Time Left: 21 Days, 23:01:48 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130509/BID/0023
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 – Project # 2366Demolish Cooperstown Buildings A, B, C, F & GPlans SOL CCK-1881-13 Project # 2366Demolish Cooperstown Buildings A, B, C, F & GPlans Available from UK Planroom For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130509/BID/0461
Matching Key Words: age:state!ky; state!ky; 


New York – Nassau County https://eproc.nassaucountyny.gov/MainBidBoard 240 Old Country Road, Room 307, Mineola, NY 11501. Phone: 516-571-4200.

T – DEVELOPMENT OF TRAINING AND ORIENTATION VIDEOTAPES SOL PD0419-1318 Nassau County, New York (the “County”) is currently seeking proposals from qualified video productioncompanies/videographers to assist the Nassau County Sheriff’s Department (“Sheriff’s Department”) and the Nassau County Department of Probation (“Probation”) in scripting training and orientation videos; orientation videos for volunteers and service providers, and inmate orientation videos; and to film and produce such video tapes. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130509/BID/0979
Matching Key Words: video*; film?; produc*; train*; produce?; production?; 


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

R – Audio and Video Transcription, Captioning, & Translation Services SOL Ref #: UW-13-0058MH The UW would like to obtain audio and video transcription, captioning and translation services to support classroominstruction, news video production and future product development. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130509/BID/1291
Matching Key Words: video*; produc*; production?; instruct*; 

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 – Horseback Riding – Lake Barkley State Resort Park RFB : 1300000 SOL Horseback Riding – Lake Barkley State Resort Park RFB : 1300000938 Office Of The Controller Jane Stamper Request for Bids(RFB) Published On : 5/6/13 Amended On : Closing On : 5/20/13 1:30 PM EDT Time Left: 13 Days, 01:43:15 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130508/BID/0012
Matching Key Words: age:state!ky; state!ky; 


State of North Carolina Interactive Purchasing System https://www.ips.state.nc.us/ips/OpenBidSearch.aspx North Carolina Division of Purchase and Contract, 4th Floor, Administration Building,116 West Jones Street, Raleigh, NC. Ph: (919) 807-4500.

T – Professional Video Production SOL 56-1213-16-RFP Professional Video Production For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130508/BID/0522
Matching Key Words: video*; produc*; production?; 


State of North Carolina Interactive Purchasing System https://www.ips.state.nc.us/ips/OpenBidSearch.aspx North Carolina Division of Purchase and Contract, 4th Floor, Administration Building,116 West Jones Street, Raleigh, NC. Ph: (919) 807-4500.

T – Professional Video Production SOL 56-1213-16-RFP Professional Video Production For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130508/BID/0523
Matching Key Words: video*; produc*; production?; 


State of North Carolina Interactive Purchasing System https://www.ips.state.nc.us/ips/OpenBidSearch.aspx North Carolina Division of Purchase and Contract, 4th Floor, Administration Building,116 West Jones Street, Raleigh, NC. Ph: (919) 807-4500.

T – Professional Video Production (Pitt County) Bid Canceled – 05 SOL 56-1213-15-RFP Professional Video Production (Pitt County) Bid Canceled – 05/07/2013 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130508/BID/0530
Matching Key Words: video*; produc*; production?; 


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

R - Video project, risk management startegies for farms. SOL Ref #: K1139 The WSDA is soliciting proposals to provide our Office of Compliance and Outreach (OCO) with a series of videos to support outreach andeducation to varied agriculture producers and processors. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130508/BID/1114
Matching Key Words: video*; produc*; education*; 

Florida – Osceola County Board of County Commissioners https://vendorlink.osceola.org/vendor/common/searchsolicitations.aspx Ph: 407-742-0900.

T – Decade of Memories Luncheon Audio Video and Ancillary Services SOL RFQ-13-03360-KC The intent of this solicitation is to select a successful Bidder for the provision of audio and video services for a luncheonproduced by Osceola County?s Department of Tourism. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130507/BID/0288
Matching Key Words: video*; produc*; produce?; 


State of North Carolina Interactive Purchasing System https://www.ips.state.nc.us/ips/OpenBidSearch.aspx North Carolina Division of Purchase and Contract, 4th Floor, Administration Building,116 West Jones Street, Raleigh, NC. Ph: (919) 807-4500.

T – Professional Video Production (Pitt County) SOL 56-1213-15-RFP Professional Video Production (Pitt County) For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130507/BID/0574
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

99 - Film Production - Capitol Dome SOL Agency Requisition Number: 809-13-0056 Film Production - Capitol Dome For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130507/BID/0873
Matching Key Words: film?; produc*; production?; 

Comm-Pass : Commonwealth of Massachusetts; Help Desk 888-627-8283 http://www.comm-pass.com

T – Third Party Video Distribution Project SOL null Document Title: Third Party Video Distribution Project Document Status: OPEN Version: 00000 Estimated Value (US$): Not Available Estimated Units: Not Available Open Date: 05/03/2013 08:30AM Close Date: 05/17/2013 04:00PM Amendment Deadline: 05/16/2013 12:00PM Last Changed Date: 05/03/2013 08:30AM Comm-PASS Category: Vehicles, Transportation and Road Maintenance – Related Equipment, Services & Supplies  / EQUIPMENT-ROAD-Trailer Mounted Message Boards Issuing Organization: Massachusetts Department of Transportation MassDOT Highway (Formerly Massachusetts Highway Department) / Massachusetts Department of Transportation (Formerly Massachusetts Highway Department) Procurement Type: Restricted To Use By Defined Entities Only Applicable Procurement Law: MGL c. 7, 22; c. 30, 51, 52; 801 CMR 21.00 For Statewide Contract: No Contains Federal Stimulus: No Contains EPP: No Contains SDP : No Contains Prompt Pay: No Contains MBE/WBE/DBE Goal: No For Statewide Contract: No Contains Federal Stimulus: No Contains EPP: No Contains SDP : No Contains Prompt Pay: No Contains MBE/WBE/DBE Goal: No Search Key Words: Tony Wade, MassDOT,massdot, tpvd2013, third, party Description: This Request for Responses is issued by the Massachusetts Department of Transportation to interested parties for the submissions of Proposals to provide video distributionservices on behalf of the Massachusetts Department of Transportation. MassDOT has determined that the most efficient method to accomplish video distribution goals is to enter into one or more video distributionagreements with third party entities that could enhance the quality and quantity of video feeds to first responders and other public safety partners. Related Contract Number: Not Available For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130504/BID/0039
Matching Key Words: video*; distribut*; 


Georgia – Cobb County http://www.cobb.k12.ga.us/centraloffice/Purchasing/Current%20Bids%20and%20RFPs.htm Cobb County School District; 6975 Cobb International Blvd., Kennesaw, GA. 30152; Phone: (770) 590-4524, Fax: (770) 426-3371, Email: DL-Purchasing Department@cobbk12.org

T – BROADCAST VIDEO PRODUCTION LABS SOL 13-66 BROADCAST VIDEO PRODUCTION LABS For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130504/BID/0445
Matching Key Words: video*; produc*; production?; 


Georgia – Metropolitan Atlanta Rapid Transit Authority (MARTA) http://martabid.itsmarta.com/ 2424 Piedmont Road, NE, Atlanta, GA 30324-3311. Contact MARTA’s Contract Control Branch at (404) 848-5580 or (404) 848-4193.

T – Procurement of MARTA’s Destination Campaign Videos Program SOL RFQ Q29807 The Metropolitan Atlanta Rapid Transit Authority (MARTA) is seeking the services of a video production company to provide high definition videotaping and post production for MARTA’s Station of the Month videos. These videos are an integral element under MARTA’s Destination Campaign. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130504/BID/0448
Matching Key Words: video*; produc*; production?; videotap*; video; serv*; 


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 – Fasterners and Related ItemsAttachment SOL UK-1254-13 Fasterners and Related ItemsAttachment For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130504/BID/0517
Matching Key Words: age:state!ky; state!ky; 

California Public Notices http://ca.mypublicnotices.com/PublicNotice.asp Collects and centralizes public notice advertisements from newspapers across California.

R – NOTICE OF REQUEST FOR PROPOSALS (RFP) FOR CONSTRUCTIONNOTICE OF SOL NOTICE OF REQUEST FOR PROPOSALS (RFP) FOR CONSTRUCTIONNOTICE OF REQUEST FOR PROPOSALS (RFP) FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE STATE COLLEGE BOULEVARD GRADE SEPARATION PROJECTThe City of Fullerton invites proposals from qualified consultants to provide professional construction management of the grade separation project at the intersection of State College Boulevard with the Burlington Northern Santa Fe (BNSF) railroad tracks. Required services under this RFP include: inspection, surveying, soils and materials testing and administrative support staff. The City of Fullerton plans to award a single contract as a result of this procurement. Firms who have provided design services (in a Prime or Subconsultant capacity) on the State College Grade Separation project may not propose for any of the Construction Management Services for this project. A copy of the RFP may be viewed and downloaded at the City Website http://www.ci.fullerton.ca.us under News and Announcements. For help accessing the City Website please contact Ron Bowers at (714) 738-6322 or RonB@ci.fullerton.ca.us. A copy of the current set of draft 100% Plans of the Project is available for review and purchase at Public Planroom Website http://www.crplanwell.com. For help accessing Planwell Website please contact Planwell Administrator at (714) 424-8525. Proposals must be received in the City of Fullerton’s Engineering Department at or before 4:00 p.m. on June 14, 2013. Proposals delivered in person or by using the U.S. Postal Service shall be submitted to the following: City of Fullerton City Hall Engineering Department 303 W. Commonwealth Ave., 2nd Floor Fullerton, California 92832 Attention: Ron Bowers, Senior Civil EngineerProposals, and amendments to proposals, received after the date and time specified above will be returned to the Offerors unopened. A pre-proposal conference will be held on May 16, 2013, at 2:00 PM., at the City of Fullerton, Council Chambers, City Hall, 1st Floor. All prospective Offerors are encouraged to attend the pre-proposal conference. Offeror’s are asked to submit written statements of technical qualifications and describe in detail their work plan for completing the work specified in the Request for Proposal. No cost proposal or estimate of work hours is to be included in this phase of the RFP process. The City of Fullerton has established July 11, 2013 as the date to conduct interviews. All prospective Offerors will be asked to keep this date available. Certain labor categories under this project are subject to prevailing wages as identified in the State of California Labor Code commencing in Section 1770 et. seq., and subject to all applicable federal requirements regarding prevailing wages as this project is federal funded. It is required that all mechanics and laborers employed or working at the site be paid not less than the basic hourly rates of pay and fringe benefits as shown in the current minimum wage schedules. Offerors must use the current wage schedules applicable at the time the work is in progress. The Offeror will be required to comply with all applicable equal opportunity laws and regulations. The City has established a 7% DBE goal for the services required with this solicitation. References to “contractor” in this solicitation also means “consultant”. The award of these contracts is subject to receipt of federal and/or local funds adequate to carry out the provisions of the proposed agreement including the identified Scope of Work. Donald K. Hoppe Director of Engineering Publish: Fullerton News Tribune May 2, 9, 2013 9621251 Appeared in: Orange County Register on Thursday, 05/02/2013 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130503/BID/0175
Matching Key Words: writ*; copy; technical; 

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

R – Solicitation Agency/Entity/Buyer/Category Dates Status ROW Ap SOL Solicitation Agency/Entity/Buyer/Category Dates Status ROW Appraisal Services Jessamine Co Item No 7-87.50 RFP : 1300000353 Transportation – Office Of The Secretary Laura Stephens Pro Services Request for Proposals(RFP) Published On : 4/30/13 Amended On : Closing On : 5/7/13 2:00 PM EDT Time Left: 6 Days, 02:32:11 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130502/BID/0008
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 – West Louisville Business Development Resource Kit SOL IFB-3056-0-2013/TN West Louisville Business Development Resource Kit For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130502/BID/0408
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 – Project # 2348.0Warren Court Demo and AbatementPlans Available f SOL CCK-1879-13 Project # 2348.0Warren Court Demo and AbatementPlans Available from UK Planroom For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130502/BID/0412
Matching Key Words: age:state!ky; state!ky; 

Georgia – Procurement Registry http://ssl.doas.state.ga.us/PRSapp/index.jsp State Purchasing Office, 200 Piedmont Avenue S.E., Suite 1304, West Tower, Atlanta, GA 30334-9010. Ph: 404-657-6000, Fax: 404-657-8444.

T - VIDEO PRODUCTION SERVICES SOL GWCC042213MM VIDEO PRODUCTION SERVICES For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130501/BID/0286
Matching Key Words: video*; produce*; production?;

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

pledge-footer_original


beenetworknews.com           30 seconds
PITISE UNIV

Viewing all articles
Browse latest Browse all 2

Latest Images

Trending Articles





Latest Images