Quantcast
Channel: Hydraulics International – beenetworknews
Viewing all 149 articles
Browse latest View live

BUSINESS AN CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

ARMY

Trax International Corp., Las Vegas, Nevada was awarded a $46,143,438 cost-plus-award-fee multi-year incrementally funded contract with options to support and service the Army Electronic Proving Ground testing of a broad spectrum of equipment throughout the equipment’s life cycle. Work will be performed in Ft. Huachuca, Arizona, with an estimated completion date of March 31, 2020. Bids wereDepartment of the Army solicited via the Internet with eight received. Fiscal 2015 research, development, testing and evaluation funds in the amount of $100,000 are being obligated at the time of the award. Army Contracting Command, Ft. Huachuca, Arizona, is the contracting activity (W91RUS-15-C-0006).

PCCP Constructors JV, Metairie, Louisiana, was awarded a $15,900,000 modification (P00012) to contract W912P8-12-C-0049 to procure 5000 HP/VFD(variable frequency) starters for permanent canal closures and pumps along the 17th St., Orleans Ave., and London Ave. outfall canals at or near Lake Pontchartrain, Orleans, and Jefferson Parishes, Louisiana, with an estimated completion date of Jan. 7, 2017. Fiscal 2015 other procurement funds in the amount of $15,900,000 were obligated at the time of the award. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Lion-Vallen Industries, Dayton, Ohio, is being awarded a $24,996,000 firm-fixed-price requirements contract for logistics services to manage, support, and operate the Marine Corps Consolidated Storage Program Individual Issue Facility and Unit Issue Facility warehouse network. Contractor support consists of managing individual combat clothing equipment, chemical, biological, radiological, and nuclear defense equipment, special training allowance pool, soft-walled shelters and camouflage netting, and contractor-owned contractor-operated Asset Visibility Capability system. Work will be performed in Barstow, California (23 percent); Camp Lejeune, North Carolina (18 percent); Camp Pendleton, California (13 percent); Okinawa, Japan (10 percent); Miramar, California (9 percent); Camp Geiger, North Carolina (7 percent); Twentynine Palms, California (4 percent); Cherry Point, North Carolina (4 percent); Kaneohe Bay, Hawaii (3 percent); Yuma, Arizona (2 percent); Beaufort, South Carolina (2 percent); Iwakuni, Japan (2 percent); New River, North Carolina (2 percent); and Bridgeport, California (1 percent). Work is expected to be completed in February 2016. Fiscal 2015 operations and maintenance funds in amount of $24,996,000 are being obligated at the time of award and funds will expire at the end of the current fiscal year. This was a sole source contract in accordance with 10 U.S.C. 2304 (c)(1), as implemented by the FAR 6.302-1, only one source. The Marine Corps Logistics Command, Albany, Georgia, is the contracting activity (M67004-15-D-0001).

Thermo-Fisher Scientific, Franklin, Massachusetts, is being awarded a $19,900,325 firm-fixed-price contract for the provision of thermoluminescent dosimetry equipment and accessories to be used by Department of the Navy personnel who work in the vicinity of radioactive equipment. The equipment being procured is considered commercial-off-the-shelf. Personnel dosimetry is used to measure an individual’s radiation exposure and to aid in minimizing exposure. Personnel dosimetry has medical, epidemiological, and legal significance and must be conscientiously practiced by trained personnel with the appropriate approved equipment. Work will be performed in West Bethesda, Maryland, and work is expected to be completed in March 2020. Fiscal 2013 other procurement (Navy) funding in the amount of $11,888 will be obligated at time of award. Contract funds will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1) – only one responsible source and no other supplies will satisfy agency requirements (FAR 6.302-1). Only one source will satisfy the agency’s needs because it is essential to have complete compatibility and interchangeability between the new and existing systems. The Naval Surface Warfare Center, Carderock Division, West Bethesda, Maryland, is the contracting activity (N00167-15-D-0001).

Lockheed Martin Corp., Information Systems and Global Services, King of Prussia, Pennsylvania, is being awarded a $7,922,203 modification to a previously awarded cost-plus-fixed-fee contract (N00019-10-C-0064) for software development in support of the Tactical Tomahawk Weapons Control System, including system engineering, software, hardware deployment and support, and management efforts required to field the system. This contract combines purchases for the U.S. Navy ($7,853,820; 99 percent) and the government of the United Kingdom ($68,383; 1 percent) under the Foreign Military Sales (FMS) program. Work will be performed in King of Prussia, Pennsylvania, and is expected to be completed in November 2017. Fiscal 2015 research, development, test and evaluation; fiscal 2015 other procurement, (Navy); fiscal 2015 operations and maintenance (Navy); fiscal 2011, 2012, 2014 shipbuilding and conversion (Navy), and FMS contract funds in the amount of $7,922,203 are being obligated on this award, $1,231,980 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

AIR FORCE

Lockheed Martin Aeronautics Co., Marietta, Georgia, has been awarded an $11,799,019 firm-fixed-price modification (P00003) to previously awarded contract356px-Seal_of_the_US_Air_Force.svg FA8504-14-C-0003 for three additional C-130-J center wing boxes. Work will be performed at Marietta, Georgia, and is expected to be complete by Sept. 29, 2017. Fiscal year 2013, 2014 and 2015 aircraft procurement funds in the amount of $11,799,019 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Proaim Americas LLC,* Grover, Missouri, has been awarded a maximum $35,000,000 fixed-price with economic-price-adjustment contract for dental and medical equipment. This contract was a competitive acquisition and 72offers were received. This is a five-year base contract with no option periods. Location of performance is Missouri with a Mar. 8, 2020, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-15-D-0007).

NAVY

ERAPSCO, Columbia City, Indiana, is being awarded a $20,427,800 modification to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00421-14-D-0025) to exercise an option for the procurement of up to 5,000 AN/SSQ-125 sonobuoys. Work will be performed in DeLeon Springs, Florida (52 percent), and Columbia City, Indiana (48 percent), and is expected to be completed in600px-US-DeptOfNavy-Seal.svg October 2017. No funding will be obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Rockwell Collins Inc., Government Systems, Cedar Rapids, Iowa, is being awarded an $11,490,540 modification to a previously awarded firm-fixed-price, indefinite-delivery/ indefinite-quantity contract (N00019-15-D-5501) for the procurement of 1,695 ancillary equipment items for the AN/ARC-210 family of electronic protection radio equipment for domestic and Foreign Military Sales aircraft. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in September 2018. Contract funds will not be obligated at the time of award. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Sikorsky Aircraft Corp., Stratford, Connecticut, has been awarded a maximum $163,430,987 firm-fixed-price contract for numerous aircraft platform spare supply parts. This contract was a sole-source acquisition. This is a five-year base contract. Location of performance is Connecticut with a Feb. 29, 2020, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4AX-15-D-9002).

Trajen Flight Support LP, doing business as Atlantic Aviation, Plano, Texas (SP0600-15-D-0029), $38,393,369; Alliance Aviation Services,* Fort Worth, Texas (SP0600-15-D-0031), $32,847,331; Trajen Flight Support LP, doing business as Atlantic Aviation, Plano, Texas (SP0600-15-D-0030), $18,198,885, have each been awarded a fixed-price with economic-price-adjustment contract, under solicitation SP0600-14-R-0221, for jet fuel. These contracts were sole-source acquisitions. They are four-year contracts. Location of performance is Texas with a March 31, 2019, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Short Bark Industries Inc.,* Vonore, Tennessee, has been awarded a maximum $23,721,200 modification (P00112) exercising the second one-year option period of a one-year base contract (SPM1C1-13-D-1030) with four one-year option periods for various types of coats. This is a firm-fixed-price contract. Locations of performance are Tennessee, Puerto Rico, and Mississippi with a March 4, 2016, performance completion date. Using military service is Army. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Hawthorne Services, Charleston, South Carolina, has been awarded a maximum $21,659,928 firm-fixed-price contract for contractor-owned/contractor-operated and government-owned/contractor-operated fuel storage services. This contract was a competitive acquisition and four offers were received. This is a 20-year base contract. Locations of performance are South Carolina and Texas with a Feb. 28, 2035, performance completion date. Using military service is Army. Type of appropriation is fiscal year 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-15-C-5002).

General Petroleum Corp.,** Rancho Domingo, California, has been awarded a maximum $6,660,000 fixed-price with economic-price-adjustment contract for marine gas oil. This contract was a competitive acquisition, and three offers were received. This is a four-year base contract with no option periods. Location of performance is California with an April 30, 2019 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-15-D-0363).

ARMY

Advantech Inc.,** Annapolis, Maryland (W912DY-10-D-0055, Mod No: P00010); Omega Group Industries Corp.,** Henderson, Nevada (W912DY-10-D-0056, Mod No: P00011); Odell International LLC,** Huntersville, North Carolina (W912DY-10-D-0057, Mod No: P00010); Partners Healthcare Group LLC,** Brentwood, Tennessee (W912DY-10-D-0058, Mod No: P00011); Martek Global Services Inc.,**Department of the Army Bethesda, Maryland (W912DY-10-D-0059, Mod No: P00012) were awarded a $34,400,000 modification to their existing contracts for troop-ready project support for planning, outfitting, and transitioning the staff and patients associated with healthcare construction projects from 2010 to 2015. Funding and work location will be determined with each order with an estimated completion date of Sept. 30, 2015. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Lockheed Martin Corp., Mission Systems and Training, Baltimore, Maryland, was awarded a $65,376,167 firm-fixed-price contract for MK 41 Vertical Launching System (VLS) proprietary Baseline VII electronics and associated equipment and spares. Proprietary Baseline VII electronics and associated equipment and spares are incorporated into the MK 41 VLS which provides a missile launching system for CG 47 and DDG 51 Class surface combatants of the U.S. Navy, surface combatants of allied navies, and Aegis Ashore requirements for the Missile Defense Agency’s Ground Ballistic Missile Defense Program. It is the primary missile launching system aboard Navy combatants used to store, safe, inventory and launch missiles of various types. This contract includes options which, if exercised, would bring the cumulative value of this contract to $106,754,499. This contract combines purchases for the U.S. Navy ($65,376,167; 61.2 percent) and the governments of Saudi Arabia ($30,951,905; 29 percent) and Norway ($10,426,427; 9.8 percent) under the Foreign Military Sales program. Work will be performed in Clearwater, Florida (25 percent); Burlington, Massachusetts (23 percent); Simpsonville, South Carolina (18 percent); Baltimore, Maryland (11 percent); Sterling Heights, Michigan (7 percent); Timonium, Maryland (6 percent); San Jose, California (3 percent), Charlottesville, Virginia (3 percent); Gardena, California (2 percent); and Tualatin, Oregon (2 percent), and is expected to be completed by August 2019. Fiscal 2013 and 2014 shipbuilding and conversion (Navy) and fiscal 2014 defense wide procurement funding in the amount of $65,376,167 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with FAR 15.4. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-C-5327).

Olin Corp., Winchester Ammunition Division, East Alton, Illinois, is being awarded a $45,596,240 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for 5.56 mm frangible cartridges. This non-toxic cartridge is utilized for indoor, outdoor and close quarter battle training. Work will be performed in East Alton, Illinois, and is expected to be completed by March 2020. Fiscal 2014 procurement of ammunition (Navy and Marine Corp) funding in the amount of $9,800,000 will be obligated at time of award. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with four offers received. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-15-D-JN08).

Boeing Co., St. Louis, Missouri, is being awarded a $30,259,124 firm-fixed-price contract for procurement of one each production Harpoon Joint Common Test Station assets and associated logistics elements for the governments of Australia and Saudi Arabia. Work will be performed in St. Louis, Missouri, and is expected to be completed in May 2018. Foreign military sales funds in the amount of $30,259,124 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the governments of Australia ($17,171,950; 56.75 percent) and Saudi Arabia ($13,087,174; 43.25 percent) under the Foreign Military Sales program. This contract was not competitively procured pursuant to FAR.6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-C-0076).

Lockheed Martin Corp., Mission Systems and Training, Manassas, Virginia, is being awarded a $29,209,925 modification to previously awarded contract (N00024-11-C-6294) for the development and production of the Acoustic Rapid Commercial-Off-The-Shelf Insertion (A-RCI) and common acoustics processing for Technology Insertion 12 (TI12) through Technology Insertion 14 (TI14) for the U.S. submarine fleet and for foreign military sales. A-RCI is a sonar system that integrates and improves towed array, hull array, sphere array, and other ship sensor processing, through rapid insertion of commercial off-the-shelf-based hardware and software. This modification will purchase TI14 system upgrades for six ships including spares and pre-cable kits. Work will be performed in Clearwater, Florida (30 percent), and Manassas, Virginia (70 percent), and is expected to be completed by September 2018. Fiscal 2014 and 2015 other procurement (Navy) funding in the amount of $29,209,925 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Corp., Riviera Beach, Florida, is being awarded a $28,822,369 modification to previously awarded contract (N00024-13-C-6300) to upgrade three Low Rate Initial Production 1 Remote Multi-Mission Vehicles to a v6.0 configuration for inclusion in the Remote Minehunting System (RMS). The RMS is a mission module used by the Littoral Combat Ship to identify and destroy surface, subsurface and bottom moored mines. Work will be performed in Palm Beach, Florida (87 percent); Syracuse, New York (13 percent); and is expected to be completed by February 2017. Fiscal 2015 research and development in the amount of $10,596,221 will be incrementally funded. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

General Dynamics Electric Boat Corp., Groton Connecticut, was awarded a $24,326,791 modification to previously awarded contract (N00024-11-C-2109) for engineering and technical design services to support research and development (R&D) of advanced submarine technologies for current and future submarine platforms. The contract provides for R&D studies to support the manufacturability, maintainability, producibility, reliability, manning, survivability, hull integrity, performance, structural, weight/margin, stability, arrangements, machinery systems, acoustics, hydrodynamics, ship control, logistics, human factors, materials, weapons handling and stowage, submarine safety, and affordability of submarines. The program also supports near term insertion of Virginia-class technology; identification of Ohio-class replacement technology options; future submarine concepts; and core technologies. Work will be performed in Groton, Connecticut, and is expected to be completed by October 2015. Fiscal 2014 and 2015 research, development, test and evaluation contract funds in the amount of $240,000 will be obligated at time of award. Funds in the amount of $200,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Science Applications International Corp., San Diego, California, was awarded $13,577,198 to exercise a firm-fixed-price option under a previously awarded contract (M67854-12-C-4900) to provide operations and support for Marine Corps Enterprise information technology (IT) services, including the processes and functions necessary to ensure successful management, oversight, operations and maintenance of the Marine Corps Enterprise Network. Work will be performed at the Marine Corps Enterprise IT Center, Kansas City, Missouri (65 percent); Marine Corps Base, Quantico, Virginia (25 percent); and Marine Corps Base, Camp Lejeune, North Carolina (10 percent); and work is expected to be completed on March 27, 2017. Fiscal 2015 operations and maintenance (Marine Corps) funds in the amount of $13,577,198 will be obligated at the time of award and will expire at the end of the current fiscal year. The original contract was competitively procured via the Navy Electronic Commerce Online website, with six offers received. Marine Corps System Command, Quantico, Virginia, is the contracting activity.

TCOM L.P.,** Columbia, Maryland, was awarded an $11,236,214 modification to definitize a previously awarded letter contract (M67854-14-C-2400) on March 4, 2015, for contractor engineering technical support for the Kuwait Low Altitude Surveillance System (KLASS), to perform operation and maintenance of the KLASS aerostat. Work will be performed in Kuwait City, Kuwait (90 percent); Elizabeth City, North Carolina (5 percent); and Columbia, Maryland (5 percent); and is expected to be completed in June 2016. This is a Foreign Military Sales contract which is 100 percent funded by the government of Kuwait. The funds do not expire. This contract was not competitively procured, due to sole-source direction by international agreement in accordance with FAR 6.302-4. The Marine Corps System Command, Quantico, Virginia, is the contracting activity.

P & S Construction Inc.,** North Chelmsford, Massachusetts, is being awarded $7,157,000 for firm-fixed-price task order 0026 under a previously awarded multiple award construction contract (N40192-10-D-2804) to upgrade energy-efficient lighting at 45 buildings at Andersen Air Force Base, Guam. Work will be performed in Yigo, Guam, and is expected to be completed by March 2017. Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $7,157,000 were obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity.

P & S Construction Inc.,** North Chelmsford, Massachusetts, was awarded $7,050,506 for firm-fixed-price task order 0023 under a previously awarded multiple award construction contract (N40192-10-D-2804) on March 5, 2015, to construct the Red Horse Airfield Operations Facility at Andersen Air Force Base, Guam. The work to be performed provides for the construction of a single story concrete building, in which the airfield operations will house the pavement and equipment training areas, maintenance bay area, secured tool room and secured tool storage, administrative area, mechanical, electrical, communications and other supporting facility areas. These areas will train airmen in their respective crafts that will include all Red Horse specific special capability training, such as asphalt milling, quarry operations, demolition operations, directional drilling, well drilling, and crane support. Work will be performed in Yigo, Guam, and is expected to be completed by July 2016. Fiscal 2015 military construction (Air Force) contract funds in the amount of $7,050,506 were obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Marianas, is the contracting activity.

AIR FORCE

ManTech SRS, Technologies Inc., Arlington, Virginia, has been awarded a $15,805,413 cost-plus-fixed-fee modification (P00031) to previously awarded contract number FA8811-10-C-0002 for support of the Launch Systems Directorate. Contractor will provide systems engineering, product assurance, program safety, systems security, risk management, and launch integration management. Work will be356px-Seal_of_the_US_Air_Force.svg performed at El Segundo, California, and is expected to be complete by March 23, 2016. Fiscal year 2015 operation and maintenance and procurement funds in the amount of $15,282,712 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

URS Federal Technical Services Inc., Germantown, Maryland, has been awarded a $7,550,719 modification (P00066) to previously awarded contract FA4890-10-C-0007 to exercise an option. The contractor will provided unmanned aircraft system operations center support that includes the MQ-1 Predator and MQ-9 Reaper. Work will be performed at Creech Air Force Base, Nevada; Ellsworth Air Force Base, South Dakota; Holloman Air Force Base, New Mexico; and Whiteman Air Force Base, Missouri, and is expected to be complete by March 31, 2016. Fiscal year 2015 operations and maintenance funds in the fully funded amount of $7,550,719 are being obligated at the time of award. Air Combat Command, Newport News, Virginia, is the contracting activity.

Defense_Logistics_AgencyDEFENSE COMMISSARY AGENCY

Lakeside Food Inc., Anniston, Alabama, was awarded an indefinite-delivery, requirements type contract to provide fresh shell protected eggs for resale at 25 commissary store locations in South Carolina, Georgia, and Florida in the Defense Commissary Agency’s East and Central areas. The estimated award amount is $7,329,190. Contractor will deliver fresh shell protected eggs to the store locations as needed. The contract is for a 24-month base period beginning April 19, 2015, through April 22, 2017. Three one-year option periods are available. If all option periods are exercised, the contract will be completed on April 18, 2020. Contract funds will not expire at the end of the current fiscal year. Ten firms were solicited, and four offers were received. The contracting activity is the Defense Commissary Agency, Resale Contracting Division, Resale Commodities Branch (LEARC), Fort Lee, Virginia.

Hillandale Farms East, Spring Grove, Pennsylvania, is being awarded an indefinite-delivery, requirements type contract to provide fresh shell protected eggs for resale at 29 commissary store locations in Massachusetts, New York, Connecticut, Maine, Pennsylvania, Rhode Island, New Hampshire, New Jersey, Delaware, Maryland, Virginia, and District of Columbia in the Defense Commissary Agency’s East and Central areas. The estimated award amount is $6,511,619. Contractor will deliver fresh shell protected eggs to the store locations as needed. The contract is for a 24-month base period beginning April 19, 2015, through April 22, 2017. Three one-year option periods are available. If all option periods are exercised, the contract will be completed on April 18, 2020. Contract funds will not expire at the end of the current fiscal year. Ten firms were solicited, and four offers were received. The contracting activity is the Defense Commissary Agency, Resale Contracting Division, Resale Commodities Branch (LEARC), Fort Lee, Virginia.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Isis Defense, Alexandria, Virginia, has been awarded a $7,034,317 firm-fixed-price, other transaction for prototypes agreement, for a research project entitled “Threat Intelligence Platform.” This agreement provides for the development of a threat intelligence and cyber analytics platform that will merge existing Defense Advanced Research Projects Agency big data research with novel approaches to high-performance computing and data storage hardware. Fiscal 2014 research, development, test and evaluation funds in the amount of $750,000 are being obligated at time of award. All work will be performed in Alexandria, Virginia, with an estimated completion date of March 2016. This award was a competitive acquisition, and 42 proposals were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

ARMY

Great Lakes Dredge and Dock, Oak Brook, Illinois, was awarded a $134,486,950 firm-fixed-price incrementally funded contract for the Savannah, Georgia, harbor expansion project involving new dredging for the entrance channel with an estimatedDepartment of the Army completion date of June 16, 2018.  Bids were solicited via the Internet with three received.  Fiscal 2015 other procurement funds in the amount of $35,000,000 are being obligated at the time of the award.  Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-15-C-0005).

600px-US-DeptOfNavy-Seal.svgNAVY

BAE Systems Information Solutions Inc., San Diego, California (N00019-15-D-0010); DCS Corp., Alexandria, Virginia (N00019-15-D-0011); Dynetics Inc., Huntsville, Alabama (N00019-15-D 0012); Progeny Systems Corp., Manassas, Virginia (N00019-15-D-0013); Raytheon Co. Intelligence, Information and Services, Dulles, Virginia (N00019-15-D-0014); Tapestry Solutions Inc., a Boeing Co., San Diego, California (N00019-15-D 0015); Northrop Grumman Systems Corp. Northrop Grumman Information Systems, Herndon, Virginia (N00019-15-D-0016); QinetiQ North America Inc., Reston, Virginia (N00019-15-D-0017); and Lockheed Martin Corp., IS&GS Development Segment, Information Systems & Global Solutions Business Area, King of Prussia, Pennsylvania (N00019-15-D-0018); are each being awarded indefinite-delivery/indefinite-quantity multiple award contracts for the software development, test and evaluation, maintenance, integration, training, and fielding of Strike Planning and Execution Systems.  The aggregate not-to-exceed amount for these multiple award contracts is $98,960,000 and each contractor will be provided a fair opportunity to compete for individual task orders.  Work will be performed at each contractor’s facility in San Diego, California; Alexandria, Virginia; Huntsville, Alabama; Manassas, Virginia; Dulles, Virginia; San Diego, California; Herndon, Virginia; Reston, Virginia; and King of Prussia, Pennsylvania.  Work performed under these contracts is expected to be completed in February 2020.  No contract funds will be obligated at the time of award.  Funds will be obligated as task orders are issued.  No funds will expire at the end of the current fiscal year.  These contracts were solicited via a multiple award request for proposals and nine offers were received.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

L-3 National Security Solutions Inc., Reston, Virginia, is being awarded a $54,518,564 modification to a previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (with provisions for firm-fixed-price orders) (N65236-11-D-4805).  This ceiling increase is to provide for continued engineering and technical support services for command, control, communications and computer (C4) exercise planning and evaluation, integration, systems integration, operational systems, fielding, training, certification, maintenance, logistics, configuration management, systems engineering, network engineering, software engineering, documentation/graphics support, program management, quality assurance and life-cycle sustainment management support.  This contract included four options which, as a result of this modification, would bring the cumulative ceiling value of this contract to $136,247,954.  Work will be performed in Fayetteville, North Carolina, (84 percent) and Tampa, Florida, (16 percent) and is expected to be completed by September 2016.  No contract funds will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was previously competitively procured with proposals solicited via the Commerce Business Daily’s Federal Business Opportunities website, and the Space and Naval Warfare Systems Command e-Commerce Central website, with three offers received.  Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity (N65236-11-D-4805).

L-3 Fuzing and Ordnance Systems, Cincinnati, Ohio, is being awarded a $22,018,632 modification to a previously awarded firm-fixed-price contract (N00019-14-C-0073) to exercise an option for FMU-139 C/B electronic bomb fuze and accessories.  This includes 8,073 FMU 139 C/B electronic bomb fuzes (9 pack) for the U.S. Navy (5,924) and the Foreign Military Sales program (2,149) for the governments of Canada, Malaysia, Kuwait, and Italy; 2,038 FMU 139C/B electronic bomb fuzes (6 pack) for the government of Turkey; 100 accessory kits for the government of Italy; and 12 dummy fuzes for the government of Finland.  Work will be performed in Cincinnati, Ohio (65 percent), and Orlando, Florida (35 percent), and is expected to be completed in March 2018.  Fiscal 2014 procurement ammunition Navy-Marine Corps, (Navy) and 2015 overseas contingency operations, procurement ammunition Navy-Marine Corps, (Navy) funds in the amount of $12,009,192 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract combines purchases for the U.S. Navy (54.54 percent) and the governments of Turkey (25.28 percent); Finland (0.03 percent); Italy (4.02 percent); Kuwait (3.91 percent); Malaysia (5.84 percent); and Canada (6.38 percent) under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Computer Sciences Corp., Washington, District of Columbia, is being awarded an $8,343,366 cost-plus-fixed-fee modification to previously awarded contract (N00024-14-C-2307) to exercise an option for professional services in support of the Littoral Combat Ship program.  This contract is for professional support services in the areas of test and evaluation, lifecycle engineering and support, logistics and operational readiness, program management, business and financial management, systems engineering, production planning and production engineering, manning, personnel and training, human systems integration analysis and engineering, data management engineering, and combat systems development.  Work will be performed in Washington, District of Columbia, and is expected to be completed by June 2015.  Fiscal 2013 shipbuilding and conversion (Navy) and fiscal 2015 operations and maintenance (Navy) funding in the amount of $8,343,366 will be obligated at time of award and funds in the amount of $1,296,522 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded an $8,225,563 modification to a previously awarded fixed-price-incentive-firm contract (N00019-12-C-0004) for the procurement and delivery of electronic components to support low-rate initial production Lot VII F-35 Lightning II Joint Strike Fighter aircraft for the U.S. Air Force, Marine Corps, Navy and international partners.  Work will be performed in Fort Worth, Texas, and is expected to be completed in March 2016.  Fiscal 2014 aircraft procurement (Air Force); fiscal 2013 aircraft procurement (Marine Corps and Navy) and international partner funds in the amount of $8,225,563 will be obligated at time of award, none of which will expire this fiscal year.  This contract combines purchases for the U.S. Air Force ($4,883,926; 59.4 percent); the U.S. Navy ($1,542,294; 18.7 percent); U.S. Marine Corps ($1,028,196; 12.5 percent); and international partners ($771,147; 9.4 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Progeny Systems Corp.,* Manassas, Virginia, is being awarded a $6,839,124 modification to previously awarded contract (N00024-14-C-6220) for the production of the AN/WLY-1 System, AN/WSQ-9 Interface Kits, Intercept and Ranging Systems, Archival Media Center Kit(s) and Swinger Kit(s) systems and spares.  Work will be performed in Manassas, Virginia, and is expected to be completed by June 2016.   Fiscal 2015 other procurement (Navy), fiscal 2015 research, development, test and evaluation, and fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $6,839,124 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was awarded under the authority of 10 U.S.C. 2304(c)(5), authorized or required by statue 15 U.S.C. 638 (r) – aid to small business.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

AIR FORCE

Boeing Aerospace Operations, Oklahoma City, Oklahoma, has been awarded a $52,805,008 modification (P00228) to previously awarded contract FA8106-07-C-0001. Contractor will provide Avionics Modernization Program Phase II effort for the VC-25A aircraft to include Federal Aviation Administration approved avionics modification engineering services to manufacture or procure, install, and test one prototype. Work will be performed at Oklahoma City, Oklahoma, and is expected to be356px-Seal_of_the_US_Air_Force.svg complete by May 30, 2018. Fiscal year 2015 research, development, test and evaluation funds in the amount of $10,300,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

Leidos Inc., Reston, Virginia, has been awarded a $25,341,311 modification (P00014) to previously awarded contract FA8807-14-C-0005 for up to 6-months extension for systems engineering and integration. Contractor will provide systems engineering and integration support for the Global Positioning Systems program. Work will be performed at Los Angeles Air Force Base, California, and is expected to be complete by Sept. 2, 2015. Fiscal year 2015 research, development, test and evaluation and missile procurement funds in the amount of $8,382,670 are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Chattanooga Metropolitan Airport Authority, Chattanooga, Tennessee, has been awarded a maximum $38,441,312 fixed-price with economic-price-adjustment contract for jet fuel.  This contract was a sole-source acquisition.  This is a four-year base contract.  Location of performance is Tennessee with a Mar. 31, 2019, performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-15-D-0004).

GE Datex Ohmeda Inc., Madison, Wisconsin, has been awarded a maximum $19,847,688 modification (P00104) exercising the sixth one-year option period of a one-year base contract (SPM2D1-09-D-8348) with nine one-year option periods for patient monitoring systems, subsystems, accessories, consumables, spare and repair parts, and training.  This is a fixed-price with economic-price-adjustment contract.  Location of performance is Wisconsin with a March 5, 2016, performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

DeRossi & Son Company Inc.,* Vineland, New Jersey, has been awarded a maximum $10,479,672 firm-fixed-price contract for men’s coats.  This contract was a competitive acquisition and three offers were received.  This is a one-year base contract.  Location of performance is New Jersey with a March 3, 2016, performance completion date.  Using military service is Army.  Type of appropriation is fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-15-D-1033).

Piedmont Hawthorne Aviation LLC, doing business as Landmark Aviation, San Antonio, Texas, has been awarded a maximum $8,920,514 fixed-price with economic-price-adjustment, into-plane requirement contract for jet fuel.  This contract was a sole-source acquisition.  This is a four-year base contract.  Location of performance is Texas with a March 31, 2019, performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-15-D-0040).

Blu Pharmaceuticals LLC,* Franklin, Kentucky, has been awarded a maximum $7,648,841 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various pharmaceutical products.  This contract was a sole-source acquisition.  This is a one-year base contract with seven one-year option periods.  Location of performance is Kentucky with a March 4, 2016, performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2015 war-stopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-15-D-0001).

Jaise Inc.,* doing business as Servion of Waco, Waco, Texas, has been awarded a maximum $7,177,505 fixed-price with economic-price-adjustment contract for jet fuel.  This contract was a sole-source acquisition.  This is a four-year base contract.  Location of performance is Texas with a March 31, 2019, performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-15-D-0036).

Top Gun Aviation Inc.,* Hammond, Louisiana, has been awarded a maximum $6,651,482 fixed-price with economic-price-adjustment contract for jet fuel.  This contract was a sole-source acquisition.  This is a four-year base contract.  Location of performance is Louisiana with a March 31, 2019, performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-15-D-0038).

ARMY

Massillon Construction and Supply LLC,* Massillon, Ohio (W91237-15-D-0005) and Mi-De-Con Inc.,* Ironton, Ohio (W91237-15-D-0004) were awarded a $15,000,000.00 firm-fixed-price contract with options for various small construction projects within the Great Lakes and Ohio River Division of the Corps of Engineers withDepartment of the Army an estimated completion date of March 2, 2018. Bids were solicited via the Internet with eight received. Funding will be determined with each order. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity.

UPDATE: ECS Federal Inc., Fairfax, Virginia (W52P1J-15-D-0023); Deloitte Consulting LLP, New York, New York (W52P1J-15-D-0024); and LOGC2,* Huntsville, Alabama (W52P1J-15-D-0025) have been added as awardees to a previously announced (March 21, 2014) maximum $461,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity task order contract for program management support services for the Program Executive Office Enterprise Information Systems headquarters, directorates, project and product offices and related organizations. These contractors are being added to the previously awarded suite of contracts due to corrective action. Funding and work location will be determined with each order with an estimated completion date of Feb. 26, 2020. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

160px-Special_Operations_Specops_Army.svgSPECIAL OPERATIONS COMMAND

Johns Hopkins University Applied Physics Laboratory, a university affiliated research center in Laurel, Maryland, is being awarded an indefinite-delivery, indefinite-quantity contract with a maximum value of $405,000,000 for theoretical analyses, exploratory studies, and/or experiments in various fields of science and technology; and engineering and/or developmental work for the practical application of investigative findings and theories of a scientific or technical nature through employment of their eight core competencies in support of U.S. Special Operations Command. The work will be performed in Laurel, Maryland, and is expected to be completed by February 2020. Fiscal 2015 research, development, test and evaluation funds in the amount of $656,428 are being obligated at time of award. Contract funds will not expire as the end of the current fiscal year. The award is the result of a sole source acquisition. U.S. Special Operations Command is the contracting agency (H92222-15-D-0004).

NAVY

Sierra Nevada Corp., Rancho, California, is being awarded a $27,919,007 modification to a previously awarded firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00174-09-D-0003) to exercise option year four for the procurement and support of the transmitting set, countermeasures AN/PLT-5 to support explosive ordnance disposal personnel. The AN/PLT-5 is a man-portable system in support of the Joint Service Explosive Ordnance Disposal Counter Radio Controlled Improvised Explosive Device Electronic Warfare program. Work will be performed in Rancho, California, and is expected to be completed by March 2016. No funds will be obligated at the time of this action and contract funds will600px-US-DeptOfNavy-Seal.svg not expire at the end of the current fiscal year. The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.

Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $23,150,000 modification to previously awarded contract (N00024-09-C-2116) to continue construction preparation efforts for CVN 79. This modification allows continuation of ongoing planning, construction and material procurement that are aligned with the optimal build plan for the ship, and it affords an opportunity for the shipbuilder to incorporate further construction process improvements into the construction plan. Work will be performed in Newport News, Virginia, and is expected to be complete by October 2017. Fiscal 2015 shipbuilding and conversion (Navy) and 2015 research, development, test and evaluation funding in the amount of $23,150,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity.

DRS Laurel Technologies Inc., Johnstown, Pennsylvania, is being awarded an $11,568,943 firm-fixed-price and time and materials contract for AN/USQ-82(V) Gigabit Ethernet Data Multiplex System hardware and installation and checkout repair for DDG 51 Flight I/II and IIA modernization, DDG 51 Class new construction, AEGIS Ashore, Australian Air Warfare Destroyer, Land Based Engineering Site, and other designated projects. This contract includes options which, if exercised, would bring the cumulative value of this contract to $28,510,531. Work will be performed in Johnstown, Pennsylvania, and is expected to be completed by June 2016. If options are exercised, work will continue through March 31, 2020. Fiscal 2015 other procurement (Navy) and fiscal 2013 shipbuilding and conversion (Navy) funding in the amount of $11,568,943 will be obligated at the time of award. No contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-C4204).

The Boeing Co., Huntington Beach, California, is being awarded a $9,958,461 firm-fixed-price and time and materials contract for AN/USQ-82(V) Gigabit Ethernet Data Multiplex System hardware and installation and checkout repair for DDG 51 Flight I/II and IIA modernization, DDG 51 Class new construction, AEGIS Ashore, Australian Air Warfare Destroyer, Land Based Engineering Site, and other designated projects. This contract includes options which, if exercised, would bring the cumulative value of this contract to $27,535,133. Work will be performed in Huntington Beach, California, and is expected to be completed by June 2016. If options are exercised, work will continue through Sept. 30, 2020. Fiscal 2014 and 2015 other procurement (Navy) and fiscal 2013 shipbuilding and conversion (Navy) funding in the amount of $9,958,461 will be obligated at the time of award. No contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-C4205).

Bell Helicopter Textron Inc., Hurst, Texas, is being awarded an $8,431,030 modification to a previously awarded firm-fixed-price contract (N00019-14-C-0022) to exercise an option for delivery of one Bell 407 Analog Helicopter, and preservation and storage of seven aircraft in support of the endurance upgrade of the MQ-8C Fire Scout. Work will be performed in Ozark, Alabama, and is expected to be completed in September 2015. Fiscal 2015 aircraft procurement (Navy) funds in the amount of $8,431,030 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is being awarded a $7,067,175 modification to a previously awarded cost-plus-incentive-fee contract (N00019-14-C-0026) for retrofit modifications to the F-135 propulsion system, including production thrust recovery and integrated power package manifold. Work will be performed in Oklahoma City, Oklahoma, and is expected to be completed in December 2016. Fiscal 2013 aircraft procurement (Air Force) funds in the amount of $3,568,757 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Air Force ($3,568,757; 50 percent); the U.S. Navy ($3,445,521; 49 percent); and the international partners ($52,897; 1 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

pitanim

beenetworknews.com nation list.docx



BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

$
0
0

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

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

FedBizOpps – Procurements

Department of State, Bureau of Diplomatic Security, DS Contracting and Procurement Division, 1800 N. Kent Street Room 11101 Arlington VA 22209

R — Explosive Ordnance Disposal Training 032715 Bill Black, Contracts and Procurement Division Chief, Email BlackWJ@state.gov – Erika Lichliter, Procurement Analyst, Phone 7038757402, Email lichliterel@state.gov The U.S. Department of State, Office of Acquisition Management (AQM), is issuing this Sources Sought Synopsis, as a means of conducting market research to identify parties having an interest in and the resources to support a requirement providing staff, facilities, and equipment to support the training of DS Explosive Ordnance Disposal staff. The EOD600px-US-DeptOfState-Seal staffs are subject matter experts in their field and have a need to stay informed on the most current tools, trends, and procedures in the EOD community to ensure the highest level of support to High Threat Posts around the world with a focus on Iraq and Afghanistan. The goal is to keep DS EOD teams current of military ordnance and improvised explosive devices that are being used in both countries.

The results of this market research will contribute to determining the method of procurement and assist DOS in developing and further defining procurement, acquisition, and development strategies. This market research will identify all potential sources, including small business sources (including 8(a) business development participants, veteran-owned small businesses, service disabled veteran-owned small businesses (SDVOSB), HUB Zone small business concerns, small disadvantaged businesses, women-owned small business concerns and economically disadvantaged women-owned small business concerns). The anticipated North American Industry Classification System (NAICS) Code assigned to this procurement is 541611 (Administrative Management and General Management Consulting Services). Interested firms must demonstrate in their qualifications statement that they are qualified to perform the work outlined in the Statement of Work (SOW) under this NAICS code.

There is no incumbent contract. The anticipated acquisition strategy is a single award containing a combination of Fixed-Price, Cost-Reimbursement, Time-and-Materials (T&M), and Labor-Hour (LH) CLINs which may be performance based, where possible.

This is not a solicitation announcement. No contract will be awarded from this announcement. This request for capability information does not constitute a request for proposals and does not bind the U.S. Department of State to any agreement, written or implied. Submission of any information to this market survey is purely voluntary. DOS assumes no financial responsibility for any costs incurred by respondents. Feedback and/or evaluation information will not be provided to any firm regarding their individual capability statements in response to the Sources Sought Notice.

The DRAFT Mission Essential Tasks attached to this Sources Sought Notice outlines the specific level of support required. Contractors should review the attached draft and submit capability statements reflecting their companies’ capabilities to provide the effort described. Note that the attachment is a “DRAFT” and may change when the solicitation is issued; however, the core requirements will not change.

If your company has the capacity to perform the services outlined in the Attachment, please provide the following information:

(1) Organization name, address, email address, website address, telephone number, point of contact, size of business, qualified small business category and certification, type of ownership (including country of ownership) for the organization, DUNS Number, Cage Code, SAM information;
(2) Level of Facility Clearance obtained by the organization (i.e. Secret, Top Secret, etc.);
(3) A detailed capability statement and at least three (3) relevant past performance references documenting ability to perform similar requirements of the SOW;
(4) Any questions, concerns, or recommendations for the DOS to consider in response the draft Mission Essential Tasks..
The capability statement and relevant past performance history should identify appropriate levels and types of expertise in a manner that demonstrates an understanding of the requirements of the training program.

The deadline for submitting questions directly related to this announcement is 12:00PM(EST) on March 27th, 2015. The deadline for submitting capability statements in response to the Sources Sought Notice is 12:00PM (EST) on March 27th, 2015.

Responses are limited to 25 pages, font size 12, and shall be submitted via email at DSCAPProposals@state.gov. Email submissions should use a subject line similar to “DS EOD Training Response.” Sales brochures, videos and other marketing information materials shall not be accepted. Telephone inquiries will not be accepted or acknowledged. When the solicitation is released, it will be via FedBizOpps (http://www.fbo.gov). It is the responsibility of the potential offerors to monitor FedBizOpps for any information that may pertain to this Sources Sought Notice or a future solicitation.

Place of Performance: Arlington, VA 22209 US URL: https://www.fbo.gov/notices/7c75d96bfa964a363f127b1f42ea52e1

OutreachSystems Article Number: 150313/PROCURE/0550 Matching Key Words: video*; train*; website?; page?; business*;

600px-US-DeptOfState-SealDepartment of State, Bureau of Diplomatic Security, DS Contracting and Procurement Division, 1800 N. Kent Street Room 11101 Arlington VA 22209

R — Explosive Ordnance Disposal Training 032715 Bill Black, Contracts and Procurement Division Chief, Email BlackWJ@state.gov – Erika Lichliter, Procurement Analyst, Phone 7038757402, Email lichliterel@state.gov The U.S. Department of State, Office of Acquisition Management (AQM), is issuing this Sources Sought Synopsis, as a means of conducting market research to identify parties having an interest in and the resources to support a requirement providing staff, facilities, and equipment to support the training of DS Explosive Ordnance Disposal staff. The EOD staff are subject matter experts in their field and have a need to stay informed on the most current tools, trends, and procedures in the EOD community to ensure the highest level of support to High Threat Posts around the world with a focus on Iraq and Afghanistan. The goal is to keep DS EOD teams current of military ordnance and improvised explosive devices that are being used in both countries.

The results of this market research will contribute to determining the method of procurement and assist DOS in developing and further defining procurement, acquisition, and development strategies. This market research will identify all potential sources, including small business sources (including 8(a) business development participants, veteran-owned small businesses, service disabled veteran-owned small businesses (SDVOSB), HUB Zone small business concerns, small disadvantaged businesses, women-owned small business concerns and economically disadvantaged women-owned small business concerns). The anticipated North American Industry Classification System (NAICS) Code assigned to this procurement is 541611 (Administrative Management and General Management Consulting Services). Interested firms must demonstrate in their qualifications statement that they are qualified to perform the work outlined in the Statement of Work (SOW) under this NAICS code.

There is no incumbent contract. The anticipated acquisition strategy is a single award containing a combination of Fixed-Price, Cost-Reimbursement, Time-and-Materials (T&M), and Labor-Hour (LH) CLINs which may be performance based, where possible.

This is not a solicitation announcement. No contract will be awarded from this announcement. This request for capability information does not constitute a request for proposals and does not bind the U.S. Department of State to any agreement, written or implied. Submission of any information to this market survey is purely voluntary. DOS assumes no financial responsibility for any costs incurred by respondents. Feedback and/or evaluation information will not be provided to any firm regarding their individual capability statements in response to the Sources Sought Notice.

The DRAFT Mission Essential Tasks attached to this Sources Sought Notice outlines the specific level of support required. Contractors should review the attached draft and submit capability statements reflecting their companies’ capabilities to provide the effort described. Note that the attachment is a “DRAFT” and may change when the solicitation is issued; however, the core requirements will not change.

If your company has the capacity to perform the services outlined in the Attachment, please provide the following information:

(1) Organization name, address, email address, web site address, telephone number, point of contact, size of business, qualified small business category and certification, type of ownership (including country of ownership) for the organization, DUNS Number, Cage Code, SAM information;
(2) Level of Facility Clearance obtained by the organization (i.e. Secret, Top Secret, etc.);
(3) A detailed capability statement and at least three (3) relevant past performance references documenting ability to perform similar requirements of the SOW;
(4) Any questions, concerns, or recommendations for the DOS to consider in response the draft Mission Essential Tasks..
The capability statement and relevant past performance history should identify appropriate levels and types of expertise in a manner that demonstrates an understanding of the requirements of the training program.

The deadline for submitting questions directly related to this announcement is 12:00PM(EST) on March 27th, 2015. The deadline for submitting capability statements in response to the Sources Sought Notice is 12:00PM (EST) on March 27th, 2015.

Responses are limited to 25 pages, font size 12, and shall be submitted via email at DSCAPProposals@state.gov. Email submissions should use a subject line similar to “DS EOD TrainingResponse.” Sales brochures, videos and other marketing information materials shall not be accepted. Telephone inquiries will not be accepted or acknowledged. When the solicitation is released, it will be via FedBizOpps (http://www.fbo.gov). It is the responsibility of the potential offerors to monitor FedBizOpps for any information that may pertain to this Sources Sought Notice or a future solicitation.

Place of Performance: Arlington, VA 22209 US URL: https://www.fbo.gov/notices/7c75d96bfa964a363f127b1f42ea52e1

OutreachSystems Article Number: 150312/PROCURE/0528 Matching Key Words: video*; train*; web; site?; page?; business*;

Corporation for National and Community Service, Procurement, Office of Procurement Services, 1201 New York Avenue, NW Washington DC 20525

U — CPR/First Aid/AED and Disaster Services Training CNCS-SS-15002 031715 Joseph Alustiza, Contract Specialist, Email jalustiza@cns.gov The Corporationnational and community service logo for National and Community Service (CNCS), Washington, D.C. is seeking sources for CPR/First Aid/AED Training.

CONTRACTING OFFICE ADDRESS: 1201 New York Ave., NW, Washington, DC 20525

INTRODUCTION:

This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to conduct market research and determine the availability and technical capability of all sources to provide the required productsand/or services.

CNCS’ AmeriCorps National Civilian Community Corps (NCCC) Program is seeking information for potential sources to provide CPR/First Aid/AED and Disaster Services Training for approximately 1,800 AmeriCorps NCCC members annually. Training is provided at the 5 NCCC campuses across the U.S. – Sacramento, CA; Denver, CO; Vinton, Iowa; Baltimore, MD; and Vicksburg, MS. The vendor must provide all training materials and a certificate of completion.

DISCLAIMER:

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

CONTRACT/PROGRAM BACKGROUND:

Contract Number: CNSHQ10A0012
Contract Type: Blanket Purchase Order (BPA)
Incumbent and their size: American Red Cross
Method of previous acquisition: Full and Open Competition

Provide Brief description of the current program/effort: To provide CPR/First Aid/AED training approximately 1,800 NCCC members annually.
List Anticipated Time Frame if you know it: 8/31/2010 – 8/30/2015
List Place of Performance: Sacramento, CA; Denver, CO; Vinton, IA; Baltimore, MD; Vicksburg, MS.

REQUIRED CAPABILITIES:

The Government requires CPR/First Aid/AED training annually for approximately1, 800 NCCC members who perform disaster service work with both the American Red Cross and FEMA. Completion of the training successfully must result in a one year certification.

The standards for these trainings is as follows:

First Aid CPR AED is a classroom, video-based, instructor-led course that teaches students critical skills needed to respond to and manage a first aid, choking or sudden cardiac arrest emergency in the first few minutes until emergency medical services (EMS) arrives.

Course content should include:
• First aid basics
• Medical emergencies
• Injury emergencies
• Environmental emergencies
• Adult CPR and AED use
• Course is updated with the new science based on the 2010 American Heart Association Guidelines for Cardiopulmonary Resuscitation and Emergency Cardiovascular Care.

Format for training should include:
Video-based or online course ensures consistency
Instructor-led, hands-on class format reinforces skills proficiency
• Student handouts comes with a new First Aid Quick Reference Guide that summarizes first aid actions for many injuries and illnesses.

SOURCES SOUGHT:

The anticipated North American Industry Classification System Code (NAICS) for this requirement is 624230 Emergency and Other Relief Services. This Sources Sought Announcement is requesting responses to the following criteria ONLY from all sources that can provide the required services under the NAICS Code.

To assist CNCS in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone SmallBusinesses, and 8(a) companies. You should provide information on how you would envision your company’s areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement.

In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company’s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14).

SUBMISSION DETAILS:

Responses must include:
1) Business name and address;
2) Name of company representative and their business title;
3) Type of Business;
4) Cage Code;
5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.)

Vendors who wish to respond to this sources sought should send responses via email to Joseph Alustiza at jalustiza@cns.gov NLT than Tuesday, March 17, 2015 at 5:00PM Eastern Daylight Time (EDT). Interested vendors should submit a brief capabilities statement package (no more than ten (10) pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format.

Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.

URL: https://www.fbo.gov/spg/CNS/CFO/WashingtonDC/CNCS-SS-15002/listing.html

OutreachSystems Article Number: 150312/PROCURE/0543 Matching Key Words: video*; produc*; train*; you; page?; business*; documentation; instruct*;

USABID State and Local Purchases

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

U – LPN Carl Perkins Vocational Training Ctr RFP : 1500000237 SOL LPN Carl Perkins Vocational Training Ctr RFP : 1500000237 Department For Workforce Investment Medical Service Published On : 3/10/15 Amended On : Closing On : 3/27/15 2:00 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150312/BID/0001 Matching Key Words: age:state!ky; state!ky;

Arizona Newspapers Association http://www.publicnoticeads.com/AZ/search/searchnotices.asp?A=N 1001 N. Central Ave., Suite 670, Phoenix, AZ 85004; (602)261-7655

R – RAMAH NAVAJO SCHOOL BOARD, INC. REQUEST FOR PROPOSAL AUDIT SER SOL Public Notice ID: 22250191.HTM RAMAH NAVAJO SCHOOL BOARD, INC. REQUEST FOR PROPOSAL AUDIT SERVICES IN ACCORDANCE WITH SINGLE AUDIT ACT, AS AMENDED AUDIT SERVICES: The Ramah Navajo School Board, Inc. (RNSB) is soliciting firm fixed price contract proposals from qualified Certified Public Accountants firms to audit the RNSB’s basic financial statements for four (4) calendar years beginning with audit year ending December 31, 2014 – December 31, 2017, with the option to extend the audit service contract the next three (3) subsequent calendar years. Included with the audit service of the RNSB organization, the Corporation Public Broadcasting (CPB) program audit report and the preparation and filing of the RNSB corporate 990 tax reports will be required. In addition to regular financial statements, any other reports or certifications of audited financial statements and accounting systems shall be included. The audits are to be performed in accordance with the Generally Accepted Auditing Standards (GAAS), the standards set forth for financial audits with the General Accounting Office’s (GAO) Government Auditing Standards, the provisions of the Single Audit Act of 1984, as amended and the Office of Management and Budget (OMB) Circular: New Uniform Guidelines Audit Requirements for Federal Awards 2 CFR Part 200, Subpart F-Audit Requirements. INQUIRIES: For questions and RFP specifications, please contact: Ramah Navajo School Board, Inc. Anna Mae Pino, Acting Executive Director/Deputy Director Email: anna@rnsb.k12.nm.us Telephone number (505) 775-4152 OR Earla Begay, Chief Financial Officer Email: earla@rnsb.k12.nm.us Telephone number (505) 775-4154 Facsimile number (505) 775-3240 Pub: March 9, 10, 11, 12, 13, 14, 15, 16, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150312/BID/0047 Matching Key Words: broadcast*; program?;

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 – Accounts Payable Checks, Payroll Checks and Payroll Advices Form SOL RFP-3397-0-2015/PL Accounts Payable Checks, Payroll Checks and Payroll Advices Forms Due Date: 3/20/2015 Contact: Peter Langlois For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150312/BID/0274 Matching Key Words: age:state!ky; state!ky;

Kentucky – Boone County http://www.boonecountyky.org/Purchasing.aspx 2950 Washington St.; Burlington, KY 41005; (859) 334-2108

R – Management Consultants for Evaluating Publicly Owned Golf Course SOL Management Consultants for Evaluating Publicly Owned Golf Courses Due Date: March 25, 2015 at 2:00 PM (local time) For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150312/BID/0282 Matching Key Words: age:state!ky; state!ky;

New Mexico Press Association http://www.publicnoticeads.com/NM/search/searchnotices.asp PO Box 95198; Albuquerque, NM 87199; (505) 275-1241

R – RAMAH NAVAJO SCHOOL BOARD, INC. REQUEST FOR PROPOSAL AUDIT SER SOL Public Notice ID: 22250095.HTM RAMAH NAVAJO SCHOOL BOARD, INC. REQUEST FOR PROPOSAL AUDIT SERVICES IN ACCORDANCE WITH SINGLE AUDIT ACT, AS AMENDED AUDIT SERVICES: The Ramah Navajo School Board, Inc. (RNSB) is soliciting firm fixed price contract proposals from qualified Certified Public Accountants firms to audit the RNSB’s basic financial statements for four (4) calendar years beginning with audit year ending December 31, 2014 – December 31, 2017, with the option to extend the audit service contract the next three (3) subsequent calendar years. Included with the audit service of the RNSB organization, the Corporation Public Broadcasting (CPB) program audit report and the preparation and filing of the RNSB corporate 990 tax reports will be required. In addition to regular financial statements, any other reports or certifications of audited financial statements and accounting systems shall be included. The audits are to be performed in accordance with the Generally Accepted Auditing Standards (GAAS), the standards set forth for financial audits with the General Accounting Office’s (GAO) Government Auditing Standards, the provisions of the Single Audit Act of 1984, as amended and the Office of Management and Budget (OMB) Circular: New Uniform Guidelines Audit Requirements for Federal Awards 2 CFR Part 200, Subpart F-Audit Requirements. INQUIRIES: For questions and RFP specifications, please contact: Ramah Navajo School Board, Inc. Anna Mae Pino, Acting Executive Director/Deputy Director Email: anna@rnsb.k12.nm.us Telephone Nbr. (505) 775-4152 OR Earla Begay, Chief Financial Officer Email: earla@rnsb.k12.nm.us Telephone nbr. (505) 775-4154 Facsimile nbr. (505) 775-3240 Journal: March 9 – 16, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150312/BID/0544 Matching Key Words: broadcast*; program?;

USABID State and Local Purchases

Arizona Newspapers Association http://www.publicnoticeads.com/AZ/search/searchnotices.asp?A=N 1001 N. Central Ave., Suite 670, Phoenix, AZ 85004; (602)261-7655

R – RAMAH NAVAJO SCHOOL BOARD, INC. REQUEST FOR PROPOSAL AUDIT SER SOL Public Notice ID: 22253582.HTM RAMAH NAVAJO SCHOOL BOARD, INC. REQUEST FOR PROPOSAL AUDIT SERVICES IN ACCORDANCE WITH SINGLE AUDIT ACT, AS AMENDED AUDIT SERVICES: The Ramah Navajo School Board, Inc. (RNSB) is soliciting firm fixed price contract proposals from qualified Certified Public Accountants firms to audit the RNSB’s basic financial statements for four (4) calendar years beginning with audit year ending December 31, 2014 – December 31, 2017, with the option to extend the audit service contract the next three (3) subsequent calendar years. Included with the audit service of the RNSB organization, the Corporation Public Broadcasting (CPB) program audit report and the preparation and filing of the RNSB corporate 990 tax reports will be required. In addition to regular financial statements, any other reports or certifications of audited financial statements and accounting systems shall be included. The audits are to be performed in accordance with the Generally Accepted Auditing Standards (GAAS), the standards set forth for financial audits with the General Accounting Office’s (GAO) Government Auditing Standards, the provisions of the Single Audit Act of 1984, as amended and the Office of Management and Budget (OMB) Circular: New Uniform Guidelines Audit Requirements for Federal Awards 2 CFR Part 200, Subpart F-Audit Requirements. INQUIRIES: For questions and RFP specifications, please contact: Ramah Navajo School Board, Inc. Anna Mae Pino, Acting Executive Director/Deputy Director Email: anna@rnsb.k12.nm.us Telephone number (505) 775-4152 OR Earla Begay, Chief Financial Officer Email: earla@rnsb.k12.nm.us Telephone number (505) 775-4154 Facsimile number (505) 775-3240 Pub: March 9, 10, 11, 12, 13, 14, 15, 16, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150313/BID/0032 Matching Key Words: broadcast*; program?

Arizona Newspapers Association http://www.publicnoticeads.com/AZ/search/searchnotices.asp?A=N 1001 N. Central Ave., Suite 670, Phoenix, AZ 85004; (602)261-7655

R – RAMAH NAVAJO SCHOOL BOARD, INC. REQUEST FOR PROPOSAL AUDIT SER SOL Public Notice ID: 22253580.HTM RAMAH NAVAJO SCHOOL BOARD, INC. REQUEST FOR PROPOSAL AUDIT SERVICES IN ACCORDANCE WITH SINGLE AUDIT ACT, AS AMENDED AUDIT SERVICES: The Ramah Navajo School Board, Inc. (RNSB) is soliciting firm fixed price contract proposals from qualified Certified Public Accountants firms to audit the RNSB’s basic financial statements for four (4) calendar years beginning with audit year ending December 31, 2014 – December 31, 2017, with the option to extend the audit service contract the next three (3) subsequent calendar years. Included with the audit service of the RNSB organization, the Corporation Public Broadcasting (CPB) program audit report and the preparation and filing of the RNSB corporate 990 tax reports will be required. In addition to regular financial statements, any other reports or certifications of audited financial statements and accounting systems shall be included. The audits are to be performed in accordance with the Generally Accepted Auditing Standards (GAAS), the standards set forth for financial audits with the General Accounting Office’s (GAO) Government Auditing Standards, the provisions of the Single Audit Act of 1984, as amended and the Office of Management and Budget (OMB) Circular: New Uniform Guidelines Audit Requirements for Federal Awards 2 CFR Part 200, Subpart F-Audit Requirements. INQUIRIES: For questions and RFP specifications, please contact: Ramah Navajo School Board, Inc. Anna Mae Pino, Acting Executive Director/Deputy Director Email: anna@rnsb.k12.nm.us Telephone number (505) 775-4152 OR Earla Begay, Chief Financial Officer Email: earla@rnsb.k12.nm.us Telephone number (505) 775-4154 Facsimile number (505) 775-3240 Pub: March 12, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150313/BID/0034 Matching Key Words: broadcast*; program?;

Arizona Newspapers Association http://www.publicnoticeads.com/AZ/search/searchnotices.asp?A=N 1001 N. Central Ave., Suite 670, Phoenix, AZ 85004; (602)261-7655

R – RAMAH NAVAJO SCHOOL BOARD, INC. REQUEST FOR PROPOSAL AUDIT SER SOL Public Notice ID: 22255936.HTM RAMAH NAVAJO SCHOOL BOARD, INC. REQUEST FOR PROPOSAL AUDIT SERVICES IN ACCORDANCE WITH SINGLE AUDIT ACT, AS AMENDED AUDIT SERVICES: The Ramah Navajo School Board, Inc. (RNSB) is soliciting firm fixed price contract proposals from qualified Certified Public Accountants firms to audit the RNSB’s basic financial statements for four (4) calendar years beginning with audit year ending December 31, 2014 – December 31, 2017, with the option to extend the audit service contract the next three (3) subsequent calendar years. Included with the audit service of the RNSB organization, the Corporation Public Broadcasting (CPB) program audit report and the preparation and filing of the RNSB corporate 990 tax reports will be required. In addition to regular financial statements, any other reports or certifications of audited financial statements and accounting systems shall be included. The audits are to be performed in accordance with the Generally Accepted Auditing Standards (GAAS), the standards set forth for financial audits with the General Accounting Office’s (GAO) Government Auditing Standards, the provisions of the Single Audit Act of 1984, as amended and the Office of Management and Budget (OMB) Circular: New Uniform Guidelines Audit Requirements for Federal Awards 2 CFR Part 200, Subpart F-Audit Requirements. INQUIRIES: For questions and RFP specifications, please contact: Ramah Navajo School Board, Inc. Anna Mae Pino, Acting Executive Director/Deputy Director Email: anna@rnsb.k12.nm.us Telephone number (505) 775-4152 OR Earla Begay, Chief Financial Officer Email: earla@rnsb.k12.nm.us Telephone number (505) 775-4154 Facsimile number (505) 775-3240 Pub: March 9, 10, 11, 12, 13, 14, 15, 16, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150313/BID/0040 Matching Key Words: broadcast*; program?;

Arizona Newspapers Association http://www.publicnoticeads.com/AZ/search/searchnotices.asp?A=N 1001 N. Central Ave., Suite 670, Phoenix, AZ 85004; (602)261-7655

R – RAMAH NAVAJO SCHOOL BOARD, INC. REQUEST FOR PROPOSAL AUDIT SER SOL Public Notice ID: 22255934.HTM RAMAH NAVAJO SCHOOL BOARD, INC. REQUEST FOR PROPOSAL AUDIT SERVICES IN ACCORDANCE WITH SINGLE AUDIT ACT, AS AMENDED AUDIT SERVICES: The Ramah Navajo School Board, Inc. (RNSB) is soliciting firm fixed price contract proposals from qualified Certified Public Accountants firms to audit the RNSB’s basic financial statements for four (4) calendar years beginning with audit year ending December 31, 2014 – December 31, 2017, with the option to extend the audit service contract the next three (3) subsequent calendar years. Included with the audit service of the RNSB organization, the Corporation Public Broadcasting (CPB) program audit report and the preparation and filing of the RNSB corporate 990 tax reports will be required. In addition to regular financial statements, any other reports or certifications of audited financial statements and accounting systems shall be included. The audits are to be performed in accordance with the Generally Accepted Auditing Standards (GAAS), the standards set forth for financial audits with the General Accounting Office’s (GAO) Government Auditing Standards, the provisions of the Single Audit Act of 1984, as amended and the Office of Management and Budget (OMB) Circular: New Uniform Guidelines Audit Requirements for Federal Awards 2 CFR Part 200, Subpart F-Audit Requirements. INQUIRIES: For questions and RFP specifications, please contact: Ramah Navajo School Board, Inc. Anna Mae Pino, Acting Executive Director/Deputy Director Email: anna@rnsb.k12.nm.us Telephone number (505) 775-4152 OR Earla Begay, Chief Financial Officer Email: earla@rnsb.k12.nm.us Telephone number (505) 775-4154 Facsimile number (505) 775-3240 Pub: March 12, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150313/BID/0041 Matching Key Words: broadcast*; program?;

New Mexico Press Association http://www.publicnoticeads.com/NM/search/searchnotices.asp PO Box 95198; Albuquerque, NM 87199; (505) 275-1241

R – RAMAH NAVAJO SCHOOL BOARD, INC. REQUEST FOR PROPOSAL AUDIT SER SOL Public Notice ID: 22254689.HTM RAMAH NAVAJO SCHOOL BOARD, INC. REQUEST FOR PROPOSAL AUDIT SERVICES IN ACCORDANCE WITH SINGLE AUDIT ACT, AS AMENDED AUDIT SERVICES: The Ramah Navajo School Board, Inc. (RNSB) is soliciting firm fixed price contract proposals from qualified Certified Public Accountants firms to audit the RNSB’s basic financial statements for four (4) calendar years beginning with audit year ending December 31, 2014 – December 31, 2017, with the option to extend the audit service contract the next three (3) subsequent calendar years. Included with the audit service of the RNSB organization, the Corporation Public Broadcasting (CPB) program audit report and the preparation and filing of the RNSB corporate 990 tax reports will be required. In addition to regular financial statements, any other reports or certifications of audited financial statements and accounting systems shall be included. The audits are to be performed in accordance with the Generally Accepted Auditing Standards (GAAS), the standards set forth for financial audits with the General Accounting Office’s (GAO) Government Auditing Standards, the provisions of the Single Audit Act of 1984, as amended and the Office of Management and Budget (OMB) Circular: New Uniform Guidelines Audit Requirements for Federal Awards 2 CFR Part 200, Subpart F-Audit Requirements. INQUIRIES: For questions and RFP specifications, please contact: Ramah Navajo School Board, Inc. Anna Mae Pino, Acting Executive Director/Deputy Director Email: anna@rnsb.k12.nm.us Telephone Nbr. (505) 775-4152 OR Earla Begay, Chief Financial Officer Email: earla@rnsb.k12.nm.us Telephone nbr. (505) 775-4154 Facsimile nbr. (505) 775-3240 Journal: March 9 – 16, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150313/BID/0689 Matching Key Words: broadcast*; program?;

Ohio – City of Columbus http://vendorservices.columbus.gov/e-proc/venSolicitationsAll.asp?link=Open+Solicitations City of Columbus Purchasing Office, 50 W. Gay Street, 1st Floor, Columbus, Ohio 43215, Phone: (614) 645-8315, Fax: (614) 645-7051

T – MEDIA SERVICES/EQUIPMENT SOL SO049244 The City of Columbus, Department of Technology, Media Services Section requests quotes for equipment/parts as outlined in this spefication.Only new and unused equipment shall be accepted. If offering an alternate, please provide detailed infomation in the Comments Section of your bid. Delivery FOB destination, freight prepaid and allowed.AJA HD5DA 1×4 High Definition Video Distribution Amplifier, MFG #: HD5DA. Featuring four separately buffered HD-SDI/SDI outputs, the HD5DA provides automatic input cable equalization to 100 meters and automatically adapts to 143, 177, 270, 360 Mb, and 1.5 Gb. Power Supply Included, or approved equal. Due Date: 3/19/2015@9:00 AM EST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150313/BID/0765 Matching Key Words: video*; distribut*;

Arizona Newspapers Association http://www.publicnoticeads.com/AZ/search/searchnotices.asp?A=N 1001 N. Central Ave., Suite 670, Phoenix, AZ 85004; (602)261-7655

R – RAMAH NAVAJO SCHOOL BOARD, INC. REQUEST FOR PROPOSAL AUDIT SER SOL Public Notice ID: 22245750.HTM RAMAH NAVAJO SCHOOL BOARD, INC. REQUEST FOR PROPOSAL AUDIT SERVICES IN ACCORDANCE WITH SINGLE AUDIT ACT, AS AMENDED AUDIT SERVICES: The Ramah Navajo School Board, Inc. (RNSB) is soliciting firm fixed price contract proposals from qualified Certified Public Accountants firms to audit the RNSB’s basic financial statements for four (4) calendar years beginning with audit year ending December 31, 2014 – December 31, 2017, with the option to extend the audit service contract the next three (3) subsequent calendar years. Included with the audit service of the RNSB organization, the Corporation Public Broadcasting (CPB) program audit report and the preparation and filing of the RNSB corporate 990 tax reports will be required. In addition to regular financial statements, any other reports or certifications of audited financial statements and accounting systems shall be included. The audits are to be performed in accordance with the Generally Accepted Auditing Standards (GAAS), the standards set forth for financial audits with the General Accounting Office’s (GAO) Government Auditing Standards, the provisions of the Single Audit Act of 1984, as amended and the Office of Management and Budget (OMB) Circular: New Uniform Guidelines Audit Requirements for Federal Awards 2 CFR Part 200, Subpart F-Audit Requirements. INQUIRIES: For questions and RFP specifications, please contact: Ramah Navajo School Board, Inc. Anna Mae Pino, Acting Executive Director/Deputy Director Email: anna@rnsb.k12.nm.us Telephone number (505) 775-4152 OR Earla Begay, Chief Financial Officer Email: earla@rnsb.k12.nm.us Telephone number (505) 775-4154 Facsimile number (505) 775-3240 Pub: March 9, 10, 11, 12, 13, 14, 15, 16, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150311/BID/0080 Matching Key Words: broadcast*; program?;

Arizona Newspapers Association http://www.publicnoticeads.com/AZ/search/searchnotices.asp?A=N 1001 N. Central Ave., Suite 670, Phoenix, AZ 85004; (602)261-7655

R – RAMAH NAVAJO SCHOOL BOARD, INC. REQUEST FOR PROPOSAL AUDIT SER SOL Public Notice ID: 22246766.HTM RAMAH NAVAJO SCHOOL BOARD, INC. REQUEST FOR PROPOSAL AUDIT SERVICES IN ACCORDANCE WITH SINGLE AUDIT ACT, AS AMENDED AUDIT SERVICES: The Ramah Navajo School Board, Inc. (RNSB) is soliciting firm fixed price contract proposals from qualified Certified Public Accountants firms to audit the RNSB’s basic financial statements for four (4) calendar years beginning with audit year ending December 31, 2014 – December 31, 2017, with the option to extend the audit service contract the next three (3) subsequent calendar years. Included with the audit service of the RNSB organization, the Corporation Public Broadcasting (CPB) program audit report and the preparation and filing of the RNSB corporate 990 tax reports will be required. In addition to regular financial statements, any other reports or certifications of audited financial statements and accounting systems shall be included. The audits are to be performed in accordance with the Generally Accepted Auditing Standards (GAAS), the standards set forth for financial audits with the General Accounting Office’s (GAO) Government Auditing Standards, the provisions of the Single Audit Act of 1984, as amended and the Office of Management and Budget (OMB) Circular: New Uniform Guidelines Audit Requirements for Federal Awards 2 CFR Part 200, Subpart F-Audit Requirements. INQUIRIES: For questions and RFP specifications, please contact: Ramah Navajo School Board, Inc. Anna Mae Pino, Acting Executive Director/Deputy Director Email: anna@rnsb.k12.nm.us Telephone number (505) 775-4152 OR Earla Begay, Chief Financial Officer Email: earla@rnsb.k12.nm.us Telephone number (505) 775-4154 Facsimile number (505) 775-3240 Pub: March 9, 10, 11, 12, 13, 14, 15, 16, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150311/BID/0081 Matching Key Words: broadcast*; program?;

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

99 – 15-17 / Middletown Area MRRP SOL 15-17 / Middletown Area MRRP Due Date: 03/25/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150311/BID/0307 Matching Key Words: age:state!ky; state!ky;

Missouri – University of Missouri http://www.umsystem.edu/ums/fa/procurement/bids/ Procurement/Materials Management, 1105 Carrie Francke Drive Rm 108F, Columbia, MO 65211. Ph: (573)884-7525.

T - Video Production Services SOL 15 9028 DH C Video Production Services Due Date: 2015-03-31 14:00 Central Time Contact: Darla Higgins(573)884-8695 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150311/BID/0361 Matching Key Words: video*; produc*; production?;

New Mexico Press Association http://www.publicnoticeads.com/NM/search/searchnotices.asp PO Box 95198; Albuquerque, NM 87199; (505) 275-1241

R – RAMAH NAVAJO SCHOOL BOARD, INC. REQUEST FOR PROPOSAL AUDIT SER SOL Public Notice ID: 22246639.HTM RAMAH NAVAJO SCHOOL BOARD, INC. REQUEST FOR PROPOSAL AUDIT SERVICES IN ACCORDANCE WITH SINGLE AUDIT ACT, AS AMENDED AUDIT SERVICES: The Ramah Navajo School Board, Inc. (RNSB) is soliciting firm fixed price contract proposals from qualified Certified Public Accountants firms to audit the RNSB’s basic financial statements for four (4) calendar years beginning with audit year ending December 31, 2014 – December 31, 2017, with the option to extend the audit service contract the next three (3) subsequent calendar years. Included with the audit service of the RNSB organization, the Corporation Public Broadcasting (CPB) program audit report and the preparation and filing of the RNSB corporate 990 tax reports will be required. In addition to regular financial statements, any other reports or certifications of audited financial statements and accounting systems shall be included. The audits are to be performed in accordance with the Generally Accepted Auditing Standards (GAAS), the standards set forth for financial audits with the General Accounting Office’s (GAO) Government Auditing Standards, the provisions of the Single Audit Act of 1984, as amended and the Office of Management and Budget (OMB) Circular: New Uniform Guidelines Audit Requirements for Federal Awards 2 CFR Part 200, Subpart F-Audit Requirements. INQUIRIES: For questions and RFP specifications, please contact: Ramah Navajo School Board, Inc. Anna Mae Pino, Acting Executive Director/Deputy Director Email: anna@rnsb.k12.nm.us Telephone Nbr. (505) 775-4152 OR Earla Begay, Chief Financial Officer Email: earla@rnsb.k12.nm.us Telephone nbr. (505) 775-4154 Facsimile nbr. (505) 775-3240 Journal: March 9 – 16, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150311/BID/0440 Matching Key Words: broadcast*; program?;

Rhode Island – Municipal Vendor Bidding & Notification System http://eprocurement.cityofnewport.com/index.aspx?view=active Serving Newport, Middletown, Portsmouth, Smithfield, Smithfield Schools, North Kingstown, South Kingstown, Providence, East Providence, Johnston, Bristol, West Greenwich, Pawtucket, the North Kingstown School System, the Exeter-West Greenwich Regional School & the Portsmouth Water Department

R - Videotapling Services (Re-Bid) SOL N15-046 Videotapling Services (Re-Bid) Due Date: 3/25/2015 2:00:00 PM Address: City of Newport For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150311/BID/0573 Matching Key Words: videotap*; serv*;

Arizona Newspapers Association http://www.publicnoticeads.com/AZ/search/searchnotices.asp?A=N 1001 N. Central Ave., Suite 670, Phoenix, AZ 85004; (602)261-7655

R – RAMAH NAVAJO SCHOOL BOARD, INC. REQUEST FOR PROPOSAL AUDIT SER SOL Public Notice ID: 22245750.HTM RAMAH NAVAJO SCHOOL BOARD, INC. REQUEST FOR PROPOSAL AUDIT SERVICES IN ACCORDANCE WITH SINGLE AUDIT ACT, AS AMENDED AUDIT SERVICES: The Ramah Navajo School Board, Inc. (RNSB) is soliciting firm fixed price contract proposals from qualified Certified Public Accountants firms to audit the RNSB’s basic financial statements for four (4) calendar years beginning with audit year ending December 31, 2014 – December 31, 2017, with the option to extend the audit service contract the next three (3) subsequent calendar years. Included with the audit service of the RNSB organization, the Corporation Public Broadcasting (CPB) program audit report and the preparation and filing of the RNSB corporate 990 tax reports will be required. In addition to regular financial statements, any other reports or certifications of audited financial statements and accounting systems shall be included. The audits are to be performed in accordance with the Generally Accepted Auditing Standards (GAAS), the standards set forth for financial audits with the General Accounting Office’s (GAO) Government Auditing Standards, the provisions of the Single Audit Act of 1984, as amended and the Office of Management and Budget (OMB) Circular: New Uniform Guidelines Audit Requirements for Federal Awards 2 CFR Part 200, Subpart F-Audit Requirements. INQUIRIES: For questions and RFP specifications, please contact: Ramah Navajo School Board, Inc. Anna Mae Pino, Acting Executive Director/Deputy Director Email: anna@rnsb.k12.nm.us Telephone number (505) 775-4152 OR Earla Begay, Chief Financial Officer Email: earla@rnsb.k12.nm.us Telephone number (505) 775-4154 Facsimile number (505) 775-3240 Pub: March 9, 10, 11, 12, 13, 14, 15, 16, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150311/BID/0080 Matching Key Words: broadcast*; program?;

Arizona Newspapers Association http://www.publicnoticeads.com/AZ/search/searchnotices.asp?A=N 1001 N. Central Ave., Suite 670, Phoenix, AZ 85004; (602)261-7655

R – RAMAH NAVAJO SCHOOL BOARD, INC. REQUEST FOR PROPOSAL AUDIT SER SOL Public Notice ID: 22246766.HTM RAMAH NAVAJO SCHOOL BOARD, INC. REQUEST FOR PROPOSAL AUDIT SERVICES IN ACCORDANCE WITH SINGLE AUDIT ACT, AS AMENDED AUDIT SERVICES: The Ramah Navajo School Board, Inc. (RNSB) is soliciting firm fixed price contract proposals from qualified Certified Public Accountants firms to audit the RNSB’s basic financial statements for four (4) calendar years beginning with audit year ending December 31, 2014 – December 31, 2017, with the option to extend the audit service contract the next three (3) subsequent calendar years. Included with the audit service of the RNSB organization, the Corporation Public Broadcasting (CPB) program audit report and the preparation and filing of the RNSB corporate 990 tax reports will be required. In addition to regular financial statements, any other reports or certifications of audited financial statements and accounting systems shall be included. The audits are to be performed in accordance with the Generally Accepted Auditing Standards (GAAS), the standards set forth for financial audits with the General Accounting Office’s (GAO) Government Auditing Standards, the provisions of the Single Audit Act of 1984, as amended and the Office of Management and Budget (OMB) Circular: New Uniform Guidelines Audit Requirements for Federal Awards 2 CFR Part 200, Subpart F-Audit Requirements. INQUIRIES: For questions and RFP specifications, please contact: Ramah Navajo School Board, Inc. Anna Mae Pino, Acting Executive Director/Deputy Director Email: anna@rnsb.k12.nm.us Telephone number (505) 775-4152 OR Earla Begay, Chief Financial Officer Email: earla@rnsb.k12.nm.us Telephone number (505) 775-4154 Facsimile number (505) 775-3240 Pub: March 9, 10, 11, 12, 13, 14, 15, 16, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150311/BID/0081 Matching Key Words: broadcast*; program?;

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

99 – 15-17 / Middletown Area MRRP SOL 15-17 / Middletown Area MRRP Due Date: 03/25/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150311/BID/0307 Matching Key Words: age:state!ky; state!ky

Missouri – University of Missouri http://www.umsystem.edu/ums/fa/procurement/bids/ Procurement/Materials Management, 1105 Carrie Francke Drive Rm 108F, Columbia, MO 65211. Ph: (573)884-7525.

T - Video Production Services SOL 15 9028 DH C Video Production Services Due Date: 2015-03-31 14:00 Central Time Contact: Darla Higgins(573)884-8695 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150311/BID/0361 Matching Key Words: video*; produc*; production?

New Mexico Press Association http://www.publicnoticeads.com/NM/search/searchnotices.asp PO Box 95198; Albuquerque, NM 87199; (505) 275-1241

R – RAMAH NAVAJO SCHOOL BOARD, INC. REQUEST FOR PROPOSAL AUDIT SER SOL Public Notice ID: 22246639.HTM RAMAH NAVAJO SCHOOL BOARD, INC. REQUEST FOR PROPOSAL AUDIT SERVICES IN ACCORDANCE WITH SINGLE AUDIT ACT, AS AMENDED AUDIT SERVICES: The Ramah Navajo School Board, Inc. (RNSB) is soliciting firm fixed price contract proposals from qualified Certified Public Accountants firms to audit the RNSB’s basic financial statements for four (4) calendar years beginning with audit year ending December 31, 2014 – December 31, 2017, with the option to extend the audit service contract the next three (3) subsequent calendar years. Included with the audit service of the RNSB organization, the Corporation Public Broadcasting (CPB) program audit report and the preparation and filing of the RNSB corporate 990 tax reports will be required. In addition to regular financial statements, any other reports or certifications of audited financial statements and accounting systems shall be included. The audits are to be performed in accordance with the Generally Accepted Auditing Standards (GAAS), the standards set forth for financial audits with the General Accounting Office’s (GAO) Government Auditing Standards, the provisions of the Single Audit Act of 1984, as amended and the Office of Management and Budget (OMB) Circular: New Uniform Guidelines Audit Requirements for Federal Awards 2 CFR Part 200, Subpart F-Audit Requirements. INQUIRIES: For questions and RFP specifications, please contact: Ramah Navajo School Board, Inc. Anna Mae Pino, Acting Executive Director/Deputy Director Email: anna@rnsb.k12.nm.us Telephone Nbr. (505) 775-4152 OR Earla Begay, Chief Financial Officer Email: earla@rnsb.k12.nm.us Telephone nbr. (505) 775-4154 Facsimile nbr. (505) 775-3240 Journal: March 9 – 16, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150311/BID/0440 Matching Key Words: broadcast*; program?;

Rhode Island – Municipal Vendor Bidding & Notification System http://eprocurement.cityofnewport.com/index.aspx?view=active Serving Newport, Middletown, Portsmouth, Smithfield, Smithfield Schools, North Kingstown, South Kingstown, Providence, East Providence, Johnston, Bristol, West Greenwich, Pawtucket, the North Kingstown School System, the Exeter-West Greenwich Regional School & the Portsmouth Water Department

R - Videotapling Services (Re-Bid) SOL N15-046 Videotapling Services (Re-Bid) Due Date: 3/25/2015 2:00:00 PM Address: City of Newport For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150311/BID/0573 Matching Key Words: videotap*; serv*;

Other Federal Procurements (Small)

FedBizOpps Grants http://www.grants.gov/web/grants/search-grants.html Grants.gov. Contact Center: 1-800-518-4726 or support@grants.gov. Additional contact information is listed in each Grant.

99 — Kentucky State CIG 2015 SOL USDA-NRCS-KYSO-15-1 Due Date: 05/22/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150311/SMALL/5186 Matching Key Words: state!ky;

Arizona Newspapers Association http://www.publicnoticeads.com/AZ/search/searchnotices.asp?A=N 1001 N. Central Ave., Suite 670, Phoenix, AZ 85004; (602)261-7655

R – RAMAH NAVAJO SCHOOL BOARD, INC. REQUEST FOR PROPOSAL AUDIT SER SOL Public Notice ID: 22245750.HTM RAMAH NAVAJO SCHOOL BOARD, INC. REQUEST FOR PROPOSAL AUDIT SERVICES IN ACCORDANCE WITH SINGLE AUDIT ACT, AS AMENDED AUDIT SERVICES: The Ramah Navajo School Board, Inc. (RNSB) is soliciting firm fixed price contract proposals from qualified Certified Public Accountants firms to audit the RNSB’s basic financial statements for four (4) calendar years beginning with audit year ending December 31, 2014 – December 31, 2017, with the option to extend the audit service contract the next three (3) subsequent calendar years. Included with the audit service of the RNSB organization, the Corporation Public Broadcasting (CPB) program audit report and the preparation and filing of the RNSB corporate 990 tax reports will be required. In addition to regular financial statements, any other reports or certifications of audited financial statements and accounting systems shall be included. The audits are to be performed in accordance with the Generally Accepted Auditing Standards (GAAS), the standards set forth for financial audits with the General Accounting Office’s (GAO) Government Auditing Standards, the provisions of the Single Audit Act of 1984, as amended and the Office of Management and Budget (OMB) Circular: New Uniform Guidelines Audit Requirements for Federal Awards 2 CFR Part 200, Subpart F-Audit Requirements. INQUIRIES: For questions and RFP specifications, please contact: Ramah Navajo School Board, Inc. Anna Mae Pino, Acting Executive Director/Deputy Director Email: anna@rnsb.k12.nm.us Telephone number (505) 775-4152 OR Earla Begay, Chief Financial Officer Email: earla@rnsb.k12.nm.us Telephone number (505) 775-4154 Facsimile number (505) 775-3240 Pub: March 9, 10, 11, 12, 13, 14, 15, 16, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150311/BID/0080 Matching Key Words: broadcast*; program?;

Arizona Newspapers Association http://www.publicnoticeads.com/AZ/search/searchnotices.asp?A=N 1001 N. Central Ave., Suite 670, Phoenix, AZ 85004; (602)261-7655

R – RAMAH NAVAJO SCHOOL BOARD, INC. REQUEST FOR PROPOSAL AUDIT SER SOL Public Notice ID: 22246766.HTM RAMAH NAVAJO SCHOOL BOARD, INC. REQUEST FOR PROPOSAL AUDIT SERVICES IN ACCORDANCE WITH SINGLE AUDIT ACT, AS AMENDED AUDIT SERVICES: The Ramah Navajo School Board, Inc. (RNSB) is soliciting firm fixed price contract proposals from qualified Certified Public Accountants firms to audit the RNSB’s basic financial statements for four (4) calendar years beginning with audit year ending December 31, 2014 – December 31, 2017, with the option to extend the audit service contract the next three (3) subsequent calendar years. Included with the audit service of the RNSB organization, the Corporation Public Broadcasting (CPB) program audit report and the preparation and filing of the RNSB corporate 990 tax reports will be required. In addition to regular financial statements, any other reports or certifications of audited financial statements and accounting systems shall be included. The audits are to be performed in accordance with the Generally Accepted Auditing Standards (GAAS), the standards set forth for financial audits with the General Accounting Office’s (GAO) Government Auditing Standards, the provisions of the Single Audit Act of 1984, as amended and the Office of Management and Budget (OMB) Circular: New Uniform Guidelines Audit Requirements for Federal Awards 2 CFR Part 200, Subpart F-Audit Requirements. INQUIRIES: For questions and RFP specifications, please contact: Ramah Navajo School Board, Inc. Anna Mae Pino, Acting Executive Director/Deputy Director Email: anna@rnsb.k12.nm.us Telephone number (505) 775-4152 OR Earla Begay, Chief Financial Officer Email: earla@rnsb.k12.nm.us Telephone number (505) 775-4154 Facsimile number (505) 775-3240 Pub: March 9, 10, 11, 12, 13, 14, 15, 16, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150311/BID/0081 Matching Key Words: broadcast*; program?;

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

99 – 15-17 / Middletown Area MRRP SOL 15-17 / Middletown Area MRRP Due Date: 03/25/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150311/BID/0307 Matching Key Words: age:state!ky; state!ky;

Missouri – University of Missouri http://www.umsystem.edu/ums/fa/procurement/bids/ Procurement/Materials Management, 1105 Carrie Francke Drive Rm 108F, Columbia, MO 65211. Ph: (573)884-7525.

T - Video Production Services SOL 15 9028 DH C Video Production Services Due Date: 2015-03-31 14:00 Central Time Contact: Darla Higgins(573)884-8695 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150311/BID/0361 Matching Key Words: video*; produc*; production?;

New Mexico Press Association http://www.publicnoticeads.com/NM/search/searchnotices.asp PO Box 95198; Albuquerque, NM 87199; (505) 275-1241

R – RAMAH NAVAJO SCHOOL BOARD, INC. REQUEST FOR PROPOSAL AUDIT SER SOL Public Notice ID: 22246639.HTM RAMAH NAVAJO SCHOOL BOARD, INC. REQUEST FOR PROPOSAL AUDIT SERVICES IN ACCORDANCE WITH SINGLE AUDIT ACT, AS AMENDED AUDIT SERVICES: The Ramah Navajo School Board, Inc. (RNSB) is soliciting firm fixed price contract proposals from qualified Certified Public Accountants firms to audit the RNSB’s basic financial statements for four (4) calendar years beginning with audit year ending December 31, 2014 – December 31, 2017, with the option to extend the audit service contract the next three (3) subsequent calendar years. Included with the audit service of the RNSB organization, the Corporation Public Broadcasting (CPB) program audit report and the preparation and filing of the RNSB corporate 990 tax reports will be required. In addition to regular financial statements, any other reports or certifications of audited financial statements and accounting systems shall be included. The audits are to be performed in accordance with the Generally Accepted Auditing Standards (GAAS), the standards set forth for financial audits with the General Accounting Office’s (GAO) Government Auditing Standards, the provisions of the Single Audit Act of 1984, as amended and the Office of Management and Budget (OMB) Circular: New Uniform Guidelines Audit Requirements for Federal Awards 2 CFR Part 200, Subpart F-Audit Requirements. INQUIRIES: For questions and RFP specifications, please contact: Ramah Navajo School Board, Inc. Anna Mae Pino, Acting Executive Director/Deputy Director Email: anna@rnsb.k12.nm.us Telephone Nbr. (505) 775-4152 OR Earla Begay, Chief Financial Officer Email: earla@rnsb.k12.nm.us Telephone nbr. (505) 775-4154 Facsimile nbr. (505) 775-3240 Journal: March 9 – 16, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150311/BID/0440 Matching Key Words: broadcast*; program?;

Rhode Island – Municipal Vendor Bidding & Notification System http://eprocurement.cityofnewport.com/index.aspx?view=active Serving Newport, Middletown, Portsmouth, Smithfield, Smithfield Schools, North Kingstown, South Kingstown, Providence, East Providence, Johnston, Bristol, West Greenwich, Pawtucket, the North Kingstown School System, the Exeter-West Greenwich Regional School & the Portsmouth Water Department

R - Videotapling Services (Re-Bid) SOL N15-046 Videotapling Services (Re-Bid) Due Date: 3/25/2015 2:00:00 PM Address: City of Newport For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150311/BID/0573 Matching Key Words: videotap*; serv*;

Kentucky State Procurement

City of Lexington, 200 East Main Street; Lexington, KY 40380

99 — SIGNS: TRAFFIC AND OTHER EXTERIOR. 35-2015 DUE 31-MAR-2015 Phone: (859) 258-3320; Website: https://lfucg.economicengine.com Signs: Traffic and other Exterior. SOL 35-2015. Legacy Trail Interpretative Signage. Due Date: 03/31/2015. For more information about this opportunity please contact the buyer directly. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150312/KY/6398 Matching Key Words: age:state!ky; state!ky;

 beenetworknews.com nation list.docx

pitanim


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

AIR FORCE

Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a $485,000,000 firm fixed price with minimal cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. Contractor will provide multiple Sniper advanced targeting pods including initial spares, 1K forward-looking infrareds, and two-way data links. It also includes other items as specified in the contract. Work will be performed at Orlando, Florida, and is expected to be complete by March 26, 2018. This contract involves foreign military sales. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia,356px-Seal_of_the_US_Air_Force.svg is the contracting activity (FA8540-15-D-0001).

Carnegie Mellon University, Software Engineering Institute, Pittsburgh, Pennsylvania, has been awarded a $70,086,525 modification (P00139) to previously awarded contract FA8721-05-C-0003 for a ceiling increase and period of performance extension. The ceiling increase is required due to an increase in research and development requirements for non-Department of Defense work, work in support of classified and unclassified missions, and work on software programs. The period of performance extension is required to allow services to be continued or to be completed without a break in service. Work will be performed at Pittsburgh, Pennsylvania, and is expected to be complete by June 30, 2016. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

The Boeing Co., St. Louis, Missouri, has been awarded a $28,460,408 modification (P00078) to exercise the option on contract FA8678-10-C-0100 for purchase of QF-16 Full-Scale Aerial Target (FSAT) Lot 3. This option is for the purchase of 25 QF-16 FSATs and 25 four-year warranties of the QF-16 drone-peculiar equipment. Work will be performed at Cecil Field, Florida, and is expected to be complete by Oct. 31, 2017. Fiscal 2014 and 2015 procurement funds in the amount of $28,460,408 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Aerospace Testing Alliance, Tullahoma, Tennessee, has been awarded a $15,461,483 cost-plus-award-fee modification (P00349) to previously awarded contract F40600-03-C-0001. Contractor will increase the workload for the operations, maintenance, information management and support of Arnold Engineering Development complex. Work will be performed at Arnold Air Force Base, Tennessee, and is expected to be complete by Sept. 30, 2015. No funds are being obligated at the time of award. Air Force Test Center, Arnold Air Force Base Tennessee, is the contracting activity.

Newbegin Enterprises, Inc.,* Johnson City, Tennessee, has been awarded a $15,000,000 modification (P00007) to exercise the option on previously awarded contract FA4803-11-D-0001 for Air Forces Central Command (AFCENT) Internet-based contractor operated parts store. Contractor will provide automotive and related vehicle parts, automotive chemicals, corrosion control materials, upholstery material, and accessories for AFCENT vehicles and equipment located in the AFCENT area of responsibility. Work will be performed at Johnson City, Tennessee, and is expected to be complete by March 31, 2016. Funds will be obligated on individual delivery orders. The 20th Contracting Squadron, Shaw Air Force Base, South Carolina, is the contracting activity.

Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded an $8,906,093 undefinitized contract action. Contractor will provide the Royal Jordanian Air Force, through a third party transfer, 10 United Kingdom Sniper advanced targeting pods with compact multiband datalink, digital data recorder with associated global scope software and data logger modules. Sniper advanced targeting pod system is integrated with F-16 aircraft to provide electro-optical and infrared imagery. Work will be performed at Orlando, Florida, and is expected to be complete by Nov. 27, 2016. This contract involves foreign military sales. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8540-15-C-0009).

Vectrus Systems Corp., Colorado Springs, Colorado, has been awarded a $6,502,584 modification (P00003) to previously awarded contract FA5641-15-C-0001 for base maintenance and operations services in Spain. Contractor will provide contingency support for the Marine Corps. Work will be performed at Moron, Spain, and is expected to be complete by March 27, 2016. Fiscal year 2015 operations and maintenance funds in the amount of $3,400,000 are being obligated at the time of award. Air Force Installation Contracting Agency, 764th Specialized Contracting Squadron, Kaiserslautern, Germany, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

ADGC Bonita Pipeline JV,* Santee, California (N62473-15-D-2419); CJW Construction Inc.,* Santa Ana, California (N62473-15-D-2420); Kear Civil Corp.,* Phoenix, Arizona (N62473-15-D-2421); Martin Brothers Construction,* Sacramento, California (N62473-15-D-2422); and Orion Construction Corp.,* Vista, California (N62473-15-D-2423), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for new construction, repair and renovation, of wet utilities projects at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The maximum dollar value including the base period and four option years for all five contracts combined is $99,000,000. The work to be performed provided for new construction, repair and renovation, primarily by design-build or secondarily by design-bid-build, of wet utilities projects. Types of projects may include, but are not limited to: water, steam, wastewater, storm sewer, pumping stations, treatment plants, storage tanks, and related work. All structures (including buildings) that are integral parts of the water, steam, and wastewater networks are included. Work on these contracts will be performed within the NAVFAC Southwest AOR including, but not limited to, California (90 percent), Arizona (6 percent), Nevada (1 percent), Colorado (1 percent), Utah (1 percent), and New Mexico (1 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of March 2020. Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $25,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured as a set-aside for small businesses via the Federal Business Opportunities website with 11 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contracts. No task orders are being issued at this time. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

A&D GC Inc.,* Santee, California (N62473-15-D-2403); Bristol General Contractors LLC,* Anchorage, Alaska (N62473-15-D-2404); Cox Construction Co.,* Vista, California (N62473-15-D-2405); I.E.-Pacific Inc.,* Escondido, California (N62473-15-D-2406); Insight Pacific LLC,* Anaheim, California (N62473-15-D-2407); and Penick Nordic JV IV,* La Mesa, California (N62473-15-D-2418), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for new construction and repair of general building construction projects at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The maximum dollar value including the base period and four option years for all six contracts combined is $99,000,000. The work to be performed provides for new construction and repair within the North American Industry Classification System Code 236220, primarily by design-build or secondarily by design-bid-build, of general building construction. Types of projects may include, but are not limited to: administration buildings, school buildings, hospitals, auditoriums, fire stations, gymnasiums, office buildings, hangars, laboratories, and parking structures. Work on these contracts will be performed within the NAVFAC Southwest AOR including, but not limited to, California (90 percent), Arizona (6 percent), Nevada (1 percent), Colorado (1 percent), Utah (1 percent), and New Mexico (1 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of March 2020. Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $30,000 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured as a set-aside for small businesses via the Federal Business Opportunities website, with 42 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contracts. No task orders are being issued at this time. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Rolls-Royce Corp., Indianapolis, Indiana, is being awarded a $93,553,851 modification to a previously awarded indefinite-delivery, requirements contract (N00019-14-D-0016) to exercise an option to provide intermediate, depot level maintenance and related logistics support for approximately 223 in-service T-45 F405-RR-401 Adour engines and MKII gas turbine starters. Work will be performed at the Naval Air Station (NAS) Meridian, Mississippi (47 percent); NAS Kingsville, Texas (46 percent); NAS Pensacola, Florida (6 percent); and NAS Patuxent River, Maryland (1 percent), and is expected to be completed in March 2016. No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, is being awarded a $51,642,334 modification to previously awarded contract (N00024-14-C-5106) for fiscal 2015 Aegis Modernization (AMOD) production requirements. This contract modification is for the production of Multi-Mission Signal Processor equipment sets; Ballistic Missile Defense 4.0.2 equipment; Aegis Weapon System AMOD Upgrade equipment; and associated spares, special tooling, and test equipment, to support the fielding of AMOD capabilities to the fleet. Work will be performed in Moorestown, New Jersey (54 percent); Clearwater, Florida (45 percent); and Owego, New York (1 percent), and is expected to be completed by July 2017. Fiscal 2015 other procurement (Navy) and fiscal 2015 Defense-wide procurement funding in the amount of $51,642,334 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Corp., Baltimore, Maryland, is being awarded a $19,026,599 task order under previously awarded basic ordering agreement (BOA) (N00024-12-G-4329) for littoral combat ship fleet maintenance sustainment support. The BOA was initially awarded to Lockheed Martin for the design and construction of the Freedom-class littoral combat ship. Lockheed Martin currently administers and performs fleet maintenance requirements through both the use of its resources and the original equipment manufacturer, and the use of nationwide subcontractors that are capable of working on systems and subsystems. Work will be performed in San Diego, California, and is expected to be completed by September 2015. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $19,026,599 will be obligated at time of award and will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the ordering/contracting activity.

Exelis Inc., Information Systems Division, Herndon, Virginia, is being awarded an $18,240,767 modification to previously awarded contract (N00174-11-D-0002) to exercise option four for the continued procurement of post-production maintenance support of Navy crew fixed site systems. This action is to fulfill a requirement for equipment, maintenance and support for the Joint Service Explosive Ordnance Disposal Counter Radio Controlled Improvised Explosive Device Electronic Warfare (JSEOD CREW) program. The JSEOD CREW program provides all military explosive ordnance disposal services with a new electronic warfare capability to counter the threat from improvised explosive devices. Work will be performed in Boalsburg, Pennsylvania, and is expected to be completed by March 2016. No funds are being obligated at the time of award. No contract funds will expire at the end of the current fiscal year. The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.

Raytheon Co., Integrated Defense Systems, Sudbury, Massachusetts, is being awarded a $16,663,927 firm-fixed-price delivery order under previously awarded basic ordering agreement (N00024-14-G-5105) for fiscal 2015 Aegis modernization production requirements. This delivery order covers the production of Multi-Mission Signal Processor Ordnance Alteration (ORDALT) kits, kill assessment system ORDALT kits and spares, radio frequency coherent combiner kits, high voltage power supply sidewall capacitors, traveling waves tube monitoring circuits, and stabilized master oscillator ORDALT kits, as well as test and installation efforts, in support of the Aegis Modernization (AMOD) program. The AMOD program fields combat system upgrades that will enhance the anti-air warfare and Ballistic Missile Defense capabilities of Aegis-equipped Arleigh Burke-class destroyers and Ticonderoga-class cruisers. This delivery order includes options which, if exercised, would bring the cumulative value of this delivery order to $24,821,438. Work will be performed in Norfolk, Virginia (42 percent); Andover, Massachusetts (38 percent); Burlington, Massachusetts (12 percent); and Sudbury, Massachusetts (8 percent), and is expected to be completed by May 2017. Fiscal 2015 other procurement (Navy); fiscal 2015 Defense-wide procurement and fiscal 2015 research, development, test and evaluation funding in the amount of $16,663,927 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Raytheon Co., Integrated Defense Systems, San Diego, California, is being awarded a $16,091,864 modification to previously awarded contract (N00024-14-C-5128) to exercise an option for continuing platform systems engineering agent support of the Ship Self Defense System (SSDS) MK 2 development for aircraft carrier/amphibious Modernization Advanced Capability Build (ACB) 12/Technical Insertion 12 (ACB12/TI12). Work to be performed includes the achievement of key milestones for non-recurring platform systems engineering to further mature the ACB 12, a tactical product. ACB 12 is slated for deployment, initially on CVN 78, CVN 72, and LHD 2, then to be extended to CVN 73 and other SSDS MK 2 enabled platforms. Work will be performed in San Diego, California (90 percent); Tewksbury, Massachusetts (2.5 percent); Portsmouth, Rhode Island (2.5 percent); St. Petersburg, Florida (2.5 percent); and Tucson, Arizona (2.5 percent); and is expected to be completed by December 2015. Fiscal 2011 shipbuilding and conversion (Navy) and fiscal 2015 research, development, test and evaluation funding in the amount of $1,187,942 will be obligated at time of award. Funds in the amount of $977,942 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Corp., Mission Systems and Training, Manassas, Virginia, is being awarded not-to-exceed $9,078,625 for delivery order 1195 under previously awarded basic ordering agreement (N00104-10-G-A109) for the repair of the AN/UYQ-70 advanced display system and the Navy’s current generation of commercial-off-the-shelf display and processor systems for tactical and command, control, communication, computer intelligence (C41) applications for target acquisition and tracking, weapons control, theater air defense, anti-submarine warfare, battle group communication, and airborne surveillance and control. Work will be performed at Virginia Beach, Virginia (10 percent), and various Lockheed Martin repair units located throughout the U.S. (90 percent), and work is expected to be completed by April 2016. Fiscal 2015 working capital funds (Navy) in the amount of $4,448,526 will be obligated at the time of award and these funds will not expire before the end of the current fiscal year. One company was solicited for the non-competitive requirement and one offer was received in response to this solicitation in accordance with 10 U.S.C. 2304(c)(1). The Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-10-G-A-109).

BAE Systems, Honolulu, Hawaii, is being awarded an $8,433,456 modification to previously awarded contract (N00024-14-C-4412) to support the repair and alteration of USS O’Kane (DDG 77). USS O’Kane is undergoing a scheduled drydocking selected repair availability which is the opportunity in the ship’s life cycle to primarily conduct repair and alteration to systems and hull not available when the ship is waterborne. Work is being performed in Honolulu, Hawaii, and is expected to complete by November 2015. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $8,433,456 will be obligated at time of award and will expire at the end of the current fiscal year. The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity.

iGov Technologies Inc., Reston, Virginia, is being awarded a $7,400,323 firm-fixed-price task order under a previously awarded NASA contract (NNG07DA27B) for Marine Corps Enterprise Network (MCEN) Secret Internet Protocol Router (SIPR) (MCEN-S) Enterprise Service Stacks (ESS). The scope of this effort includes procuring and delivery of a technical solution, (i.e., hardware, software, and infrastructure), support services, user training, and lifecycle sustainment support to replace MCEN SIPR ESS. This task order includes options which, if exercised would bring the cumulative value of this order to $9,341,310. Work will be performed at Marine Corps Base Quantico, Quantico, Virginia (44 percent); Camp Pendleton, California (14 percent); Camp Lejeune, North Carolina (7 percent); Camp Foster, Okinawa, Japan (7 percent); Enterprise IT Center, Kansas City, Missouri (7 percent); Panzerkaserne-Barracks, Boblingen, Germany (7 percent); Marine Corps Base Kaneohe Bay, Kaneohe Bay, Hawaii (7 percent); and Marine Forces Reserve, New Orleans, Louisiana (7 percent). Work is expected to be completed on March 31, 2020. Fiscal 2013 procurement (Marine Corps) funds in the amount of $7,400,323 will be obligated at the time of award and will expire at the end of the current fiscal year. This task order was competitively procured through the National Aeronautics and Space Administration Solutions for Enterprise-Wide Procurement Contract Holders; with four offers received. Marine Corps System Command, Quantico, Virginia, is the contracting activity (M67854-15-F-4444).

SPECIAL OPERATIONS COMMMAND

General Electric Aviation, Cincinnati, Ohio, is being awarded a $91,910,570, indefinite-delivery/indefinite-quantity contract to provide life cycle contractor support160px-Special_Operations_Specops_Army.svg for the YT706-GE-700 engine and components for the Technology Applications Program Office at U.S. Special Operations Command. The majority of the work will be performed in Cincinnati, Ohio, and is expected to be completed by March 31, 2020. Fiscal 2015 operations and maintenance in the amount of $2,350,800 are being obligated at the time of award to fund Task Order 0001, which is anticipated to be effective on April 1, 2015, as a firm-fixed-price order. This contract was awarded through non-competitive award in accordance with FAR 6.302-1. U.S. Special Operations Command is the contracting activity (H92241-15-D-0002.)

Department of the ArmyARMY

Textron Systems, Unmanned Systems, Hunt Valley, Maryland, was awarded a $51,762,329 modification (P00025) to contract W58RGZ-14-C-0001 for performance based logistics and operational support for Shadow tactical unmanned aircraft systems for the Army and Marine Corps. Fiscal 2015 operations and maintenance (Army) and other procurement funds in the amount of $45,404,029 were obligated at the time of the award. Estimated completion date is Oct. 31, 2015. Work will be performed in Hunt Valley, Maryland, Afghanistan, and Iraq. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Lockheed Martin Corp, Gaithersburg, Maryland, was awarded a $35,572,000 order dependent contract with options for information management and information technology services supporting the Army Corps of Engineers Information Technology to include headquarters, divisions, districts, centers and field operating activities. Funding and work location will be determined with each order with an estimated completion date of July 31, 2015. One bid was solicited with one received. Army Corps of Engineers Information Technology, Vicksburg, Mississippi, is the contracting activity (W91WMC-15-D-0001).

Raytheon Co., Tucson, Arizona, was awarded a $25,000,000 cost-plus-fixed-fee contract for engineering services for the M982 Excalibur program. Funding and work location will be determined with each order with an estimated completion date of March 26, 2020. One bid was solicited with one received. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-15-D-0019).

Northern Construction LLC, Ogden, Utah, was awarded a $122,777,054 firm-fixed-price contract to design and construct a fire crash rescue facility. Work will be performed at Hill Air Force Base, Utah, with an estimated completion date of March 26, 2017. Bids were solicited via the Internet with two received. Fiscal 2015 other procurement funds in the amount of $122,777,054 are being obligated at the time of the award. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-15-C-0001).

Amherst Madison, Charleston, West Virginia (W91237-15-D-0007), and the Neighborgall Construction Co.,* Huntington, West Virginia (W91237-15-D-0008), were awarded a $10,000,000 firm-fixed-price contract with options for small construction projects within the boundaries of the Great Lakes and Ohio River Division, Corps of Engineers. Funding and work location will be determined with each order with an estimated completion date of March 26, 2020. Bids were solicited via the Internet with two received. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity.

Deco Tool Supply Co.,* Davenport, Iowa, was awarded a $9,789,286 firm-fixed-price indefinite-delivery/indefinite-quantity contract for a mobile metal working shop and tools to fabricate metal repair parts in the field. Funding and work location will be determined with each order with an estimated completion date of March 26, 2020. Bids were solicited via the Internet with two received. Army Contracting Command – Joint Manufacturing and Technology Center, Rock Island, Illinois, is the contracting activity (W9098S-15-D-0016).

CJW Construction Inc., * Santa Ana, California, was awarded an $8,343,200 firm-fixed-price contract for maintenance dredging of the Houston ship channel. Work will be performed in Houston, Texas, with an estimated completion date of Sept. 30, 2015. Bids were solicited via the Internet with four received. Fiscal 2014, 2015 operations and maintenance (Army) funds in the amount of $8,343,200 are being obligated at the time of the award. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W9126G-15-C-0011).

DEFENSE LOGISTICS AGENCY

Northrup Grumman Aerospace Systems, El Segundo, California, has been awarded a maximum $12,134,980 firm-fixed-price delivery order against a basicDefense_Logistics_Agency ordering agreement for aircraft vertical stabilizers. This was a sole source award. Location of performance is California with an October 2019 completion date. Using military service is Navy. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. (SPRPA1-11-G-002Z)

 

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Kaman Precision Products Inc., Orlando, Florida, has been awarded a $58,057,125 firm-fixed-price modification (P00028) to previously awarded contract FA8681-13-C-0029 for Lot 12 production of Joint Programmable Fuze systems. Contractor will provide an additional quantity of 15,742 state-of-the-art fuze systems being produced under the basic contract. Work will be performed at Orlando, Florida, and is expected to be complete by April 30, 2017. Fiscal 2013, 2014 and 2015 ammunition procurement funds in in the amount of $45,635,806 and fiscal 2015 overseas contingency operations funds in the amount of $12,421,319 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Goodwill Industrial Services Corp., Colorado Springs, Colorado, has been awarded a $31,754,270 indefinite-delivery/indefinite-quantity and firm-fixed-price contract for base and dormitory custodial services. Contractor will provide janitorial and custodial services to cadets, active-duty military members, civilian employees and contractor employees. Work will be performed at the U.S. Air Force Academy, Colorado, and is expected to be complete by March 31, 2022. This award is the result of a sole-source acquisition in accordance with Federal Acquisition Regulations Subpart 8.7 – Acquisition from Nonprofit Agencies Employing People Who Are Blind or Severely Disabled. Fiscal 2015 operations and maintenance funds in the amount of $4,245,090 are being obligated at the time of award. The 10th Contracting Squadron, U.S. Air Force Academy, Colorado, is the contracting activity (FA7000-15-D-0004).

National Test Pilot School, Mojave, California, has been awarded a $22,486,003 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Contractor will provide test pilot professional, flight test engineer and/or weapon systems officer professional training to Israeli Air Force personnel. Work will be performed at Mojave, California, and is expected to be complete by March 31, 2020. This contract involves foreign military sales to Israel. This award is the result of a country directed sole-source acquisition. The 338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity (FA3002-15-D-0003).

ARMY

Environet Inc,* Kamuela, Hawaii (W12QR-15-D-0019); T & T Construction Enterprises LLC,* Leitchfield, Kentucky (W912QR-15-D-0020); Q.B.S. Inc.,* Alliance, Ohio (W912QR-15-D-0021); SAF Inc.,* Akron, Ohio (W912QR-15-D-0022); and Fortis Networks Inc.,* Phoenix, Arizona (W912QR-15-D-0023), were awarded a $45,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, task order contract for the operation, maintenance, and construction of civil and military projectsDepartment of the Army within the Great Lakes and Ohio River Division mission boundaries of the Army Corps of Engineers. Work location and funding will be determined with each order with an estimated completion date of March 25, 2020. Bids were solicited via the Internet with 12received. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity.

General Dynamics C4 Systems, Scottsdale, Arizona, was awarded a $37,276,895 cost-plus-fixed-fee contract for software sustainment, logistics documentation, hardware, and enhancements to support the AN/PRC-154 and AN/PRC-154A versions of the Rifleman Radio. Work will be performed in Scottsdale, Arizona, with an estimated completion date of March 31, 2016. One bid was solicited with one received. Fiscal 2013, 2014, and 2015 other procurement (Army) funds in the amount of $37,576,895 are being obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W15P7T-15-C-0005).

General Dynamics Information Technology Inc., Fairfax, Virginia, was awarded a $12,597,837 modification (P00015) to contract W91RUS-12-C-0011 to provide brigade and battalion administrative, operations, and logistics staff support to the 160th Signal Brigade and its subordinate commands within the CENTCOM area of responsibility. Fiscal 2015 operations and maintenance (Army) funds in the amount of $12,597,837 were obligated at the time of the award. Estimated completion date is March 31, 2016. Work will be performed in Kuwait, Qatar and Afghanistan. Army Contracting Command, Ft. Huachuca, Arizona, is the contracting activity.

Weeks Marine Inc., Covington, Louisiana, was awarded a $9,221,600 firm-fixed-price contract for construction and repair of existing earthen levees and stone dikes and subsequent hydraulic cutterhead dredging of borrow sites in Lake Pontchartrain. Work will be performed in St. John the Baptist Parish, Louisiana, with an estimated completion date of Nov. 30, 2015. Bids were solicited via the Internet with eight received. Fiscal 2015 military construction funds in the amount of $9,221,600 are being obligated at the time of the award. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-15-C-0021).

TSI Corp., Las Vegas, Nevada, was awarded a $9,112,856 modification (P00008) to contract W9124J-12-D-0012 to support the Ft. Hood Directorate of Public Works. Funding and exact work location will be determined with each order. Estimated completion date is March 31, 2017. Army Contracting Command, Ft. Hood, Texas, is the contracting activity.

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $9,018,094 modification (P00021) to contract W56HZV-14-C-B019 to upgrade Stryker flat bottom vehicles to the Double V hull engineering change proposal configuration. Fiscal 2015 research, development, testing and evaluation funds in the amount of $9,018,094 were obligated at the time of the award. Estimated completion date is Nov. 26, 2018. Work will be performed in Sterling Heights, Michigan. Army Contracting Command, Warren, Michigan, is the contracting activity.

Stantec Consulting Services Inc, Raleigh, North Carolina, was awarded a $8,000,000 firm-fixed-price contract with options for miscellaneous architect-engineering services (large projects) for use on federal projects primarily at Ft. Bragg, and federal projects under the jurisdiction of the Savannah District or if requested, for other Army Corps of Engineers districts. Work location and funding will be determined with each order with an estimated completion date of March 25, 2019. Bids were solicited via the Internet with 29 received. Army Contracting Command, Savannah, Georgia, is the contracting activity (W912HN-15-D-0010).

Department of the ArmyNAVY

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $26,000,000 ceiling-priced undefinitized contract action for critical missile subassemblies and supporting components for 300 Lot 15 AIM-9X missiles for the Navy and Air Force. Work will be performed in Keyser, West Virginia (42.3 percent); Santa Clarita, California (34.6 percent); and Hillsboro, Oregon (23.1 percent), and is expected to be completed in December 2017. Fiscal 2015 missile procurement (Air Force) and weapons procurement (Navy) funds in the amount of $11,404,620 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S.C 2304(c)(1). This contract combines purchases for the Air Force ($16,755,556; 64.44 percent) and Navy $9,244,444; 35.56 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

BAE Systems San Diego Ship Repair, San Diego, California, is being awarded a $16,771,463 modification to previously awarded cost-plus-award-fee/incentive-fee contract (N00024-10-C-4407) for USS San Diego (LPD 22) fiscal 2015 selected restricted availability. A select restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities. This modification includes options which, if exercised, would bring the cumulative value to $18,796,615. Work will be performed in San Diego, California, and is expected to be completed by November 2015. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $16,771,463 will be obligated at time of award and will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

Raytheon Co., El Segundo, California, is being awarded $16,380,000 for firm-fixed-price delivery order 0062 against a previously issued basic ordering agreement (N00019-10-G-0006) for the procurement of six AN/APG-79 Active Electronically Scanned Array radar systems in support of the F/A-18 E/F aircraft. Work will be performed in Forest, Mississippi (50 percent); Andover, Massachusetts (30 percent); and El Segundo, California (20 percent), and is expected to be completed in March 2017. Fiscal 2013 aircraft procurement (Navy) funds in the amount of $16,380,000 are being obligated on this award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

DZSP 21 LLC, Marlton, New Jersey, is being awarded $13,861,642 for modification P00066 under a previously awarded cost-plus-award-fee contract (N40192-13-C-3001) to exercise an option for base operations support services at Joint Region Marianas. The work to be performed provides for general management and administration services; port operations; ordnance; supply material management; facility management; facility investment; electrical; wastewater; steam; water; base support vehicles and equipment; and environmental. After award of this option, the total cumulative contract value will be $869,433,858. Work will be performed at various installations in the U.S. territory of Guam, and work under this option period is expected to be completed June 2015. Fiscal 2015 working capital funds (Navy, Transportation, Defense); fiscal 2015 operation and maintenance (Navy, Air Force, Army, Air National Guard, and Defense); fiscal 2015 family housing operation and maintenance (Navy); fiscal 2015 Defense Health Program funds; and fiscal 2015 Defense Commissary Agency account contract funds in the amount of $13,296,230 are being obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity.

DEFENSE HEALTH AGENCY

TCoombs & Associates LLC, doing business as TCAssociates, Springfield, Virginia, was awarded an $8,531,500, firm-fixed-price, sole-source follow-on under contract number HT0011-15-C-0007. This requirement is for services to allow for the continuation of operational support of Tri-Service Workflow, Defense Health Agency Solutions Delivery, Process Integration Branch, which includes operational support and sustainment for currently existing military treatment facilities (MTFs) with Tri-Service Workflow products. Services include identifying and documenting existing clinical workflows and processes; with the purpose of refining these processes to improve patient care. The contractor will ensure the target information architecture and shall be responsible for transforming MTF workflow processes. Work will be performed in Falls Church, Virginia, with an estimated completion date of March 13, 2016. The Defense Health Agency, Contracts Operations Division – Falls Church, Virginia is the contracting activity (Awarded March 12, 2015).

DEFENSE LOGISTICS AGENCY

Sterlingwear of Boston Inc.,** East Boston, Massachusetts, has been awarded a maximum $6,787,668 modification (P00006) exercising the first one-year optionDefense_Logistics_Agency period of a one-year base contract (SPE1C1-15-D-1008) with four one-year option periods for uniformed police field jackets. This is a firm-fixed-price contract. Location of performance is Massachusetts with a March 31, 2016, performance completion date. Using service is Afghanistan National Police. Type of appropriation is fiscal year 2015 foreign military sales. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Gemini Industries Inc., Burlington, Massachusetts (FA8721-15-D-0001); PE Systems Inc., Fairfax, Virginia (FA8721-15-D-0002); SpectrumS4, Burlington, Massachusetts (FA8721-15-D-0003); Windmill International Inc., Nashua, New Hampshire (FA8721-15-D-0004); Odyssey Systems Consulting Group LTD, Wakefield, Massachusetts (FA8721-15-D-0005); Quantech Services Inc., Lexington, Massachusetts (FA8721-15-D-0006); P3I Inc., Hopkinton, Massachusetts (FA8721-15-D-0007); Creative Computing Solutions Inc., Rockville, Maryland (FA8721-15-D-0008); Abacus Technology Corp., Chevy Chase, Maryland (FA8721-15-D-0009) and Oasis Systems LLC, Lexington, Massachusetts (FA8721-15-D-0010), have been awarded a $851,000,000 indefinite-delivery/indefinite-quantity contract for engineering and technology acquisition support services. Contractor will provide disciplined systems/specialty engineering and technical/information assurance services, support, and products using established government, contractor, and industry processes. Work will be performed at Hanscom Air Force Base, Massachusetts; Lackland Air Force Base, Texas; Randolph Air Force Base, Texas; Maxwell Air Force Base-Gunter Annex, Alabama; and Wright-Patterson Air Force Base, Ohio. Additionally, support services may be required to be provided at various U.S. and international operating locations and is expected to be complete by March 26, 2018. This award is the result of a competitive small business set-aside acquisition with 10 offers received. Funds will be obligated with individual task orders. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

DEFENSE LOGISTICS AGENCY

SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $157,500,000 firm-fixed-price, prime vendor contract for maintenance, repair, and operations tailored logistics support program for the Northwest region. Estimated value cited is based on demand quantities for the life of the contract. This contract was a competitiveDefense_Logistics_Agency acquisition and 10 offers were received. This is a two-year base contract with two 18-month option periods. Location of performance is Illinois, with a March 24, 2017, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-15-D-0024).

Philips Medical Systems, Andover, Massachusetts, has been awarded a maximum $77,172,660 modification (P00107) exercising the sixth one-year option period of a one-year base contract (SPM2D1-09-D-8349) with nine one-year option periods for patient monitoring systems, subsystems, accessories, consumables, spare/repair parts, and training. This is a fixed-price with economic-price-adjustment contract. Location of performance is Massachusetts, with a March 29, 2016, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Department of the ArmyARMY

Trend Construction Inc.,* Orlando, Florida, was awarded a $95,000,000 firm-fixed-price contract with options for general construction and design/build construction for the South Atlantic Division, Army Corps of Engineers. Work location and funding will be determined with each order with an estimated completion date of March 24, 2019. Bids were solicited via the Internet with 44received. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-15-D-0001).

Northrop Grumman Technical Services, Sierra Vista, Arizona, was awarded a $48,691,384 modification (P00033) to contract WR8RGZ-13-C-0010 to continue contractor logistic services for the Hunter unmanned aircraft system. Fiscal 2015 operations and maintenance (Army) funds in the amount of $27,745,692 were obligated at the time of the award. Estimated completion date is March 29, 2016. Work will be performed in Sierra Vista, Arizona, and Afghanistan. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Smiths Detection, Edgewood, Maryland, was awarded a $23,275,693 modification (P00049) to contract W911SR-07-C-0080 to purchase 5,001 M4A1 joint chemical agent detectors; 1,879 communication adapters; and 2,501 Stryker communication adapters. Fiscal 2014 and fiscal 2015 other procurement (Army) funds in the amount of $23,275,693 were obligated at the time of the award. Estimated completion date is Sept. 30, 2017. Work will be performed in Edgewood, Maryland. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

Cubic Applications Inc., San Diego, California, was awarded a $9,380,631 modification (P00009) to contract W91QVN-14-C-0033 for the operation of the Korea Battle Simulation Center. Fiscal 2015 operations and maintenance (Army) funds in the amount of $4,404,196 were obligated at the time of the award. Estimated completion date is March 31, 2016. Work will be performed in Korea. Army Contracting Command, Yongsan, Korea, is the contracting activity.

NAVY

Northrop Grumman Systems Corp., St. Augustine, Florida, is being awarded a $42,096,911 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-14-D-0022) to provide depot level maintenance and services in support of 44 F-5N/F aircraft for the Navy and Marine Corps Reserves. Services to be provided include aircraft inspections, repairs, overhauls, emergency repairs, modification, engineering support and procurement of structural components600px-US-DeptOfNavy-Seal.svg required to sustain continued safe, reliable, and available operations. Work will be performed in St. Augustine, Florida (96 percent); Springville, Utah (3 percent); and Emmen, Switzerland (1 percent), and is expected to be completed in March 2016. Fiscal 2015 operations and maintenance (Navy Reserve) and 2013 National Guard and Reserve equipment funds in the amount of $2,499,866 are being obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Tactical Engineering & Analysis Inc.,* San Diego, California, is being awarded a potential $19,651,998 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide tactical data link systems support to include research; systems engineering; software engineering; configuration management; human factors engineering for software design; system level hardware and software integration; test analysis and reporting; and quality assurance support. This is one of three multiple award contracts. Each awardee will have the opportunity to compete for task orders during the ordering period. This three-year contract includes one two-year option period, which, if exercised, would bring the potential value of this contract to $33,275,314. Work will be performed San Diego, California, and work is expected to be completed March 24, 2018. No funding will be obligated at the time of award. Funding will be obligated via task orders are issued. Contract funds will not expire at the end of the current fiscal year. The types of funding to be obligated include research, development, test and evaluation, foreign military sales, and operations and maintenance (Navy). This contract was competitively procured via full and open solicitation via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with four proposals received and three were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-D-0073).

Computer Sciences Corp., San Diego, California, is being awarded a potential $17,844,438 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract to provide tactical data link systems support to include research; systems engineering; software engineering; configuration management; human factors engineering for software design; system level hardware and software integration; test analysis and reporting; and quality assurance support. This is one of three multiple award contracts. Each awardee will have the opportunity to compete for task orders during the ordering period. This three-year contract includes one two-year option period, which, if exercised, would bring the potential value of this contract to $30,136,398. Work will be performed in San Diego, California, and work is expected to be completed March 24, 2018. No funding will be obligated at the time of award. Funding will be obligated via task orders are issued. Contract funds will not expire at the end of the current fiscal year. The types of funding to be obligated include research, development, test and evaluation, foreign military sales, and operations and maintenance (Navy). This contract was competitively procured via full and open solicitation via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with four proposals received and three were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-D-0072).

Odyssey Systems Consulting Group, Wakefield, Massachusetts, is being awarded a potential $16,023,035 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide tactical data link systems support to include research; systems engineering; software engineering; configuration management; human factors engineering for software design; system level hardware and software integration; test analysis and reporting; and quality assurance support. This is one of three multiple award contracts. Each awardee will have the opportunity to compete for task orders during the ordering period. This three-year contract includes one two-year option period, which, if exercised, would bring the potential value of this contract to $27,128,654. Work will be performed in Wakefield, Massachusetts (20 percent), and San Diego, California (80 percent), and work is expected to be completed March 24, 2018. No funding will be obligated at the time of award. Funding will be obligated via task orders are issued. Contract funds will not expire at the end of the current fiscal year. The types of funding to be obligated include research, development, test and evaluation, foreign military sales, and operations and maintenance (Navy). This contract was competitively procured via full and open solicitation via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with four proposals received and three were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-D-0074).

Beechcraft Corp., Wichita, Kansas, is being awarded an $11,703,143 firm-fixed-price contract for the procurement of one UC-12W aircraft for the Navy, including engineering technical services. Work will be performed in Wichita, Kansas, and is expected to be completed in July 2016. Fiscal 2015 aircraft procurement (Navy) funds in the amount of $11,703,143 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-C-2017).

Wartsila Defense Industries, Chesapeake, Virginia, is being awarded $7,602,804 for firm-fixed-price task order 0003 under a previously awarded contract (N00025-13-D-0001) for water jet alterations and repairs for the Improved Navy Lighterage System (INLS). The work to be performed provides for water jet condition assessments, alterations, repairs, and inventory parts management for the INLS. Work will be performed in Jacksonville, Florida (86 percent), Norfolk, Virginia (13 percent), and San Diego, California (one percent), and is expected to be completed by March 2016. Fiscal 2014 and fiscal 2015 other procurement (Navy) and fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $7,602,804 are being obligated on this award; of which $35,000 will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity.

Correction: Space and Naval Warfare Systems Command contracts awarded March 23 to Lafayette Group Inc.,* Vienna, Virginia (N66001-15-D-0028) $92,739,725, and Science Applications International Corp., McLean, Virginia (N66001-15-D-0029) $83,818,576, both should have stated the completion date as March 22, 2020.

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

Northrop Grumman Aerospace Systems of Redondo Beach, California, has been awarded a maximum $21,803,101 modification (P00308) to the previously awarded contract to provide on-orbit operations and sustainment for the Space Tracking and Surveillance System. The modification brings the total cumulative face value of the cost-plus-award-fee contract to $2,386,832,669 from $2,365,029,568. Work will be performed at the Missile Defense Space Center at Colorado Springs, Colorado, and at Northrop Grumman Aerospace Systems in Redondo Beach, California, with an expected completion date of March 31, 2016. Fiscal year 2015 research and development funds in the amount of $10,616,237 are being obligated at time of award. The Missile Defense Agency, Colorado Springs, Colorado, is the contracting activity (F04701-02-C-0009).

DEFENSE COMMISSARY AGENCY

Spokane Produce, Spokane, Washington, is being awarded an estimated $14,598,051 indefinite-delivery, requirements type contract to provide fresh fruits and vegetables (FF&V), packaged salads, live potted plants and ornamental produce for resale at nine commissary store locations (Area 4, Group 1) in the Defense Commissary Agency’s West Area. The contractor will deliver FF&V, packaged salads,Defense_Commissary_Agency_logo live potted plants and ornamental produce to the store locations as needed. The contract is for a 24-month base period beginning March 29, 2015, through March 28, 2017. Three one-year option periods are available. If all option periods are exercised, the contract will be completed March 28, 2020. Contract funds will not expire at the end of the current fiscal year. Seventeen firms were solicited and seven proposals were received. The contracting activity is the Defense Commissary Agency, Resale Contracting Division, Resale Commodities Branch (LEARC), Fort Lee, Virginia.

DiTomaso Inc., Anchorage, Alaska, is being awarded an estimated $11,736,698 indefinite-delivery, requirements type contract to provide fresh fruits and vegetables (FF&V), packaged salads, live potted plants and ornamental produce for resale at five Alaska commissary store locations (Area 4, Group 2) in the Defense Commissary Agency’s West Area. Contractor will deliver FF&V, packaged salads, live potted plants and ornamental produce to the store locations as needed. The contract is for a 24-month base period beginning March 29, 2015, through March 28, 2017. Three one-year option periods are available. If all option periods are exercised, the contract will be completed March 28, 2020. Contract funds will not expire at the end of the current fiscal year. Seventeen firms were solicited and three proposals were received. The contracting activity is the Defense Commissary Agency, Resale Contracting Division, Resale Commodities Branch (LEARC), Fort Lee, Virginia.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Raytheon Co., Raytheon Missile Systems, Tucson, Arizona, has been awarded a $528,797,459 fixed-price incentive firm contract modification (P00004) to exercise the option on previously awarded contract FA8675-15-C-0022. Contractor will provide Advanced Medium Range Air to Air Missile (AMRAAM) Lot 29 production and other AMRAAM system items. Work will be performed at Tucson, Arizona, and is expected to be complete by Jan. 31, 2018. This contract involves foreign military sales. Fiscal year 2015 Air Force and Navy production funds in the amount of $294,661,588 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Beechcraft Defense Co., Wichita, Kansas, has been awarded a $27,048,576 firm-fixed-price contract for purchase of one King Air 350 extended range aircraft modified with intelligence, surveillance, and reconnaissance capability; one Scorpion ground station and one complete spare Scorpion ground station. Work will be performed at Wichita, Kansas, and San Diego, California, and is expected to be complete by March 23, 2017. This award is the result of a sole-source acquisition. This contract is 100 percent foreign military sales to Iraq. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-15-C-3016).

Sierra Nevada Corp., Sparks, Nevada, has been awarded a $15,117,867 modification to exercise and option (P00006) to previously awarded contract FA8509-14-C-0001. The modification provides for contractor logistics services in support of the AC-130W and AC-130J precision strike package. Work will be performed at Cannon Air Force Base, New Mexico; Hurlburt Field, Florida; and various deployment locations, and is expected to be complete by March 31, 2016. Fiscal year 2015 operations and maintenance funds in the amount of $15,117,867 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

TW Metals, Exton, Pennsylvania, has been awarded a maximum $120,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity,Defense_Logistics_Agency prime-vendor contract for metals, metal products, and incidental services for the Northeast region. Estimated value cited is based on demand quantities for the life of the contract. This contract was a competitive acquisition and four offers were received. This is a five-year base contract with no option periods. Location of performance is Pennsylvania with a March 23, 2020, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E5-15-D-0013).

600px-US-DeptOfNavy-Seal.svgNAVY

Rolls Royce Corp., Indianapolis, Indiana, is being awarded a $59,513,856 indefinite-delivery/ indefinite-quantity contract for integrated logistics support services for KC-130J aircraft propulsion systems (installed and spares), including supplies. Work will be performed in Indianapolis, Indiana (41 percent); Winnipeg, Canada (21 percent); Oakland, California (16 percent); Sterling, Virginia (14 percent); Al Mubarak, Kuwait (2.1 percent); Iwakuni, Japan (2 percent); Cherry Point, North Carolina (1.3 percent); Miramar, California (1.3 percent); and Fort Worth, Texas (1.3 percent), and is expected to be completed in February 2016. Fiscal 2015 operations and maintenance (Navy and Navy Reserve) and Foreign Military Sales funds in the amount of $21,216,339 will be obligated at time of award, $16,252,549 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to the FAR 6.302-1. This contract combines purchases for the Navy ($54,981,135; 92.38 percent) and the government of Kuwait ($4,532,721; 7.62 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-C-0009).

Battelle Memorial Institute, Columbus, Ohio, is being awarded a $15,000,000 cost-plus-fixed-fee modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N62583-11-D-0515) to exercise option period four for environmental services and technologies support at Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California. The work to be performed provides for environmental services and technology support to satisfy overall operational objectives of the Navy and Marine Corps installations and to other federal organizations worldwide. Support services include technology implementation, technical consultation, research and development, testing and evaluation, administrative support, range cleanup, sustainability and management, site operation and maintenance, climate change initiatives, green and sustainable remediation practices development, leadership in environmental and energy design support, and training. The total contract amount after exercise of this option will be $75,000,000. No task orders are being issued at this time. Work will be performed at various installations worldwide; and work for this option is expected to be completed in March 2016. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

ARMY

General Dynamics C4 Systems, Scottsdale, Arizona, was awarded a $49,107,571 modification (P00002) to contract W15P7T-15-C-0002 to support software, logistics documentation, and hardware for the manpack radio. Fiscal 2014 and fiscal 2015 other procurement (Army) funds in the amount of $23,006,909 were obligated at the time of the award. Estimated completion date is March 31, 2016.Work will be performed in Scottsdale, Arizona. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

General Dynamics Ordnance and Tactical Systems Inc., St. Petersburg, Florida, was awarded a $32,359,523 modification (P00016) to contract W52P1J-12-C-0026 to procure 120mm M1002 new production cartridges and 120mm M865 recapitalization cartridges for 120mm tank training ammunition. Fiscal 2014 and fiscalDepartment of the Army 2015 other procurement funds in the amount of $32,359,523 were obligated at the time of the award. Estimated completion date is March 31, 2017. Work will be performed St. Petersburg, Florida. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Alliant Techsystems Operations LLC, Plymouth, Minnesota, was awarded a $29,184,589 modification (P00023) to contract W52P1J-12-C-0027 to procure 120mm M1002 new production cartridges and 120mm M865 recapitalization cartridges for 120mm tank training ammunition Fiscal 2014 and fiscal 2015 other procurement funds in the amount of $29,094,589 were obligated at the time of the award. Estimated completion date is Oct. 31, 2016. Work will be performed at Plymouth, Minnesota. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

AM General, South Bend, Indiana, was awarded a $9,458,080 firm-fixed-price multi-year contract with options for 60 power packs, part number 5717314, and 650 power packs, part number 5717268. Work will be performed in South Bend, Indiana, with an estimated completion date of March 24, 2017. Bids were solicited via the Internet with one received. Fiscal 2015 other procurement funds in the amount of the complete appropriation are being obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-D-0024).

 pitanim


BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

$
0
0

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

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

FedBizOpps – Procurements

600px-US-DeptOfTheInterior-Seal.svgDepartment of the Interior, National Park Service, NPS – All Offices, NPS, ARO – Alaska Regional Office
240 W. 5th Ave, Room 114 Anchorage AK99501-2327 US

T — Research, design and produce digital media products for Yukon Charley Rivers Nat P15PS00826 041715 Jordan, Amanda IGF::OT::IGF – Research, design and produce digital media products for Yukon Charley Rivers National Perserve
Set-Aside: Woman Owned Small Business URL: https://www.fbo.gov/spg/DOI/NPS/APC-IS/P15PS00826/listing.html

OutreachSystems Article Number: 150404/PROCURE/0095 Matching Key Words: naics!512110;

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

U — Interviewer/Interviewee Course of Instruction H92244-15-T-0181 041515 Bryan J. Makuch, Phone 7578629477, Email bryan.makuch@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 in 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 H92244-160px-Special_Operations_Specops_Army.svg15-T-0181, and a firm fixed price contract is contemplated.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80 effective MAR 02 2015 and DFAR DPN 20150326

This procurement is a 100% total small business set aside and the associated North American Industry Classification System (NAICS) code is 611699 with a business size standard of $11.0M. The DPAS rating for this procurement is DO-C9E.

The Naval Special Warfare Development Group (NSWDG) has a requirement for an Interview tactics and techniques for both the interviewer and interviewee course of instruction. The requirement is inclusive of base one day course and five additional one day options, if exercised. See Statement of Work for complete detail.

Section B – Supplies or Services:

CLIN 0001: Interview COI for up to 25 personnel, QTY 1, Unit of Issue: LOT

OPTION I CLIN 1001: Interview COI for up to 25 personnel, QTY 1, Unit of Issue: LOT

OPTION II CLIN 2001: Interview COI for up to 25 personnel, QTY 1, Unit of Issue: LOT

OPTION III CLIN 3001: Interview COI for up to 25 personnel, QTY 1, Unit of Issue: LOT

OPTION IV CLIN 4001: Interview COI for up to 25 personnel, QTY 1, Unit of Issue: LOT

OPTION V CLIN 5001: Interview COI for up to 25 personnel, QTY 1, Unit of Issue: LOT

Period of Performance:

CLIN 0001: May 2015
CLIN 1001: TBD
CLIN 2001: TBD
CLIN 3001: TBD
CLIN 4001: TBD
CLIN 5001: TBD

Location: 472 Polaris St
Building 586
Virginia Beach, VA 23461

CLAUSES INCORPORATED BY REFERENCE

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.hill.af.mil

FAR 52.202-1
Definitions
Nov 2013
FAR 52.203-3 Gratuities Apr 1984
FAR 52.203-6 ALT I Restrictions on Subcontractor Sales to the Government Sep 2006
FAR 52.204-7 System for Award Management Jul 2013
FAR 52.204-13 System for Award Management Maintenance Jul 2013
FAR 52.204-16 Commercial Government Entity Code Reporting Nov 2014
FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Aug 2013
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008
FAR 52.212-1 Instructions to Offerors – Commercial Items Apr 2014
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Dec 2014
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Dec 2014
FAR 52.212-5 DEV
Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Jul 2014
FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011
FAR 52.219-8 Utilization of Small Business Concerns Oct 2014
FAR 52.222-3 Convict Labor Jun 2003
FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999
FAR 52.222-26 Equal Opportunity Mar 2007
FAR 52.222-35 Equal Opportunity For Veterans Jul 2014
FAR 52.222-36 Affirmative Action For Workers With Disabilities Jul 2014
FAR 52.222-37 Employment Reports On Veterans Jul 2014
FAR 52.222-41
FAR 52.222-50
FAR 52.223-6 Service Contract Act of 1965, as amended
Combating Trafficking in Persons
Drug-Free Workplace Nov-07
Feb 2009
May 2001
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011
FAR 52.228-5 Insurance — Work on Government Installation Jan 1997
FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Jul 2013
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) May 2014
FAR 52.233-2
FAR 52.233-3 Service of Protest
Protest After Award Sept 2006
Aug 1996
FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004
`FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984
FAR 52-242-13 Bankruptcy Jul 1995
FAR 52.243-1 Alt I Changes-Fixed Price Alt I (Apr 1984) Aug 1987
FAR 52.246-25 Limitation of Liability – Services Feb 1997
FAR 52.247-29 F.o.b. Origin Feb 2006
FAR 52.247-34 F.o.b. Destination Nov 1991
FAR 52.249-8 Default (Fixed Price Supply & Services) Apr 1984
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011
DFARS 252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense-Contract-Related Felonies Dec 2008
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep 2013
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov 2011
DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992
DFARS 252.204-7004 Alt A System for Award Management (52.204-7) Alternate A Feb 2014
DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information Nov 2013
DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan 2009
DFARS 252.209-7004 Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Terrorist Country Dec 2006
DFARS 252.223-7004
DFARS 252.225-7000 Drug-Free Work Force
Buy American Act-Balance of Payments Program Certificate Sep 1998
Nov 2014
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Dec 2012
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Dec 2012
DFARS 252.225-7012 Preference For Certain Domestic Commodities Feb 2013
DFARS 252.232-7010 Levies on Contract Payments Dec 2006
DFARS 252.243-7002 Requests for Equitable Adjustments Dec 2012
DFARS 252.247-7023 Transportation of Supplies by Sea Basic Apr 2014
SOFARS 5652.204-9004 Foreign Persons 2006
SOFARS 5652.237-9000 Contractor Personnel Changes 1998
SOFARS 5652.252-9000 Notice of Incorporation 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.hill.af.mil

52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)

The source selection process to be used for this acquisition is the lowest price technically acceptable (LPTA) process. The Government will award a contract resulting from this solicitation to the responsible contractor whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance, and Price.

Factor 1: Technical – The Offeror shall describe its approach to accomplishing the requirements of the Statement of Work. The Government shall evaluate the offeror’s ability to meet the requirement and conform to the specifications in the solicitation based on vendors technical competence and understanding of the requirements in the Statement of Work.

Technical Acceptable/Unacceptable Ratings
Acceptable Proposal clearly meets the minimum requirements of the solicitation.

Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation.

Any offeror’s technical submission graded unacceptable will not receive further consideration for award.

Factor 2: Past Performance: Past performance submissions shall be evaluated for Relevancy. Relevant contracts are similar to the scope and magnitude of the PWS. All past performance submissions that are considered relevant shall be evaluated for quality. Offers shall provide the name, title and phone number of principal for no less than three prior or current contracts/agreements for similar scoped projects performed during the previous three years. Furnish the following information for each contract listed:
(i) Company/Division name
(ii) Product/Service
(iii) Contracting Agency/Customer
(iv) Contract Number
(v) Contract Dollar Value
(vi) Period of Performance
(vii) Verified, up-to-date name, address, fax and telephone number of the contracting officer
(viii) Comments regarding compliance with contract terms and conditions
(ix) Comments regarding any known performance deemed unacceptable to the customer

Past Performance Evaluation Ratings

Acceptable Based on the offeror’s performance record, the
Government has a reasonable expectation that
the offeror will successfully perform the
required effort, or the offeror’s performance
record is unknown.
Unacceptable Based on the offeror’s performance record, the
Government has no reasonable expectation that
the offeror will be able to successfully perform

Offerors are cautioned that in conducting the past performance assessment, the Government may use data provided in the offeror’s proposal and data obtained from other sources. Since the Government may not necessarily interview all of the sources provided by the offerors, it is incumbent upon the offerors to explain the relevance of the data provided. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proving low performance risks rests with the offerors.

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

Factor 3: Price: The Government will evaluate the offeror’s cost/price quote in order to assess the realism of the proposed cost/price, determine the probable cost to the Government, and to assist in determining the offeror’s understanding of the technical requirements.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
AWARD WILL BE MADE TO THE OFFEROR WITH A TECHNICALLY ACCEPTABLE PROPOSAL WITH THE LOWEST EVALUATED PRICE.
FAR 52.217-9 Option to Extend the Term of the Contract Mar 2000
(a) The Government may extend the term of this contract by written notice to the Contractor within 1 day; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 1 day before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises the options, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 1 year.
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer Jan 2005

The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Ana Downes, telephone (757) 862-9465 or Christine Anderson at (757)862-9469, address 472 Polaris Street, Bldg 586, Virginia Beach, Virginia 23461-2299.

SOFARS 5652.204-9003 Disclosure of Unclassified Information 2007

(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.

(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.

(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.

(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, 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.

SOFARS 5652.215-9016 Technical and Contractual Questions Concerning
This Solicitation (JAN 2000)

All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact:
Bryan Makuch – Contract Specialist
bryan.makuch@vb.socom.mil
PH – 757-862-9477
472 Polaris Street, Bldg 586. Virginia Beach, VA 23461-2299

SOFARS 5652.232-9003 Paying Office Instructions (2005)

(a) The Primary Contracting Office Point of Contact is: Bryan Makuch, Contracting Specialist, 472 Polaris Street, Bldg 586. Virginia Beach, VA 23461-2299, bryan.makuch@vb.socom.mil, 757-862-9477.
(b) The Administrative Contracting Office Point of Contact is: : Bryan Makuch, Contracting Specialist, 472 Polaris Street, Bldg 586. Virginia Beach, VA 23461-2299, bryan.makuch@vb.socom.mil, 757-862-9477.
(c) The Contracting Officer’s Representative is: Bryan Makuch, Contracting Specialist, NSWDG, 472 Polaris Street, Bldg 586. Virginia Beach, VA 23461-2299, bryan.makuch@vb.socom.mil, 757-862-9477.
(d) Invoice(s) should be forwarded directly to the following designated billing office: Located in block 9 of the SF1449.
(e) Payment will be made by the office designated in Block 12 on Standard Form 26, Block 25 on Standard Form 33, or Block 15 on DD form 1155, Block 18a on Standard Form 1449 or otherwise designated paying office.
(f) Payment to the contractor shall be mailed to the following address to be determined before contract award.
(g) Special Payment Instructions: None.

SOFARS 5652.233-9000 Independent Review of Agency Protests (2005)

All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision may be made to the Chief of Contracting. Submit request in accordance with FAR 33.104(d) (4) to: Naval Special Warfare Development Group, Chief of Contracting, (N01K), 472 Polaris Street, Bldg 586, Virginia Beach, VA 23461-2299, bryan.makuch@vb.socom.mil, 757-862-9477., Fax (757) 862-9478.

All questions concerning this procurement, either technical or contractual must be submitted to bryan.makuch@vb.socom.mil. The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation.

Offerors must scrutinize this solicitation and ensure their 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.

Point of contact for this procurement is Bryan Makuch at phone number: (757-862-9477) or email at bryan.makuch@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Bryan Makuch by email at bryan.makuch@vb.socom.mil or fax at (757) 862-9478 no later than 12:00 p.m. Eastern Standard Time (EST) on 15 APRIL 2015.

Set-Aside: Total Small Business Place of Performance: 472 Polaris St, Bldg 586 Virginia Beach, VA 23461 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-15-T-0181/listing.html

OutreachSystems Article Number: 150404/PROCURE/0098 Matching Key Words: film?; produc*; you; website; business*; event?; instruct*; commercial?;

600px-US-DeptOfAgriculture-Seal2.svgDepartment of Agriculture, Forest Service, R-8 Northern Acquisition Zone – Daniel Boone NF, 1700 Bypass Road Winchester KY 40391

99 — Toilet Pumping at various recreation sites on the Stearns Ranger District in Kentucky AG-531A-S-15-0006 042215 Sharon R Martin, Contract Specialist, Phone 859-745-3131, Fax 859-745-4710, Email smartin03@fs.fed.us – Leslie C. Hughes, Contract Specialist, Phone 859-745-3128, Fax 859-745-4710, Email lesliechughes@fs.fed.us This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Offers are being requested and a separate solicitation will not be issued. This solicitation, identified as AG-531A-S-15-0006, is issued as a Request for Quotation (RFQ) and is attached, using the Simplified Acquisition Procedures.
SET-ASIDE: This solicitation is a Total Small-Business Set-Aside. The NAICS code is 562991 and the applicable small business size standard is $7.5 Million.

DESCRIPTION OF REQUIREMENT: Toilet Pumping at recreation sites on the Stearns Ranger District in McCreary and Pulaski Counties, Kentucky.

GOVERNMENT ESTIMATE: Between $25,000 and $100,000 (Base Period + 4 Option Years).

SUBMIT OFFERS: Complete and return the information shown under Instructions to Offerors on Page 9. Offers must be received by 4:30 PM EST on April 22, 2015. You can submit your offer by regular or express mail to: USDA, Forest Service, Daniel Boone National Forest, Attn: Procurement, 1700 Bypass Road, Winchester, KY 40391 or fax your offer to 859-745-4710.

Offers will be evaluated based on Experience, Past Performance and Price and compliance with solicitation requirements. Any award resulting from this solicitation will be a firm, fixed price contract.

SPECIAL NOTE: Successful contractor must be registered in the System for Award Management (https://www.acquisition.gov) or (https://www.sam.gov) prior to award of a contract. Offerors must submit a DUNS number with their offer.

Contact Laurie Smith at (606) 376-5323, Extension 102 for technical questions or contact Sharon Martin at (859) 745-3131 or Leslie Hughes at (859) 745-3128 if you have questions regarding this solicitation.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquistion Circular 2005-80. The clauses and provisions referenced in this solicitation may be obtained in full text form at https://www.acquisition.gov/far.

The following provisions and clauses apply to this commercial item acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items.

Set-Aside: Total Small Business Place of Performance: Stearns Ranger District 3320 Hwy 27 N Whitley City, KY 42653 US URL: https://www.fbo.gov/notices/2e6d58883742bfea10619ac4baf9a1cd

OutreachSystems Article Number: 150404/PROCURE/0349 Matching Key Words: age:state!ky; state!ky;

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

R–Support Services for the Joint Personnel Effects Depot (JPED) and Mortuary at
Dover Air Force Base, DE. W9124D-14-R-0041 043015 Samuel Kuntz, 502-624-3116 MICC Center – Fort Knox Presolicitation Synopsis Notice

The Mission and Installation Contracting Command (MICC) – Fort Knox intends to issue a Request For Proposals (RFP) for a service contract providing support services for the Joint Personnel Effects Depot (JPED) and Mortuary on Dover Air Force Base (AFB), DE. These services include, but are not limited to, receiving, inventorying, processing, cleaning, storing, and preparing personal effects for shipment to the next of kin; creating files for deceased service members; and photographing each piece of personal effects. JPED’s mission is to receive, safeguard, inventory,Department of the Army store, process and make final disposition of personal effects of all deceased personnel resulting from overseas contingency operations in accordance with Department of Defense (DoD) Joint Chiefs Of Staff, Joint Publication 4-06, titled quote mark Mortuary Affairs quote mark , dated 12 October 2011. Period of performance is 01 June 2015 through 31 May 2016 with a phase-in period of 01 through 31 May 2015, and includes the possibility of two option periods.

The action will be solicited unrestricted. All responsible and responsive businesses may submit an offer for consideration. A Firm Fixed Price (FFP) Requirements Type Contract (RTC) service contract will be awarded. NAICS 561990 (Size Standard: $11M) applies to this procurement. The RFP will be posted to Federal Business Opportunities website at http://www.fbo.gov on or about 08 April 2015. All amendments to the solicitation will be likewise posted on this website. Contractors are cautioned to check the website periodically for amendments. Solicitation mailing list will not be compiled and the RFP and amendments will not be sent out in paper copy. All documentation shall be downloaded from the website above. All contractors shall be registered in the System for Award Management (SAM) at http://www.sam.gov to be eligible for award of a contract.

Faxed offers or amendments will not be accepted.

All offers shall be submitted in writing to Mr. Samuel Kuntz via email at samuel.f.kuntz2.civ@mail.mil.

All questions MUST be submitted, no later than 14 April 2015 at 2:00 PM EST, in writing, to Mr. Samuel Kuntz via email at samuel.f.kuntz2.civ@mail.mil.
Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/0398d34cfc41de1ce786db9a5c288fea

OutreachSystems Article Number: 150404/PROCURE/0458 Matching Key Words: age:state!ky; state!ky;

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

R — SENIOR WRITER/RESEARCHER (HIGHLIGHTS) BBG39-Q-15-PERSIAN-035 041715 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com Title:  Senior Writer/Researcher (Highlights)

(i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

(ii) Solicitation No. BBG39-Q-15-PERSIAN-035 is issued as a Request For Quotation (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076.

(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7M.

(v) The contractor shall provide a Firm Fixed Price Quotation for hourly rate based on a minimum of 8 hours and a maximum of 40 hours per month. The contractor shall provide a Firm Fixed Price quotation reflecting a hourly rate for a base period of six (6) months from April 22, 2015 through October 22, 2015 and, one (1) option periods of six (6) months from October 22, 2015 through April 21, 2015.   Multiple Awards may be considered for this requirement at the discretion of the Government.

(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. and anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Multimedia services for Senior Writer/Researcher (Highlights) as described in the attached Statement of Work (SOW) for VOA Persian Division (VOA/LNN) in Washington, DC.

(vii) The period of performance is anticipated to start April 22, 2014 through October 22, 2014. The Contractor shall submit a monthly invoice for services delivered the preceding month per item (vi) above.

(viii) The Federal Acquisition Regulation (FAR) provision quotation, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a proposal identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.

Offeror qualifications shall include but not be limited to:
1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).

2. Past Performance. See attachment B ( Past Performance Reference).

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

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

1) Technical – Must be able to speak and write in Farsi and English.

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

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

3) A separate Price Proposal showing a breakdown of the price by hourly. (See Attachment C – Price Proposal).

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

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

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquistion by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332)

(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.

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

(xv) Questions must be submitted in writing and only via email to Cheryl Nixon at Persian_Solicitations@voanews.com . Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on April 7, 2015. Responses will be posted to FedbizOps by COB April 9, 2015.
Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral proposals will not be accepted.

TECHNICAL QUOTATION, PAST PERFORMANCE REFERENCES AND PRICE QUOTATION MUST BE SUBMITTED ELECTRONICALLY TO:  Persian_Solicitations@voanews .com BEFORE THE CLOSING DEADLINE BELOW. Quotations are due to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1450, 330 Independence Ave., SW, Washington, DC 20237 before 11:59 p.m. Eastern Daylight Time on April 17, 2015.

(xvi) Contact: Cheryl Nixon, Contracting Officer, email: CFAUNTLE@VOANEWS.COM. All responsible sources may submit an offer that will be considered by the Agency.

Set-Aside: Total Small Business Place of Performance: 330 Independence Ave, SW, Washington, DC or Designated area within the United States Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-035/listing.html

OutreachSystems Article Number: 150403/PROCURE/0097 Matching Key Words: naics!711510;

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

R — SENIOR PROGRAMMING RESEARCHER FOR VOA PERSIAN SERVICE BBG39-Q-15-PERSIAN-036 041715 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com
TITLE:  Senior Programming Researcher

(i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

(ii) Solicitation No. BBG39-Q-15-PERSIAN-036 is issued as a Request For Quotation (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076.

(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7M.

(v) The contractor shall provide a Firm Fixed Price Quotation for hourly basis. The contractor shall provide a Firm Fixed Price quotation reflecting a hourly rate for a base period of six (6) monthsBroadcasting Board of Governors from April 22, 2015 through October 22, 2015 and, one (1) option period of six (6) months from October 23, 2015 through April 21, 2016. Multiple awards may be considered for this requirement at the discretion of the Government.

(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. and anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Multimedia services for Senior Programming Researcher (Booker)  as described in the attached Statement of Work (SOW) for VOA Persian Division (VOA/LNN) in Washington, DC.

(vii) The period of performance is anticipated to start April 22, 2015 through
October 22, 2015. The Contractor shall submit a monthly invoice for services delivered the preceding month per item (vi) above.

(viii) The Federal Acquisition Regulation (FAR) provision quotation, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a proposal identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.

Offeror qualifications shall include but not be limited to:
1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).

2. Past Performance. See attachment B ( Past Performance Reference).

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

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

1) Technical – Must be able to speak and write in Farsi and English. Must be knowledgeable of the key news makers in areas of interest in the target audience.  Shall have in-depth knowledge of research techniques and analysis for television and radio programming; shall have professional knowledge of broadcast journalism and commercial broadcast new productoin techniques.

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

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

3) A separate Price Proposal showing a breakdown of the price by hourly. (See Attachment C – Price Proposal).

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

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

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquistion by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332)

(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.

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

(xv) Questions must be submitted in writing and only via email to Cheryl Nixon at Persian_Solicitations@voanews.com . Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on April 7, 2015. Responses will be posted to FedbizOps by COB April 9, 2015.
Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral proposals will not be accepted.

TECHNICAL QUOTATION, PAST PERFORMANCE REFERENCE AND PRICE QUOTATION MUST BE SUBMITTED ELECTRONICALLY TO Persian_Solicitations@voanews.com BEFORE THE CLOSING DEADLINE BELOW. Quotations are due to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1650, 330 Independence Ave., SW, Washington, DC 20237 before 11:59 p.m. Eastern Daylight Time on April 17, 2015.

(xvi) Contact: Cheryl Nixon, Contracting Officer, email: CFAUNTLE@VOANEWS.COM. All responsible sources may submit an offer that will be considered by the Agency.

Set-Aside: Total Small Business Place of Performance: Broadcasting Board of Governors/IBB/VOA Persian Service 330 Independence Ave, SW Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-036/listing.html

OutreachSystems Article Number: 150403/PROCURE/0098 Matching Key Words: naics!711510;

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

R — SENIOR WRITER/RESEARCHER (HIGHLIGHTS) BBG39-Q-15-PERSIAN-035 041715 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com Title:  Senior Writer/Researcher (Highlights)

(i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

(ii) Solicitation No. BBG39-Q-15-PERSIAN-035 is issued as a Request For Quotation (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076.

(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7M.

(v) The contractor shall provide a Firm Fixed Price Quotation for hourly rate based on a minimum of 8 hours and a maximum of 40 hours per month. The contractor shall provide a Firm Fixed Price quotation reflecting a hourly rate for a base period of six (6) months from April 22, 2015 through October 22, 2015 and, one (1) option periods of six (6) months from October 22, 2015 through April 21, 2015.   Multiple Awards may be considered for this requirement at the discretion of the Government.

(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. and anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Multimedia services for Senior Writer/Researcher (Highlights) as described in the attached Statement of Work (SOW) for VOA Persian Division (VOA/LNN) in Washington, DC.

(vii) The period of performance is anticipated to start April 22, 2014 through October 22, 2014. The Contractor shall submit a monthly invoice for services delivered the preceding month per item (vi) above.

(viii) The Federal Acquisition Regulation (FAR) provision quotation, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a proposal identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.

Offeror qualifications shall include but not be limited to:
1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).

2. Past Performance. See attachment B ( Past Performance Reference).

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

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

1) Technical – Must be able to speak and write in Farsi and English.

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

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

3) A separate Price Proposal showing a breakdown of the price by hourly. (See Attachment C – Price Proposal).

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

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

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquistion by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332)

(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.

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

(xv) Questions must be submitted in writing and only via email to Cheryl Nixon at Persian_Solicitations@voanews.com . Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on April 7, 2015. Responses will be posted to FedbizOps by COB April 9, 2015.
Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral proposals will not be accepted.

TECHNICAL QUOTATION, PAST PERFORMANCE REFERENCES AND PRICE QUOTATION MUST BE SUBMITTED ELECTRONICALLY TO:  Persian_Solicitations@voanews .com BEFORE THE CLOSING DEADLINE BELOW. Quotations are due to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1450, 330 Independence Ave., SW, Washington, DC 20237 before 11:59 p.m. Eastern Daylight Time on April 17, 2015.

(xvi) Contact: Cheryl Nixon, Contracting Officer, email: CFAUNTLE@VOANEWS.COM. All responsible sources may submit an offer that will be considered by the Agency.

Set-Aside: Total Small Business Place of Performance: 330 Independence Ave, SW, Washington, DC or Designated area within the United States Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-035/listing.html

OutreachSystems Article Number: 150403/PROCURE/0097 Matching Key Words: naics!711510;

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

R — SENIOR PROGRAMMING RESEARCHER FOR VOA PERSIAN SERVICE BBG39-Q-15-PERSIAN-036 041715 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com
TITLE:  Senior Programming Researcher

(i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTEDBroadcasting Board of Governors WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

(ii) Solicitation No. BBG39-Q-15-PERSIAN-036 is issued as a Request For Quotation (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076.

(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7M.

(v) The contractor shall provide a Firm Fixed Price Quotation for hourly basis. The contractor shall provide a Firm Fixed Price quotation reflecting a hourly rate for a base period of six (6) months from April 22, 2015 through October 22, 2015 and, one (1) option period of six (6) months from October 23, 2015 through April 21, 2016. Multiple awards may be considered for this requirement at the discretion of the Government.

(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. and anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Multimedia services for Senior Programming Researcher (Booker)  as described in the attached Statement of Work (SOW) for VOA Persian Division (VOA/LNN) in Washington, DC.

(vii) The period of performance is anticipated to start April 22, 2015 through
October 22, 2015. The Contractor shall submit a monthly invoice for services delivered the preceding month per item (vi) above.

(viii) The Federal Acquisition Regulation (FAR) provision quotation, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a proposal identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.

Offeror qualifications shall include but not be limited to:
1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).

2. Past Performance. See attachment B ( Past Performance Reference).

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

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

1) Technical – Must be able to speak and write in Farsi and English. Must be knowledgeable of the key news makers in areas of interest in the target audience.  Shall have in-depth knowledge of research techniques and analysis for television and radio programming; shall have professional knowledge of broadcast journalism and commercial broadcast new productoin techniques.

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

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

3) A separate Price Proposal showing a breakdown of the price by hourly. (See Attachment C – Price Proposal).

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

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

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquistion by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332)

(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.

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

(xv) Questions must be submitted in writing and only via email to Cheryl Nixon at Persian_Solicitations@voanews.com . Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on April 7, 2015. Responses will be posted to FedbizOps by COB April 9, 2015.
Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral proposals will not be accepted.

TECHNICAL QUOTATION, PAST PERFORMANCE REFERENCE AND PRICE QUOTATION MUST BE SUBMITTED ELECTRONICALLY TO Persian_Solicitations@voanews.com BEFORE THE CLOSING DEADLINE BELOW. Quotations are due to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1650, 330 Independence Ave., SW, Washington, DC 20237 before 11:59 p.m. Eastern Daylight Time on April 17, 2015.

(xvi) Contact: Cheryl Nixon, Contracting Officer, email: CFAUNTLE@VOANEWS.COM. All responsible sources may submit an offer that will be considered by the Agency.

Set-Aside: Total Small Business Place of Performance: Broadcasting Board of Governors/IBB/VOA Persian Service 330 Independence Ave, SW Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-036/listing.html

OutreachSystems Article Number: 150403/PROCURE/0098 Matching Key Words: naics!711510;

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

R — WRITER/RESEARCHER/REPORTER/PRODUCER – PARIS FRANCE – VOA PERSIAN SERVICE BBG39-Q-15-PERSIAN-037 041715 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: WRITER/RESEARCHER/REPORTER/PRODUCER IN PARIS, FRANCE – VOA PERSIAN DIVISION

COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Solicitation No. BBG39-Q-15-PERSIAN-037 is issued as a Request For Quotation (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076.

(iv) The contractor shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The contractor shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months from April 27, 2015 through October 27, 2015, one (1) option period of six (6) months from October 28, 2015 through April 26, 2016. Multiple awards may be considered for this requirement at the discretion of the Agency.

(v) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Multimedia services (Writer/Researcher/Reporter/Producer) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in Paris, France. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

(vi) The period of performance is anticipated to start April 27, 2015 through
October 27, 2015 with options to extend services one year from date of award.

(vii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.

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

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

2. Past Performance. See attachment B (Past Performance Reference).

3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal.
In addition, the offeror must agree to undergo a security background check. If the contractor fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.

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

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

2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed.
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, and

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

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

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

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

(xi) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)

(xii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.
52.252-1 -Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far).

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

(xiv) Questions must be submitted in writing and only via email to Cheryl Nixon at Persian_Solicitations@voanews.com . Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on April 7, 2015. Responses to questions will be posted to FedbizOps by COB April 9, 2015.

Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral quotations will not be accepted.

TECHNICAL QUOTATION, PAST PERFORMANCE REFERENCES AND PRICE QUOTATIONS,  MUST BE SUBMITTED ELECTRONICALLY TO Persian_Solicitatioins@voanews.com BEFORE THE CLOSING DEADLINE BELOW to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1650, 330 Independence Ave., SW, Washington, DC 20237. CLOSING DEADLINE is before 12:00 p.m. Eastern Daylight Time on April 17, 2015.

(xv) Contact: Cheryl Nixon, Contracting Officer, email:CFAUNTLE@VOANEWS.COM. All responsible sources may submit an offer that will be considered by the Agency.

Place of Performance: Paris, France and surrounding locations FR URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-037/listing.html

OutreachSystems Article Number: 150403/PROCURE/0099 Matching Key Words: naics!711510;

Department of Labor, Office of the Assistant Secretary for Administration and Management , Office of Procurement Services, 200 Constitution Avenue, NW S-4307 Washington DC 20210-0001

R — Audiovisual Production and Support Services DOL-OPS-15-R-00015 043015 Jeanette L.B. Quitoriano, Contract Specialist, Phone 2026934570, Fax 202-693-4579, Email quitoriano.jeanette@dol.gov The United States Department of Labor, in support of the Office of Puiblic Affairs, Division of Audiovisual Communication Services (DAVCS) has a requirement600px-US-DeptOfLabor-Seal.svg for the procurement of audiovisual production and support services.

This procurement is set-aside to Small Businesses.

Questions to this RFP shall be submitted in writing to the Contract Specialist, Jeanette L.B. Quitoriano via e-mail at quitoriano.jeanette@dol.gov by 3:00PM on April 13, 2015 (ET) with the subject line “QUESTIONS TO RFP DOL-OPS-15-R-00015″.

The RFP close date is Thursday, 30 April 2015 at 11:00AM (ET).
Set-Aside: Total Small Business Place of Performance: U.S. Department of Labor 200 Constitution Ave., NW Washington, DC 20210 US URL: https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL-OPS-15-R-00015/listing.html

OutreachSystems Article Number: 150403/PROCURE/0107 Matching Key Words: audiovisual; produc*; serv*; naics!512110;

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

R–Resource Management Office, Financial Support Service at Fort Benning, GA W911SF15R0011 041615 katie.washington1, 706-545-2219 MICC – Fort Benning THIS IS A SOURCES SOUGHT ANNOUCEMENTFOR MARKET RESEARCH ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME The Mission and Installation contracting Command- Fort Benning, Georgia, is conducting market research, to determine industry interest and capability of providing support services to the Garrison Resource Management Officer (RMO) at Fort Benning, Georgia. This is a special notice for planning and informational purposes only and SHALL NOT be considered as a request for proposals (RFP). A response to this request will not be considered a proposal and cannot be accepted by the Government to form a binding contract. This is not a guarantee of a future RFP or an award. This document should not be construed as a commitment of any kind by the U.S. Government. Any information received in response to this document will be treated as information only. The results of the market research will be used to determine the best overall acquisition strategy. The Mission and Installation Contracting Command, (MICC-Fort Benning), Fort Benning, GA is seeking interested sources capable of providing support services to facilitate the financial operations associated with the Garrison Resource Management Officer (RMO) at Fort Benning, Georgia at the Maneuver Center of Excellence (MCoE), Fort Benning, GA 31905, located 100 miles south of Atlanta and is adjacent to Columbus, Georgia, and Phenix City, Alabama. The support services would include but are not limited to Station Actions, Training Resources Arbitration Panel (TRAP) Actions, Supplemental Funding/Contingency Funding, post BRAC alignment issues, and McClellan residual workforce management.
Interested firms and Small businesses, in all socioeconomic categories (including, 8(a) Business development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, etc) are highly encouraged to identify capabilities in meeting the requirements at fail market prices. Provide suggestions on how the requirement could be structured to facilitate competition by and among small business concerns. Describe any conditions, if any, which may limit small businesses from participation.
Description of the Requirement to Include:
1. The contractor shall furnish all labor, supervision, facilities, tools, materials, equipment; scope of work to be accomplished budgetary, costing, and financial systems assistance in support of the Garrison financial operations. Status reports, financial projections, cost estimates, expenditure tracking, and financial systems. In addition to financial and analytical competency, the contractor should have a basic understanding of Army budgeting concepts, methods and be proficient in preparing complex spreadsheets and PowerPoint presentations. Contractor must be able to input and extract data from the financial system such as GFEBS, EDA, IOL, STANFINS, ATAAPS, DTS, WAWF, etc. These tasks must be performed onsite in the Resource Management Office (RMO). These task must be performed onsite in the Resource management Office (RMO) possible in separate locations within the building. The contractor may perform some or all of the tasks depending upon their assignment. The contractor must communicate effectively utilizing digital technology such as computers and local area networks.
2. The estimated period of performance for this requirement is a total duration of 5 (five) years; a base period of 1 year in duration and 4 (four) one year option periods. The projected award date for the contract is 1 September 2015. Potential sources either alone or with appropriate teaming partners must have demonstrated expertise, precision accuracy capability in all of the task areas in the attached DRAFT Performance Work Statement (PWS).
3. NAICS code for this requirement is 561499, All other Support Services; with a size standard of $15 million. The product service code is R710.
As part of the capability package, firms must include the following:
Interested firms responding to this synopsis who believe they possess the expertise and experience shall submit a written technical capabilities statement. Interested contractors should also address whether they can fulfill the requirements via GSA schedules. Be specific with RELEVANT contracts of same or similar in nature of work, size, and complexity. Describe your recent and relevant contracts performed within the past three years for the same or similar services. Contracts may include those with Federal, State and local Government as well as private companies. Each reference must include the contract dollar value; the contract period of performance; and a brief description of the contract requirements.
(1) Statement demonstrating knowledge and ability to perform services as specified. Capability statement must be sufficient to demonstrate performance directly related to the performance of the requirement.
(2) DUNS number, Cage code, Business Size, socioeconomic status, annual revenue history and address.
(3) Contact information, name, title, telephone number, and e-mail address of designated corporate point of contact.
(4) Statement regarding capability to obtain the required industrial security clearances for personnel.
SECURITY: Access and General Protection/Security Policy and Procedures. This requirement is for Contractor employees with an area of performance within an Army-controlled installation, facility, or area. The Contractor and all associated Subcontractor employees shall comply with applicable installation, facility, and area commander installation and facility access and local security policies and procedures (provided by the Government representative). The Contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by the installation Provost Marshal Office, Director of Emergency Services, or Security Office. The Contractor workforce must comply with all personal identity verification requirements as directed by DoD, HQDA, and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in Contractor security matters or processes.
(5) Budget Formulation: Formulate budgetary requirements identifying trends and shortfalls using current and historical information. Obtain information using various financial systems and person-to person contact.
(6) Reports: Prepare monthly, quarterly, bi-weekly and ad-hoc reports articulating funds usage, projections, and available balances.
(7) Company’s ability to begin performance upon contract award.
(8) Computer Spreadsheets: Prepare complex spreadsheets using Microsoft Excel to consolidate financial information.
(9) Computer Presentations: Prepare charts using Microsoft PowerPoint to summarize financial information for Director and Command level briefings.
(10) Un-liquidated Obligations: Review, investigate, and provide solutions to un-disbursed obligations. Obtain necessary data from financial systems, contracting offices, and other relevant points of contact.
(11) Reimbursable Program: Prepare billing and invoices for reimbursable functions. Establish reimbursable accounts and prepare financial adjustments (cost adjustments) in Fort Benning’s accounting system. (Note – The Contractor shall only prepare this documentation; certification of this contractor prepared documentation shall and can be certified solely by a proper Government funding official.).
(11) Personnel and Manpower: Review and identify the proper accounts associated with particular employees. Compare activity rosters, personnel actions, and other system data to determine if employees are charged to the correct account. Obtain and track employee actions from the personnel system obtaining necessary funding approvals from government funding officials.
(12) Document Preparation: Prepare internal correspondence via e-mails, memorandums, and letters as required to articulate financial requirements.
NOTE: All interested parties must be currently registered in the System for Award Management (SAMS).
Interested firms are encouraged to review the information requested above carefully and ensure a complete response for thorough consideration. The Government WILL NOT review general capability statement, please ensure submissions are tailored to this requirement(s) of the above request. The Government will not return any information submitted in response to this synopsis.
Please submit responses to the ATTN: W911SF-15-R-0011, RMO Support Services, via email at usarmy.benning.hqda-aca.mbx.doc-offer@mail.mil by 2.00 p. m. Eastern Standard Time (EST) on 16 April 2015. Please limit your responses to no more than seven pages, using Times New Roman 11 pt font or equivalent.
Further information and documents pertinent to this planned procurement will be posted to a ASFI website as they become available, interested parties are encouraged to visit this link regularly.
Place of Performance: MICC – Fort Benning Directorate of Contracting, Building 6, Meloy Hall, Room 207 Fort Benning GA 31905-5000 US URL: https://www.fbo.gov/notices/dcf3b78f2ffd23648cc2a3c2fa464e66

OutreachSystems Article Number: 150403/PROCURE/0808 Matching Key Words: writ*; technical; standard;

Department of the Interior, National Park Service, NPS – All Offices, NPS, HFC – Acquisition Management
67 Mather Place IDC Building Harpers Ferry WV 25425 US

T-Audiovisual System for Minute Man NHP P15PS00569 041615 BENDER, SHELIA D Plan, design, install and service an audiovisual system at Minute Man National Historical Park, Road600px-US-DeptOfTheInterior-Seal.svg to Revolution Theater
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOI/NPS/APC-IS/P15PS00569/listing.html

OutreachSystems Article Number: 150403/PROCURE/0938 Matching Key Words: audiovisual; serv*; naics!512110;

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

R — WRITER/RESEARCHER/REPORTER/PRODUCER – PARIS FRANCE – VOA PERSIAN SERVICE BBG39-Q-15-PERSIAN-037 041715 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: WRITER/RESEARCHER/REPORTER/PRODUCER IN PARIS, FRANCE – VOA PERSIAN DIVISION

COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Solicitation No. BBG39-Q-15-PERSIAN-037 is issued as a Request For Quotation (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076.

(iv) The contractor shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The contractor shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months from April 27, 2015 through October 27, 2015, one (1) option period of six (6) months from October 28, 2015 through April 26, 2016. Multiple awards may be considered for this requirement at the discretion of the Agency.

(v) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Multimedia services (Writer/Researcher/Reporter/Producer) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in Paris, France. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

(vi) The period of performance is anticipated to start April 27, 2015 through
October 27, 2015 with options to extend services one year from date of award.

(vii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.

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

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

2. Past Performance. See attachment B (Past Performance Reference).

3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal.
In addition, the offeror must agree to undergo a security background check. If the contractor fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.

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

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

2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed.
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, and

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

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

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

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

(xi) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)

(xii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.
52.252-1 -Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far).

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

(xiv) Questions must be submitted in writing and only via email to Cheryl Nixon at Persian_Solicitations@voanews.com . Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on April 7, 2015. Responses to questions will be posted to FedbizOps by COB April 9, 2015.

Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral quotations will not be accepted.

TECHNICAL QUOTATION, PAST PERFORMANCE REFERENCES AND PRICE QUOTATIONS,  MUST BE SUBMITTED ELECTRONICALLY TO Persian_Solicitatioins@voanews.com BEFORE THE CLOSING DEADLINE BELOW to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1650, 330 Independence Ave., SW, Washington, DC 20237. CLOSING DEADLINE is before 12:00 p.m. Eastern Daylight Time on April 17, 2015.

(xv) Contact: Cheryl Nixon, Contracting Officer, email:CFAUNTLE@VOANEWS.COM. All responsible sources may submit an offer that will be considered by the Agency.

Place of Performance: Paris, France and surrounding locations FR URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-037/listing.html

OutreachSystems Article Number: 150403/PROCURE/0099 Matching Key Words: naics!711510;

Department of Labor, Office of the Assistant Secretary for Administration and Management , Office of Procurement Services, 200 Constitution Avenue, NW S-4307 Washington DC 20210-0001

R Audiovisual Production and Support Services DOL-OPS-15-R-00015 043015 Jeanette L.B. Quitoriano, Contract Specialist, Phone 2026934570, Fax 202-693-4579, Email quitoriano.jeanette@dol.gov The United States Department of Labor, in support of the Office of Puiblic Affairs, Division of Audiovisual Communication Services (DAVCS) has a requirement600px-US-DeptOfLabor-Seal.svg for the procurement of audiovisual production and support services.

This procurement is set-aside to Small Businesses.

Questions to this RFP shall be submitted in writing to the Contract Specialist, Jeanette L.B. Quitoriano via e-mail at quitoriano.jeanette@dol.gov by 3:00PM on April 13, 2015 (ET) with the subject line “QUESTIONS TO RFP DOL-OPS-15-R-00015″.

The RFP close date is Thursday, 30 April 2015 at 11:00AM (ET).
Set-Aside: Total Small Business Place of Performance: U.S. Department of Labor 200 Constitution Ave., NW Washington, DC 20210 US URL: https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL-OPS-15-R-00015/listing.html

OutreachSystems Article Number: 150403/PROCURE/0107 Matching Key Words: audiovisual; produc*; serv*; naics!512110;

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

R–Resource Management Office, Financial Support Service at Fort Benning, GA W911SF15R0011 041615 katie.washington1, 706-545-2219 MICC – Fort Benning THIS IS A SOURCES SOUGHT ANNOUCEMENTFOR MARKET RESEARCH ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME The Mission and Installation contracting Command- Fort Benning, Georgia, is conducting market research, to determine industry interest and capability of providing support services to the Garrison Resource Management Officer (RMO) at Fort Benning, Georgia. This is a special notice for planning and informational purposes only and SHALL NOT be considered as a request for proposals (RFP). A response to this request will not be considered a proposal and cannot be accepted by the Government to form a binding contract. This is not a guarantee of a future RFP or an award. This document should not be construed as a commitment of any kind by the U.S. Government. Any information received in response to this document will be treated as information only. The results of the market research will be used to determine the best overall acquisition strategy. The Mission and Installation Contracting Command, (MICC-Fort Benning), Fort Benning, GA is seeking interested sources capable of providing support services to facilitate the financial operations associated with the Garrison Resource Management Officer (RMO) at Fort Benning, Georgia at the Maneuver Center of Excellence (MCoE), Fort Benning, GA 31905, located 100 miles south of Atlanta and is adjacent to Columbus, Georgia, and Phenix City, Alabama. The support services would include but are not limited to Station Actions, Training Resources Arbitration Panel (TRAP) Actions, Supplemental Funding/Contingency Funding, post BRAC alignment issues, and McClellan residual workforce management.
Interested firms and Small businesses, in all socioeconomic categories (including, 8(a) Business development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, etc) are highly encouraged to identify capabilities in meeting the requirements at fail market prices. Provide suggestions on how the requirement could be structured to facilitate competition by and among small business concerns. Describe any conditions, if any, which may limit small businesses from participation.
Description of the Requirement to Include:
1. The contractor shall furnish all labor, supervision, facilities, tools, materials, equipment; scope of work to be accomplished budgetary, costing, and financial systems assistance in support of the Garrison financial operations. Status reports, financial projections, cost estimates, expenditure tracking, and financial systems. In addition to financial and analytical competency, the contractor should have a basic understanding of Army budgeting concepts, methods and be proficient in preparing complex spreadsheets and PowerPoint presentations. Contractor must be able to input and extract data from the financial system such as GFEBS, EDA, IOL, STANFINS, ATAAPS, DTS, WAWF, etc. These tasks must be performed onsite in the Resource Management Office (RMO). These task must be performed onsite in the Resource management Office (RMO) possible in separate locations within the building. The contractor may perform some or all of the tasks depending upon their assignment. The contractor must communicate effectively utilizing digital technology such as computers and local area networks.
2. The estimated period of performance for this requirement is a total duration of 5 (five) years; a base period of 1 year in duration and 4 (four) one year option periods. The projected award date for the contract is 1 September 2015. Potential sources either alone or with appropriate teaming partners must have demonstrated expertise, precision accuracy capability in all of the task areas in the attached DRAFT Performance Work Statement (PWS).
3. NAICS code for this requirement is 561499, All other Support Services; with a size standard of $15 million. The product service code is R710.
As part of the capability package, firms must include the following:
Interested firms responding to this synopsis who believe they possess the expertise and experience shall submit a written technical capabilities statement. Interested contractors should also address whether they can fulfill the requirements via GSA schedules. Be specific with RELEVANT contracts of same or similar in nature of work, size, and complexity. Describe your recent and relevant contracts performed within the past three years for the same or similar services. Contracts may include those with Federal, State and local Government as well as private companies. Each reference must include the contract dollar value; the contract period of performance; and a brief description of the contract requirements.
(1) Statement demonstrating knowledge and ability to perform services as specified. Capability statement must be sufficient to demonstrate performance directly related to the performance of the requirement.
(2) DUNS number, Cage code, Business Size, socioeconomic status, annual revenue history and address.
(3) Contact information, name, title, telephone number, and e-mail address of designated corporate point of contact.
(4) Statement regarding capability to obtain the required industrial security clearances for personnel.
SECURITY: Access and General Protection/Security Policy and Procedures. This requirement is for Contractor employees with an area of performance within an Army-controlled installation, facility, or area. The Contractor and all associated Subcontractor employees shall comply with applicable installation, facility, and area commander installation and facility access and local security policies and procedures (provided by the Government representative). The Contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by the installation Provost Marshal Office, Director of Emergency Services, or Security Office. The Contractor workforce must comply with all personal identity verification requirements as directed by DoD, HQDA, and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in Contractor security matters or processes.
(5) Budget Formulation: Formulate budgetary requirements identifying trends and shortfalls using current and historical information. Obtain information using various financial systems and person-to person contact.
(6) Reports: Prepare monthly, quarterly, bi-weekly and ad-hoc reports articulating funds usage, projections, and available balances.
(7) Company’s ability to begin performance upon contract award.
(8) Computer Spreadsheets: Prepare complex spreadsheets using Microsoft Excel to consolidate financial information.
(9) Computer Presentations: Prepare charts using Microsoft PowerPoint to summarize financial information for Director and Command level briefings.
(10) Un-liquidated Obligations: Review, investigate, and provide solutions to un-disbursed obligations. Obtain necessary data from financial systems, contracting offices, and other relevant points of contact.
(11) Reimbursable Program: Prepare billing and invoices for reimbursable functions. Establish reimbursable accounts and prepare financial adjustments (cost adjustments) in Fort Benning’s accounting system. (Note – The Contractor shall only prepare this documentation; certification of this contractor prepared documentation shall and can be certified solely by a proper Government funding official.).
(11) Personnel and Manpower: Review and identify the proper accounts associated with particular employees. Compare activity rosters, personnel actions, and other system data to determine if employees are charged to the correct account. Obtain and track employee actions from the personnel system obtaining necessary funding approvals from government funding officials.
(12) Document Preparation: Prepare internal correspondence via e-mails, memorandums, and letters as required to articulate financial requirements.
NOTE: All interested parties must be currently registered in the System for Award Management (SAMS).
Interested firms are encouraged to review the information requested above carefully and ensure a complete response for thorough consideration. The Government WILL NOT review general capability statement, please ensure submissions are tailored to this requirement(s) of the above request. The Government will not return any information submitted in response to this synopsis.
Please submit responses to the ATTN: W911SF-15-R-0011, RMO Support Services, via email at usarmy.benning.hqda-aca.mbx.doc-offer@mail.mil by 2.00 p. m. Eastern Standard Time (EST) on 16 April 2015. Please limit your responses to no more than seven pages, using Times New Roman 11 pt font or equivalent.
Further information and documents pertinent to this planned procurement will be posted to a ASFI website as they become available, interested parties are encouraged to visit this link regularly.
Place of Performance: MICC – Fort Benning Directorate of Contracting, Building 6, Meloy Hall, Room 207 Fort Benning GA 31905-5000 US URL: https://www.fbo.gov/notices/dcf3b78f2ffd23648cc2a3c2fa464e66

OutreachSystems Article Number: 150403/PROCURE/0808 Matching Key Words: writ*; technical; standard;

Department of the Interior, National Park Service, NPS – All Offices, NPS, HFC – Acquisition Management 600px-US-DeptOfTheInterior-Seal.svg
67 Mather Place IDC Building Harpers Ferry WV 25425 US

T-Audiovisual System for Minute Man NHP P15PS00569 041615 BENDER, SHELIA D Plan, design, install and service an audiovisual system at Minute Man National Historical Park, Road to Revolution Theater
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOI/NPS/APC-IS/P15PS00569/listing.html

OutreachSystems Article Number: 150403/PROCURE/0938 Matching Key Words: audiovisual; serv*; naics!512110;

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

R–Resource Management Office (RMO)Support Services at Fort Benning, GA W911SF15R0011 041615 katie.washington1, 706-545-2219 MICC – Fort Benning THIS IS A SOURCES SOUGHT ANNOUCEMENTFOR MARKET RESEARCH ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME The Mission and Installation contracting Command- Fort Benning, Georgia, is conducting market research, to determine industry interest and capability of providing support services to the Garrison Resource Management Officer (RMO) at Fort Benning, Georgia. This is a special notice for planning and informational purposes only and SHALL NOT be considered as a request for proposals (RFP). A response to this request will not be considered a proposal and cannot be accepted by the Government to form a binding contract. This is not a guarantee of a future RFP or an award. This document should not be construed as a commitment of any kind by the U.S. Government. Any information received in response to this document will be treated as information only. The results of the market research will be used to determine the best overall acquisition strategy. The Mission and Installation Contracting Command, (MICC-Fort Benning), Fort Benning, GA is seeking interested sources capable of providing support services to facilitate the financial operations associated with the Garrison Resource Management Officer (RMO) at Fort Benning, Georgia at the Maneuver Center of Excellence (MCoE), Fort Benning, GA 31905, located 100 miles south of Atlanta and is adjacent to Columbus, Georgia, and Phenix City, Alabama. The support services would include but are not limited to Station Actions, Training Resources Arbitration Panel (TRAP) Actions, Supplemental Funding/Contingency Funding, post BRAC alignment issues, and McClellan residual workforce management.
Interested firms and Small businesses, in all socioeconomic categories (including, 8(a) Business development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, etc) are highly encouraged to identify capabilities in meeting the requirements at fail market prices. Provide suggestions on how the requirement could be structured to facilitate competition by and among small business concerns. Describe any conditions, if any, which may limit small businesses from participation.
Description of the Requirement to Include:
1. The contractor shall furnish all labor, supervision, facilities, tools, materials, equipment; scope of work to be accomplished budgetary, costing, and financial systems assistance in support of the Garrison financial operations. Status reports, financial projections, cost estimates, expenditure tracking, and financial systems. In addition to financial and analytical competency, the contractor should have a basic understanding of Army budgeting concepts, methods and be proficient in preparing complex spreadsheets and PowerPoint presentations. Contractor must be able to input and extract data from the financial system such as GFEBS, EDA, IOL, STANFINS, ATAAPS, DTS, WAWF, etc. These tasks must be performed onsite in the Resource Management Office (RMO). These task must be performed onsite in the Resource management Office (RMO) possible in separate locations within the building. The contractor may perform some or all of the tasks depending upon their assignment. The contractor must communicate effectively utilizing digital technology such as computers and local area networks.
2. The estimated period of performance for this requirement is a total duration of 5 (five) years; a base period of 1 year in duration and 4 (four) one year option periods. The projected award date for the contract is 1 September 2015. Potential sources either alone or with appropriate teaming partners must have demonstrated expertise, precision accuracy capability in all of the task areas in the attached DRAFT Performance Work Statement (PWS).
3. NAICS code for this requirement is 561499, All other Support Services; with a size standard of $15 million. The product service code is R710.
As part of the capability package, firms must include the following:
Interested firms responding to this synopsis who believe they possess the expertise and experience shall submit a written technical capabilities statement. Interested contractors should also address whether they can fulfill the requirements via GSA schedules. Be specific with RELEVANT contracts of same or similar in nature of work, size, and complexity. Describe your recent and relevant contracts performed within the past three years for the same or similar services. Contracts may include those with Federal, State and local Government as well as private companies. Each reference must include the contract dollar value; the contract period of performance; and a brief description of the contract requirements.
(1) Statement demonstrating knowledge and ability to perform services as specified. Capability statement must be sufficient to demonstrate performance directly related to the performance of the requirement.
(2) DUNS number, Cage code, Business Size, socioeconomic status, annual revenue history and address.
(3) Contact information, name, title, telephone number, and e-mail address of designated corporate point of contact.
(4) Statement regarding capability to obtain the required industrial security clearances for personnel.
SECURITY: Access and General Protection/Security Policy and Procedures. This requirement is for Contractor employees with an area of performance within an Army-controlled installation, facility, or area. The Contractor and all associated Subcontractor employees shall comply with applicable installation, facility, and area commander installation and facility access and local security policies and procedures (provided by the Government representative). The Contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by the installation Provost Marshal Office, Director of Emergency Services, or Security Office. The Contractor workforce must comply with all personal identity verification requirements as directed by DoD, HQDA, and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in Contractor security matters or processes.
(5) Budget Formulation: Formulate budgetary requirements identifying trends and shortfalls using current and historical information. Obtain information using various financial systems and person-to person contact.
(6) Reports: Prepare monthly, quarterly, bi-weekly and ad-hoc reports articulating funds usage, projections, and available balances.
(7) Company’s ability to begin performance upon contract award.
(8) Computer Spreadsheets: Prepare complex spreadsheets using Microsoft Excel to consolidate financial information.
(9) Computer Presentations: Prepare charts using Microsoft PowerPoint to summarize financial information for Director and Command level briefings.
(10) Un-liquidated Obligations: Review, investigate, and provide solutions to un-disbursed obligations. Obtain necessary data from financial systems, contracting offices, and other relevant points of contact.
(11) Reimbursable Program: Prepare billing and invoices for reimbursable functions. Establish reimbursable accounts and prepare financial adjustments (cost adjustments) in Fort Benning’s accounting system. (Note – The Contractor shall only prepare this documentation; certification of this contractor prepared documentation shall and can be certified solely by a proper Government funding official.).
(11) Personnel and Manpower: Review and identify the proper accounts associated with particular employees. Compare activity rosters, personnel actions, and other system data to determine if employees are charged to the correct account. Obtain and track employee actions from the personnel system obtaining necessary funding approvals from government funding officials.
(12) Document Preparation: Prepare internal correspondence via e-mails, memorandums, and letters as required to articulate financial requirements.
NOTE: All interested parties must be currently registered in the System for Award Management (SAMS).
Interested firms are encouraged to review the information requested above carefully and ensure a complete response for thorough consideration. The Government WILL NOT review general capability statement, please ensure submissions are tailored to this requirement(s) of the above request. The Government will not return any information submitted in response to this synopsis.
Please submit responses to the ATTN: W911SF-15-R-0011, RMO Support Services, via email at usarmy.benning.hqda-aca.mbx.doc-offer@mail.mil by 2.00 p. m. Eastern Standard Time (EST) on 16 April 2015. Please limit your responses to no more than seven pages, using Times New Roman 11 pt font or equivalent.
Further information and documents pertinent to this planned procurement will be posted to a ASFI website as they become available, interested parties are encouraged to visit this link regularly.
Place of Performance: MICC – Fort Benning Directorate of Contracting, Building 6, Meloy Hall, Room 207 Fort Benning GA 31905-5000 US URL: https://www.fbo.gov/notices/7e3f35c997b64b2db3650fbd94a8553e

OutreachSystems Article Number: 150402/PROCURE/0055 Matching Key Words: writ*; technical; standard;

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

R–Information Technology Support Services – Army Civilian Information Support Systems (ITSS-ACIS2) W9124D15R0002 042115 Elizabeth Phelps, 502-624-6751 MICC Center – Fort Knox Mission Installation Contracting Command (MICC) – Fort Knox, intends to issue a Request For Proposals (RFP) for Information Technology Support Service – Army Civilian Information Systems (ITSS-ACIS2). The contract will be for a base year, plus two one-year option periods. This solicitation will be solicited as 100% HUBZone small business set aside, all responsible and responsive HUBZone small businesses may submit an offer for consideration. A Firm Fixed Price (FFP) Requirements Type Contract (RTC) will be awarded. NAICS 541512 (Size Standard: $27.5 million) applies to this procurement. The RFP will be posted to the Federal Business Opportunities website at http://www.fbo.gov on or about 15 May 2015 closing on or about 16 June 2015. All amendments to the solicitation will be likewise posted on this website. Contractors are cautioned to check the website periodically for amendments. Solicitation mailing list will not be compiled and the RFP and amendments will not be sent out in paper copy. All documentation can and must be downloaded from the website above. All contractors must be registered in the System for Award Management (SAM at http://www.sam.gov) to be eligible for award of a contract. Faxed offers or amendments will not be accepted.

All offers must be submitted in writing to Elizabeth A. Phelps via email at elizabeth.a.phelps14.civ@mail.mil.

All questions concerning this pre-solicitation notice MUST be submitted, no later than 21 April 2015 at 2:00 PM EST, in writing to Elizabeth A. Phelps via email at elizabeth.a.phelps14.civ@mail.mil.

Set-Aside: HUBZone Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/4c7d82cb582b3fbe0f125c3639aade49

OutreachSystems Article Number: 150401/PROCURE/0057 Matching Key Words: age:state!ky; state!ky;

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

R–Support Services for the Joint Personnel Effects Depot (JPED) and Mortuary at
Dover Air Force Base, DE. W9124D-14-R-0041 043015 Samuel Kuntz, 502-624-3116 MICC Center – Fort Knox Presolicitation Synopsis Notice

The Mission and Installation Contracting Command (MICC) – Fort Knox intends to issue a Request For Proposals (RFP) for a service contract providing support services for the Joint Personnel Effects Depot (JPED) and Mortuary on Dover Air Force Base (AFB), DE. These services include, but are not limited to, receiving, inventorying, processing, cleaning, storing, and preparing personal effects for shipment to the next of kin; creating files for deceased and wounded service members; and photographing each piece of personal effects. JPED’s mission is to receive, safeguard, inventory, store, process and make final disposition of personal effects of all deceased personnel resulting from overseas contingency operations in accordance with Department of Defense (DoD) Joint Chiefs Of Staff, Joint Publication 4-06, titled quote mark Mortuary Affairs quote mark , dated 12 October 2011. Period of performance is 01 June 2015 through 31 May 2016Department of the Army with a phase-in period of 01 through 31 June 2015, and includes the possibility of two option periods.

The action will be solicited unrestricted. All responsible and responsive businesses may submit an offer for consideration. A Firm Fixed Price (FFP) Requirements Type Contract (RTC) service contract will be awarded. NAICS 561990 (Size Standard: $11M) applies to this procurement. The RFP will be posted to Federal Business Opportunities website at http://www.fbo.gov on or about 08 April 2015. All amendments to the solicitation will be likewise posted on this website. Contractors are cautioned to check the website periodically for amendments. Solicitation mailing list will not be compiled and the RFP and amendments will not be sent out in paper copy. All documentation shall be downloaded from the website above. All contractors shall be registered in the System for Award Management (SAM) at http://www.sam.gov to be eligible for award of a contract.

Faxed offers or amendments will not be accepted.

All offers shall be submitted in writing to Mr. Samuel Kuntz via email at samuel.f.kuntz2.civ@mail.mil.

All questions MUST be submitted, no later than 14 April 2015 at 2:00 PM EST, in writing, to Mr. Samuel Kuntz via email at samuel.f.kuntz2.civ@mail.mil.
Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/e689b1e7561ae96198e61ebf5f16ca11

OutreachSystems Article Number: 150401/PROCURE/0058 Matching Key Words: age:state!ky; state!ky;

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

R — Multimedia Business Reporter -VOA English to Africa (NYC) BBG50-Q-15-0027 040715 Patrice Abner, Phone 000-000-0000, Email pabner@bbg.gov – J.R. HILL, Contracting Officer, Phone 000-000-0000, Email chill@bbg.gov ;
p;
(i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This combined synopsis/solicitation is issued as a Request for Quote (RFQ) to establish a Blank Purchase Agreement (BPA). There will be no guaranteed minimum quantities purchased and the Government will be obligated only to the extent of authorized calls placed against the resulting Agreement. The Government intends to award a Blanket Purchase Agreement. Any resultant Blank Purchase Agreement will be for one year.

(ii) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. anticipates establishing a Blank Purchase Agreement for Multimedia Combination Services (Multimedia Business Reporter)   described in the attached Statement of Work (SOW) for the Voice of America’s English to Africa Division -New York Bureau in New York City, NY  . This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

(iii) The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7.5M in average receipts for the past three (3) years. This is 100% total small business set-aside.

(iv) The period of performance will begin on or about April 15, 2014 through August 31, 2015.

(v) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html   Interested contractors who are capable of providing these services should submit a proposal identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.

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

Quote Submission:

Seperate Quote packages are required for each individual key personnel submitting under this RFQ.

Interested contractors are required to submit the below documents  to the BBG.

1)  The Offeror shall provide their resume/Curruliam Vitae that includes work experience, education and specialized training.     The offeror must display expertise in performing the requirements under the Scope of work in the attached Statement of Work. The resume includes the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent past performance that can be easily and quickly validated by the BBG. Dates (months/years) and locations for all field experience must also be detailed.

a) Past Performance References   – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the references with the following information:

(i) reference’s name and address, email and telephone   number of contact person

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

2) Price Quote :   Offeror shall provide a Price Quote that states the Offeror’s proposed annual Total Price based on 26 hours per month that will be negotiated with the BBG.

3) Copy of US Citizenship, work permit, photo ID and/or visa.

4) Copy of active CCR Registration in SAM. https://www.sam.gov

a) In the event offerors did not complete the responsibility and certification portion of the SAM registration they shall include completed copy of the provision at FAR Subpart 52.212-3 (Offeror Representations and Certifications – Commercial Items) with its offer. This provision can be found at the following website https://www.acquisition.gov/Far/; if requested by an offeror, a copy of FAR subpart 52.212-3 can be obtained by contacting the Contracting Officer. SAM registration must be complete prior to Award.

In addition, the offeror must agree to undergo a security background check. If the contractor fails to pass a security background check, the contract shall be terminated.

To ensure consideration for the intended position, please reference the solicitation number on each of your proposals.

The contract labor categories are considered professional labor and creative services and generally exempt from the Service Contract Act.

EVALUATION FACTORS

Used to determine the competitive ranking of qualified applicants in comparison to other applicants. The factors are listed in priority order from highest to least.

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

Factor #2 – Price

Factor #3 – Past Performance (referred to in references)

Basis for Award

The procurement is being conducted under FAR Part 13. Best value is defined as the expected outcome of an acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement, in accordance with FAR 2.101.

The Government reserves the right to make a selection based upon the initial proposal submissions so the offeror should submit its best terms in the initial proposal.   The Government may also determine to make no award.

A single offeror will be selected who is deemed responsible in accordance with FAR 9.104-1 and whose offer provides the Government with a best value solution.

52.252-1 -Solicitation Provisions Incorporated by Reference (Feb 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer.

Provisions incorporated by reference:
FAR 52.212-1 Instructions to Offerors-Commercial Items (Apr 2014);
FAR 52. 212-2 Evaluation-Commercial Items (Oct 2014),
FAR 52.212-3 Offeror Representations and Certifications-Commercial Items ( Mar  2015),
FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Dec 2014); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Mar 2015)

QUESTIONS:
Questions must be submitted in writing and only via email to Patrice Abner at pabner@bbg.gov . No phone or fax questions will be accepted.

Written questions must be submitted before   April 3, 2015 at 5PM   (EST)

Responses to questions will be posted as an attachment under this request for quote.

Submission of Quotes:

ALL Quote packages MUST BE SUBMITTED ELECTRONICALLY BEFORE THE CLOSING DEADLINE to: Patrice Abner at pabner@bbg.gov .  The RFQ number (which is BBG50-Q-15-0027 ) must be on the Subject line of each e-mailed  quote package submission.
NO FAX nor ORAL, nor COURIER-DELIVERED QUOTES WILL BE ACCEPTED.

CLOSING DEADLINE:  April 7, 2015 at 2PM Eastern Standard Time

Set-Aside: Total Small Business Place of Performance: 330 Independence Ave washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-15-0027/listing.html

OutreachSystems Article Number: 150401/PROCURE/0071 Matching Key Words: naics!711510;

Department of Labor, Office of the Assistant Secretary for Administration and Management , Office of Procurement Services, 200 Constitution Avenue, NW S-4307 Washington DC 20210-0001

99 — APC REPLACEMENT FANS DOL-15OCIOCIONAT-0175 040715 Lesa Llewellyn Austin, Phone 2026937986, Email austin.lesa.l@dol.gov COMBINED SYNOPSIS/SOLICITATION
(I) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this600px-US-DeptOfLabor-Seal.svg notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

(II) This solicitation document is issued as a request for proposal (RFP). Submit written proposals for RFP number DOL-15OCIOCIONAT-0175.

(III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80

(IV) This acquisition is set aside 100% for small businesses. The associated NAICS code is 334118. The small business size standard is 1,000 employees.

(V) This combined solicitation/synopsis is for purchase of the following commercial services:

0001: APC Replacement Fans, 36 Each.
0002: Install new fans/remove old fans, 1 Each

Delivery: Required within 30 days after award.

(VI) Description of requirements is as follows:

Required purchase of fans for APC Uninterruptible Power Supply units in the OASAM-OCIO/ OSHA Data Center Room TBD.

I. Background Information and Objectives

A. Background Information – The Office of Administration and Management (OASAM) Office of the Chief Information Officer (OCIO) requires 36 Fans for APC Symmetra Uninterrupted Power Source (UPS) backup units. OCIO’s-OSHA APC Symmetra PX Uninterrupted Power Source (UPS) Switch Module fans failed causing several racks of servers to go down. The maintenance repair of the APC (UPS) is necessary to support agency goals and objectives, including any tools, software and configuration necessary to maintain a mobile workforce while meeting all federal and DOL mandated security and configuration requirements. This statement of work is to provide OCIO-OSHA a redundant backup power source for high availability connectivity and disaster recovery, provide ease of connectivity for emergency response teams, as well as provide for growth to support future OSHA initiatives. Currently there are two UPS units that are operational, but one has a failed fan on the (UPS) Switch Module and if another fan fails the UPS will go down. There are a total of thirty-six fans that are either failed, failing or out of life which are necessary to support both APC UPS units. This emergency repair will give OCIO-OSHA backup UPS units redundancy and relieve the power stress on any single unit.

B. Technical Objectives – To obtain APC Certified Field Service Engineer to perform APC fan module refresh on 36 fans. These actions will keep the APC/UPS running at optimal levels. The electrical power requirements of the ECN/DCN are a critical component that allows us to have 99% up time as mandated and running at optimal performance levels.
II. Services to be Performed

General Requirements:
The contractor shall independently perform all work and furnish all labor, materials, supplies, equipment, services and must be APC Certified FSE (except as otherwise specified in the contract.)
The Government will furnish access to the APC/UPS during normal hours of operation for Repair visit. Normal hours are 8AM till 5 PM.

The contractor shall clean up, patch and repair all existing structures that are damaged by the work being performed under this SOW.

Specific Requirements
OCIO requires 36 fans able to function with the APC Symmetra PX Uninterrupted Power Source Switch module plus installation of the new fans and removal of the old fans. The replacement fans must be factory authorized/OEM replacement parts that have the exact same voltage requirements as the APC Symmetra PX Uninterrupted Power Source (UPS) Switch Module fans and are wired in accordance with APC Standard Configurations. Unauthorized parts may present warranty issues should the unit experience problems after the installation. Installation of fans must be done by an APC certified Field Service Engineer. All warranties are null and void unless installation and startup are performed by authorized APC service centers.

The contractor shall remove and install a total of thirty-six(36) APC UPS fans located in a total of two(2) APC UPS units MODELS: SYSW80KF, SERIAL NUMBERS: PD0608133340 and PD1437140084. The contractor is required to install and test the new fans and test, and also remove and dispose of the old fans. The contractor shall complete the work as described in the SOW; any changes or deviations shall be provided to the Technical Contact Person: TBD in writing, and approved by the COR in writing. The contractor shall be responsible for any unapproved changes outside of this SOW.

The contractor shall verify all quantities before ordering materials. The contractor is responsible for accurate quantities of all materials ordered and for notifying the contracting officer technical representative of any site conditions that may prevent the successful completion of this project. The contractor will perform the initial walk-through and identify UPS power source and power feeds availability.

The part number for the fans is as follows:
APC Fan for PX1 Power Module, Part #: 0N-0923, Quantity: 36

Refresh the fan module for OASAM-OCIO/OSHA 36 fans using actual APC components. This includes the installation of and disposal of old fan units by a certified Field Service Engineer (FSE). Labor, travel and parts all included.
Replacement repair maintenance support for the APC Uninterruptible Power Supply fan modules to include the following:
a. All on site work for APC to be performed by an APC Certified Field Service Engineer.
b. Onsite travel, repair, labor and provided parts included and work done by an APC Certified FSE.
c. Replacement repair visit for the two APC fan module UPS model SYSW80KF, serial PD0608133340, PD1437140084. Onsite travel, repair, labor and provided parts included and work done by an APC Certified FSE.
d. The initial walkthrough of the 36 Fan units have already been performed by APC Certified FSE.
Replacement Fan Module Repair includes the following:
– Visual inspection of all fan unit components of system.
– Verify and document that the system is working within operational specifications set forth by APC.
– Verify proper airflow through system.

– Perform fan module test

– Verify proper fan module transition

– Perform proper impedance test to verify fan module integrity

– Inspect event logs for alarms

– Deliver onsite visit report to document APC/UPS status, recording onsite visit and recommendation as needed as a result of the onsite Replacement Fan Module Repair visit.

e. QUALITY CONTROL: Even though multiple resellers can resell non-brand name fan units, the support sold to OASAM-OCIO/OSHA must be APC support and certified.

f. QUALITY ASSURANCE: Even though multiple resellers can resell non-brand name fan units, the support sold to OASAM-OCIO/OSHA must be APC support and certified.

g. RECOGNIZED HOLIDAYS: Does not apply.

h. PLACE OF PERFORMANCE: OASAM-OCIO/OSHA Data Center Room TBD, 200 Constitution Ave., NW, Washington, DC 20210.

(VII) Date(s) and place(s) of delivery and acceptance and FOB point: N/A

(VIII) The provision at FAR 52.212-1, Instructions to Offerors – Commercial Items (APR 2014), applies to this acquisition.

(IX) The provision at FAR 52.212-2, Evaluation – Commercial Items (OCT 2014), applies to this acquisition. The following evaluation criteria shall be used to evaluate offers:
(1) Technical
(2) Past Performance
(3) Price
The lowest price technically acceptable source selection process is applicable to this acquisition. Technical proposals are being evaluated based on personnel qualification and/or educational requirements of proposed personnel. To be technically acceptable offeror must meet qualification(s) in section VI.

Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (MAR 2015), with its proposal.

(XI) The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items (DEC 2014), applies to this acquisition.

(XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (MAR 2015) applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition:

52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402).

52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)).

52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (MAR 2009) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)

52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a).

52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644).

52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)).

52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)).

52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C 632(a)(2)).

52.222-3, Convict Labor (June 2003) (E.O. 11755).

52.222-21, Prohibition of Segregated Facilities (Feb 1999).

52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).

52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212).

52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793).

52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212).

52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)

52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423).

52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

52.232-33, Payment by Electronic Funds Transfer–Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).

52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).

The following additional FAR clauses are applicable to this acquisition:

52.202-1 DEFINITIONS (NOV 2013)

52.203-5 COVENANT AGAINST CONTINGENT FEES (MAY 2014)

52.203-7 ANTI-KICKBACK PROCEDURES (MAY 2014)

52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014)

52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)

52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011)

52.216-24 LIMITATION OF GOVERNMENT LIABILITY (APR 1984)

52.216-25 CONTRACT DEFINITIZATION (OCT 2010)

52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATIONS (DEC 2012)

52.232-1 PAYMENTS (APR 1984)

52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)

52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (MAR 2015)

(XIII) Additional contract requirements: N/A

(XIV) Defense Priorities and Allocations System (DPAS): N/A

(XV) Offers are due no later than 5:00 P.M. ET on 7 APR 2015. All offers must be e-mailed to the attention of Lesa L. Austin, E-mail: Austin.Lesa.L@DOL.GOV

(XVI) Any questions regarding this solicitation should be directed to Lesa L. Austin at E-mail: Austin.Lesa.L@DOL.GOV.

Set-Aside: Total Small Business Place of Performance: DEPARTMENT OF LABOR 200 CONSTITUTION ANE, NW WASHINGTON, DC 20210 US URL: https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL-15OCIOCIONAT-0175/listing.html

OutreachSystems Article Number: 150401/PROCURE/0453 Matching Key Words: writ*; copy; technical; standard;

FedBizOpps – Awards

Department of the ArmyDepartment of the Army, Army Contracting Command, ACC – Rock Island – C3 (ACC-RI-C3), ARMY CONTRACTING COMMAND – RI-C3, BLDG 60 RODMAN AVENUE

R–SUPPORT- PROFESSIONAL: PROGRAM EVALUATION/REVIEW/DEVELOPMENT ZACHARY E. SCHULER,(309)782-7833 or KATHERINE KELLER,(309)782-0974 ARMY CONTRACTING COMMAND – RI-C3 W560MY15P0001 $209,126.10 033115 0001 ABM GOVERNMENT SERVICES, LLC,101 WALTON WAY,HOPKINSVILLE,KY,42240-6833 No Description Provided
URL: https://www.fbo.gov/notices/b0108dda75e54c5bc4061f32e1420dc1

OutreachSystems Article Number: 150401/AWARDS/0841 Matching Key Words: state!ky;

USABID State and Local Purchases

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

99 – Bid 3412 – Development and Writing of an Emergency Operations Ce SOL IFB-3412-0-2015/PL Bid 3412 – Development and Writing of an Emergency Operations Center Plan Due Date: 4/16/2015 3:00 PM Eastern Contact: Peter Langlois For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150404/BID/0227 Matching Key Words: age:state!ky; state!ky;

New York – The City Record http://a856-internet.nyc.gov/nycvendoronline/vendorsearch/asp/Postings.asp The City Record Online (CROL) is a fully searchable database of procurement notices from New York City agencies.

T – BID EXTENSION: VIDEO PRODUCTION SERVICES SOL BID EXTENSION: VIDEO PRODUCTION SERVICES Due Date: 4/8/2015 Contact: Contact Caron Christian Phone: (646) 664-3062 Fax: (646) 664-3062 caron.christian@cuny.edu For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150403/BID/0394 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-Potato History SOL Ref #: K03 The Washington State Potato Commission (WSPC) is soliciting proposals to produce one 60-minute video documentary that will feature the history of the Washington potato industry and its farmers. Due Date: 04/22/15 Contact: Ryan Holterhoff For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150403/BID/0576 Matching Key Words: video*; produc*; produce?; documentar*;

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: 1500000264 Sponsorship-Pyrotechnic/ Firework SOL Solicitation: 1500000264 Sponsorship-Pyrotechnic/ Firework Display-Buckhorn Lake SRP Closing Date: 4/16/15 11:00 AM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150403/BID/0692 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 – Solicitation: 1500000270 Legal Services – MTBE Litigation SOL Solicitation: 1500000270 Legal Services – MTBE Litigation THE OFFICE OF THE ATTORNEY GENERAL (AG, ON BEHALF OF THE COMMONWEALTH OF KENTUCKY, SEEKS PROPOSALS FOR LEGAL SERVICES TO ASSIST WITH THE INVESTIGATION AND POTENTIAL LITIGATION INVOLVING CONTAMINATION OF GROUNDWATER AND DRINKING WATER FROM METHYL TERTIARY BUTYL ETHER, COMMONLY KNOWN AS TBE. THIS POTENTIALLY INCLUDES ANY PARTY INVOLVED IN THE MANUFACTURING, PRODUCTION, DESIGN, REFINING, PROMOTING, MARKETING, STORAGE, TRANSPORTATION, OR SALE OF MTBE. THE RFP INCLUDES, BUT IS NOT LIMITED TO, ASSISTANCE RELATED TO THE OAG INVESTIGATION IDENTIFYING GROUNDWATER WITHIN THE COMMONWEALTH, SPECIFICALLY FOCUSING ON DRINKING WATER SUPPLIES, PRIVATE WELLS, AND RESERVOIRS, THAT HAVE BEEN CONTAMINATED BY MTBE. THE INVESTIGATION INCLUDES, BUT IS NOT LIMITED TO, IDENTIFYING SOURCES OF BOTH ACTUAL AND POTENTIAL MTBE POLLUTION, SUCH AS BOTH ABOVE-GROUND AND UNDERGROUND STORAGE TANKS, FUEL PIPELINES, REFUELING FACILITIES, OR ACCIDENTAL SPILLS. ADDITIONALLY, THE INVESTIGATION INCLUDES IDENTIFYING ANY POTENTIALLY RESPONSIBLE PARTIES ASSOCIATED WITH THE MTBE POLLUTION FOUND IN THE COMMONWEALTH OF KENTUCKY. Closing Date: 4/23/15 4:00 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150403/BID/0693 Matching Key Words: age:state!ky; state!ky;

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

R – Consultants SOL RFP20-2015 Procurement System Due Date: 04/17/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150401/BID/0229 Matching Key Words: age:state!ky; state!ky;

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

99 – Regrigerant #7070Bid closes @ 11:00 a.m. on April 10, 2015 SOL Regrigerant #7070Bid closes @ 11:00 a.m. on April 10, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150401/BID/0230 Matching Key Words: age:state!ky; state!ky;

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

R – 15-19 I-65 Area Lead Service Renewal Project SOL 15-19 I-65 Area Lead Service Renewal Project Due Date: 04/15/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150401/BID/0233 Matching Key Words: age:state!ky; 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

T — Research, design and produce digital media product SOL P15PS00826 Description MINING FILM AND DIGITAL MEDIA CONTRACT Overview Reference number: P15PS00826 Issue date: 04/03/2015 Response due: 04/17/2015 05:00 PM AS Set Aside: Woman Owned SmallBusiness NAICS: 512110-Motion Picture and Video Production PSC / FSC: T006-PHOTO/MAP/PRINT/PUBLICATION- FILM/VIDEO TAPE PRODU Agency: DOI Contracting office: NPS, ARO – Alaska Regional Office 240 W. 5th Ave, Room 114 Anchorage, AK 99501-2327 Place of Performance: Contact: Amanda Jordan Phone: Fax: Email: Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150404/SMALL/9041 Matching Key Words: video*; film?; produc*; conference?; business*; produce?; production?;

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

T Audiovisual System for Minute Man NHP SOL P15PS00569 Description Plan, design, install and service an audiovisual system at Minute Man National Historical Park, Road to Revolution Theater Overview Reference number: P15PS00569 Issue date: 04/02/2015 Response due: 04/16/2015 11:00 AM ET Set Aside: Total Small Business NAICS: 512110-Motion Picture and Video Production PSC / FSC: T016-PHOTO/MAP/PRINT/PUBLICATION- AUDIO/VISUAL Agency: DOI Contracting office: NPS, HFC – Acquisition Management 67 Mather Place IDC Building Harpers Ferry, WV 25425 Place of Performance: Contact: Shelia Bender Phone: Fax: Email: Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150403/SMALL/7737 Matching Key Words: video*; produc*; conference?; business*; production?; video; audiovisual; serv*

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

99 — 15-053 Production of ?Origins & Destinations? Video SOL 15-053 Production of ?Origins & Destinations? Video Due Date: May 27, 2015 Address: West Covina, California Contact: Foothill Transit For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150402/SMALL/5986 Matching Key Words: video*; produc*; production?;

Kentucky State Procurement

Kentucky Housing Corporation, 1231 Louisville Road, Frankfort, KY 40601

R — RFP – LEGAL SERVICES CONTRACT FORECLOSURE AND BANKRUPTCY. DUE 10-APR-2015 RFP – Legal Services Contract Foreclosure and Bankruptcy. KHC is soliciting proposals for the provision of professional legal services for its loan servicing department. See RFP at http://www.kyhousing.org. This notice is provided courtesy of the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150403/KY/6812 Matching Key Words: age:state!ky; state!ky;

Kentucky Housing Corporation, 1231 Louisville Road, Frankfort, KY 40601

R — RFP – LEGAL SERVICES – UNEMPLOYMENT BRIDGE PROGRAM/HARDEST HIT FUND. DUE 10-APR-2015 RFP – Legal Services – Unemployment Bridge Program/Hardest Hit Fund. Kentucky Housing Corporation ( KHC ) is soliciting proposals for the provision of professional legal services for its Unemployment Bridge Program/Hardest Hit Fund. See RFP at http://www.kyhousing.org. This notice is provided courtesy of the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150403/KY/6813 Matching Key Words: age:state!ky; state!ky;

Western Kentucky University, Bowling Green, KY

R — FACILITIES MANAGEMENT SERVICES. DUE 05-MAY-2015 Website: http://wkuplanroom.com/purchasing Management Services for the operation and oversight of WKU Department of Facilities Management. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150402/KY/6784 Matching Key Words: age:state!ky; state!ky;

City of Georgetown, City Clerk, City Hall, 100 N. Court Street, Georgetown, KY 40324

R — RFQ – INSURANCE BROKER-AGENT 2015. DUE 14-APR-2015 Website: http://www.georgetownky.gov/bidsolicitations.aspx The City of Georgetown is seeking proposals for qualifications for an insurance agent to assist the City with marketing, placement, and servicing of the City s property, general liability, workers compensation, umbrella, and other miscellaneous insurance policies. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150402/KY/6787 Matching Key Words: age:state!ky; state!ky;

University of Louisville, Purchasing Department, Belknap Campus, Room 101, Service Complex, Louisville, KY 40292

R — ASSIST UOFL WITH RECRUITMENT OF ADMINISTRATORS AND FACULTY. RFP182-PSC DUE 30-APR-2015 Paula Hensel; email: paula.hensel@louisville.edu; Website: http://louisville.edu/purchasing/bids This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150402/KY/6789 Matching Key Words: age:state!ky; state!ky;

Metropolitan Sewer District (MSD), 700 West Liberty Street, Louisville, KY 40203

R — OFFSITE RECORD STORAGE FACILITIES. 15-0421 DUE 21-APR-2015 Contact: Sharise Horne, phone: (502) 540-6000; Website: http://www.msdbids.com/purchasing/ There will be a non-mandatory pre-bid meeting held at Main Office, 700 West Liberty St., Louisville, KY 40203 on 4/6/2015, at 9:30 A.M. Attendance is not required, but encouraged. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150401/KY/6768 Matching Key Words: age:state!ky; state!ky;

Metropolitan Sewer District (MSD), 700 West Liberty Street, Louisville, KY 40203

R — REQUEST FOR PROPOSAL – ELECTIVE BENEFITS. DUE 03-APR-2015 Website: http://www.msdbids.com/purchasing/ Any questions regarding this Proposal should be directed to: Debra L. Sedoris, AON Risk Services, debra.sedoris@aon.com . This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150401/KY/6770 Matching Key Words: age:state!ky; state!ky;

Morehead State University, Office of Support Services, Support Services Complex, 606 West Main Street, Morehead, KY 40351

R — BILLING/ACCOUNTING SERVICES. RFP-01-16 ADDENDUM 1 DUE 09-APR-2015 Phone: (606) 783-2018, Website: http://www.moreheadstatebids.com/ Proposals are being accepted to establish a contract for billing/accounting services. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150401/KY/6775 Matching Key Words: age:state!ky; state!ky;

Morehead State University, Office of Support Services, Support Services Complex, 606 West Main Street, Morehead, KY 40351

R — COLLECTION SERVICES – PERKINS LOAN ACCOUNTS. RFP-02-16 ADDENDUM #1. DUE 09-APR-2015 Phone: (606) 783-2018, Website: http://www.moreheadstatebids.com/ Proposals are being accepted to establish a contract for collection services. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150401/KY/6777 Matching Key Words: age:state!ky; state!ky;

 pitanim


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

NAVY

General Dynamics, National Steel and Shipbuilding Co. (NASSCO), San Diego, California, was awarded a $31,773,194 modification to previously awarded cost-plus-incentive-fee contract (N00024-13-C-4404) for USS America (LHA 6) fiscal600px-US-DeptOfNavy-Seal.svg 2015 post-shakedown availability. During a post-shakedown availability, NASSCO will repair or improve the design of the ship in preparation for final contractor trials. Work will be performed in San Diego, California, and is expected to be completed by November 2015. Fiscal 2015 shipbuilding and conversion (Navy); fiscal 2015 other procurement (Navy) and fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $31,773,194 will be obligated at time of award. Funds in the amount of $9,553,086 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. (Awarded April 22, 2015)

Boeing Co., Huntington Beach, California, is being awarded an $11,102,857 modification to previously awarded contract (N00024-15-C-4205) for the production and maintenance of support kits for the AN/USQ-82(V) Gigabit Ethernet Data Multiplex System. The contractor will provide shipsets for DDGs 119, 121 and 122 and maintenance support kits for DDGs 119, 121 and 122. Work will be performed in Huntington Beach, California, and is expected to be completed by July 2016. Fiscal 2014 shipbuilding and conversion (Navy) funding in the amount of $11,102,857 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Henry Schein Inc., Melville, New York, has been awarded a maximum $28,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for dental and medical supplies. This contract was a competitive acquisition, and six offers were received. This is a one-year base contract with four one-year option periods. Location of performance is New York with an April 22, 2016, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-15-D-0007).

Tiger Natural Gas, Inc.,* Tulsa, Oklahoma, has been awarded a maximum $14,782,044 fixed-price with economic-price-adjustment contract for direct supply natural gas deliveries. This contract was a competitive acquisition and four offers were received. This is a two-year base contract with no option periods. Locations of performance are Oklahoma and New Mexico with a Sept. 30, 2017 performance completion date. Using military service is Navy. Type of appropriation is fiscal year 2015 multi-agency funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-15-D-7518).

IGI Resources, Inc., Boise, Idaho, has been awarded a maximum $10,128,665 fixed-price with economic-price-adjustment contract for direct supply natural gas deliveries. This contract was a competitive acquisition, and four offers were received. This is a two-year base contract with no option periods. Locations of performance are Idaho and Washington with a Sept. 30, 2017 performance completion date. Using military service is Navy. Type of appropriation is fiscal year 2015 multi-agency funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-15-D-7516).

Aviall Services, Inc., Dallas, Texas, was awarded a $7,896,669 modification (P00003) to long-term, indefinite-quantity contract SPE4AX-13-D-9427 for spare parts associated with the J85 engine platform. Work will be performed in Dallas with an estimated completion date of Sept. 30, 2016. Fiscal 2015 Defense Working Capital Funds in the amount of $7,896,669 were obligated at time of award. DLA Aviation, Richmond, Virginia is the contracting activity. (Awarded Feb. 20, 2014)

CIMA Energy Ltd.,* Houston, Texas, has been awarded a maximum $6,618,966 fixed-price with economic-price-adjustment contract for direct supply natural gas deliveries. This contract was a competitive acquisition, and four offers were received. This is a two-year base contract with no option periods. Locations of performance are Texas and Utah, with a Sept. 30, 2017, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2015 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-15-D-7515).

ARMY

Gahagan & Bryant Assoc. Inc.,* was awarded a $12,000,000 firm-fixed-price indefinite delivery contract for architectural and engineering support to the National Planning Center of Excellence Coastal Storm Management Service. Funding and work location will be determined with each order, with an estimated completion date of April 22, 2016. Bids were solicited via the Internet with six received. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-15-D-0004).

Ibis Tek LLC.,* Butler, Pennsylvania, was awarded a $9,721,601 modification (P00013) to contract W56HZV-13-C-0036 to purchase 58-gallon and 78-gallon armorDepartment of the Army b-kits for medium tactical vehicles. Work will be performed in Butler, Pennsylvania, with an estimated completion date of June 30, 2016. Fiscal 2015 other procurement funds in the amount of $9,721,601 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity.

BAE Land Systems Land & Armaments LP, Santa Clara, California, was awarded a $6,640,878 modification (P00034) to contract W56HZV-13-C-0018 for system technical support and sustainment system technical support for Bradley vehicles. Work will be performed in Santa Clara, California; Sterling Heights, Michigan; and York, Pennsylvania, with an estimated completion date of Dec. 17, 2015. Fiscal 2013 and 2015 other procurement (Army) and operations and maintenance (Army) funds in the amount of $6,640,878 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Noble Supply & Logistics,* Rockland, Massachusetts, has been awarded a maximum $96,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, tailored-logistics-support, prime-vendor contract for maintenance, repair and operations for the European Zone 1 region. Estimated value cited is based on demand quantities for the life of the contract. This contract was a competitive acquisition, and nine offers were received. This is a two-year base contract with two 18-month option periods. Location of performance is Massachusetts with an April 21, 2017, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE5B1-15-D-0001).

Atlantic Diving Supply Inc.,** Virginia Beach, Virginia, has been awarded a maximum $69,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, tailored-logistics-support, prime-vendor contract for maintenance, repair and operations for the European Zone 2 region. Estimated value cited is based on demand quantities for the life of the contract. This contract was a competitive acquisition, and nine offers were received. This is a two-year base contract with two 18-month option periods. Location of performance is Virginia with an April 21, 2017, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE5B1-15-D-0002).

Belmont Instrument Corp.** Billerica, Massachusetts, has been awarded a maximum $19,658,018 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for purchase of fluid warmers, accessories and repair parts. This contract was a competitive acquisition and 36 offers were received. This is a five-year base contract with no option periods. Location of performance is Massachusetts with an April 21, 2020, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-15-D-0002).

Delta Coals LLC,** Nashville, Tennessee, has been awarded a maximum $7,857,690 firm-fixed-price, requirements contract for bituminous coal deliveries. This contract was a competitive acquisition, and three offers were received. This is a one-year base contract with no option periods. Locations of performance are Tennessee and Virginia with a May 31, 2016, performance completion date. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2015 service funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-15-D-0652).

NAVY

Raytheon Co., Marlborough, Massachusetts, is being awarded an $89,094,388 firm-fixed-price contract for 25 Submarine High Data Rate (SubHDR) antenna systems. The SubHDR antenna system is used to provide submarines with high-capacity communications in the extremely high frequency and super high frequency bands and enables reception of the global broadcast service. This contract combines purchases for the U.S. Navy (80 percent) and the government of the United Kingdom600px-US-DeptOfNavy-Seal.svg (20 percent) under the Foreign Military Sales program. Work will be performed in Massachusetts (37.84 percent); Florida (19.02 percent); New Jersey (17.02 percent); California (12.26 percent); New Hampshire (7.64 percent); Pennsylvania (3.38 percent); and Utah (2.84 percent), and work is expected to be completed by June 20, 2018. Fiscal 2014 and 2015 ship submersible nuclear funds in the amount of $35,563,190 will be obligated at the time of award. This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1) – only one responsible source. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-15-C-0022).

Atlantic Diving Supply Inc., Virginia Beach, Virginia, (N61331-15-D-0013); EDO Corp., Panama City, Florida (N61331-15-D-0014); and Piping Systems International Inc., Bay Minette, Alabama (N61331-15-D-0015), are each being awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award supply contracts for the provision of hardware, materials and supplies to support the littoral and mine systems and science and technology programs. Examples of programs being supported include the Organic Airborne Mine Countermeasure Systems, Remote Minehunting Systems, unmanned maritime systems, mine warfare programs, Littoral Combat Ship (LCS) mission module integration, LCS fleet introduction and sustainment, seaframe construction, MH-60 integration, acoustics, magnetics, electro-optics, signal processing, automatic target recognition and senor and data fusion. The maximum dollar value, including the base period and four option years, for all three contracts combined is $35,000,000 and the companies will compete for individual delivery orders. Work will be conducted in various Navy ship homeports and is expected to complete in April 2020. At time of award, Atlantic Diving Supply is being awarded a delivery order for $15,028, EDO Corp. is being awarded a delivery order for $82,221, and Piping Systems International Inc. is being awarded a delivery order for $220,012. Fiscal 2015 operations and maintenance (Navy) funds in the amount of $317,261 will be obligated at the time of award, and funds will expire at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Surface Warfare Center Panama City Division, Panama City, Florida, is the contracting activity.

MAQ Diversified Inc.,** Vienna, Virginia (N62645-15-D-5020); Matrix Providers Inc.,* Denver, Colorado (N62645-15-D-5021); Potomac Healthcare Solutions LLC,* Woodbridge, Virginia (N62645-15-D-5022); Med Pros Group LLC, doing business as ProHealth Staffing,* Houston, Texas (N62645-15-D-5023); and Dilligas Corp., doing business as U.S. Got People,* San Antonio, Texas (N62645-15-D-5024), are each being awarded a 40-month, firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award task order contract for various ancillary services to include Allied Health, technician, technologist, and assistant labor bands at military treatment facilities in the western region of the U.S. The aggregate not-to-exceed amount for these multiple award contracts combined is $28,339,864 and the companies will have the opportunity to bid on each individual task order as they are issued. Work will be performed at the Naval Health Clinic Hawaii (28 percent); Naval Hospital Oak Harbor, Washington (24 percent); Naval Hospital Lemoore, California (12 percent); Naval Medical Center, San Diego, California (10 percent); Naval Hospital Camp Pendleton, California (9 percent); Naval Hospital Twentynine Palms, California (7 percent); Naval Hospital Bremerton, Washington (7 percent); Naval Hospital Guam (2 percent), and any associated branch clinics in the western region (1 percent). Work performed under these contracts is expected to be completed Sept. 30, 2017. Fiscal 2015 Defense Health Program funds in the amount of $2,927,324 will be obligated at the time of award under initial task orders, and the funds will expire at the end of the current fiscal year. Funding is predominantly from the Defense Health Program; however, other funding initiatives such as psychological health/traumatic brain injury, overseas contingency operations and wounded, ill, and injured may be used. These are all one-year funding types. These contracts were solicited via a multiple award electronic request for proposals as a 100 percent Small Disabled Veteran-Owned Small Business set-aside; 19 offers were received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity.

Marine Hydraulics International Inc., Norfolk, Virginia, is being awarded a $9,848,963 modification to previously awarded contract (N00024-10-C-4405) for USS Cole (DDG-67) fiscal 2015 selected restricted availability. The scheduled availability includes the planning and execution of maintenance, repairs and modifications that will update and improve the ship’s military and technical capabilities. Work will be performed in Norfolk, Virginia, and is expected to be completed by November 2015. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $9,848,963 will be obligated at time of award, and will expire at the end of the current fiscal year. The Mid Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity.

Department of the ArmyARMY

Schultz & Assoc. Architects,** Fargo, North Dakota, was awarded a $10,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract with options to design military projects for repair and/or eventual construction. Funding and work location will be determined with each order with an estimated completion date of April 21, 2020. Bids were solicited via the Internet with nine received. National Guard Bureau, Bismarck, North Dakota, is the contracting activity (W901UZ-15-D-0001).*Woman owned small business

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $51,414,644 modification (P00024) to foreign military sales contract W56HZV-13-D-0015 (Iraq) for contractor logistical support and training for M1A1 tanks for the government of Iraq with an estimated completion date of Dec. 31, 2015. Funding and work location will be determined with each order. Army Contracting Command, Warren, Michigan, is the contracting activity.

Burns & McDonnell Engineering Co. Inc., was awarded a $45,000,000 contract for architectural and engineering services for the Army and Air National Guard to include Puerto Rico, Guam, the Virgin Islands, and the District of Columbia. Funding and work location will be determined with each order with an estimated completion date of April 20, 2020. Bids were solicited via the Internet with 33received. National Guard Bureau, Arlington, Virginia, is the contracting activity (W9133L-15-D-0003).

URS Federal Services Inc., Germantown, Maryland, was awarded a $21,235,209 modification (0001) to contract W52P1J-12-G-0028 for maintenance, supply, and transportation support to the Logistics Readiness Center, Ft. Polk, Louisiana. Funding will be determined with each order with an estimated completion date of May 17, 2020. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Vectrus Systems Corp., Colorado Springs, Colorado, was awarded a $13,386,756 cost-plus-fixed-fee foreign military sales contract (Iraq, Uzbekistan, United Arab Emirates, Spain) with options for receiving, repairing, maintaining, storing, preparing for issue and issuing Army prepositioned stock equipment in southwest Asia in support of the 403nd Army Field Support Battalion, Kuwait. Work will be performed in Kuwait with an estimated completion date of Aug. 31, 2015. One bid was solicited with one received. Fiscal 2015 operations and maintenance (Army) funds in the amount of $5,578,468.29 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-C-0016).

Azimuth Inc., Morgantown, West Virginia, was awarded a $12,186,000 contract for configuration consulting and design; system integration and testing; installation of multi-vendor compute equipment; customization of software; training; product technical support, software documentation; failure analysis; phone and web support; training materials; technical manuals; safety assessment report; logistics demonstration plan; and system fielding. Funding and work location will be determined with each order with an estimated completion date of April 20, 2016. Bids were solicited via the Internet with four received. Army Corps of Engineers, Alexandria, Virginia, is the contracting activity (W5J9CQ-15-D-0006).

NAVY

Kollsman Inc., Merrimack, New Hampshire, is being awarded a $43,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for procurement of Night Targeting Systems Upgrade (NTSU) and associated support for the U.S. Marine Corps (USMC). The NTSU system is an airborne, electro-optic, forward-looking infra-red, turreted sensor package that provides long-range surveillance, high-altitude600px-US-DeptOfNavy-Seal.svg target acquisition, tracking, range-finding, and laser designation for the USMC. Work will be performed in Merrimack, New Hampshire, and is expected to be completed by April 2020. Fiscal 2013 National Guard and Reserve equipment appropriation funding in the amount of $13,500,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was negotiated on a sole source basis in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. The Naval Surface Warfare Center-Crane Division, Crane, Indiana, is the contracting activity (N00164-15-D-JQ30).

General Dynamics, National Steel and Shipbuilding Co., San Diego, California, is being awarded a $24,161,138 cost-plus-award-fee, cost-plus-incentive-fee, with firm-fixed-priced and cost-only components contract for littoral combat ships (LCS) sustainment execution in support of LCSs homeported in or visiting San Diego, California. This sustainment execution contract is for both LCS variants. The company will be to provide planned maintenance, facility maintenance, execution planning, accomplishment of Chief of Naval Operations availabilities, emergent and continuous maintenance, fly-away support and engineering support. This contract includes two options which, if exercised, would bring the cumulative value of this contract to $96,338,503. Work will be performed in San Diego, California, and is expected to be completed by April 2016. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $6,138,041 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-C-4313).

Costello Construction of Maryland Inc.,* Columbia, Maryland, is being awarded a $10,175,000 firm-fixed-price contract for construction of a parking garage for the Center for Cyber Security at the U.S. Naval Academy. The multi-level parking garage will have approximately 306 parking spaces, built with cast-in-place concrete frame, structural tee’s and panels on a pile foundation system. Special foundation features for the parking facility include pile foundation system and earth berm, including underground retaining wall structure and waterproofing. Environmental mitigation includes relocation of an existing bio-retention feature. Work will be performed in Annapolis, Maryland, and is expected to be completed by October 2016. Fiscal 2015 military construction (Navy) contract funds in the amount of $10,175,000 are being obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with three proposals received. The Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity (N40080-15-C-0151).

Hamilton Sundstrand Corp., Rockford, Illinois, is being awarded $7,573,995 for firm-fixed-price delivery order 7009 against previously awarded contract (N00383-12-D-001N) for the repair of the V-22 Osprey aircraft constant frequency generator. Work will be performed in Rockford, Illinois, and work is expected to be completed by Sept. 30, 2016. Fiscal 2015 working capital (Navy) funds in the amount of $7,573,995 will obligated at the time of award and will not expire before the end of the current fiscal year. This contract was not competitively procured in accordance with FAR 6.302.1. Naval Supply Systems Command Weapon Systems Support, Contracting Department, Philadelphia, Pennsylvania, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Graybar Electric Co. Inc., St. Louis, Missouri, has been awarded a maximum $23,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, prime-vendor contract for maintenance, repair, and operations for the Southwest Zone 1 region. This contract was a sole-source acquisition. This is a four-month bridge contract. Location of performance is Missouri, with an Aug. 24, 2015, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-15-D-0025).

Science Application International Corp., Fairfield, New Jersey, has been awarded a maximum $21,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, prime-vendor contract for maintenance, repair, and operations for the Southwest Zone 2 region. This contract was a sole-source acquisition. This is a four-month bridge contract. Location of performance is New Jersey, with an Aug. 24, 2015, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-15-D-0026).

AIR FORCE

Mirador Enterprises Inc., El Paso, Texas (FA4801-14-D-0002 P0003); Mesa Verde Enterprises Inc., Alamogordo, New Mexico (FA4801-14-D-0003 P0001); Dawn Inc./McTech Corp. JV, Albuquerque, New Mexico (FA4801-14-D-0005 P0001); R-Con Construction Inc., Las Cruces, New Mexico (FA4801-14-D-0004 P0001); E-Corp., and Albuquerque, New Mexico (FA4801-14-D-0006 P0001), have been awarded individual indefinite-delivery/indefinite-quantity contract modifications valued at $3,000,000 for a combined $15,000,000 to exercise an option year. Contractor will provide basic construction services. Work will be performed at or near356px-Seal_of_the_US_Air_Force.svg Holloman Air Force Base, New Mexico, and is expected to be complete by June 15, 2016. No funds are being obligated at the time of award. The 49th Contracting Squadron, Holloman Air Force Base, New Mexico, is the contracting activity.

Lockheed Martin, Fort Worth, Texas, has been awarded a $14,050,549 cost-plus, firm-fixed-price modification (P00580) to previously awarded contract FA8611-08-C-2897 for F-22 sustainment. Contractor will provide trainer hardware modifications, training system development, and distributed mission operations federation and integration. Work will be performed at Langley Air Force Base, Virginia; Elmendorf Air Force Base, Alaska; Tyndall Air Force Base, Florida; Hickam Air Force Base, Hawaii; Sheppard Air Force Base, Texas; and St. Louis, Missouri, and is expected to be complete by Dec. 31, 2017. Fiscal 2015 aircraft procurement funds for trainer hardware modifications in the amount of $2,110,680, fiscal 2015 operations and maintenance funds for training system development in the amount of $10,056,939 and fiscal 2015 operations and maintenance funds for distributed mission operations federation and integration in the amount of $1,882,930 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8611-08-C-2897).

Mirador Enterprises Inc., El Paso, Texas, has been awarded a $9,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract modification (P00002) to exercise an option on previously awarded contract FA4801-14-D-0007 for construction services. Contractor will provide basic construction type services. Work will be performed at or near Holloman Air Force Base, New Mexico, and is expected to be complete by June, 15, 2016. No funds are being obligated at the time of award. The 49th Contracting Squadron, Holloman Air Force Base, New Mexico, is the contracting activity.

United Launch Services LLC, Littleton, Colorado, has been awarded a $138,041,011 firm-fixed-price modification (P00086) to previously awarded contract FA8811-13-C-0003 for launch vehicle production services (LVPS) under the terms of the requirements contract. Contractor will execute a requirement for fiscal 2015 LVPS in support of the launch vehicle configuration of one National Reconnaissance Office Atlas V 541. This modification also procures backlog transportation for the GPS IIF-10 and GPS IIF-11 missions as well as mission specific commodities for the MUOS-4 mission. Work will be performed at Centennial, Colorado; Decatur, Alabama; Vandenberg Air Force Base, California; and Cape Canaveral Air Force Station, Florida, and is expected to be complete by July 29, 2017. Fiscal 2015 Air Force missile procurement and Navy weapons procurement funds in the amount of $138,041,011 are being obligated at the time of award. Launch Systems Directorate, Space and Missiles Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

HX5, Ft. Walton Beach, Florida, has been awarded a $24,162,581 cost reimbursable contract for advisory and assistance services (A&AS). Contractor will provide A&AS for the Munitions Division and the Range Systems Branch to support of the Air Force Life Cycle Management Center. Work will be performed at Hill Air Force Base, Utah, and is expected to be complete by May 30, 2020. Two 8(a) owned small businesses were solicited within Pool 6 of the General Services Administration One Acquisition Solution for Integrated Services contract. Fiscal 2015 ammunition, other procurement, operations and maintenance and research, development, test and evaluation funds in the amount of $2,886,912 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8622-15-F-8111).

Weldin Construction LLC, Palmer, Alaska, has been awarded a $20,000,000 indefinite-quantity contract for simplified acquisition of base engineer requirements. Contractor will provide a broad range of maintenance, repair and minor construction work. Work will be performed at Joint Base Elmendorf-Richardson (JBE-R), Alaska, and is expected to be complete by April 19, 2017. This award is the result of a competitive acquisition with two offers received. Funds will be obligated on individual task orders. The 673d Contracting Squadron, JBE-R, Alaska, is the contracting activity (FA5000-15-D-0007).

Department of the ArmyARMY

General Dynamics C4 Systems, Taunton, Massachusetts, was awarded a $36,445,076 firm-fixed-price multi-year contract to produce and repair all of the products required in support of the Warfighter Information Network-Tactical (WIN-T) Increment 1. Funding and work location will be determined with each order with an estimated completion date of April 20, 2018. Bids were solicited via the Internet with three received. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W15P7T-15-D-0014).

SAIC, McLean, Virginia, was awarded a $16,691,136 modification (003768) to foreign military sales contract W31P4Q-05-A-0031(Afghanistan, Australia, Bahrain, Central African Republic, Chad, Djibouti, Dominican Republic, Egypt, France, Georgia, and Germany) for systems and computer resources support for the Aviation and Missile, Development and Engineering Center (AMRDEC), Software Engineering Directorate (SED), Army Research, Development and Engineering Command with an estimated completion date of Feb. 20, 2017. Fiscal 2015 operations and maintenance (Army) and research development, testing, and evaluation funds in the amount of $16,691,136 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Kitware Inc., Clifton Park, New York, was awarded a $9,500,000 firm-fixed-price contract for research and development to the Defense Department Computational Model Builder. Funding and work location will be determined with each order with an estimated completion date of April 19, 2020. One bid was solicited with one received. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912HZ-15-D-0003).

DEFENSE LOGISTICS AGENCY

Inficon Inc., East Syracuse, New York, has been awarded a maximum $46,800,000 fixed-price with economic-price-adjustment contract for medical items and accessories. This contract was a competitive acquisition, and 70offers were received. This is a five-year base contract. Location of performance is New York with an April 20, 2020, performance completion date. Using military services are Army, Navy, AirDefense_Logistics_Agency Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-15-D-0010).

General Dynamics Land Systems Inc., Sterling Heights, Michigan, has been awarded a maximum $8,026,367 firm-fixed-price contract for tank fire control switchboards. This contract was a sole-source acquisition. This is a two-year base contract with no option periods. Locations of performance are Michigan and Florida with a March 10, 2017, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-15-C-0088).

pitanim

 


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

AIR FORCE

Pratt & Whitney, Military Engines, East Hartford, Connecticut, has been awarded a $325,000,000 indefinite-delivery/indefinite-quantity contract for Versatile Affordable Advanced Turbine Engines (VAATE) III and beyond. The VAATE program is a joint government and industry effort to develop revolutionary and innovative technologies by the 2017 timeframe that will permit an order of magnitude increase in turbo-propulsion affordability over the year 2000 state-of-the-art technology. This effort focuses on Phase III of the VAATE program with future efforts for beyond Phase III. Work will be performed in East Hartford, Connecticut, and is expected to be356px-Seal_of_the_US_Air_Force.svg complete by April 27, 2023. This award is the result of a competitive acquisition with 34 offers received. Fiscal 2014 and 2015 research, development, test and evaluation funds in the amount of $421,000 are being obligated for task order 0001 at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-15-D-2502).

CAM-NVE JV, Dayton, Ohio (FA8601-15-D-0012); Dawn Inc., Warren, Ohio (FA8601-15-D-0009); Diversified Facility Solutions, Cincinnati, Ohio (FA8601-15-D-0010); Doyon Management Services LLC, Canton, Ohio (FA8601-15-D-0013); H2L1-CSC JV LLC, Cleveland, Ohio (FA8601-15-D-0014); PCI-BBCS LLC JV, Dayton, Ohio (FA8601-15-D-0008); PPW Builders and J&S Construction Co. JV, Cleveland, Ohio (FA8601-15-D-0011); and RDT-Semper Tek JV LLC, Florence, Alabama (FA8601-15-D-0015), have each been awarded a contract under the multiple award construction contract $100,000,000 (maximum amount) indefinite-delivery/indefinite-quantity contract program for design-build and design-bid-build construction projects. Contractor will provide a broad range of maintenance, repair, alteration and/or new construction work on various real property facilities. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by April 27, 2020. This award is the result of a competitive acquisition with 13 offers received. Funds will be obligated at the task order level under this contract. Air Force Lifecycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Ft. Worth, Texas, is being awarded a $142,683,533 modification to a previously awarded cost-plus-incentive-fee contract (N00019-02-C-3002) to continue development of the Joint Strike Fighter Autonomics Logistics Information System Standard Operating Unit Version 2 capability development effort. This modification includes the incorporation of sub-squadron reporting, dynamic routing, and decentralized maintenance capabilities. Work will be performed in Orlando, Florida (80 percent); and Fort Worth, Texas (20 percent), and is expected to be completed in July 2017. Fiscal 2015 research, development, test and evaluation (Navy, Marine Corps, and Air Force) funds in the amount of $18,576,713 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Undersea Systems, Annapolis, Maryland, is being awarded a $31,653,045 firm-fixed-priced, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity requirements contract for depot level repair, maintenance, and modifications of the AN/AQS-24 Mine Detecting System to support the Navy for the currently deployed Airborne Mine Countermeasures legacy systems. This follow-on contract includes the technical support, analysis, repair, modification, interface equipment, and engineering support and all depot repairs and incorporation of engineering change proposals, including the updates of all integrated logistics support documentation to support the conversions and sustainment. The AN/AQS-24 is currently fielded for use by the Navy to conduct quick response, high-speed airborne mine countermeasures. This contract includes options which, if exercised, would bring the cumulative value of this contract to $84,520,065. Work will be performed in Annapolis, Maryland, and is expected to be completed by April 2016. No funding will be obligated at the time of award. The contract was not competitively procured in accordance with FAR 6.302-1(a)(2)(iii) – only one responsible source and no other supplies or services will satisfy agency requirements. Naval Surface Warfare Center – Panama City Division, Panama City, Florida, is the contracting activity (N61331-15-D-0011).

Electric Boat Corp., Groton, Connecticut, is being awarded a $13,075,119 modification to previously awarded contract (N00024-13-C-2128) for procurement of Diesel Generator Set Detail Design. The contractor will be designing a diesel engine and generator in support of the Ohio Replacement Program. Work will be performed in Groton, Connecticut, and is scheduled to be completed by January 2017. Fiscal 2015 research and development funding in the amount of $8,000,000 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

ARMY

Turner Construction Co., New York, New York, was awarded a $28,263,125 firm-fixed-price contract to design and build the collaboration center, visitors screening facility and repository at Redstone Arsenal, Alabama, with an estimated completion date of April 27, 2017. Bids were solicited via the Internet with 15 received. Fiscal 2011 other procurement funds in the amount of $28,263,125 were obligated at the time of the award. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-15-C-0002).

EMCOR Government Services. Inc., Arlington, Virginia, was awarded a $24,365,827 modification (P00034) to contract W9124A-13-C-0002 for base services facilities maintenance operations and maintenance. Work will be performed at Ft. Huachuca, Arizona, with an estimated completion date of Oct. 31, 2017. Fiscal 2015 operations and maintenance (Army) funds in the amount of $3,557,784 were obligatedDepartment of the Army at the time of the award. Army Contracting Command, Ft. Huachuca, Arizona, is the contracting activity.

Raytheon Co., Huntsville, Alabama, was awarded a $17,927,191 modification (P00039) to contract W31P4Q-12-C-0120 for a 30-day contract extension for integrated air and missile defense component plug and flight A-kit support requirements. Work will be performed in Huntsville, Alabama, with an estimated completion date of Nov. 30, 2015. Fiscal 2015 research, development, testing, and evaluation funds in the amount of $17,000,000 were obligated at the time of the award. Army Contracting Command Redstone, Arsenal, Alabama, is the contracting activity.

Interstate Electrical Contractors Inc.,* Wheat Ridge, Colorado, was awarded a $10,988,000 firm-fixed-price contract with options to increase the Ft. Randall, South Dakota, switchyard bus from the existing 1,200 Amp rating to a 2,000 Amp rating, required to meet Western’s Emergency Line Ratings. Work will be performed in Pickstown, South Dakota, with an estimated completion date of Nov. 13, 2017. Bids were solicited via the Internet with two received. Fiscal 2015 other procurement funds in the amount of $10,988,000 were obligated at the time of the award. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-15-C-0011).

Lockheed Martin Corp., Orlando, Florida, was awarded a $10,466,558 fixed-price-incentive foreign military sales contract (UAE) to procure AH-64 Helicopter Modernized Target Acquisition Designation Sight, performance based logistics, and contractor engineering technical service program. Work will be performed in Orlando, Florida, with an estimated completion date of April 27, 2019. One bid was solicited with one received. Fiscal 2015 other procurement funds in the amount of $1,059,837 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-C-0045).

Stanley Assoc., Fairfax, Virginia, was awarded an $8,640,071 cost-plus-fixed-fee contract with options for the sustainment of Army prepositioned stock. Work will be performed in Rock Island, Illinois; Charleston, South Carolina; Afghanistan; Korea; Italy; Germany; Kuwait; and Qatar, with an estimated completion date of Oct. 31, 2015. One bid was solicited with one received. Fiscal 2015 operations and maintenance (Army) funds in the amount of $8,640,071 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-C-0039).

720px-US-DefenseInformationSystemsAgency-Logo.svgDEFENSE INFORMATION SYSTEMS AGENCY

Hewlett-Packard Co., Herndon, Virginia, was awarded a ceiling $469,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for global content delivery services (GCDS). GCDS will provide flexibility and scope of services sufficient to meet current and future content delivery environment workload, security, availability, scalability, and modernization requirements, while maintaining uninterrupted continuous access and problem escalation/resolution support. Work will be performed at Defense Information Systems Agency-approved locations worldwide, with an estimated completion date of June 29, 2018. If all options are exercised, the estimated completion date will be June 29, 2021. Fiscal 2015 Defense Working Capital Funds in the amount of $10,000 are being obligated at award on the first delivery order to satisfy the minimum guarantee. Bids were solicited through the Internet, and three proposals were received. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1028-15-D-0006).

AT&T Technical Services Co. Inc., Herndon, Virginia, was awarded a ceiling $43,587,859 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for temporary telecommunications services in support of the Defense Information Systems Agency. Work will be performed at locations throughout the continental U.S., with an estimated completion date of April 30, 2016. If all options are exercised, the estimated completion date will be April 30, 2020. Fiscal 2015 operations and maintenance funds in the amount of $3,000 will be obligated on the first task order to satisfy the minimum guarantee. Bids were solicited through the Internet, and one proposal was received. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1013-15-D-0001).

ARMY

General Dynamics Information Technology Inc., Fairfax, Virginia, was awarded a $49,500,000 time and materials multi-year contract to support Department of Defense legacy telephone systems, information systems, data processing systems, and digital communication systems from multiple manufacturers.Department of the Army Funding and work location will be determined with each order with an estimated completion date of April 24, 2018. Bids were solicited via the Internet with four received. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-D-0062).

Manson Construction Co., Seattle, Washington, was awarded a $39,520,500 firm-fixed-price contract with options for construction of 4,000 feet of a new west leg training wall and 2,100 feet of a new east leg training wall which will reduce water velocity at the convergence of the inner coastal waterway and the St. John’s River, to include dredging of the confluence. Work also includes demolition of Coast Guard structure foundations and coordinating with the Coast Guard to allow its crews to remove and reinstall three aid-to-navigation structures. Work will be performed in Jacksonville, Florida, with an estimated completion date of Aug. 20, 2016. Bids were solicited via the Internet with four received. Fiscal 2015 other procurement funds in the amount of $39,520,500 were obligated at the time of the award. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-15-C-0006).

Netcentrics Corp.,* Herndon, Virginia was awarded a $18,185,917 modification (ZW01) to contract W91QUZ-11-D-0011 for management services for the Army Corps of Engineers information technology (IT) hardware catalog, integration services and purchase of IT equipment and accessories. Work will be performed in Herndon, Virginia, with an estimated completion date of April, 23, 2017. Fiscal 2015 other procurement funds in the amount of $18,185,917 were obligated at the time of the award. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

Macro-Z Technology Co.,* Santa Ana, California, was awarded a $17,092,932 firm-fixed-price contract with options for Phase I construction of the Joint Regional Deployment Processing Center, March Air Reserve Base, California, with an estimated completion date of March 15, 2017. Bids were solicited via the Internet with six received. Fiscal 2015 military construction funds in the amount of $17,092,932 were obligated at the time of the award. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-15-C-0009).

600px-US-DeptOfNavy-Seal.svgNAVY

DRS Laurel Technologies, Johnstown, Pennsylvania, is being awarded a $15,513,814 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Common Display System (CDS) Technology Insertion 12 production. The CDS is a family of display systems which provides the Navy with an enterprise display solution on Navy surface ships with potential for U.S. Marine Corps and Allied forces use. CDS was initially developed to support DDG 1000 and Aegis Modernization, but has been expanded to all Aegis CGs and DDGs, CVNs, and amphibious ships to include LHAs and LSDs, and is being considered for use in Navy aircraft and submarines. This contract includes options which, if exercised, would bring the cumulative value of this contract to $96,300,000. Work will be performed in Johnstown, Pennsylvania, and is expected to be completed by April 2016. Fiscal 2015 other procurement (Navy) funding in the amount of $2,831,148 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with two offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-D-5210).

Vigor Marine LLC, Portland, Oregon, is being awarded an $8,730,074 firm-fixed-price contract for a 55-calendar day regular overhaul and drydocking availability of the USNS Guadalupe (T-AO 200), a Military Sealift Command fleet replenishment oiler. Work will include port main engine overhaul; docking, undocking, and underwater hull cleaning and painting; and cargo tank preservation. The primary mission of USNS Guadalupe is to provide fuel to Navy ships at sea and jet fuel to aircraft assigned to aircraft carriers. This contract includes options, which if exercised, would bring the total contract value to $9,177,702. Work will be performed in Portland, Oregon, and is expected to be completed by Aug. 1, 2015. Fiscal 2015 operation and maintenance (Navy) funds in the amount of amount of $9,177,702 will be obligated at the time of award, and funds will expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with two offers received. The Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N32205-15-C-1005)

Stronghold Engineering Inc., Riverside, California, is being awarded $7,377,218 for firm-fixed-price task order 0040 under a previously awarded multiple award construction contract (N62473-10-D-5483) for design and construction to repair the base-wide telephone and communication infrastructure cabling systems damaged by wildfires at the Marine Corps Base Camp Pendleton. Work will be performed in Oceanside, California, and is expected to be completed by May 2016. Fiscal 2015 operation and maintenance (Marine Corps) contract funds in the amount of $7,377,218 are being obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

AIR FORCE

Raytheon Co., McKinney, Texas, has been awarded an $11,699,316 modification (0006) to previously awarded contract FA8620-11-G-4050. Contractor will provide nine multi-spectral targeting systems B turret units, HD electronic units, and associated containers. Work will be performed at McKinney, Texas, and is expected to356px-Seal_of_the_US_Air_Force.svg be complete by Dec. 31, 2016. This contract involves foreign military sales to France. Fiscal 2015 aircraft procurement funds in the amount of $10,399,392 are being obligated at the time of award for the U.S. portion. Air Force Lifecycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity.

pitanim

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

$
0
0

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

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

FedBizOpps – Procurements

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

R — RFERL Azeri TV Programming bbg50R150030 051515 Diane Sturgis, Contract Specialist, Phone 202-382-7849, Fax 202-382-7854, Email dsturgis@bbg.gov – Alisa Martine, Contract Specialist, Phone 202-203-4176, Fax 202-382-7877, Email amartine@bbg.gov General Information

Document Type:                               Combined Synopsis/Solicitation

Solicitation Number:                      BBG50-R-15-0030

Posted Date:                                     April 30, 2015

Original Response Date:                               May 15, 2015

Contracting Officer Address:

Broadcasting Board of Governors (BBG)

Attn: Diane Sturgis, Contract Officer

330 Independence Avenue, SW Suite 4360

Washington, DC 20237

THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate WRITTEN SOLICITATION WILL NOT BE ISSUED.   The solicitation number BBG50-R-15-0030 is issued as a request for proposal (RFP) for the acquisition of Broadcasting Services, in support of the Broadcasting Board of Governors   330 Independence Avenue, Washington, D.C., 20237.

SPECIFICATIONS/STATEMENT OF WORK:

The Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), Office of Strategy and Development (OSD) in Prague, Czech Republic, is seeking a satellite TV channel that has the ability to reach mass audiences with coverage throughout Turkey and Azerbaijan.

The Network shall broadcast RFE/RL Azerbaijani program on Friday at 1900-1945 Istanbul   time, with the airing not varying more than two minutes from the time agreed upon. Samples can be found here:

https://www.youtube.com/watch?v–tZWUb4oz6I

BBG is authorized to produce this program in any way it sees fit, so long as it does not violate the laws of Turkey.

Network shall broadcast the program in its entirety, without alteration, abridgement or excerption.  However, Network shall have the right to determine whether the program is in accordance with the laws of Turkey.

;Program shall be transmitted by BBG via satellite or Internet/FTP – with technical details of the transmission to the Network(s) and feed transmission times to be mutually agreed upon.

Each party shall identify points of contact to discuss any alteration of the program‘s scheduled playback, or other technical or administrative details in advance.

PAYMENT AND BILLING

Payment from BBG shall be in arrears in United States Dollars (USD), net 30 days upon proper invoice.

BROADCAST EFFECTIVE DATES

Effective date for this procurement shall be June 20, 2015.  Duration of this procurement shall be twelve (12) months ending June 19, 2016, with two (2), one-year option year periods available to be exercised partially or in full subject to the availability of funding.

EVALUATION CRITERIA:

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

The Offeror shall submit a proposal that delineates its technical ability and relevant expertise to perform the work described in the Statement of Work (SOW), including reaching audience throughout the city of Istanbul and outlying areas in Turkey.   The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will represent the Best Value to the Government .   The following factors shall be used to evaluate offers:

(i)                    Technical Approach

a.       Experience – 2 years minimum in TV broadcast programming

b.       Capability – to reach mass audiences located in Turkey and Azerbaijan.

(ii)                  Price (for the base period and two option year period)

a.       June 20, 2015 – June 19, 2016

b.       June 20, 2016 – June 19, 2017

c.        June 20, 2017 – June 19, 2018

(iii)                 Past Performance –the offeror’s past performance in working with BBG’s broadcasters and in contract compliance regarding pre-emptions shall be considered.

Offers will not be accepted from agents; from principals only.

RELEVANT EXPERIENCE : The Offeror shall list its experience with supporting documentation.

PAST PERFORMANCE: (ATTACHMENT B) The offeror shall submit three (3) past performance examples of current or previous contracts within the past three (3) years immediately preceding the issuance of this solicitation to be considered recent.   Past performance information must include name of agency serviced or being serviced, name, telephone number and email address of agency point of contact; contract number, value of contract, nature of work performed, and the period of performance.   Offerors are advised that the Government may use past performance information obtained from centralized past performance databases and sources other than those identified by the offerors and the information obtained may be used for both the responsibility determination and the best value decision.   The absence of past performance data will be rated neither favorably nor unfavorably. Contracts listed may include those entered into with Government agencies or the private sector.   For contractors with no relevant corporate past performance, the Government may take into account information regarding the past performance of predecessor companies, key personnel with relevant past performance.

Technical Qualifications and Past Performance, when combined, are approximately equal to price.

BASIS FOR AWARD

The procurement is being conducted under the authority of Federal Acquisition Regulation (FAR) part 12 Commercial Items. Best value is defined as the expected outcome of an acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement in accordance with FAR 2.101

The Government reserves the right to make a selection based upon the initial proposals submissions so the offeror should submit its best terms in the initial proposal. The Government also reserves the right to make multiple awards for this requirement.

BASE PERIOD :   Effective date for this procurement shall be June 20, 2015 .   Duration of this procurement shall be twelve (12) months, ending June 19, 2016 with two (2) additional, one year- periods.

OPTION PERIOD(S): Prior to the end of the Base Period, this agreement may be extended, confirmed in writing, for two (2) additional, one-year periods under the same terms and conditions as the Base Period. The total duration of the Agreement including extensions shall not exceed three (3) years or through June 19, 2018 .

Option Year 1:    June 20, 2016 – June 19, 2017

Option Year 2:   June 20, 2017 – June 19, 2018

BBG may extend the term of this Agreement by written notice to Broadcasting Entity within seven (7) calendar days of the Agreement’s expiration; provided that BBG gives Broadcasting Entity a preliminary written notice of its intent to extend at least thirty (30) days before the Agreement expired. The preliminary notice does not commit the BBG to an extension.

The Parties agree that BBG may partially exercise any option and may do so multiple times up to the point that the option has been fully exercised. Broadcasting Entity, however, will not be entitled to any compensation beyond the total amount of the option exercised. If BBG partially executes an option, Broadcasting Entity’s sole obligation is to provide the ordered portion and BBG’s sole obligation is pay for the ordered portion. If BBG partially executes an option, BBG’s partial execution will not imply BBG will execute the remainder of the option. If BBG partially executes the option and does not execute the remainder of the option, BBG will have no further obligation under the contract to Broadcasting Entity, that is, BBG’ s entire obligation to Broadcasting Entity will be to pay for the ordered portion (and any previously ordered portions). The option year period is subject to the availability of funds per FAR 52.232-19.

52.232-19 Availability of Funds for the Next Fiscal Year.

As prescribed in 32.706-1 (b), insert the following clause: AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984)

Funds are not presently available for performance under this contract beyond June 19, 2016. The Government’s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond June 19, 2016, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer.

(End of clause)

Offers are due no later than 12:00 p.m. EDT on Friday, May 15, 2015 via mail carriers of delivery to the address shown above or by e-mail to dsturgis@bbg.com and amartine@bbg.gov .   NO FAX PROPOSALS WILL BE ACCEPTED. All offers must be signed.

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

https://www.sam.gov/portal/public/SAM/

The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
I. CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract. THE RESULTANT CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE COR TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER, MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED CHANGES. (End of Clause)

Proposals that do not include pricing for the option period shall be deemed incomplete and will not be eligible for review.

QUESTIONS: If the offeror is uncertain as to any requirements of the specification(s), such questions should be directed to the Contracting Officer.   Questions should be submitted via email to dsturgis@bbg.com and amartine@bbg.gov .   Questions must be received no later than 1:00 p.m. (EDT) on Wednesday, May 6, , 2015.   Questions which are not submitted in writing or are submitted after 1:00 p.m. (EDT) on Wednesday, May 6, 2015, will not be addressed.   Responses to the questions submitted, if/as appropriate, will be responded to via an amendment to the solicitation only, which will be posted to FEDBIZOPPS.

ADDITIONAL INFORMATION: TELEPHONE INQUIRES WILL NOT BE ACCEPTED.

This acquisition is being solicited as Full and Open Competition.     The associated NAICS code for this procurement is 515111/515120. The Government intends to award a Single Firm-Fixed Price contract but reserves the right to make multiple awards as a result of this solicitation.   APPLICABILITY OF FAR PROVISIONS:

Place of Performance: RFERL Czech Republic US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/bbg50R150030/listing.html

OutreachSystems Article Number: 150501/PROCURE/0089 Matching Key Words: broadcast*; program?;

Department of Homeland Security, Federal Emergency Management Agency, Acquisition Operations Division (AOD), 500 C Street SW Patriots Plaza — 2nd Floor Washington DC 20472

R — Certified CPA for Special Community Disaster Loan Program HSFE80-15-R-0026 051115 Sharon D Edwards, Contracting Officer, Phone 2027144838, Email sharon.edwards3@fema.dhs.gov CPA Needed to Provide Professional and Technical expertise to evaluate, analyze and review the Appeal Documentation submitted by St. Tammy Parish Fire District#12 in Louisiana.
STATEMENT OF WORK:

PROJECT TITLE :
Special Community Disaster Loan Program Appeal – St. Tammany Parish Fire District #12 (Louisiana)

II. PURPOSE:
FEMA’s is requesting contract support for the review, analysis, research and written responses to the Special Community Disaster Loan (SCDL) program second appeal for St. Tammany Parish Fire District #12 (Louisiana). The contract is necessary to employ technical and programmatic expertise to ensure that responses are technically sound and consistent with the laws, regulations,360px-US_Department_of_Homeland_Security_Seal.svg and policies that govern the Public Assistance (PA) Program. The contract will provide effective management and administration of the appeal process to ensure that responses are coordinated effectively with Headquarters and Regional offices, prepared efficiently and completed within regulatory timeframes.

III. BACKGROUND:
The Robert T. Stafford Disaster Relief and Emergency Assistance Act, Section 417, 42 U.S.C 5184 (hereafter referred to as the Stafford Act), authorizes the President to provide Federal Assistance to supplement State, Tribal and local efforts to respond to and recover from emergencies and major disasters. The Federal Emergency Management Agency (FEMA), a component of the Department of Homeland Security (DHS), coordinates the delivery of assistance under the Stafford Act and provides grants and loans through the Public Assistance Program to provide assistance for the extraordinary costs for response and recovery activities.
FEMA may make a SCDL available, subject to Congressional loan authority, to any local government that has suffered a substantial loss of tax and other revenues as a result of a Presidentially-declared major disaster and demonstrates a need for Federal financial assistance in order to provide essential services (Special CDL Program). The funds can only be used to maintain existing functions of a municipal operating character. Applicants must be in a designated major disaster area and must demonstrate that they meet the specific conditions of FEMA Disaster Assistance Regulations 44 CFR Part 206, Subpart K, Community Disaster Loans and The Consolidated and Further Continuing Appropriations Act of 2013 (P.L. 113-6) Section 564.
Upon declaration of a major disaster, application for a SCDL is made through the Governor’s Authorized Representative (GAR) to the FEMA Regional Administrator in accordance with FEMA Disaster Assistance Regulations, 44 CFR 206.374. The Assistant Administrator of the Recovery Directorate or its designee approves or disapproves the loan. The loan must be approved in the fiscal year of the disaster or the financial year immediately following. If a loan application is disapproved, in whole or in part, a revised application may be resubmitted by the local government within 60 days of the date of the disapproval.
After the third fiscal year post-disaster, FEMA analysts evaluate the financial situation of the grantee and determine their ability to re-pay the loan funds drawn. If this review concludes that the grantee has a cumulative operating deficit equal to the amount drawn and also had a revenue loss during the 5 to 7 years post-disaster, the loan may be forgiven in part or in full. Once a determination is made, grantee has 60 days from determination date to appeal this determination.

IV. APPLICABLE DOCUMENTS : 44 CFR Part 206, Subpart K, §206.370-206.399, Special Community Disaster Loans and the Consolidated and Further Continuing Appropriations Act, 2013 (P.L. 113-6) § 564.

V. SPECIFIC TASKS:

The offeror shall provide professional and technical expertise to evaluate, analyze and review the appeal documentation submitted by St. Tammany Parish Fire District #12 in accordance with the provisions of 44 CFR Part 206 and The Consolidated and Further Continuing Appropriations Act of 2013 (P.L. 113-6), Section 564. The results of the review, including recommendations, shall be documented in a written report based on guidance from applicable regulations.

1) The contractor assigned to the appeal shall have a working knowledge of FEMA regulations in order to develop and provide sound recommendations to FEMA HQ on the eligibility of the work being appealed. The contractor shall gather and review appeal documentation and perform related research. This will include the review and feedback of previously made decisions. Research will require the reviewer to understand the laws, regulations and policies that govern the Program.
2) For the appeal reviewed, the contractor shall prepare a letter/memo stating the following (via electronic means):
(1) Background information regarding loan to include loan number, date loan approved, loan amount and amount drawn;
(2) Applicant’s basis for reconsideration;
(3) Analysis performed to support findings; and
(4) Findings/recommendations
3) The contractor shall complete the appeal review and provide written recommendations.
4) The contractor shall provide effective Management and Administration of the appeals process to ensure that the required deliverables are coordinated and completed within the programmatic regulatory timeframes.
5) The contractor shall successfully execute all the Objectives and Deliverables listed herein within the period of performance, unless there is a more innovative approach to said objectives.
FEMA will provide the following information for the appeal review:
1) Full cancellation analysis,
2) Applicant’s audits (Special CDLs are anywhere from 5 to 7 years post disaster),
3) Any additional information not provided in the original cancellation application.

VI. TECHNICAL REQUIREMENTS
The contractor shall provide support on the appeal process under the SCDL program to include but not limited to: analyses, cost estimating, review, writing determination, decision paper and proving recommendations based upon historical data.
 The Government is requesting one (1) technical specialist. The Technical Specialist involved in the review shall:
 Be a Certified Public Accountant (CPA) with a minimum of five years of relevant professional experience.
 Have working knowledge of federal accounting practices and standards.
 Have skills in technical writing.
 A working knowledge of FEMA’s PA Program is preferred. The Technical Specialist is being requested to assist with the development of recommendations to FEMA Headquarters on the PA Program eligibility of the work being appealed (accounting/CDL Program).

 The offeror shall specify the name, title, educational background, relevant work experience, and number of hours proposed for the Technical Specialist.

 The offeror will be required to provide a Conflict of Interest statement identifying how the offeror will manage and control potential and perceived conflicts. The offeror must provide a detailed past work history of the Technical Specialist who will be employed on this contract, and such information shall be made public upon award of the contract. At a minimum, the offeror’s proposed Technical Specialist shall have no prior input in providing the initial SCDL recommendation(s) for St. Tammany Parish Fire District #12 while performing on behalf of FEMA or a FEMA contractor/subcontractor. Beyond this limitation, the offeror shall be evaluated for their entire work history with FEMA or a FEMA contractor and/or subcontractor for any appearance or actual conflict of interest, or other factors which could otherwise prejudice the independence of the offeror. If the offeror has current or past work history with the SCDL program, the offeror should include their participation in the project and describe in detail all duties performed.

VII. DELIVERABLES AND DELIVERY SCHEDULE:

The Contractor must provide the following deliverable:

Deliverables Tasks Due Date
Written Recommendations 1 3 weeks from date of award

VIII. GOVERNMENT-FURNISHED EQUIPMENT AND INFORMATION:
The Contractor shall provide all materials, tools, equipment, labor and supervision necessary to perform the requisite tasks.

IX. PLACE OF PERFORMANCE: Most of the work can be completed off-site and at the contractor’s respective home office location.

X. PERIOD OF PERFORMANCE: Three (3) weeks from date of award

XI. SECURITY : Upon award, the technical specialist must report to: The Community Disaster Loan Program Manager. Contact information to be announced at time of award.

Place of Performance: Most of hte work can be completed off-site and at the Contractor’s respective home office location US URL: https://www.fbo.gov/spg/DHS/FEMA/PP5-2/HSFE80-15-R-0026/listing.html

OutreachSystems Article Number: 150501/PROCURE/0092 Matching Key Words: writ*; technical; operating;

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

99 — DHS Industry Engagement Event – February 25, 2015 DHS_Industry_Engagement_Event Harrison Smith, Industry Liaison, Email harrison.smith@hq.dhs.gov The purpose of this update is to post the following documents from the Strategic Industry Conversation event held February 25, 2015 in Washington, D.C.:

• Presentation on the Secretary’s Unity of Effort Initiative
• Presentation on Doing Business with DHS
• Summary Notes from the Event‘s Breakout Sessions

Video footage from the event is being compiled and will be posted to this Federal Business Opportunities notice as soon as possible. Please continue to monitor this notice for updates.
URL: https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/DHS_Industry_Engagement_Event/listing.html

OutreachSystems Article Number: 150501/PROCURE/0995 Matching Key Words: video*; business*; event?;

Department of the Interior, Bureau of Indian Affairs, BIA – DAPM, BIA SPRO 00003
100 NORTH RIVERSIDE DRIVE
Contracting Office
Anadarko
OK
73005-0368
US

R — Womens Basketball Head Coach A15PS00464 051915 BEGAY, JANICE WOMENS BASKETBALL HEAD COACH
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This600px-US-DeptOfTheInterior-Seal.svg announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Bureau of Indian Education (BIE), Haskell Indian Nations University Athletic Office intends to award a firm-fixed price contract in response to this Request for Proposals (RFP) for the Women’s Basketball Head Coach in Lawrence, KS.
The solicitation number for this procurement is A15PS00464 and is issued as a Request for Proposals (RFP).
The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-74 dated November 1, 2014.
This solicitation is a Buy Indian Small Business set-aside. The associated North American Industry Classification System code is 611620 and the small business size standard is $7.0 Mil.
NOTE: THIS IS A SHORT LEAD-TIME DUE TO URGENT NEED.
PRICE SCHEDULE: the proposed pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state, and local taxes) plus all other costs pertinent to the performance of this contract.
Please complete the following pricing schedule utilizing your most competitive and reasonable rate:
1. Services Base year 5/2015 – 04/30/2016
Women’s Basketball Head Coach services x $_________________ per month $___________________
2. Option Year One (05/01/2016 – 04/30/2017)
Women’s Basketball Head Coach services x $_________________ per month $___________________
3. Option Year Two (05/01/2017 – 04/30/2018)
Women’s Basketball Head Coach services x $_________________ per month $___________________
4. Option Year Three (05/01/2018 – 04/30/2019)
Women’s Basketball Head Coach services x $_________________ per month $___________________
PURPOSE:
Haskell Indian Nations University, Department of Athletic, is seeking a contractor to serve as an Women’s Basketball Head Coach Services beginning on May 2015 through April 30, 2016 with the possibility of three option years. The position exercises responsibility for planning, organizing, coordinating and controlling operations for a successful and competitive National Association of Intercollegiate Athletes (NAIA) varsity sport program.
General functions include:
– Compliance in accordance to university, NAIA and Midlands Collegiate Athletic Conference (MCAC) legislative policy
– Academic advisement and advancement
– Scouting and recruitment of talented student-athletes
– Offensive and defensive systems of play
– Scheduling of practices and games
– Pre-game and game day management
– Fundraising and general budget management
– Facilities and sport specific equipment operations
Instruction relevant to the sport
Masters degree preferred, but not required. Baccalaureate degree required. Degrees are preferred to be in discipline and/or sub-discipline of health, sport and exercise science or education (higher education, education administration, secondary physical education, etc.), but are not required. Contractor must have prior intercollegiate playing experience in Division I basketball. Contractor must have head coaching experience at the intercollegiate level, Division I level and demonstrate success as associate head coach or assistant coach in accordance with duties assigned; National Junior College Athletic Association. Demonstrated success is determined on winning percentage, successful recruiting class, athletic and academic honors of student-athletes, etc.
Contractor must have valid driver’s license. Contractor must successfully pass an extensive Federal background investigation.
Contractor must submit:
– a cost proposal
– academic credentialing
– resume or curriculum vitae
– Three letters of support from previous/current employers and/or clients.
Objectives
The goal of the contract is to secure an academically prepared, and a field-experienced coach dedicated in leading a team of intercollegiate female student-athletes to achieve success in the sport of basketball. The objectives include:
– successful instruction of the fundamentals of the sport: technical and tactical strategies for various systems of play
– compliance of legislative policies in accordance to the university, conference, and national governing body
– character development in concert with the NAIA Champions of Character Initiative
– athletic fitness development as a component of injury prevention, and the promotion of a successful sports performance
– leadership development and modeling for the student-athletes, athletic staff, university, and surrounding community
– administration of a successful sport program from a fiscal, operating, and university perspective
– create the capacity in the student-athlete to be successful in on and off the court through advisement, mentoring, knowledge building, and experiential learning opportunities
The result in contracting an experienced coach, who possesses the skill, knowledge, and ability in the sport of basketball will create the following results:
– post-season opportunities for competition
– recruitment of prospective talented student-athletes
– a highly competitive schedule (power ranked institutions)
– fundraising opportunities for the sport and athletic department
– successful media relations for the student-athletes, sport, and university
– the creation of future coaching pool for sport
Scope
Haskell Indian Nations University, under the governance of the Bureau of Indian Education expects the contacted yield a successful candidate for the position. The candidate will act in accordance to Federal regulations in representing the institution and the government in a positive manner. The contract is not to exceed a defined amount determined by the Government. Benefits, tax, and a high cost of living allocation is not available. Travel allocations will also cover expenses associated with recruitment of prospective student-athletes, and travel expected by the Athletic Department.
The contract proposal will be evaluated on adherence to the noted requirements, as well as past experience and performance. Prospective contractors will be ranked accordingly and a determination will be made as to which contractor has demonstrated the greatest value to the Federal Government as well as the Department of Athletics at Haskell Indian Nations University. The factor of proposal bid amount (price or cost) will not be considered as significant in comparison to fulfillment of requirements, experience and performance.
Tasks
In addition to outlined functions and objectives, the contractor is expected to demonstrate successful completion of the following tasks:
– provide completed athletic eligibility short-list to Faculty Athletic Representative (FAR) in a timely manner (at least one week prior to first competition)
– submit appropriate travel requests and authorizations in accordance with university policy (ten days prior to travel)
– submit appropriate requisitions for purchase of supplies and/or equipment in accordance with university policy (two weeks prior to date of service/product need)
– complete sport schedule for the upcoming season within two weeks if the release if the conference schedule
– submit sport schedule to the Director of Athletics prior to the end of the spring academic semester
– fulfill NAIA compliance as it relates to timely distribution of game film to visiting coaches, and as determined by the conference with distribution of scouting film
– complete NAIA eligibility short-list of prospective student-athletes for the upcoming season prior to the beginning of the fall academic semester
Contractor will be evaluated on fulfillment of outlined functions, successful demonstration of objectives, and timely completion of the aforementioned tasks.
Security
Contractor is expected to successfully pass the Federal background clearance for a position designation of ¿non-sensitive low risk.¿ Contractor will have contact with children, as well as to Federal IT systems and facilities.
Travel
Contractor is expected to secure travel arrangements (i.e. mode of transportation, lodging, meals, etc.) in accordance to Federal policy for the student-athletes, and self. Contractor is expected to travel with the team, and serve as the primary point of contact for the institution while the team is in travel status. Additionally, the contractor is expected to provide supervision and guidance of the team while on travel status, and respond accordingly when general concerns and/or emergencies present themselves.

Special Material Requirements
Contractor is expected to possess certification in basic first aid and cardiopulmonary resuscitation (CPR). Contractor is expected to complete the NAIA Character Driven Coaching Course prior to the start of the season. Contractor is expected to obtain Federal Identification in accordance with university standards at a time determined by Human Resources.

Place of Performance
The campus of Haskell Indian Nations University in Lawrence, Kansas will serve as the primary place of performance; with team and individual travel duties determined by the contract.
Period of Performance
The Contractor shall start work on May 2015 through April 30, 2016 if the Background Investigation is favorable For each option year, the contractor shall perform services from May 1st through April 30th with three (3) option years. Subject to FAR Clause 52.232-19, Availability of Funds for the Next Fiscal Year.
PERFORMANCE EVALUATION: The Haskell Indian Nations University Athletic Director (AD) for this project will evaluate work performance of Assistant Athletic Trainer Services.
PHYSICAL LOCATION: Work will be performed on the Haskell campus will serves as the primary place of performance; with team and individual travel duties determined by the contract.
SECURITY:
Contractor is expected to successfully pass the Federal background clearance for a position designated of “non-sensitive low risk.” Contractor will have contact with children, as well as to Federal IT systems and facilities.
SPECIAL MATERIAL REQUIREMENTS:
Contractor is expected to obtain Federal Identification in accordance with university standards at a time determined by Human Resources.
FAR Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition.
FAR Provision 52.212-2, Evaluation – Commercial — The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability, Past Performance and Price. Technical and Past Performance, when combined, are more important than price.
Offerors must include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The clauses cited within the clause as indicated below are applicable: FAR clauses 52.217-8, 52.217-9, 52.219-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-15, 52.223-18, 52.225-1, 52.225-3, 52.225-13, 52.232-16, 52.232-33, 52.233-4, 52.243-1 and 52.244-6.
1452.226-70 Indian Preference ¿ Department of the Interior (Apr 1984)
1452.226-71 Indian Preference Program ¿ Department of the Interior (Apr 1984)
Electronic Invoicing and Payment Requirements – Invoice Processing Platform (IPP) (April 2013)
Payment requests must be submitted electronically through the U. S. Department of the Treasury’s Invoice Processing Platform System (IPP).
PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS
This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012.
(a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small businesssubcontractor.
(b) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns.
(c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act.
Award can only be made to contractors actively registered in SAM.
Proposals are due 28 May 2015 at 12:00pm (CST). Proposals may be accepted by email at janice.begay@bie.edu or by fax to (785) 830-2760. For information concerning this solicitation, please contact Janice Begay at 785-749-8419 or use the above email address.
Offerors should check the FedBizOpps/FedConnect websites often for new solicitation amendments.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOI/BIA/RestonVA/A15PS00464/listing.html

OutreachSystems Article Number: 150430/PROCURE/0081 Matching Key Words: film?; produc*; train*; conference?; education*; business*; sport?; documentation; distribut*; instruct*; commercial?;

600px-US-DeptOfNavy-Seal.svgDepartment of the Navy, Bureau of Medicine and Surgery, Naval Medical Center Portsmouth, 54 Lewis Minor St Portsmouth VA 23708-2297

99 — Courier & Transport Services N00183-15-T-0021 122314 Harold D Woodley, Phone 757-953-7276, Fax 757-953-5006, Email harold.woodley@med.navy.mil – Danny W Davis, Phone 757-953-2910, Fax 757-953-5738, Email danny.davis2@med.navy.mil Section A – Solicitation/Contract Form
CLAUSES INCORPORATED BY FULL TEXT

TIN:
CAGE:
DUNS:

Vendor Point of Contact:
Phone:
Vendor email:

Billing/Payment in Arrears.

Naval Medical Center Contracting POC:
Harold Woodley
Phone: 757-953-7276
Fax: 757-953-5006
Email: harold.woodley@med.navy.mil

Product/Services for:
Naval Hospital Beaufort
POC: John McDonald
Phone: 843-228-5639
Email: john.m.mcdonald1.civ@med.navy.mil

Vendor to reference RFQ number N00183-15-T-0021 on all inquires.

Reference:

PROMPT PAYMENT
For Prompt Payment Act Purposes, this contract is:
Subject to the 7-calender day constructive acceptance period.

“AVAILABILITY OF FUNDS. Pursuant to Section I, Availability of Funds (FAR 52.232-18), of the contract, funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing to the Contracting Officer.

Section B – Supplies or Services and Prices

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001 9 Months
Courier Transportation Services
FFP
The contractor shall pick up and deliver administrative paperwork, guard mail, laboratory specimens, X-ray, and a variety of other items between Naval Hospital Beaufort, Marine Corps Air Station and Marine Corps Recruit Depot (MCRD) at Parris Island, SC. Additionally, the contractor shall transport patients to outpatient medical appointments. Contractor will drive a medium size truck for services orders. See Section C for Performance Work Statement.
FOB: Destination
MILSTRIP: N3258315RCKK702
PURCHASE REQUEST NUMBER: N3258315RCKK702

NET AMT

Section C – Descriptions and Specifications

CLAUSES INCORPORATED BY FULL TEXT

PERFORMANCE WORK STATEMENT
NAVAL HOSPITAL, BEAUFORT, SC
COURIER & TRANSPORTATION SUPPORT SERVICES

1.0 INTRODUCTION

The Naval Hospital Beaufort, SC provides a full range of medical services to active duty Navy, Marine Corps,
dependents and retired military personnel. This PWS provides a description of a wide range of transportation and
delivery services required by Naval Hospital Beaufort, SC..

1.1.1 SCOPE

The contractor shall provide courier and transportation support services for Naval Hospital, Beaufort, SC.

1.1.2 APPLICABLE DIRECTIVES

1.2.1 Naval Hospital, Beaufort Transportation Standard Operating Procedures (SOP) for dispatching services.

1.3 GLOSSARY OF TERMS

AQL Acceptable Quality Level
CFP Contractor Furnished Property
CFR Code of Federal Regulations
CHCS Consolidated Health Care System
COR Contracting Officers Representative
DOD Department of Defense
DON Department of the Navy
FAD Facility Access Determination
FAR Federal Acquisition Regulations
FSO Facility Security Officer
GFP Government Furnished Property
ISSOP Inter Service Support Program
NACLS National Agency Check, Local Agency Check and Local Credit Check
PII Personally Identifiable Information
POMI Plans, Operations, Medical Intelligence
SECNAV Secretary of the Navy
TA Technical Assistant

2.0 PROJECT REQUIREMENTS: The contractor shall pick up and deliver administrative paperwork,
guard mail, laboratory specimens, X-ray, and a variety of other items between Naval Hospital Beaufort, Marine
Corps Air Station and Marine Corps Recruit Depot (MCRD) at Parris Island, SC. Additionally, the contractor shall
transport patients to outpatient medical appointments. Contractor will drive a medium size truck for services
ordered.

2.1 COURIER AND TRANSPORTATION SUPPORT SERVICES. The contractor shall manage workload,
maintain schedules and coordinate transportation and delivery services as required. Services include:

2.1.2 Conducting a complete safety check of vehicle prior to operation to ensure all safety features are fully
operational.

2.1.3 Overseeing all operations involving patient transportation, delivering administrative paperwork, guard mail,laboratory specimens, X-ray, and a variety of other items between Naval Hospital Beaufort, Marine Corps Air
Station and Marine Corps Recruit Depot (MCRD) at Parris Island.

2.1.4 Obtain signature of recipients of documents as required.
2.1.5 Fill out trip log for each trip.

3.0 CONTRACT
3.1 DELIVERABLES CONTRACT NO: N00244-11-D-0033 DELIVERY ORDER NO. J985
F
3.1.1 The contractor shall provide the following deliverables:

(1) Vehicle safety-checked before departure.
(2) All safety rules and regulations strictly followed.
(3) All guard mail items, labs and X-ray delivered correctly.
(4) Obtain signature of recipients of documents as required.
(5) Complete each trip within 2 hours.

3.1.2 WORKLOAD DATA: Historical data for the average daily round trips between MCRD, BNH, and
MCAS is indeterminate. The distances and destinations would depend on the route and priority of documents
being delivered or picked up. The contractor makes an average of four trips per day, performs administrative
functions related to picking up and delivering documents, a total of eight support actions per day including trips at a
rate of one per hour.

3.1.3 PERFORMANCE REQUIREMENTS SUMMARY

Task or Deliverable Performance Standard Acceptable Quality Level (AQL) Surveillance Method Performance Measure
Paragraph 2.1
(1) Daily vehicle safety check All safety devices operate properly 100% (no deviation on safety) Review daily vehicle safety check sheets. Subjective. Customer or ISSOT revicw of trip log.
Paragraph 2.1
(2) Patient transportation Patients transported safely and timely. 100% safely.
95% timely. Patient and customer feedback. Quantitative. Periodic review of trip log by ISSOT or customer.
Paragraph 2.1
(3) Deliver and pick up guardmail, lab specimen and X-ray charts. Deliveries completed within 1 hour. 90% delivered within 1 hour (10% delay allowed for traffic and weather conditions. Patient and customer feedback. Quantitative. Periodic review of trip log by customer.
Paragraph 2.1
(4) Obtain signature of recipients of documents as required.
All deliveries requiring signature are signed. 100%. No variance. Review daily signature log Customer feedback received monthly

4.0 PLACE OF PERFORMANCE

4.1 The place of performance will be Naval Hospital Beaufort’s Branch Health Clinic, Marine Corps Recruit
Depot Parris Island, SC 29905-9501.

5.0 CONTRACT OVERVIEW

5.1 This is a Performance Work Statement and will be issued as a Firm Fixed Price Contract.

6.0 WORK HOURS: Work schedule are normally in 8-hour shifts. Core hours are between 0600 – 1800,
five days a week Monday through Friday, except Federal Holidays.

7.0 PERIOD OF PERFORMANCE:

7.1 The period of performance is 1 January 2015 through 30 September 2015.

7.2 CERTIFICATIONS, LICENSE, SKILLS AND KNOWLEDGE REQUIRED

– Contractor shall provide personnel with sufficient skill to accomplish task in PWS. The government
reserves the right to require the contractor to remove and replace any personnel who provide unsatisfactory
performance, demonstrate insufficient knowledge, or possess inadequate skill level to perform task.

– Three years experience in transportation or other work that indicates the ability to acquire the knowledge and skills necessary is required. High school graduate or GED equivalent is required. Must possess a clean and valid South Carolina state driver’s license.

– Contract employee must have completed all required lab work (titers)/immunizations prior to employment. The contractor shall have the following Immunization Screening by a Licensed Medical Practitioner:
Varicella (chickenpox), Measles/Mumps/Rubella (MMR), Hepatitis B, Tetanus/Diphtheria, Tuberculosis and Latex. Within 30 days of employment must have confirmation of two-step PPD Immunization. The
contractor shall bear the cost for all lab work for pre-employment requirements.
– The contractor shall complete HIPAA training within 30 days of employment. The Web Manager/HIPAA Security Officer will provide student course material and login information.
– Ability to clearly communicate orally and in writing.

7.3 WORK ENVIRONMENT AND PHYSICAL DEMANDS

7.4 Task involves 10% work in an office environment and 90% work picking up medical documents and
transporting patients.

8.0 SECURITY CLEARANCE

A local background check is required. Work under this task order does not involve handling classified material.
The contractor shall comply with all applicable DOD security regulations and procedures during the performance of
this task order. Contractor shall not disclose and must safeguard procurement sensitive information, computer
systems and data, privacy act data, and government personnel work products that are obtained or generated in the
performance of this task order. Contractor will be required to provide clearances for personnel requiring access to
government computers and workstations.

9.0 CONTRACT SECURITY REQUIREMENT

Work under this task order requires access to personally identifiable information (PII) and information protected by
the Privacy Act of 1974. In addition to the security requirements below, contractors performing work under this
task order must meet the following criteria: Per SECNAV M-5510.30, all individuals with access to PII or Privacy
Act information must be US Citizens; therefore US Citizenship is a requirement. In all cases contract employees
must meet eligibility requirements for a position of trust at a minimum. The contractor shall comply with all
applicable DOD security regulations and procedures during the performance of this task order. Contractor shall not
disclose and must safeguard procurement sensitive information, computer systems and data, privacy act data,
sensitive but unclassified (SBU) information, classified information, and all government personnel work products
that are obtained or generated in the performance of this task order. Contractor employees are required to have
National Agency Check, Local Agency Check and Local Credit Check (NACLC) investigation at a minimum in
accordance with DoD Instruction 8500.2. Local Agency Check and Local Credit Check must be submitted and
results received prior to commencement of work. A security clearance may also be required to perform work under
this contract.

AN “UNFAVORABLE” OR “NO DETERMINATION” ADJUDICATION OF THE CONTRACTOR
EMPLOYEES INVESTIGATION WILL RESULT IN IMMEDIATE TERMINATION OF ACCESS TO
THE WORKSPACE AND RECORDS.

Purpose: Reference is hereby made to Navy awarded contracts requiring contractor access to Navy information
systems, SBU information, areas critical to the operations of the command, and/or classified information. Although
these contracts may not be classified, contractor employees are required to have obtained a favorably adjudicated
National Agency Check with Local Agency and Credit Checks (NACLC) determination at a minimum. The
Department of the Navy (DoN) has determined that all DoN Information systems are sensitive regardless of whether
the information is classified or unclassified. A contractor whose work involves access to sensitive unclassified
information warrants a judgment of an employee’s trustworthiness. Therefore, all personnel accessing DoN
Computer systems must undergo investigation for a position of trust to verify their trustworthiness. Also,
Commands will include Facility Access Determination (FAD) program requirements in the contract specifications
when determinations for facility access only will be required on the contractor employees. The following addresses
those requirements for Security.

NO FOREIGN NATIONAL WILL BE EMPLOYED ON THIS GOVERNMENT CONTRACT.

This clause does not apply to employees hired overseas In accordance with Status of Forces Agreements,
Diplomatic (memorandums) of understanding or other Host Nation Agreements. Employees hired under these
agreements are subject to local pre-employment checks.
“Each contractor employee shall comply with the HSPD-12 E-Verify Federal Acquisition Regulations
FAR Clause 52.222-54 Employment Eligibility Verification”

All contractors, working within DoN Spaces must be entered into the Joint Personnel Adjudication
System (JPAS), and then owned by their contracting company facility security officer (FSO). The receiving
command Security Manager will then service those individuals in JPAS for tracking and monitoring of their
investigation status.

If no previous investigation exists the contractor personnel shall complete the requirement for a NACLC.

NACLC’s for positions of trust will be processed through the receiving command Security Manager.

Investigative requirements for DoN Contractor personnel requiring access to classified information are managed
under the National Industrial Security Program (NISP). Requests for investigation of contractor personnel for
security clearance eligibility are processed by the Office of Personnel Management (OPM) and adjudicated by
Defense Industrial Security Clearance Office (DISCO). When Sensitive Compartmented Information (SCI) access is
at issue, the Department of the Navy Central Adjudication Facility (DoNCAF) is the adjudicative authority for all
DoN Contractor personnel requiring SCI access eligibility.

The Contractor shall ensure that a complete security package, (SF-85, SF-85P, SF-86 and FD258 2 copies) are
submitted to the Command Security Officer receiving the contracted services in order for the Security Officer to
conduct a suitability review of the submitted investigative forms.

The Contractor FSO or security representative shall ensure that individuals assigned to the command are U.S.
citizens and will ensure completion of the SF-85P or SF-86. The SF-85P or SF-86 along with the original signed
release statements and two applicant fingerprint cards (FD 258) will be forwarded to the receiving command Security Manager at least one week prior to reporting for duty.

Personnel cannot be properly processed and provided system access prior to their reporting date without
receiving the investigative paperwork one week prior.

For contracts requiring a position of trust the Command Security Officer will submit the forms for a position of
trust. For classified contracts the contractor FSO will submit the SF-86 to OPM for processing and eventual
adjudication by DISCO.

The completed SF-85P or SF-86 will be reviewed by the receiving command Security Manager for completeness,
accuracy and suitability prior to the submission. If the contractor appears suitable after the questionnaire has been
reviewed, the request will be forwarded to OPM.

The completed SF-85P or SF-86 along with attachments will be forwarded to the Office of Personnel Management
(OPM) who will conduct the NACI investigation or equivalent. All contract personnel will in-process with the
receiving command Security Manager and Information Assurance Manager upon arrival to the command and will
out-process prior to their departure.

Please note: When processing a Questionnaire for National Security Positions, the applicants can only access the
e-QIP system if they have been instructed to do so by an appropriate official at sponsoring agency. Individuals
cannot pre-apply for a security clearance, nor update their security questionnaire, unless granted access by an
appropriate agency official. The e-QIP software can be accessed at the Office of Personnel Management (OPM)
website http://www.opm.gov/e-qip/index.asp or http://www.dss.mil the contractor shall provide the completed
Questionnaire for Public Trust Positions, or Questionnaire for National Security Positions with the original signed
release statements and two applicant fingerprint cards (FD 258) to the receiving command Security Manager for
suitability determination. The receiving command Security Manager will review the form for completeness, accuracy and suitability issues, and forward to OPM as detailed on the OPM website. Applicants can obtain an SF-86 or SF-85P by visiting the Office of Personnel Management (OPM) website located at: http://www.opm.gov/forms/html/sf.asp. The responsibility for providing the fingerprint cards rests with the contractor.

The Department of the Navy Central Adjudication Facility will provide the completed investigation to the receiving
command Security Manager for the determination in cases where a favorable determination cannot be reached due to the discovery of potentially derogatory information. The command will provide written notification to the
contractor advising whether or not the contractor employee will be admitted to command areas or be provided access to unclassified but sensitive business information. Determinations are the sole prerogative of the commanding
officer of the sponsor activity. If the commanding officer determines, upon review of the investigation, that allowing
a person to perform certain duties or access to certain areas, would pose an unacceptable risk, that decision is final.
No due process procedures are required.

The contractor employee shall take all lawful steps available to ensure that information provided or generated
pursuant to this arrangement is protected from further disclosure unless the agency provides written consent to such
disclosure. Security clearance requirements are defined in the DD-254 of the basic contract for those contracts that
will require employees to handle classified information.

The FSO will ensure that the SAAR-N is forwarded to the receiving command Security Manager for receipt
at least one week prior to the start date for the individual.

“ALL AUTHORIZED USERS OF DoD INFORMATION SYSTEMS SHALL RECEIVE INITIAL
INFORMATION ASSURANCE IA ORIENTATION AS A CONDITION OF ACCESS AND THEREAFTER
MUST COMPLETE ANNUAL IA REFRESHER AWARENESS TRAINING TO MAINTAIN AN ACTIVE
USER ACCOUNT.”
Pre-employment Clearance Action: Employees requiring access to classified information, upon reporting to their
position, will be read into access by the local command security representative. A local classified material handling
indoctrination will take place at that time.
The I-9 form lists acceptable forms of identification that can be provided to prove U.S. citizenship. Dual citizens are
required to renounce their secondary citizenship in order to work for the U.S. government. Citizenship can be
renounced by turning in the foreign national passport to a government security officer for destruction or to the
originating embassy of the passport. Individuals should request a signed affidavit from their embassy recognizing
the renouncing of their citizenship.

Acceptable Proof of Citizenship
a. For individuals born in the United States, a birth certificate is the primary and preferred means of citizenship
verification. Acceptable certificates must show that the birth record was filed shortly after birth and it must be
certified with the registrar’s signature. It must bear the raised, impressed, or multicolored seal of the registrar’s office. The only exception is if a state or other jurisdiction does not issue such seals as a matter of policy. Uncertified copies of birth certificates are not acceptable. A delayed birth certificate is one created when a record was filed more than one year after the date of birth. Such a certificate is acceptable if it shows that the report of birth was supported by acceptable secondary evidence of birth. Secondary evidence may include: baptismal or circumcision certificates,hospital birth records, or affidavits of persons having personal knowledge about the facts of birth. Other documentary evidence can be early census, school, or family bible records, newspaper files, or insurance papers. All documents submitted as evidence of birth in the U.S. shall be original or certified documents.
b. If the individual claims citizenship by naturalization, a certificate of naturalization is acceptable proof of
citizenship.
c. A Passport, current or expired, is acceptable proof of citizenship.
d. A Record of Military Processing-Armed Forces of the United States (DD Form 1966) is acceptable proof of
citizenship, provided it reflects U.S. citizenship.
e. If Citizenship is from the Island of Puerto Rico; see Puerto Rico Birth Certificates Law 191of 2009, at web site
http://www.prfaa.com/birthcertificates/.
f. If citizenship was acquired by birth abroad to a U.S. citizen parent or parents, the following are acceptable
evidence:
(1) A Certificate of Citizenship issued by the Department of Homeland Security, U.S. Citizenship and Immigration Services (USCIS) or its predecessor organization.
(2) A Report of Birth Abroad of a Citizen of the United States of America
(3) A Certificate of Birth.

10.0 GOVERNMENT FURNISHED PROPERTY

10.1 The Government will provide adequate working space, all equipment (e.g., desk, chair, computer,
printer, copier, telephone, etc.), utilities, janitorial services and expendable operating supplies for the duration of
this task order. The contractor shall maintain the assigned office space in a neat and orderly manner. Contractor
shall only use government-furnished facilities, equipment and supplies to accomplish the tasks required under this
order. Personal or company use of phones, utilities, computers, printers, copiers, etc., not directly related to
required services is strictly prohibited. Contractor shall not remove any government-furnished equipment or
supplies from the worksite without the express written permission of the Contracting Officer’s Technical
Representative or his/her designated representative.

11.0 CONTRACTOR FURNISHED MATERIAL

11.1 None.

12.0 REIMBURSABLE TRAVEL EXPENSES

12.1 Not applicable.

13.0 NON-PERSONAL SERVICE STATEMENT

13.1 Contractor employees performing services under this order will be controlled, directed, and supervised at
all times by management personnel of the contractor. Contractor management shall ensure that employees properly
comply with the performance work standards outlined in the statement of work. Contractor employees shall perform
their duties independent of, and without the supervision of, any Government official or other Defense Contractor.
The tasks, duties, and responsibilities set forth in the task order may not be interpreted or implemented in any
manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated
funds of the United States Government, overseeing the work of Federal employees, providing direct personal
services to any Federal employee, or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the
Federal Acquisition Regulation (FAR). The Government will control access to the facility and will perform the
inspection and acceptance of the completed work.

14.0 GOVERNMENT MANAGEMENT OVERSIGHT

14.1 Government management will provide general instructions on limitations and deadlines. Additional
instructions will be provided for any unusual assignments or those that vary from established procedures. The
contractor’s employees will independently carry out the assignments. Completed work will be spot-checked by
Government management for adherence to procedures, accuracy and completeness.

15.0 CONTRACTOR SHALL INVOICE MONTHLY.

15.1 A copy of this Task Order (and all modifications that may be issued in the future) is available for
download on DoD Electronic Document Access (EDA) online at: http://eda.ogden.disa.mil

16.0 CONTRACTOR IDENTIFICATION: Contracting personnel must identify themselves as
“contractors” when attending meetings, answering Government telephones, or working in situations where their
actions could be construed as official government acts. The Contractor must ensure that their employee(s) display(s)
his or her name and the name of the company while in the work area, and include the company’s name in his or her
email display.

17.0 PERSONNEL COMPLIANCE: The contractor shall ensure that contractor employees observe and
comply with all local and higher authority policies, regulations, and procedures concerning fire, safety,
environmental protection, sanitation, security, traffic, parking, energy conservation, flag courtesy, “off limits” areas,
and possession of firearms or other lethal weapons. When two or more directives or instructions apply, the
contractor shall comply with the more stringent of the directives or instructions.

18.0 SMOKING/DRUG/ALCOHOL POLICY: The contractor shall comply with local command smoking
policies and workforce requirements. The contractor shall also comply with all Federal statutes, laws, and
regulations to implement a Drug Free Workplace Program (DFWP) as well as work force requirements and local
command policies. Copies of both policies will be provided to the contractor by the local command Administrative
Officer (AO) at performance start date.

19.0 PERSONNEL CONDUCT: The selection, assignment, reassignment, transfer, supervision,
management, and control of contractor personnel employed to perform tasks specified herein shall be the
responsibility of the contractor. The contractor shall be responsible for the performance and conduct of contractor
and subcontractor employees at all times. Personnel employed by the contractor in the performance of this contract,
or any representative of the contractor entering the installation shall abide by the security regulations listed in the
contract and shall be subject to such checks by the Government as deemed necessary. The contractor shall not
employ for performance under this contract any person whose employment would result in a conflict of interest with
the Government’s standards of conduct.

20.0 PERSONNEL REMOVAL: Government rules, regulations, laws, directives, and requirements that are
issued during the term of the performance period relating to law and order, installation administration, and security
shall be applicable to all contractor employees and representatives who enter the installation. Violation of such
rules, regulations, laws, directives, or requirements shall be grounds for removal (permanently or temporarily as the
Government determines) from the work site or installation. Removal of employees does not relieve the contractor
from the responsibility for the work defined in this contract. The contractor is expected to provide support services
despite personnel removal or other unforeseen condition.
– Removal by Installation Commander: The Installation Commander may, at his discretion, bar an
individual from the installation under the authority of 18 USC 1382 (1972), for conduct that is determined
to be contrary to good order, discipline, or installation security and safety.
– Removal Requested by Designated Government Representative (DGR): The DGR may require the
contractor to remove an employee working under this contract for reasons of misconduct or security
violations. Contractor employees shall be subject to dismissal from the premises upon determination by the
DGR that such action is necessary in the interest of the Government.
– Removal by Military Police: Contractor employees may be denied entry to or may be removed from the
installation by Military Police if it is determined that the employee’s presence on the installation may be
contrary to good order, discipline, or installation security and safety.
– Removal for Unsatisfactory Performance: The government reserves the right to require the Contractor to
remove and replace any personnel who provide unsatisfactory performance, demonstrate insufficient
knowledge, or possess inadequate skill levels necessary to complete assigned tasks. The skill level of the
staff provided shall be current and consistent with new technologies.

21.0 INTERACTION WITH OTHER ACTIVITIES: Government and contractor personnel will be
working in common areas during working hours. Contractor performance shall not interfere with Government work
in the area where any service or maintenance work is being performed. In the event the contractor believes that
Government and other contractor personnel are interfering with the performance of the tasks described in this PWS,
the contractor shall notify the DGR immediately. The contractor is obligated to continue performance of the effort
described in this contract unless there is authorization from the KO or DGR/COR to stop work. Failure by the
contractor to notify the DGR and receive necessary instructions could result in denial of any additional costs
incurred in performance of the contract under such conditions. Other Government contractor’s may be performing
required services in areas that interrelate with the requirements of this contract. The Government will facilitate initial contact between contractor’s performing other contracts and this contract. The contractor shall provide all further required coordination between other contractor’s for any task specified in this contract that relates to or impacts on any other contracted work.

22.0 SAFETY: The contractor is solely responsible for compliance of all safety regulations of employees
while working on government owned facilities. All accidents which may arise out of, or in connection with,
performance of services required hereunder which result in injury, death, or property damage, shall be reported in
writing to the Contracting Officer and cognizant Contracting Officer Representative (COR) within twenty-four hours of such occurrence. Reports shall provide full details of the accident, including statements from witnesses. The
fore-going procedures shall also apply to any claim made by a third party against the contractor as a result of any
accident that occurs in connection with performance under this contract.

23.0 DELIVERABLES: Management/Quality Control Plan (QCP): The contractor shall ensure quality
service is maintained to perform services throughout the life of the contract and methods for improving the overall
quality are also employed. Offerors shall therefore prepare and submit a management/quality control plan. The final
Government approved plan shall be submitted within five working days of contract start date. The plan shall discuss
the Contractor’s overall approach and procedures for evaluating each of the major service areas contained in the
PWS, communicating with the Government, resolving deficiencies, identifying potential improvements, and
managing day to day operations. As part of the management/QCP, the contractor may conduct internal QC
inspections. Results of any contractor internal QC inspections and corrective actions taken shall be made available
to the Government for review throughout the performance of this PWS. The Government may periodically require
the contractor to update/revise the management/QCP to ensure quality service is maintained throughout the life of
the contract.

24.0 MEETINGS AND BRIEFINGS: When requested by the DGR, the contractor shall attend, participate
in and furnish input to scheduled and unscheduled meetings, conferences, and briefings. Frequency may be weekly,
monthly, or as otherwise required.
– Monthly Meetings: The contractor shall meet with the designated government representative (DGR), and the Government Quality Assurance Evaluator (QAE) on a monthly basis to review contract performance.
Meetings shall include review and analyses of key process indicators, analyses of process deficiencies, and
problem resolution. At these meetings, the DGR and the contractor will discuss the contractor’s
performance as viewed by the Government and problems, if any, being experienced. The contractor shall
take appropriate action to resolve outstanding issues. A mutual effort shall be made by the contractor and
DGR/COR to resolve any and all problems identified.
– Meeting Attendees: Meeting attendees shall include contractor managerial, supervisory, and/or other personnel knowledgeable of the subject matter.
– Reporting Requirements: When the contractor is the sole representative on behalf of the Government at
meetings or conferences, the contractor shall deliver a related report to the DGR within two working days
after meeting completion. The report shall include identifying information, general observations and
conclusions or recommended actions, and any additional information, such as handouts.

25.0 TECHNICAL POINT OF CONTACT AND INSPECTION AND ACCEPTANCE: The Contracting
Officer’s Technical Assistants under this Task Order and the person responsible for performing inspection and
acceptance of the contractor’s performance at the destination are:
Technical Assistant:
Voice Phone:
Fax Phone:
E-mail:

Contracting Officer’s Representative
Point of Contact: John McDonald
Voice Phone
FAX Phone:
E-mail

Contractor Unclassified Access to Federally Controlled Facilities, Sensitive Information, Information Technology (IT) Systems or Protected Health Information (July 2013)

Homeland Security Presidential Directive (HSPD)-12, requires government agencies to develop and implement Federal security standards for Federal employees and contractors. The Deputy Secretary of Defense Directive-Type Memorandum (DTM) 08-006 – “DoD Implementation of Homeland Security Presidential Directive – 12 (HSPD-12)” dated November 26, 2008 (or its subsequent DoD instruction) directs implementation of HSPD-12. This clause is in accordance with HSPD-12 and its implementing directives.

APPLICABILITY
This clause applies to contractor employees requiring physical access to any area of a federally controlled base, facility or activity and/or requiring access to a DoN or DoD computer/network/system to perform certain unclassified sensitive duties. This clause also applies to contractor employees who access Privacy Act and Protected Health Information, provide support associated with fiduciary duties, or perform duties that have been identified by DON as National Security Position, as advised by the command security manager. It is the responsibility of the responsible security officer of the command/facility where the work is performed to ensure compliance.

Each contractor employee providing services at a Navy Command under this contract is required to obtain a Department of Defense Common Access Card (DoD CAC). Additionally, depending on the level of computer/network access, the contract employee will require a successful investigation as detailed below.

ACCESS TO FEDERAL FACILITIES
Per HSPD-12 and implementing guidance, all contractor employees working at a federally controlled base, facility or activity under this clause will require a DoD CAC. When access to a base, facility or activity is required contractor employees shall in-process with the Navy Command’s Security Manager upon arrival to the Navy Command and shall out-process prior to their departure at the completion of the individual’s performance under the contract.

ACCESS TO DOD IT SYSTEMS
In accordance with SECNAV M-5510.30, contractor employees who require access to DoN or DoD networks are categorized as IT-I, IT-II, or IT-III. The IT-II level, defined in detail in SECNAV M-5510.30, includes positions which require access to information protected under the Privacy Act, to include Protected Health Information (PHI). All contractor employees under this contract who require access to Privacy Act protected information are therefore categorized no lower than IT-II. IT Levels are determined by the requiring activity’s Command Information Assurance Manager. Contractor employees requiring privileged or IT-I level access, (when specified by the terms of the contract) require a Single Scope Background Investigation (SSBI) which is a higher level investigation than the National Agency Check with Law and Credit (NACLC) described below. Due to the privileged system access, a SSBI suitable for High Risk public trusts positions is required. Individuals who have access to system control, monitoring, or administration functions (e.g. system administrator, database administrator) require training and certification to Information Assurance Technical Level 1, and must be trained and certified on the Operating System or Computing Environment they are required to maintain.

Access to sensitive IT systems is contingent upon a favorably adjudicated background investigation. When access to IT systems is required for performance of the contractor employee’s duties, such employees shall in-process with the Navy Command’s Security Manager and Information Assurance Manager upon arrival to the Navy command and shall out-process prior to their departure at the completion of the individual’s performance under the contract. Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is required for all individuals accessing Navy Information Technology resources. The decision to authorize access to a government IT system/network is inherently governmental. The contractor supervisor is not authorized to sign the SAAR-Ni therefore, the government employee with knowledge of the system/network access required or the COR shall sign the SAAR-N as the “supervisor”.

The SAAR-N shall be forwarded to the Navy Command’s Security Manager at least 30 days prior to the individual’s start date. Failure to provide the required documentation at least 30 days prior to the individual’s start date may result in delaying the individual’s start date.

When required to maintain access to required IT systems or networks, the contractor shall ensure that all employees requiring access complete annual Information Assurance (IA) training, and maintain a current requisite background investigation. The Contractor’s Security Representative shall contact the Command Security Manager for guidance when reinvestigations are required.

INTERIM ACCESS
The Navy Command’ s Security Manager may authorize issuance of a DoD CAC and interim access to a DoN or DoD unclassified computer/network upon a favorable review of the investigative questionnaire and advance favorable fingerprint results. When the results of the investigation are received and a favorable determination is not made, the contractor employee working on the contract under interim access will be denied access to the computer network and this denial will not relieve the contractor of his/her responsibility to perform.

DENIAL OR TERMINATION OF ACCESS
The potential consequences of any requirement under this clause including denial or termination of physical or system access in no way relieves the contractor from the requirement to execute performance under the contract within the timeframes specified in the contract. Contractors shall plan ahead in processing their employees and subcontractor employees. The contractor shall insert this clause in all subcontracts when the subcontractor is permitted to have unclassified access to a federally controlled facility, federally-controlled information system/network and/or to government information, meaning information not authorized for public release.

CONTRACTOR’S SECURITY REPRESENTATIVE
The contractor shall designate an employee to serve as the Contractor’s Security Representative. Within three work days after contract award, the contractor shall provide to the requiring activity’s Security Manager and the Contracting Officer, in writing, the name, title, address and phone number for the Contractor’s Security Representative. The Contractor’s Security Representative shall be the primary point of contact on any security matter. The Contractor’s Security Representative shall not be replaced or removed without prior notice to the Contracting Officer and Command Security Manager.

BACKGROUND INVESTIGATION REQUIREMENTS AND SECURITY APPROVAL PROCESS FOR CONTRACTORS ASSIGNED TO NATIONAL SECURITY POSITIONS OR PERFORMING SENSITIVE DUTIES
Navy security policy requires that all positions be given a sensitivity value based on level of risk factors to ensure appropriate protective measures are applied. Navy recognizes contractor employees under this contract as Non-Critical Sensitive [ADP/IT-II] when the contract scope of work require physical access to a federally controlled base, facility or activity and/or requiring access to a DoD computer/network, to perform unclassified sensitive duties. This designation is also applied to contractor employees who access Privacy Act and Protected Health Information (PHI), provide support associated with fiduciary duties, or perform duties that have been identified by DON as National Security Positions. At a minimum, each contractor employee must be a US citizen and have a favorably completed NACLC to obtain a favorable determination for assignment to a non-critical sensitive or IT-II position. The NACLC consists of a standard NAC and a FBI fingerprint check plus law enforcement checks and credit check. Each contractor employee filling a non-critical sensitive or IT-II position is required to complete:

• SF-86 Questionnaire for National Security Positions (or equivalent OPM investigative product)
• Two FD-258 Applicant Fingerprint Cards (or an electronic fingerprint submission)
• Original Signed Release Statements

Failure to provide the required documentation at least 30 days prior to the individual’s start date shall result in delaying the individual’s start date. Background investigations shall be reinitiated as required to ensure investigations remain current (not older than 10 years) throughout the contract performance period. The Contractor’s Security Representative shall contact the Command Security Manager for guidance when reinvestigations are required.

Regardless of their duties or IT access requirements ALL contractor employees shall in-process with the Navy Command’s Security Manager upon arrival to the Navy command and shall out­ process prior to their departure at the completion of the individual’s performance under the contract. Employees requiring IT access shall also check-in and check-out with the Navy Command’s Information Assurance Manager. Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is required for all individuals accessing Navy Information Technology resources. The SAAR-N shall be forwarded to the Navy Command’s Security Manager at least 30 days prior to the individual’s start date. Failure to provide the required documentation at least 30 days prior to the individual’s start date shall result in delaying the individual’s start date.

The contractor shall ensure that each contract employee requiring access to IT systems or networks complete annual Information Assurance (IA) training, and maintain a current requisite background investigation. Contractor employees shall accurately complete the required investigative forms prior to submission to the Navy Command Security Manager. The Navy Command’s Security Manager will review the submitted documentation for completeness prior to submitting it to the Office of Personnel Management (OPM). Suitability/security issues identified by the Navy may render the contractor employee ineligible for the assignment. An unfavorable determination made by the Navy is final (subject to SF-86 appeal procedures) and such a determination does not relieve the contractor from meeting any contractual obligation under the contract. The Navy Command’s Security Manager will forward the required forms to OPM for processing. Once the investigation is complete, the results will be forwarded by OPM to the DON Central Adjudication Facility (CAF) for a determination.

If the contractor employee already possesses a current favorably adjudicated investigation, the contractor shall submit a Visit Authorization Request (VAR) via the Joint Personnel Adjudication System (JPAS) or a hard copy VAR directly from the contractor’s Security Representative. Although the contractor will take JPAS “Owning” role over the contractor employee, the Navy Command will take JPAS “Servicing” role over the contractor employee during the hiring process and for the duration of assignment under that contract. The contractor shall include the IT Position Category per SECNAV M-5510.30 for each employee designated on a VAR. The VAR requires annual renewal for the duration of the employee’s performance under the contract.

BACKGROUND INVESTIGATION REQUIREMENTS AND SECURITY APPROVAL PROCESS FOR CONTRACTORS ASSIGNED TO OR PERFORMING NON-SENSITIVE DUTIES
Contractor employee whose work is unclassified and non-sensitive (e.g., performing certain duties such as lawn maintenance, vendor services, etc …) and who require physical access to publicly accessible areas to perform those duties shall meet the following minimum requirements:

• Must be either a US citizen or a US permanent resident with a minimum of 3 years legal residency in the United States (as required by The Deputy Secretary of Defense DTM 08-006 or its subsequent DoD instruction) and
• Must have a favorably completed National Agency Check with Written Inquiries (NACI) including a FBI fingerprint check prior to installation access.

To be considered for a favorable trustworthiness determination, the Contractor’s Security Representative must submit for all employees each of the following:

• SF-85 Questionnaire for Non-Sensitive Positions
• Two FD-258 Applicant Fingerprint Cards (or an electronic fingerprint submission)
• Original Signed Release Statements

The contractor shall ensure each individual employee has a current favorably completed National Agency Check with Written Inquiries (NACI) or ensure successful FBI fingerprint results have been gained and investigation has been processed with OPM.

Failure to provide the required documentation at least 30 days prior to the individual’s start date may result in delaying the individual’s start date.

* Consult with your Command Security Manager and Information Assurance Manager for local policy when IT-III (non-sensitive) access is required for non-US citizens outside the United States.

Section E – Inspection and Acceptance

INSPECTION AND ACCEPTANCE TERMS

Supplies/services will be inspected/accepted at:

CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY
0001 Destination Government Destination Government

Section F – Deliveries or Performance

DELIVERY INFORMATION

CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC

0001 POP 01-JAN-2015 TO
30-SEP-2015 N/A BRANCH MEDICAL CLINIC
LCDR ALLEN LEE
699 MALECON CLINIC
PARRIS ISLAND SC 29905
843-384-8919
FOB: Destination N32583

CLAUSES INCORPORATED BY REFERENCE

52.242-15 Stop-Work Order AUG 1989

Section G – Contract Administration Data

CLAUSES INCORPORATED BY FULL TEXT

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012)

(a) Definitions. As used in this clause–

“Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquely identifies a unit, activity, or organization.

“Document type” means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).

“Local processing office (LPO)” is the office responsible for payment certification when payment certification is done external to the entitlement system.

(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.

(c) WAWF access. To access WAWF, the Contractor shall–

(1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov; and

(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site.

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/.

(e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol.

(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:

(1) Document type. The Contractor shall use the following document type(s).

2 IN 1 SERVICES ONLY
———————————————————————–

(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.

DESTINATION / DESTINATION
———————————————————————–

(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the
system.

Routing Data Table*
Field Name in WAWF Data to be entered in WAWF
Pay Official DoDAAC HQ0248
Issue By DoDAAC N00183
Admin DoDAAC N00183
Inspect By DoDAAC N/A
Ship To Code N/A
Ship From Code N/A
Mark For Code N/A
Service Approver (DoDAAC) N/A
Service Acceptor (DoDAAC) N32583
Accept at Other DoDAAC N/A
LPO DoDAAC N32583
DCAA Auditor DoDAAC N/A
Other DoDAAC(s) N/A

(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.

(5) WAWF email notifications. The Contractor shall enter the email address identified below in the “Send Additional Email Notifications” field of WAWF once a document is submitted in the system.

WAWF Acceptor/COR Email Address:
———————————————————————–

(g) WAWF point of contact.

(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity’s WAWF point of contact.

wawf@med.navy.mil
———————————————————————–

(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.

(End of clause)

Section H – Special Contract Requirements

CLAUSES INCORPORATED BY FULL TEXT

N00183-0004 PRIVACY AND SECURITY OF PROTECTED HEALTH INFORMATION

1. Introduction

In accordance with DoD 6025.18-R “Department of Defense Health Information Privacy Regulation,” January 24, 2003, the Business Associate meets the definition of Business Associate. Therefore, a Business Associate Agreement is required to comply with both the Health Insurance Portability and Accountability Act (HIPAA) Privacy and Security regulations. This clause serves as that agreement whereby the Business Associate agrees to abide by all applicable HIPAA Privacy and Security requirements regarding health information as defined in this clause, and in DoD 6025.18-R and DoD 8580.02-R, as amended. Additional requirements will be addressed when implemented.

a. Definitions. As used in this clause generally refer to the Code of Federal Regulations (CFR) definition unless a more specific provision exists in DoD 6025.18-R or DoD 8580.02-R.

(1) HITECH Act shall mean the Health Information Technology for Economic and Clinical Health Act included in the American Recovery and Reinvestment Act of 2009.

(2) Individual has the same meaning as the term “individual” in 45 CFR 160.103 and shall include a person who qualifies as a personal representative in accordance with 45 CFR 164.502(g).

(3) Privacy Rule means the Standards for Privacy of Individually Identifiable Health Information at 45 CFR part 160 and part 164, subparts A and E.

(4) Protected Health Information has the same meaning as the term “protected health information” in 45 CFR 160.103, limited to the information created or received by the Business Associate from or on behalf of the Government pursuant to the Contract.

(5) Electronic Protected Health Information has the same meaning as the term “electronic protected health information” in 45 CFR 160.103.

(6) Required by Law has the same meaning as the term “required by law” in 45 CFR 164.103.

(7) Secretary means the Secretary of the Department of Health and Human Services or his/her designee.

(8) Security Incident will have the same meaning as the term “security incident” in 45 CFR 164.304, limited to the information created or received by Business Associate from or on behalf of Covered Entity.

(9) Security Rule means the Health Insurance Reform: Security Standards at 45 CFR part 160, 162 and part 164, subpart C.

(10) Terms used, but not otherwise defined, in this Clause shall have the same meaning as those terms in 45 CFR 160.103, 160.502, 164.103, 164.304, and 164.501.

b. The Business Associate shall not use or further disclose Protected Health Information other than as permitted or required by the Contract or as Required by Law.

c. The Business Associate shall use appropriate safeguards to maintain the privacy of the Protected Health Information and to prevent use or disclosure of the Protected Health Information other than as provided for by this Contract.

d. The HIPAA Security administrative, physical, and technical safeguards in 45 CFR 164.308, 164.310, and 164.312, and the requirements for policies and procedures and documentation in 45 CFR 164.316 shall apply to Business Associate. The additional requirements of Title XIII of the HITECH Act that relate to the security and that are made applicable with respect to covered entities shall also be applicable to Business Associate. The Business Associate agrees to use administrative, physical, and technical safeguards that reasonably and appropriately protect the confidentiality, integrity, and availability of the electronic protected health information that it creates, receives, maintains, or transmits in the execution of this Contract.

e. The Business Associate shall, at their own expense, take action to mitigate, to the extent practicable, any harmful effect that is known to the Business Associate of a use or disclosure of Protected Health Information by the Business Associate in violation of the requirements of this Clause. These mitigation actions will include as a minimum those listed in the TMA Breach Notification Standard Operating Procedure (SOP), which is available at: http://www.tricare.mil/tmaprivacy/breach.cfm

f. The Business Associate shall report to the Government any security incident involving protected health information of which it becomes aware.

g. The Business Associate shall report to the Government any use or disclosure of the Protected Health Information not provided for by this Contract of which the Business Associate becomes aware.

h. The Business Associate shall ensure that any agent, including a sub Business Associate, to whom it provides Protected Health Information received from, or created or received by the Business Associate, on behalf of the Government, agrees to the same restrictions and conditions that apply through this Contract to the Business Associate with respect to such information.

i. The Business Associate shall ensure that any agent, including a subBusiness Associate, to whom it provides electronic Protected Health Information, agrees to implement reasonable and appropriate safeguards to protect it.

j. The Business Associate shall provide access, at the request of the Government, and in the time and manner reasonably designated by the Government to Protected Health Information in a Designated Record Set, to the Government or, as directed by the Government, to an Individual in order to meet the requirements under 45 CFR 164.524.

k. The Business Associate shall make any amendment(s) to Protected Health
Information in a Designated Record Set that the Government directs or agrees to pursuant to 45 CFR 164.526 at the request of the Government, and in the time and manner reasonably designated by the Government.

l. The Business Associate shall make internal practices, books, and records relating to the use and disclosure of Protected Health Information received from, or created or received by the Business Associate, on behalf of the Government, available to the Government, or at the request of the Government to the Secretary, in a time and manner reasonably designated by the Government or the Secretary, for purposes of the Secretary determining the Government’s compliance with the Privacy Rule.

m. The Business Associate shall document such disclosures of Protected Health Information and information related to such disclosures as would be required for the Government to respond to a request by an Individual for an accounting of disclosures of Protected Health Information in accordance with 45 CFR 164.528.

n. The Business Associate shall provide to the Government or an Individual, in time and manner reasonably designated by the Government, information collected in accordance with this Clause of the Contract, to permit the Government to respond to a request by an Individual for an accounting of disclosures of Protected Health Information in accordance with 45 CFR 164.528.

2. General Use and Disclosure Provisions

Except as otherwise limited in this Clause, the Business Associate may use or disclose Protected Health Information on behalf of, or to provide services to, the Government for treatment, payment, or healthcare operations purposes, in accordance with the specific use and disclosure provisions below, if such use or disclosure of Protected Health Information would not violate the HIPAA Privacy Rule, the HIPAA Security Rule, DoD 6025.18-R or DoD 8580.02-R if done by the Government. The additional requirements of Title XIII of the HITECH Act that relate to privacy and that are made applicable with respect to covered entities shall also be applicable to Business Associate.

3. Specific Use and Disclosure Provisions

a. Except as otherwise limited in this Clause, the Business Associate may use Protected Health Information for the proper management and administration of the Business Associate or to carry out the legal responsibilities of the Business Associate.

b. Except as otherwise limited in this Clause, the Business Associate may disclose Protected Health Information for the proper management and administration of the Business Associate, provided that disclosures are required by law, or the Business Associate obtains reasonable assurances from the person to whom the information is disclosed that it will remain confidential and used or further disclosed only as required by law or for the purpose for which it was disclosed to the person, and the person notifies the Business Associate of any instances of which it is aware in which the confidentiality of the information has been breached.

c. Except as otherwise limited in this Clause, the Business Associate may use Protected Health Information to provide Data Aggregation services to the Government as permitted by 45 CFR 164.504(e)(2)(i)(B).

d. Business Associate may use Protected Health Information to report violations of law to appropriate Federal and State authorities, consistent with 45 CFR 164.502(j)(1).

4. Obligations of the Government

Provisions for the Government to Inform the Business Associate of Privacy Practices and Restrictions

a. The Government shall provide the Business Associate with the notice of privacy practices that the Government produces in accordance with 45 CFR 164.520.

b. The Government shall provide the Business Associate with any changes in, or revocation of, permission by Individual to use or disclose Protected Health
Information, if such changes affect the Business Associate’s permitted or required uses and disclosures.

c. The Government shall notify the Business Associate of any restriction to the use or disclosure of Protected Health Information that the Government has agreed to in accordance with 45 CFR 164.522.

5. Permissible Requests by the Government

The Government shall not request the Business Associate to use or disclose
Protected Health Information in any

OutreachSystems Article Number: 150430/PROCURE/0553 Matching Key Words: documentar*;

Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Bragg, MICC Center – Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000

R-Technical Writer/Requirement Preparation Services W91247-15-T-0027 051216 Carrie Nelson, 910-908-3464 MICC Center – Fort Bragg SOURCES SOUGHT ONLY: The Mission Installation Contracting Command Center – Fort Bragg is conducting market research to determine the existence of interested sources capable of providing all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Technical Writer/Requirement Preparation Services for the Directorate of Public Works located at Fort Bragg, North Carolina. This requirement will provide support and assistance in all aspects relating to the preparation of requirements packages and tracking of all requirements to contract award, such as conducting market research, drafting standard requirements documents, uploading requirement documents, applying appropriate regulations and policies, and tracking requirements, as specified in the attached DRAFT Performance Work Statement (PWS). The quote mark DRAFT quote mark PWS (Solicitation Number: W91247-15-T-0027)Department of the Army can be downloaded from the Army Single Face to Industry (ASFI) website, please go to the original source sought posting and click on the hyperlink quote mark Additional Documentation quote mark . This is not a Request for Proposals, but instead a market research method to determine interested sources prior to issuing the solicitation. The anticipated period of performance is a twelve (12) month base period. The purpose of this Sources Sought Notice is to obtain an indication of interest of all businesses, determine any interest from the small business community, and obtain voluntary limited capability information of those interested sources. A determination by the Government on the method of competing this requirement has not been made. Based upon information currently available, the Government anticipates fulfilling this requirement through a small business set-aside. The Government will not award a contract based on this Sources Sought Notice, the information received, nor reimburse participants for information they provide. Information provided is strictly voluntary.

This IS NOT a request for technical/management proposals. If you are an interested source and capable of meeting the entire requirement without failure please provide the following voluntary information: 1) Company name and Point of Contact; 2) DUNS number and CAGE code; 3) Socioeconomic Status (to include 8(a), HUBZone, SDVOB, etc.), if applicable; 4) Security Clearance Level; 5) GSA Schedule Contract Holder Information, to include contract number, if applicable; and 6) A brief Statement of Capability (no more than 5 pages); which demonstrates the ability to meet the requirements specified in the PWS, and includes any Past Performance information on Government contracts of similar size and scope. NAICS code is 541990 quote mark All Other Professional, Scientific and Technical Services quote mark with a size standard of $15M. Please provide capability statements via email to: carrie.l.nelson12.civ@mail.mil. No requests for capability briefings will be honored as a result of this notice. Information provided will not be used as a part of any subsequent solicitation requirement. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. No feedback will be provided regarding individual capabilities statements. No reimbursement will be made for any costs associated with providing information in response to this announcement and/or any follow-up information requests.

Capability statements are due no later than 12:00 PM EST on Tuesday, 12 May 2015. Responses may be e-mailed to the primary point of contact listed below.

Primary Point of Contact:
Carrie L. Nelson
Contract Specialist
Carrie.l.nelson12.civ@mail.mil
Phone: 910-908-3464

Secondary Point of Contact:
Heather D. Clifton
Contracting Officer
Heather.d.clifton.civ@mail.mil
Phone: 910-908-1964

Place of Performance: MICC Center – Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC 28310-5000 US URL: https://www.fbo.gov/notices/afe7c0db76fd60c2d7dc4d4a13ccf19b

OutreachSystems Article Number: 150430/PROCURE/0581 Matching Key Words: writ*; technical; standard;

720px-USAID-Identity.svgAgency for International Development, Overseas Missions, Tanzania USAID-Dar es Salaam, Department of State Washington DC 20521-2140

R — Tusome Pamoja Program, Kiswahili for “Let’s Read Together” SOL-621-15-000014 060115 Keisha Effiom, Contracting Officer, Email keffiom@usaid.gov – Jose E Zenteno, Email jzenteno@usaid.gov SOLICITATION No. SOL-621-15-000014

The United States Agency for International Development (USAID) Mission in Tanzania is seeking proposals from responsible organizations interested in providing technical assistance and instructional materials targeted at improving lifelong learning skills, defined as mastery of early grade reading, writing, and arithmetic.

The overarching goal of this program is to acquire technical assistance and instructional materials targeted at improving lifelong learning skills, defined as mastery of early grade reading, writing, and arithmetic. Technical assistance will cover: (1) improving quality of basic skills instruction at the early primary level; (2) strengthening Ministry of Education and Vocational Training (MoEVT) skills delivery systems; and (3) increasing community and parental engagement in early primary education. Subject to the availability of funds, USAID intends to provide the funding in the range of $60 to $70 million for a five year period (with no option years) contract.

This notice does not obligate USAID to award a contract, nor does it commit the U.S. Government to pay any cost incurred in the preparation and submission of proposals.

This is not a set-aside.

URL: https://www.fbo.gov/spg/AID/OM/TAN/SOL-621-15-000014/listing.html

OutreachSystems Article Number: 150430/PROCURE/0716 Matching Key Words: writ*; technical;

Department of the Army, National Guard Bureau, USPFO for Illinois, Camp Lincoln 1301 North MacArthur Boulevard Springfield IL 62702-2399

R — IL ARNG Medical Case Management W91SMC-15-R-0003 051815 Paul M. Seivert, Phone 2177613551, Email paul.m.seivert.mil@mail.mil Synopsis –
IL ARNG Medical Case Management Synopsis – Competitive 8(a) Set-aside

The USPFO for ILLINOIS i ntends to issue a Request for Proposal (RFP) for Medical Case Management services within Illinois.   The purpose of this requirement is to provide Medical and Dental Non-clinical Case Management and administrative Care Coordinator staffing in support of Individual Medical Readiness (IMR).   This requires is designed to be flexible, responsive, and meets the ever-evolving needs of the Government.   DoDI 6025.19 establishes aggressive quarterly and annual metric goals for the separate IMR elements and for the overall IMR category of Fully Medically Ready (FMR) Soldiers.   The ultimate goals are to produce real-time reports based on complete, accurate data.   The minimum goal for overall medical readiness is more than 85% of Service Members FMR, with the ideal goal being 100%.   The Illinois Army National Guard (IL ARNG) Surgeon’s Office requires a highly responsive process whereby the Government can quickly obtain needed support and services. The North American Industry Classification System (NAICS) code for this requirement is 561330.   The small business size standard is $27.5 million average annual600px-National_Guard_Logo.svg revenue for the previous three years. This is an 8(a) business set-aside.   The Government anticipates award of one contract consisting of a base year plus four (4) option years .    All responsible firms may submit an offer.   Total contract period, to include options, shall not exceed five (5) calendar years. The selection process will be conducted in accordance with FAR Part 15 source selection procedures. Proposals will be evaluated on Past Performance, Technical, and Price. Prospective offerors must submit a written past performance and technical proposal and a price proposal to be considered for award. It is anticipated that the solicitation will be available 6 May 2015.   The solicitation closing date is scheduled for on-or-about 18 May 2015.   Actual dates and times will be identified in the solicitation All information, amendments and questions concerning this solicitation to FedBizOpps . Interested offerors must be registered in System for Award Management (SAM).   To register go to:   https://www.sam.gov/portal/public /SAM/ .   You will need your DUNS number register. Instructions for registering are on the web page. The solicitation and associated information will be available from the Federal Business Opportunities system (FedBizOpps.gov or fbo.gov).   C ontractors and subcontractors interested in this project must register at this site.   The solicitation will be distributed using the Federal Business Opportunities (FedBizOpps.gov or fbo.gov) system.   FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies.   Interested bidders/offerors must register with FedBizOpps before accessing the system.   FedBizOpps registration requires the following information: 1) System for Award Management (SAM) Marketing Partner Identification Number (MPIN) 2) DUNS Number and CAGE Code 3) Telephone Number 4) E-Mail Address.   Registration instructions can be found on the FedBizOpps website at https ://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf .    Reference paragraph 4.7 of the Vendor Guide for instructions to obtain a MPIN to retrieve the specification and drawing documents.   Contractors who do not already have a MPIN are advised that the normal processing is 7 to 12 business days to obtain a MPIN password that will give them access to the plans and specifications, which are located in the controlled access location on FBO.   See video in vendor guide at 3.3 on advanced functions for other information.   Bidders/offerors who have registered with FedBizOpps must access the data for this solicitation with their MPIN.   Bidders/Offerors cannot log into the FedBizOpps home page and search for data.

All inquiries must be in writing, preferable via email to the persons specified in the solicitation.   All answers will be provided in writing via posting to the web. If you have any questions concerning this procurement, you are encouraged to Email your questions to paul.m.seivert.mil@mail .mil . All questions must be received by this email address no later than 4:30 pm CDT, 14 May 2015.

DISCLAIMER:   Amendments, if/when issued will be posted to the FedBizOpps.gov or fbo.gov for electronic downloading.   This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation.   Websites are occasionally inaccessible due to various reasons.   The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages.   The Government will issue no paper copies.

Set-Aside: Competitive 8(a) Place of Performance: 1301 N. MacArthur Blvd. Springfield, IL 62702-2317 Springfield, IL 62702 US URL: https://www.fbo.gov/spg/USA/NGB/DAHA11/W91SMC-15-R-0003/listing.html

OutreachSystems Article Number: 150429/PROCURE/0067 Matching Key Words: writ*; technical; standard;

720px-USAID-Identity.svgAgency for International Development, Overseas Missions, Tanzania USAID-Dar es Salaam, Department of State Washington DC 20521-2140

R — TUSOME PAMOJA USAID/TANZANIA SOL-621-15-000014 060115 Keisha Effiom, Contracting Officer, Email keffiom@usaid.gov – Jose E Zenteno, Acquisition Specialist, Email usaidtzco@usaid.gov The United States Agency for International Development (USAID) Mission in Tanzania, intends to issue a Request for Proposal solicitation for the USAID/Tanzania Tusome Pamoja Program, Kiswahili for Let’s Read Together . The overarching goal of this program is to acquire technical assistance and instructional materials targeted at improving lifelong learning skills, defined as mastery of early grade reading, writing, and arithmetic. Technical assistance will cover: (1) improving quality of basic skills instruction at the early primary level; (2) strengthening Ministry of Education and Vocational Training (MoEVT) skills delivery systems; and (3) increasing community and parental engagement in early primary education. Subject to the availability of funds, USAID intends to provide the funding in the range of $60 to $70 million for a five year period (with no option years) contract.

This notice does not obligate USAID to award a contract, nor does it commit the U.S. Government to pay any cost incurred in the preparation and submission of proposals.

Telephone inquiries will not be accepted. We will not directly respond to inquiries regarding this synopsis but may consider them in preparation of the RFP. Comments may be submitted via email to: usaidtzco@usaid.gov

This is not a set-aside

Primary Point of Contact: Keisha Effiom, Contracting Officer at keffiom @usaid.gov

Secondary Point of Contact: Jose Zenteno at jzenteno@usaid.gov

Place of Performance: USAID/TANZANIA DAR ES SALAAM TZ URL: https://www.fbo.gov/spg/AID/OM/TAN/SOL-621-15-000014/listing.html

OutreachSystems Article Number: 150429/PROCURE/0079 Matching Key Words: writ*; technical;

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

R–OFFICE ADMINISTARTIVE MANAGEMENT OF GYM MEBERSHIPS W9124D-15-Q-5903 050415 Jason W Bufkin, 5026241912 MICC Center – Fort Knox This Sources Sought Synopsis is issued for maximizing competition. Should anything in the requirement be construed as limiting competition, please feel free to contact the MICC Special Competition Advocate (SCA) at dean.m.carsello.civ@mail.mil.

This synopsis is not a request for proposal. It is a market research tool being used to determine procurement strategy. Appropriate procurement strategy will be determined after consideration of industry response to this sources sought synopsis. The Government is not obligated to, and will not, pay for any information received from potential sources as a result of this synopsis.

The Government is seeking responses to this sources sought synopsis from all interested businesses capable of providing the requirement. Small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, etc.) are highly encouraged to identify capabilities in meeting the requirements at fair market prices.

For any acquisition set-aside for small business, Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, will apply and will require the prime contractor to self-perform atDepartment of the Army least 50 percent of the labor with its own employees. Prime contractors cannot sub-contract the entire effort. Again, this applies only to small business set-asides.

The purpose of this requirement is to provide administrative management and procurement services for gym memberships in support of the United States Military Entrance Processing Command. Locations of gyms would be throughout the United States not limited to a specific region. Memberships would be for 1 year at a time and not be reoccurring. Vendor would be given a list of preferred gyms, names of members and be expended to acquire gym memberships within the period of performance requested. Vendor would not be expected to manage gym memberships for the entirety of the membership. Once the Purchase has been made the service, management and administration responsibilities would transfer to the gym.

The appropriate NAICS code is 561110 with a size standard of $7,500,000.00.

Responses to this announcement must be received no later than 2:00 P.M. Eastern Standard Time on Tuesday, 04 May 2015. Responses should be emailed to jason.w.bufkin.mil@mail.mil. Responses shall include the following:

1. Company name and address;
2. A statement of interest that meets all the requirements listed above;
3. A synopsis of the contractor’s capabilities;
4. Company size: small or large, new qualified small business sources, including veteran-owned small, service-disabled veteran-owned small, HUBZone small, small disadvantaged, and economically disadvantaged women-owned small business program.
5. Statement confirming the requirements of FAR 52.219-14 will be met should this acquisition be set-aside for small business (if applicable);
6. Contact information, to include name, e-mail address, phone number, and fax number;
7. CAGE Code and/or DUNS number.

Set-Aside: Total Small Business Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/13cc008a8d341ca44e36cecb2375b448

OutreachSystems Article Number: 150429/PROCURE/0480 Matching Key Words: age:state!ky; state!ky;

USABID State and Local Purchases

Georgia – Georgia Local Government Access http://www.glga.org Georgia Municipal Association PO Box 105377 Atlanta, GA 30348 404-688-0472 678-686-6289 – FAX

T – “Not On My Shift” Video SOL DISCLAIMER: Details posted on MARTA’s website supersede ALL details posted on this website.To download documents and view details, visit us at: http://martabid.itsmarta.com/ProductsBid.aspxRFQ Q34440A “Not On My Shift” VideoThe MARTA Police & Emergency Management Department is requesting a video for its “Not On My Shift” internal employee awareness program. This video is meant to educate MARTA’s transit and contractor employees about unattended packages, suspicious persons and suspicious items found on MARTA property and vehicles. Due Date: End Date: Friday, May 22, 2015 Address: http://www.glga.org/Detail.aspx?CNID=100262 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150501/BID/0271 Matching Key Words: video*; produc*; website;

Iowa – Iowa State University http://www.purchasing.iastate.edu/vendors/ Purchasing Department, 3616 Administrative Services Building Phone 294-4860, purchasing@iastate.edu

T – WATER ROCKS! VIDEO PRODUCTION SOL 63091 WATER ROCKS! VIDEO PRODUCTION Due Date: 2015-05-18 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150501/BID/0298 Matching Key Words: video*; produc*; production?;

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

99 – Iroquois Park North Overlook SOL IFB-3422-0-2014/TB Iroquois Park North Overlook Due Date: 5/19/2015 3:00 PM Eastern Contact: Teresa Burton For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150501/BID/0339 Matching Key Words: age:state!ky; state!ky;

Massachusetts – COMMBUYS https://www.commbuys.com/bso/external/publicBids.sdo Commonwealth of Massachusetts Operational Services Division (OSD); Help Desk:(888) 627-8283

R – 15LCEHSCANCERREGISTRYNOI:Notice of Intent to Purchase between EO SOL BD-15-1039-EHS01-EHS01-00000004016 15LCEHSCANCERREGISTRYNOI:Notice of Intent to Purchase between EOHHS and the University of Kentucky Due Date: 05/14/2015 02:00:00 PM Address: https://www.commbuys.com/bso/external/bidAck.sdo;jsessionid=97080B78D4FCC8BF6341873EC3A3A9F7.worker4?bidId=BD-15-1039-EHS01-EHS01-00000004016&parentUrl=activeBids For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150501/BID/0375 Matching Key Words: state!ky;

Virginia – VBO/eVA-Virginia Business Opportunities https://vendor.epro.cgipdc.com/webapp/VSSAPPX/Advantage Virginia Business Opportunities – VBO. In order to obtain the bid package you must be a registered subscriber with the State.

T Video Production Services SOL RFP : RFP 15-04-12 Video Production Services Due Date: 5/22/15 3:00 PM Contact: Francine Morris For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150501/BID/0682 Matching Key Words: video*; produc*; production?;

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

R – Investigative Services RFP : 1500000295 Board Of Occu SOL Investigative Services RFP : 1500000295 Board Of Occupational Therapy Published On : 4/28/15 Amended On : Closing On : 5/15/15 4:00 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150430/BID/0003 Matching Key Words: age:state!ky; state!ky;

California – City of Los Angeles http://www.labavn.org/index.cfm?fuseaction=contract.contract_list City of Los Angeles; Purchasing Office, Room 100, City Hall South; 111 E. First St. Los Angeles, CA 90012-4170 Phone: 213-485.3677.

T – 3075110 Video Production Equipment SOL 3075110 – Video Production Equipment Due Date: 05/01/15 11:00 AM Contact: *The current status is ‘Open’. The City is currently accepting bids/proposals. – No meetings scheduled For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150430/BID/0131 Matching Key Words: video*; produc*; production?;

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

R – Titles I & III Non-Public Instructional Services #7080 Bid close SOL Titles I & III Non-Public Instructional Services #7080 Bid closes @ 11:00 a.m. on May 26, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150430/BID/0337 Matching Key Words: age:state!ky; state!ky;

Tennessee Press Association http://www.publicnoticeads.com/TN/search/searchnotices.asp 435 Montbrook Lane; Knoxville, TN 37919; (865) 584-5761

R – REQUEST FOR PROPOSAL Southern West Virginia Community and Tec SOL Public Notice ID: 22406169.HTM REQUEST FOR PROPOSAL Southern West Virginia Community and Technical College (SWVCTC), a nationally recognized institution with operations in six counties in Southern West Virginia and two counties in Eastern Kentucky, seeks the assistance of an executive search firm in its search for a new President. Firms or organizations interesed in assisting SWVCTC in its search should submit a proposal setting forth their capabilites, interest, experience, and fee structure no later than 3:00 p.m. on Wednesday, May 13, 2015. Proposals may be mailed to Melissa Creakman, Director of Purchasing, Southern West Virginia Community and Technical College, P.O. Box 2900, Mount Gay, WV. Information about the position and SWVCTV may be reviewed at http://www.southernwv.edu/administration/president/search. All questions regarding the proposal process should be directed ot the Director of Purchasing, Melissa Creakman, at 304-896-7411. Questions regarding the search process should be directed to Emma Baisden, Executive Assistant to the President and Board to Governors at 304-896-7402. PUB2T; 4/29/15 & 5/6/15 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150430/BID/0636 Matching Key Words: state!ky;

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

99 – Enterprise Revenue Cycle Operations Training SOL Ref #: UW-15-0401JG tTo solicit proposals from firms interested in providing technical publication (writing, editing) and curriculum design and development services for the creation of training materials on behalf of Enterprise Revenue Cycle Operations Due Date: 08/01/15 Contact: Jarrett Gordon For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150430/BID/0764 Matching Key Words: writ*; 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 – Review of Account Receivables System RFP : 1500000243 SOL Review of Account Receivables System RFP : 1500000243 Judicial Department Published On : 4/29/15 Amended On : Closing On : 5/12/15 4:30 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150430/BID/0785 Matching Key Words: age:state!ky; state!ky;

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

R – Concession – Beach – Nolin Lake Lake State Park RFQ : 150000017 SOL Concession – Beach – Nolin Lake Lake State Park RFQ : 1500000178 Kentucky Department Of Parks Published On : 4/27/15 Amended On : Closing On : 5/6/15 2:00 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150429/BID/0004 Matching Key Words: age:state!ky; state!ky;

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

T – Document Scanning Pilot Project of the Occupational Returns SOL IFB-3426-0-2015/ES Document Scanning Pilot Project of the Occupational Returns Due Date: 5/8/2015 3:00 PM Eastern Contact: Eugene Skeete For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150429/BID/0252 Matching Key Words: age:state!ky; state!ky;

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

R – 15-66 / Hwy 42, 16″ Transmission Main Project (Prospect PRV Stat SOL 15-66 / Hwy 42, 16″ Transmission Main Project (Prospect PRV Station to Greenmere Blvd) Due Date: 05/20/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150429/BID/0259 Matching Key Words: age:state!ky; state!ky;

Kentucky – Eastern Kentucky University, Eastern Kentucky University 117 Jones Building 521 Lancaster Avenue Richmond, Kentucky 40475 Phone: 859-622-2246 Fax: 859-622-2047 http://purchasing.eku.edu/bids-and-quotes

R – RFP 60-15 Legal Services Due: 5/01/15 2:00PM (ET) SOL RFP 60-15 Legal Services Due: 5/01/15 2:00PM (ET) For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150428/BID/0044 Matching Key Words: age:state!ky; state!ky;

Kentucky – Eastern Kentucky University, Eastern Kentucky University 117 Jones Building 521 Lancaster Avenue Richmond, Kentucky 40475 Phone: 859-622-2246 Fax: 859-622-2047 http://purchasing.eku.edu/bids-and-quotes

R – EKU 66-15 Spring Commencement Production Support & Gear Specifica SOL EKU 66-15 Spring Commencement Production Support & Gear Specifications Opens: 5/04/15 10:00AM (ET) For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150428/BID/0046 Matching Key Words: age:state!ky; state!ky;

Texas – Texas Marketplace-Electronic State and Local Business Daily http://esbd.cpa.state.tx.us/newbidshow.cfm The Texas Marketplace – Electronic State Business Daily; PO Box 12728; Austin, TX 78711 Phone: 512-936-0236 Fax: 512-936-0440

T – RFP for Video Production Services SOL Agency Requisition Number: 327-91582-150427 RFP for Video Production Services Due Date: Open Date: 05/22/15 10:00 AM Contact: CHRISTOPHER WOOD For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150428/BID/0519 Matching Key Words: video*; produc*; production?;

Other Federal Procurements (Small)

FedBizOpps Grants http://www.grants.gov/web/grants/search-grants.html Grants.gov. Contact Center: 1-800-518-4726 or support@grants.gov. Additional contact information is listed in each Grant.

99 — Kentucky Natural Lands Trust SOL F15AS00206 Due Date: 05/08/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150501/SMALL/9631 Matching Key Words: state!ky;

Kentucky State Procurement

Lexington-Fayette Urban County Airport Board, 4000 Versailles Road, Lexington, KY 40510

R — PUBLIC PARKING AND LUGGAGE CART RENTAL CONCESSIONS. DUE 21-JUN-2015 Website: http://www.bluegrassairport.com/busopps.html Notice is hereby given that the Lexington-Fayette Urban County Airport Board, hereinafter referred to as “Board,” is requesting Proposals from interested and qualified parties, hereinafter referred to as “Proposers”, for the operation of the public parking and luggage cart rental concessions, hereinafter referred to as “Concessions”, at Blue Grass Airport in Lexington, Fayette County, Kentucky, hereinafter referred to as “Airport”. It is the Board s intent to award a Public Parking and Luggage Cart Rental Concession Agreement, hereinafter referred to as “Concession Agreement”, to one (1) qualified and responsible Proposer, hereinafter referred to as “Concessionaire” or “Successful Proposer”, for one (1) of the two (2) term lengths shown below based on its evaluation of the Proposals that it receives. Proposers may submit Proposals for either or both of the following term lengths, hereinafter referred to as “Term”: six (6) years and five (5) months commencing February 1, 2016 and ending June 30, 2022 with two (2) potential five (5) year Option Terms subject to the mutual agreement of terms of the Board and the Successful Proposer. eleven (11) years and five (5) months commencing February 1, 2016 and ending June 30, 2027 with one (1) potential five (5) year Option Term subject to the mutual agreement of terms of the Board and the Successful Proposer. Sealed Proposals will be received at the office of the Director of Administration and Finance, Blue Grass Airport, 4000 Terminal Drive, Suite 206, Lexington, Kentucky 40510, until 2:00 p.m. local time on July 21, 2015 at which time the Proposers” Gross Revenues Percentage Payment offers will be publicly opened and read aloud. After completion of a review process, the Board proposes to execute a Concession Agreement with one (1) Successful Proposer who has submitted the best Proposal, in the sole determination of the Board. This Request for Proposals, including the Proposal Form, sample Concession Agreement, and all related documents, hereinafter collectively referred to as “RFP”, may be obtained by prospective Proposers at the Administration Office, Blue Grass Airport, by written request or email directed to Don Sever, Director of Administration and Finance, Blue Grass Airport, 4000 Terminal Drive, Suite 206, Lexington, Kentucky 40510, or dsever@bluegrassairport.com, or from the Airport website at http://www.bluegrassairport.com under Business Opportunities. Requests to have the RFP delivered via express courier will be honored provided that all such requests are accompanied by the appropriate billing account information. The Board reserves the right to reject any and all Proposals, or to accept any Proposal which is deemed to be more advantageous to the public and to the Board. Each Proposal shall be accompanied by a certified cashier s check on a solvent bank, or bid bond payable to Lexington-Fayette Urban County Airport Board, in the amount of Ten Thousand Dollars ($10,000.00) issued by a surety licensed to do business in Kentucky in a form acceptable to the Board. Said check or bid bond shall be given as security to guarantee that if the Proposal is accepted, a Concession Agreement will be entered into and the performance of it properly secured. The Board, in accordance with Title VI of the Civil Rights Act of 1964, and Title 49 of the Code of Federal Regulations, hereby notifies all interested parties that it will affirmatively ensure that in any award made pursuant to this RFP, Disadvantaged Business Enterprises will be afforded full opportunity to submit Proposals in response to this RFP and that no Proposer will be discriminated against on the grounds of race, creed, handicap, color, religion, sex, or national origin in consideration for an award. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150501/KY/7798 Matching Key Words: age:state!ky; state!ky;

City of Versailles, 196 South Main St., Versailles KY 40383

R — REQUEST FOR QUALIFICATIONS FROM CONSULTING ENGINEERS FOR WASTEWATER TREATMENT PLANT DESIGN SERVICES. DUE 28-MAY-2015 Phone: (859) 873-5436; Website: http://www.versailles.ky.gov The City of Versailles is issuing a Request for Qualifications related to the Versailles Wastewater Treatment Plant Expansion Project. The scope of the project could include, but not be limited to, the following project management and services: engineering (civil, electrical, mechanical, structural, etc.), surveying, architectural, geotechnical engineering, environmental services, cultural resource evaluation, construction administration, and/or resident project representation. Proposals are available at http://www.versailles.ky.gov, or at the Versailles City Clerk”s office located at 196 South Main St., Versailles KY 40383; (859) 873-5436. Proposals must be received at the above address no later than 2:00 p.m. on Thursday, May 28, 2015.This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150429/KY/7699 Matching Key Words: age:state!ky; state!ky;

Southwest Ohio Regional Transit Authority, 602 Main St., Suite 1100, Cincinnati, OH 45202

R — SMART CARDS FOR CPS. IFB 23-15 Website: http://www.go-metro.com/doing-business/bid-opportunities The Southwest Ohio Regional Transit Authority is seeking bids for IFB 23-15 for Smart Cards for CPS. Bidding instructions, specifications and contractual terms and conditions may be obtained by contacting SORTA’s Procurement Department, Lyndi Bryan at 513-632-9229 or lbryan@go-metro.com.This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150429/KY/7708 Matching Key Words: age:state!ky; state!ky;

Lexington Center Corporation, 430 West Vine Street, Lexington, KY 40507

99 — SELF-CONTAINED 30 YD COMPACTOR. LCC-GE-701-15 PHONE #(859) 233-4567 X 3240 THE LEXINGTON CENTER CORPORATION IS ACCEPTING BIDS AT ITS OFFICES UNTIL 2:30 PM (EDST), MAY 11, 2015 FOR THE FOLLOWING: #LCC-GE-701-15 SELF-CONTAINED 30 YD COMPACTOR. BIDS ARE TO BE SEALED AND MARKED BID #LCC-GE-701-15. FOR BID SPECIFICATIONS CONTACT MERRILL RICHARDSON @ 430 WEST VINE ST., LEXINGTON, KY 40507. PHONE #(859) 233-4567 X 3240http://www.legalnotice.org/pl/lexingtonherald/landing1.aspx This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150429/KY/7738 Matching Key Words: age:state!ky; state!ky;

University of Kentucky, 322 Peterson Service Bldg.; 411 S Limestone, Lexington, KY 40506-0005

R — TELEVISIONS & IPTV DISTRIBUTION/SYSTEM-INTEGRATION FOR COMMONWEALTH STADIUM AND THE FOOTBALL BUILDING. UK-1579-15 DUE 27-MAY-2015 Phone: (859) 257-9100; Website address: http://www.uky.edu/Purchasing/bidlist.htm This Request for Proposal (RFP) is being issued by the University of Kentucky to solicit Proposals from vendors to provide approximately 708 televisions, and IPTV digital signage system at Commonwealth Stadium and in the Football Building. The system will be used to provide HD television distribution and digital signage and/or video walls in the newly constructed suite, club, press box and concourse spaces within Commonwealth Stadium. The system will include head end components, digital signage hardware, set-top boxes and any other miscellaneous hardware required for a complete and working system. This system will allow us to distribute a digital television signal to the various sections of the stadium with the updated technology, once it is available from our cable provider, Time-Warner. All IT hardware (switches, routers, etc.) and signal cabling required for the system for the renovation of Commonwealth Stadium, in the quantities, sizes and types specified herein. The Football building will include three (3) video walls, digital signage, video controls, video coaching, and audio system, DVD’s, projectors, document cameras, cabling and a ll IT hardware (switches, routers, etc.) and signal cabling required for the system for the football building, in the quantities, sizes and types specified herein. It is the intent of the University of Kentucky to acquire the services of a full-service A/V equipment provider and integrator for the Stadium Project and new football building at the University of Kentucky, under the Department of Athletics. A pre-proposal conference will be held in Lexington, Kentucky on 5/6/15 at 1:30 p.m. in the Nutter Training Center meeting room, 720 Sports Center Dr, Lexington, KY 40506, to allow prospective Contractors an opportunity to ask questions and clarify the University s expectations. This conference provides Offerors an opportunity for oral questions. For more information about this opportunity please contact the buyer directly. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150429/KY/7739 Matching Key Words: video*; train*; conference?; website; sport?; distribut*; age:state!ky; state!ky;

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

R — ASSISTANCE FOR SMALL WATER SYSTEMS. RFP: 1500000285 DUE 08-MAY-2015 Phone: (502) 564-4510; Website: https://emars.ky.gov/online/vss/AltSelfService Department for Environmental Protection. THE DIVISION OF WATER IS SOLICITING COMPETITIVE WRITTEN PROPOSALS TO ADDRESS AND PROVIDE TECHNICAL, FINANCIAL, AND MANAGERIAL ASSISTANCE AND TRAINING TO SMALL DRINKING WATER SYSTEMS SERVING LESS THAN 10,000 IN POPULATION. Published On: 4/23/15 Amended On: Closing On: 5/8/15 4:00 PM EDT. For more information about this opportunity please contact the buyer directly. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150428/KY/7656 Matching Key Words: age:state!ky; state!ky;

KPC – Kentucky Purchasing Cooperative, 904 Rose Road, Ashland, KY 41102

76 — CATALOG-PRICE LIST-RETAIL STORE SHELF PRICE BID. CLS 2010.133 DUE 11-MAY-2015 Phone: 606-928-0205; email: info@kpc4me.com; Website: http://www.kpc4me.com/bid-opportunity/ This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150428/KY/7685 Matching Key Words: age:state!ky; state!ky;

KPC – Kentucky Purchasing Cooperative, 904 Rose Road, Ashland, KY 41102

69 — CATALOG-PRICE LIST-RETAIL STORE SHELF PRICE BID. CLS 2010.133 DUE 11-MAY-2015 Phone: 606-928-0205; email: info@kpc4me.com; Website: http://www.kpc4me.com/bid-opportunity/ This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150428/KY/7688 Matching Key Words: age:state!ky; state!ky;

KPC – Kentucky Purchasing Cooperative, 904 Rose Road, Ashland, KY 41102

99 — CATALOG-PRICE LIST-RETAIL STORE SHELF PRICE BID. CLS 2010.133 DUE 11-MAY-2015 Phone: 606-928-0205; email: info@kpc4me.com; Website: http://www.kpc4me.com/bid-opportunity/ This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150428/KY/7689 Matching Key Words: age:state!ky; state!ky;

Hardin County Water District No. 1, 1400 Rogersville Road, Radcliff, KY 40160

R — FORT KNOX WATER DISTRIBUTION SYSTEM LEAK SURVEY. DUE 13-MAY-2015 Website: https://www.hcwd.com/getrows.asp?SID=2 Hardin County Water District No. 1 (District) issues this Request for Proposals from qualified firms for a Water Distribution System Leak Survey project of its Ft. Knox Water System. Proposals will be received until May 13th, 2015 at 11:00 AM (EST) at the District offices, 1400 Rogersville Road, Radcliff, Kentucky. A Mandatory Pre-Proposal conference call must be attended by any firms considering submitting a proposal. Caller will dial 1 (302) 202-1102 and Enter Code 816885 when prompted. The meeting will be held at the District office on May 6th, 2015 at 2:00 PM (EST). Complete RFP documents may be picked up at the District offices, or downloaded from the website http://www.HCWD.com under “Bid Information” after April 24th, 2015. The District invites any qualified firm to submit a proposal and does not discriminate on the basis of race, creed, color, sex or national origin.This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150428/KY/7691 Matching Key Words: age:state!ky; state!ky;

Dugan & Meyers, 2700 River Green Circle, Louisville, KY 40206

99 — POTENTIAL CONSTRUCTION SUBCONTRACTING OPPORTUNITIES. Phone (502) 894-4481; Fax (502) 894-4482 BID Date: 5/13/2015: BID TIME: 2:00 PM Dugan & Meyers Construction Co. is inviting quotes on the following project. Project : Shelbyville Water Treatment Plant Chloramine Conversion. Project Location: Shelbyville, KY. Quotes Requested for the following Subcontractors: Electrical, Concrete Reinforcement, Excavation, Instrumentation, Masonry, Thermal & Moisture Protection, Plumbing, HVAC, Roofing. Quotes Requested for the following Materials: Concrete, pre-cast concrete, metals, doors & windows, pumping equipment, pipe, valves, structural steel signage, gates, Additional Information: MBE and WBE subcontractors and suppliers are encouraged to send quotes. Plans Available at the following location(s): ARC Central, 1018 New Circle Road, Suite 102, Lexington, KY 40505 859 699-5105. Project Contact Information: Name: Andy Zalla Phone: 502 894-4481 Email: Azalla@dugan-meyers.com. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150427/KY/7630 Matching Key Words: age:state!ky; state!ky;

pitanim

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

AIR FORCE

Northrop Grumman, Herndon, Virginia, has been awarded a $99,120,000 requirements type contract for nuclear safety cross check analysis, performance analysis and technical evaluation and independent validation and verification. Contractor will provide independent testing and evaluation of developer’s software and hardware for impacts on Minuteman III nuclear safety. Tests and evaluations are conducted to ensure that software meets approved specifications and nuclear safety requirements. It also ensures that software does not contain errors or deficiencies that could lead to violations of the Department of Defense nuclear weapon system safety standards. Work will be performed at El Segundo, California, and Layton, Utah, and is 356px-Seal_of_the_US_Air_Force.svgexpected to be complete by Sept. 30, 2020. This award is the result of a competitive acquisition with one offer received. No funds are being obligated at the time of award. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity (FA8204-15-D-0001).

Moog Inc., East Aurora, New York, has been awarded an $18,995,057 firm-fixed-priced requirements contract for repair and overhaul of B-2 servoactuators. Contractor will provide repair and overhaul of seven different types of hydraulic servoactuators for the B-2 aircraft. Work will be performed at Tinker Air Force Base, Oklahoma, and is expected to be complete by May 7, 2016. This award is the result of a sole-source acquisition. No funds are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8118-15-D-0001).

Boeing Defense, Space and Security – Global Services and Support Division, Oklahoma City, Oklahoma, has been awarded a $15,792,708 cost-plus-incentive-fee, firm-fixed price and cost reimbursable task order (0057) to previously awarded contract FA8106-06-D-0001 for programmed depot maintenance and modifications on the E-4B platform. Work will be performed at San Antonio, Texas, and is expected to be complete by Jan. 15, 2016. Fiscal 2015 operations and maintenance and aircraft procurement funds in the amount of $15,792,708 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Alutiiq Technical Services LLC,* Anchorage, Alaska (N39430-15-D-1660); De La Fuente Construction Inc.,* National City, California (N39430-15-D-1661); Iyabak Construction LLC,* Anchorage, Alaska (N39430-15-D-1662); Virtual Computing Technology,* Carlsbad, California (N39430-15-D-1663); and Windy Bay Services LLC,* Anchorage, Alaska (N39430-15-D-1664), are each being awarded an indefinite-delivery/indefinite-quantity multiple award contract for worldwide passive security barrier services. The maximum dollar value including the base period and four option periods for all five contracts combined is $90,000,000. The work to be performed provides for logistical support, installation, inspection, refurbishment, development, and field supervision/operation of waterfront barriers, associated moorings, passive water barriers, and related marine facilities worldwide. The work will also include engineering and design services to support passive water barrier development and installation as well as prototyping and testing of improved systems and ancillary components. Work will be performed at various Department of Defense installations worldwide. The term of the contract is not to exceed 60 months with an expected completion date of May 2020. Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $50,000 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with five proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. No task orders are being issued at this time. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

Insitu Inc., Bingen, Washington, is being awarded $10,919,060 for firm-fixed-price delivery order 0008 against a previously issued basic ordering agreement (N68335-11-G-0009). This effort is for the procurement of site activation services, and field service representative personnel to perform site lead, pilot/operator, and maintenance personnel duties to support intelligence, surveillance, and reconnaissance services program and force protection services for the government of Iraq. It will also procure one Mark 4 Launcher, two Full Mission Training Devices and spares kits. Work will be performed in Taji, Iraq (86.5 percent); and Bingen, Washington (13.5 percent), and is expected to be completed in August 2016. Foreign military sales funds in the amount of $10,919,060 are being obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Mikel Inc., Fall River, Massachusetts, is being awarded an $8,754,060 cost-plus-fixed-fee contract modification to previously awarded contract (N00024-11-C-6295) to exercise an option for research and combat system development and processing for Navy submarines. Work will be performed in Middletown, Rhode Island (75 percent); Washington, District of Columbia (10 percent); Manassas, Virginia (5 percent); Fall River, Massachusetts (5 percent); and Honolulu, Hawaii (5 percent), and is expected to be completed by January 2016. Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $350,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

I.E.-Pacific Inc.,* San Diego, California, is being awarded $6,626,000 for firm-fixed-price task order 0005 under a previously awarded multiple award construction contract (N62473-11-D-0066) for renovation and repair of Building 775 and quarter deck Building 773 at Naval Station North Island. The work to be performed includes the liquefaction assessment and compaction grouting below Building 775. The renovation of these facilities will bring each space up to code compliance and provide much-needed finish upgrades, modifications to existing layouts to optimize program requirements, and structural enhancements to ensure the safety of the users. The options, if exercised, provide for the installation of entry canopy, monument sign, new Americans with Disabilities Act and reserved parking area, new tile flooring in restrooms, coating on stairwells, and dual roll-up shades. The task order also contains six unexercised options, which if exercised would increase cumulative task order value to $6,941,000. Work will be performed in Coronado, California, and is expected to be completed by May 2017. Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $6,626,000 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

ARMY

General Atomics Aeronautical Systems Inc., Poway, California, was awarded an $84,838,567 modification (P00100) to contract W58RGZ-12-C-0075 for Gray Eagle performance-based logistics product support for Block 1 program of record and quick reaction capability. Work will be performed in Poway, California, with an estimated completion date of Oct. 23, 2015. Fiscal 2014 and 2015 operations and maintenance (Army) and other procurement funds in the amount of $84,838,567 were obligated at the time of the award. Army Contracting Command Redstone Arsenal, Alabama, is the contracting activity.

Advanced Mission Systems Charlotte, North Carolina (W15QKN-15-D-0033); Barbaricum LLC,* Washington, District of Columbia (W15QKN-15-D-0034); Black Tree Group LLC*, Oldsmar, Florida (W15QKN-15-D-0035); METIS Solutions LLC,*Department of the Army Alexandria, Virginia (W15QKN-15-D-0036); Bethesda, Maryland (W15QKN-15-D-0037); Silverback7 Inc.,* Woodbridge, Virginia (W15QKN-15-D-0038); Universal Strategy Group Inc.,* Franklin, Tennessee (W15QKN-15-D-0039); and WinTec Arrowmaker Inc.,* Fort Washington, Maryland (W15QKN-15-D-0041), were awarded a $48,000,000 firm-fixed-price, multiple award indefinite-delivery/indefinite-quantity contract for special warfare technical support. Contractors will share capacity. Funding and work location will be determined with each order with an estimated completion date of May 6, 2020. Bids were solicited via the Internet with 13received. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

RQ Construction LLC, Carlsbad, California, was awarded a $45,104,149 firm-fixed-price contract to construct a Special Operations Battalion operations facility at Joint Base Lewis-McChord, Washington, with an estimated completion date of May 2, 2017. Bids were solicited via the Internet with two received. Fiscal 2012 and 2013 military construction funds in the amount of $45,104,149 were obligated at the time of the award. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-15-C-0006).

L-3 Communications Corp., Wilmington, Massachusetts, was awarded a $28,922,000 modification (P00003) to contract W911QX-14-C-0049 for new work modification to incorporate contract line item 0005, known as the Wide Area 6-Degree Payload build and test phase. Work will be performed in Wilmington, Massachusetts, with an estimated completion date of Aug. 31, 2016. Fiscal 2015 research, development, testing and evaluation funds in the amount of $15,440,258 were obligated at the time of the award. Army Contracting Command, Adelphi, Maryland, is the contracting activity.

Airbus Defense and Space Inc., Herndon, Virginia, was awarded a $24,012,980 modification (P00878) to multi-year contract W58RGZ-06-C-0194 for mission equipment packages to be cut into the Lakota Helicopter production line as part of the Army Aviation Restructure Initiative for training aircraft. Work will be performed in Columbus, Mississippi, with an estimated completion date of July 31, 2017. Fiscal 2014 and 2015 other procurement (Army) funds in the amount of $ 24,012,980 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Alsom Power Inc., Littleton, Colorado, was awarded an $18,830,519 firm-fixed-price contract with options for the design and manufacture of stator laminations and winding and accessories for the Carters Pumped Storage Facility. Work will be performed in Chatsworth, Georgia, with an estimated completion date of June 30, 2017. Bids were solicited via the Internet with five received. Fiscal 2015 other procurement funds in the amount of $3,056,367 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W91278-15-C-0007).

AAI-Textron Systems, Hunt Valley, Maryland, was awarded an $11,512,123 modification (P00025) to foreign military sales (Afghanistan) contract W58RGZ-13-C-0016 for logistics support for a six-month bridge extension effort. Work will be performed in Hunt Valley, Maryland, with an estimated completion date of Nov. 7, 2015. Fiscal 2015 operations and maintenance (Army) and other procurement funds in the amount of $7,491,815 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Tullahoma Industries LLC,* Tullahoma, Tennessee, has been awarded a maximum $59,389,738 modification (P00127) exercising the second one-year option period of a one-year base contract (SPM1C1-13-D-1050) with four one-year option periods for various permethrin trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Tennessee, Alabama, North Carolina and Puerto Rico, with a May 6, 2016, performance completion date. Using military service is Army. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Pima Valve Inc.,* Chandler, Arizona, has been awarded a maximum $7,655,805 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Navy standard valves. This contract was a competitive acquisition, and three responses were received. This is a three-year base contract with two one-year option periods. Location of performance is Arizona with a May 5, 2018, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2015 through fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania (SPRMM1-15-D-Y008).

Hamill Manufacturing Co.,** Trafford, Pennsylvania, has been awarded a maximum $6,608,140 firm-fixed-price contract for air barrel assembly in support of aircraft launch and recovery equipment. This contract was a competitive acquisition, and two responses were received. This is four-year base contract with no option years. Location of performance is Pennsylvania, with an Oct. 31, 2019, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2015 through fiscal 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-15-C-Z041).

ARMY

Raytheon Co., McKinney, Texas, was awarded a $26,990,015 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to update and configure Block 0 Long Range Advanced Scout Surveillance System (LRAS3) sight sensors to the Block 1 Netted LRAS3 sight sensor, configuration of up to 100 LRAS3 units. Funding and work location will be determined with each order with an estimated completion date of May 4, 2017. Bids were solicited via the Internet with one received. Army Contracting Command, Alexandria, Virginia, is the contracting activity (W909MY-15-D-0006.

Quantitech Inc.,*** Huntsville, Alabama, was awarded a $9,999,908 firm-fixed-price contract to procure systems engineering, test and evaluation, and computer resources supporting the Counter-Rocket, Artillery, Mortar Program Directorate (C-RAM) in Iraq and Afghanistan with capability integration with the AirDepartment of the Army and Missile Defense Planning and Control System. Work will be performed in Huntsville, Alabama, with an estimated completion date of May 5, 2016. Bids were solicited via the Internet with one received. Fiscal 2015 operations and maintenance (Army) funds in the amount of $9,999,908 were obligated at the time of the award. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-15-F-0066).

Arrowpoint Corp.,*** Alexandria, Virginia, was awarded a $7,779,851 firm-fixed-price contract with options for the Reserve Component Manpower System Suite. Work will be performed in Arlington, Virginia, with an estimated completion date of May 10, 2020. Bids were solicited via the Internet with seven received. Fiscal 2015 operations and maintenance (Army) funds in the amount of $7,779,851 were obligated at the time of the award. Army Contracting Command is the contracting activity (W9133L-15-F-0011).

600px-US-DeptOfNavy-Seal.svgNAVY

Commercial Service of Bloomington Inc.,*** Bloomington, Indiana (N40085-15-D-7912); Custom Mechanical Systems Corp., Bargersville, Indiana (N40085-15-D-7913); Harrell Contracting Inc.,*** Worthington, Indiana (N40085-15-D-7914); Mastercraft Mechanical Contractors Inc.,*** Bloomington, Indiana (N40085-15-D-7915); and Siemens Government Technologies Inc., Arlington, Virginia (N40085-15-D-7916), are each being awarded an indefinite-delivery/indefinite-quantity multiple award construction contract for mechanical construction projects at the Naval Support Activity, Crane, and the Glendora Test Facility. The maximum dollar value including the base period and four option years for all five contracts combined is $20,000,000. The work to be performed provides for all labor, equipment, tools, supplies, transportation, supervision, quality control, professional design services, and management necessary to perform various heating, ventilation, and air conditioning (HVAC) construction, renovation, and maintenance design build or design-bid-build projects at assorted buildings and structures. Work includes but is not limited to design, general construction, alteration, repair, demolition, and work performed by special trades. Commercial Service of Bloomington, Inc. is being awarded task order 0001 at $856,000 for the Naval Surface Warfare Center Building 3235 HVAC renovation at the Naval Support Activity, Crane, Indiana. Work for this task order is expected to be completed by February 2016. All work on this contract will be performed in Crane, Indiana (95 percent), and Sullivan, Indiana (5 percent). The term of the contract is not to exceed 60 months, with an expected completion date of May 2020. Fiscal 2015 working capital funds (Navy and Army) in the amount of $936,000 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with eight proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Bell Helicopter Textron Inc., Fort Worth, Texas, is being awarded a $16,947,176 indefinite-delivery/indefinite-quantity contract to provide engineering and technical field services to the H-1 aircraft airframes, avionics, electrical power plant systems and associated equipment in support of the Naval Air Technical Data and Engineering Service Command, San Diego, California. The services provided include on- and off-site proficiency training, technical guidance, and advice to resolve unusually complex technical problems. Work will be performed in Camp Pendleton, California (27 percent); McGuire Air Force Base, New Jersey (18 percent); Cherry Point, North Carolina (18 percent); Kaneohe, Hawaii (10 percent); New Orleans, Louisiana (9 percent); New River, North Carolina (9 percent); and Warner Robins Air Force Base, Atlanta, Georgia (9 percent), and is expected to be completed in April 2020. Fiscal 2015 operation and maintenance (Navy) funds in the amount of $1,548,962 are being obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-15-D-0010)

United Technologies Corp., Pratt & Whitney, Military Engines, East Hartford, Connecticut, is being awarded a $7,643,131 fixed-price-incentive firm target modification to a previously awarded advanced acquisition contract (N00019-13-C-0016) for long-lead items for low-rate initial production (LRIP) Lot X. The long-lead items include group hardware supporting the LRIP Lot X delivery of conventional take off and landing (CTOL) propulsion systems for the Air Force, group hardware supporting the LRIP Lot X delivery of CTOL, carrier variant propulsion systems for the Navy/Marine Corps, and group hardware supporting the LRIP Lot X delivery of short take-off and vertical landing propulsion systems for the Marine Corps. Work will be performed in East Hartford, Connecticut (67 percent); Indianapolis, Indiana (26.5 percent); and Bristol, United Kingdom (6.5 percent), and is expected to be completed in February 2017. Fiscal 2015 aircraft procurement (Air Force and Navy) funds in the amount of $7,643,131 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the Navy ($7,444,443; 97.4 percent), and the Air Force ($198,688; 2.6 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

AIR FORCE

L-3 Communications IEC, Anaheim, California, has been awarded an $18,207,336 modification (P00029) to previously awarded contract FA8807-12-C-0011 for military Global Positioning System (GPS) user equipment (MGUE). Contractor will accelerate the MGUE program through the addition of pre-prototype receiver card deliveries and test support activities to enable faster fielding of M-Code capable GPS356px-Seal_of_the_US_Air_Force.svg receivers to the warfighter. Work will be performed at Anaheim, California, and is expected to be complete by Sept. 30, 2016. Fiscal 2014 and 2015 research, development, test and evaluation funds in the amount of $8,266,297 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Sybrant Construction LLC,* Phoenix, Arizona (N62473-15-D-2436); M&M,* Tempe, Arizona (N62473-15-D-2437); Anderson Burton Construction Inc.,* Arroyo Grande, California (N62473-15-D-2438); and Bristol General Contractors LLC,* Anchorage, Alaska (N62473-15-D-2439), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award 8(a) set-aside construction contract for new construction, renovation, and repair of general building construction at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The maximum dollar value including the base period and four option years for all four contracts combined is $99,000,000. Types of projects may include, but are not limited to: administration buildings, school buildings, hospitals, auditoriums, fire stations, gymnasiums, office buildings, hangars, laboratories, and parking structures. No task orders are being issued at this time. These four contractors may compete for task orders under the terms and conditions of the awarded contracts. Work will be performed within the NAVFAC Southwest AOR including, but not limited to, California (90 percent), Arizona (6 percent), Nevada (1 percent), Colorado (1 percent), Utah (1 percent), and New Mexico (1 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of May 2020. Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $20,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured as an 8(a) set-aside for firms with a bona fide place of business with the respective jurisdictions of the Small Business Administration district offices in California, Arizona, Nevada, Utah, Colorado, and New Mexico, via the Federal Business Opportunities website with 46 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

DEFENSE LOGISTICS AGENCY

SupplyCore,* Rockford, Illinois, has been awarded a maximum $60,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This was a competitive acquisition and seven responses were received. This is a five-year base contract with no option years for maintenance, repair and operations for the Alaska region. Location of performance is Illinois with a May 4, 2020, performance completionDefense_Logistics_Agency date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2015 through fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPM8E3-15-D-0029).

Department of the ArmyARMY

Applied Research Associates Inc., Albuquerque, New Mexico (W911QX-15-D-0004); Booz Allen Hamilton Inc., McLean, Virginia (W911QX-15-D-0005); Calnet Inc.,* Reston, Virginia (W911QX-15-D-0006); EOIR Technologies Inc.,* Aberdeen Proving Ground, Maryland (W911QX-15-D-0007); Imperatis Corp.,* Arlington, Virginia (W911QX-15-D-0008); Integration Innovation Inc.,* Huntsville, Alabama (W911QX-15-D-0009; and Leidos Inc., Reston, Virginia (W911QX-15-D-0010), were awarded a $49,937,742 multi-year order dependent contract for persistent surveillance – intelligence surveillance and reconnaissance concepts research and development with a five year ordering period. Funding and work location will be determined with each order with an estimated completion date of May 4, 2020. Bids were solicited via the Internet with eight received. Army Contracting Command, Adelphi, Maryland, is the contracting activity.

Scientific Research Corp., Atlanta, Georgia, was awarded a $49,815,000 cost-plus-fixed-fee contract to support the operations and maintenance of the ground threat system at the Joint Pacific Alaska Range Complex, Eielson Air Force Base, Alaska, with an estimated completion date of May 4, 2020. Funding and work location will be determined with each order. Bids were solicited via the Internet with two received. Army Program Executive Office Simulation, Training, and Instrumentation, Orlando, Florida, is the contracting activity (W900KK-15-D-0005).

Jacobs Engineering Group Inc., Ft. Worth, Texas, was awarded a $13,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract with options for architectural and engineering studies, analysis and design of military and civil works projects within Northwestern Division, Army Corps of Engineers. Funding and exact work location will be determined with each order. Bids were solicited via the Internet with 20 received. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-15-D-0004).

AIR FORCE

Applied Research Associates Inc., Albuquerque, New Mexico, has been awarded an $18,845,422 cost-plus-fixed-fee contract. The contractor will provide research and development for the Air Force Civil Engineer Center in the development and evaluation of enhanced and emerging technologies under robotics and automation.356px-Seal_of_the_US_Air_Force.svg Work will be performed at Tyndall Air Force Base, Florida, and is expected to be complete by April 30, 2020. This award is the result of a competitive acquisition with seven offers received. Fiscal 2015 research and development funds in the amount of $450,000 are being obligated at the time of award. The 325th Contracting Squadron, Tyndall Air Force Base, Florida, is the contracting activity (FA4819-15-C-0002).

600px-US-DeptOfNavy-Seal.svgNAVY

The Boeing Co., Seattle, Washington, is being awarded an $118,148,562 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0112) for the procurement of training systems and training materials in support of the P-8A Multi-mission maritime aircraft for the Navy and the government of Australia. This modification provides for the procurement of two operational flight trainers (OFTs), two weapons tactics trainers (WTTs), and upgrades to the existing training system support center (TSSC) for the Navy. In addition, this modification provides for the installation of two OFTs, two WTTs, one part task trainer, and one TSSC; the procurement and installation of six electronic classrooms, 26 mission station desktop trainers, and 32 flight mission system trainers; and the procurement of Royal Australian Air Force courseware, training and interim support for the government of Australia under a memorandum of understanding. Work will be performed in Whidbey Island, Washington (52 percent); St. Louis, Missouri (34 percent); and Edinburgh, Australia (14 percent), and is expected to be completed in June 2019. This modification combines purchase for the Navy ($92,207,908; 78 percent) and the government of Australia ($25,940,654; 22 percent). Fiscal 2013 and 2014 aircraft procurement (Navy) and international partner funds in the amount of $118,148,562 are being obligated on this award, $76,186,834 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

Vigor Industrial LLC, Portland, Oregon, is being awarded an $11,979,903 firm-fixed-price contract for the regular overhaul and dry docking of USNS Richard E. Byrd (T-AKE 4). The contract includes options which, if exercised, would bring the total contract value to $12,126,316. Work will be performed in Portland, Oregon, and is expected to be completed by July 1, 2015. Fiscal 2015 maintenance and repair contract funds in the amount of $12,126,316 are obligated at the time of award and will not expire at the end of the current fiscal year. This contract was competitively procured, with proposals solicited via the Federal Business Opportunities website, with two offers received. The Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N32205-15-C-3013).

Shell Marine Products US, Houston, Texas, is being awarded an $11,107,442 modification under a previously awarded indefinite-delivery/indefinite-quantity contract with firm-fixed-price delivery orders (N00033-13-D-8020) to exercise a one-year option for the supply and related services of lubricant oil products for the Engineering Directorate of the Military Sealift Command and other government agencies in need of lubricant oil supplies and related services. Work will be performed worldwide and work is expected to be completed May 2016. If all options are exercised, work will continue through May 2018. Working capital contract funds in the amount of $11,107,442 are being obligated at the time of award. Contract funds will expire at the end of the current fiscal year. The Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity.

Triton Marine Construction Corp., Bremerton, Washington, is being awarded $9,923,450 for firm-fixed-price task order 0003 under a previously awarded multiple award construction contract (N44255-14-D-9007) for the construction of the integrated drydock water treatment system at Puget Sound Naval Shipyard. The work to be performed provides for the construction of the infrastructure necessary at Dry Docks 1, 2 and 5 to bring the shipyard into compliance with current environmental standards for the collection and treatment of industrial process water. Work will be performed in Bremerton, Washington, and is expected to be completed by October 2016. Fiscal 2015 military construction (Navy) contract funds in the amount of $9,923,450 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity.

Oshkosh Defense, Oshkosh, Wisconsin, is being awarded $8,910,254 for firm-fixed-price delivery order 0021 under an existing indefinite-delivery/indefinite-quantity contract for the purchase of 13 low-rate initial production vehicles and vehicle federal retail excise tax. Work will be performed in Oshkosh, Wisconsin, and is expected to be completed by Jan. 31, 2017. Fiscal 2015 procurement (Marine Corps) funds in the amount of $8,910,254 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with three offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-13-D-0214).

Burr-MZT JV,* San Clemente, California, is being awarded $8,776,000 for firm-fixed-price task order 0008 under a previously awarded multiple award construction contract (N44255-13-D-8012) for replacement of diesel generator controls and switchgear at Naval Base Kitsap – Bremerton. The work to be performed provides for replacement of existing switchgear with new modernized switchgear and demolition and replacement of generators. Work will be performed in Bremerton, Washington, and is expected to be completed by November 2016. Fiscal 2015 working capital funds (Navy) contract funds in the amount of $8,776,000 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity.

Mercury Systems Inc., Chelmsford, Massachusetts, is being awarded a $7,132,822 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for bus controllers, precision direction finding synthesizers, PDF tuners, eight-channel digital receivers, four-channel digital receivers, and clock generator versa module eurobus cards. These components will be used as spares during the installation of the AN/SLQ-32(V)6 electronic countermeasure system on Navy and Coast Guard ships. The AN/SLQ-32(V)6 was developed as part of the Navy’s Surface Electronic Warfare Improvement Program, which is an upgrade to the AN/SLQ-32 electronic warfare anti-ship missile defense system. Work will be performed in Chelmsford, Massachusetts, and is expected to complete by May 2020. Fiscal 2015 other procurement (Navy) funding in the amount of $1,115,110 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with FAR 6.302-1 – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane, Division, Crane, Indiana, is the contracting activity (N00164-15-D-WM75).

DEFENSE LOGISTICS AGENCY

Harris Pharmaceuticals Inc.,* Fort Myers, Florida, has been awarded a maximum $55,913,776 fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract for pharmaceutical products. This contract was a competitive acquisition, and 32 responses were received. This is a one-year base contract with seven one-year option periods; the maximum dollar amount is for the lifeDefense_Logistics_Agency of the contract. Location of performance is Florida with a May 3, 2016, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2015 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania, (SPE2D0-15-D-0002).

TurboCombustor Technology Inc., Stuart, Florida, has been awarded a maximum $9,789,045 firm-fixed-price contract for aircraft parts. This was a sole-source contract. This is a two-year base contract with no option years. Location of performance is Florida with a May 3, 2017, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2015 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A7-15-C-0277).

General Dynamics Land Systems Inc., Sterling Heights, Michigan, has been awarded a maximum $7,585,022 firm-fixed-price contract for electronic components. This was a sole-source contract. This is a one-year base contract with an option that was exercised at the time of award. Location of performance is Michigan with a Sept. 4, 2017, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 through fiscal 2017 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-15-C-0060).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

USfalcon Inc., Morrisville, North Carolina, has been awarded a $41,917,346 cost-plus-fixed-fee contract for advisory and assistance services. Contractor will provide management and professional services, engineering, technical services and other contract requirements in support of the KC-46 division and the legacy tanker (KC-135/KC-10) division. Work will be performed at Wright-Patterson Air Force Base, Ohio; Tinker Air Force Base, Oklahoma; and Seattle, Washington, and is expected to be complete by May 31, 2020. This award is the result of a competitive acquisition among General Services Administration OASIS Pool 6 with three offers received. Fiscal 2015 research, development, test and evaluation; aircraft procurement and operations and maintenance funds in the amount of $6,274,854 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8622-15-F-8104).

Alliant Techsystems Inc., Fort Worth, Texas, has been awarded a $14,173,202 modification (P00062) to firm-fixed-price and cost-plus-fixed-fee undefinitized contract action for contractor logistic support for the Iraqi Air Force’s Cessna 208B fleet. Contract provides for request to return to original performance location and the ongoing security situation in the host country. Work will be performed in Iraq and is expected to be complete by Dec. 31, 2015. This contract is 100 percent foreign military sales to Iraq. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8106-10-C-0010).

ARMY

A-T Solutions, Fredericksburg, Virginia, was awarded a $24,477,700 modification (P00009) to contract W911S0-13-C-0009 to exercise the second option for Asymmetric Warfare Group (AWG) operations support requirement. The contractor provides personnel, expertise, and skills required to support AWG’s mission to observe, analyze, train, and advise Army and Joint Forces worldwide to successfullyDepartment of the Army predict, mitigate, counter, and defeat asymmetric and emerging hybrid threats. Work will be performed at Ft. Meade, Maryland, with an estimated completion date of June 14, 2016. Fiscal 2015 operations and maintenance (Army) and other procurement funds in the amount of $24,477,700 were obligated at the time of the award. Army Contracting Command, Ft. Eustis, Virginia, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Massachusetts Institute of Technology, Cambridge, Massachusetts, has been awarded an $11,085,634 cost-reimbursement contract with options under the Living Foundries: 1000 Molecules program. Fiscal 2014 research and development funds in the amount of $8,583,435 are being obligated at the time of award. Work will be performed in Cambridge, Massachusetts (90 percent); Boston, Massachusetts (3 percent); Evanston, Illinois (4 percent); and San Francisco, California (3 percent), with an estimated completion date of November 2016. This contract was a competitive acquisition. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-15-C-0084)

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Sawdey Solution Services Inc., Beavercreek, Ohio, has been awarded a $51,908,534 cost-plus-fixed-fee contract for advisory and assistance services (A&AS). Contractor will provide A&AS to the Agile Combat Support Directorate at Robins Air Force Base, Georgia. Work will be performed at Wright-Patterson Air Force Base, Ohio; Holloman Air Force Base, New Mexico; and Robins Air Force Base, Georgia, and is expected to be complete by May 31, 2020. This award is the result of a competitive socioeconomic set-aside acquisition among Government Services Administration OASIS Pool 3 service-disabled, veteran-owned small businesses with five offers received. Fiscal 2015 research, development, test and evaluation, procurement, and operations and maintenance funds in the amount of $2,027,320 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8622-15-F-8108).

Linde LLC, Murray Hill, New Jersey, has been awarded a $35,000,000 firm-fixed-price contract for laboratory analytical services. Contractor will provide non-personal services for the processing, separation, and radioassay of atmospheric gas samples for elemental determination of sample components for the purpose of Nuclear Test Ban Treaty verification. Work will be performed at Murray Hill, New Jersey, and is expected to be complete by Sept. 30, 2015. This award is the result of a sole source acquisition with one offer received. Fiscal 2015 operations and maintenance funds in the amount of $2,550,598 are being obligated at the time of award. The 25th Air Force, Joint Base San Antonio – Lackland, Texas, is the contracting activity (FA7022-15-D-0003).

UPDATE: Homeland Security Construction, Corp., (FA4814-15-D-0011) Hyattsville, Maryland has been added as an awardee to the maximum $150,000,000 multiple award, construction contract originally announced April 1, 2015.

ARMY

Exelis Inc., Herndon, Virginia, was awarded a $29,500,000 modification (P00096) to contract W91260-12-C-0001 to purchase maintenance and system upgrade services for worldwide satellite communications equipment in support of Army Space and Missile Defense Command and Army Forces Strategic Command. Work will be performed in Colorado Springs, Colorado; Fort Gordon, Georgia; Aberdeen Maryland;Department of the Army Fort Meade, Maryland; Fort Detrick, Maryland; and Wahiawa, Hawaii, with an estimated completion date of July 31, 2019. Fiscal 2015 operations and maintenance (Army) funds in the amount of $1,641,005 were obligated at the time of the award. Army Space and Missile Defense Command, Peterson Air Force Base, Colorado, is the contracting activity.

Alliant Techsystsems Operations LLC, Plymouth, Minnesota (W15QKN-15-D-0031); and General Dynamics Ordinance and Tactical Systems, Marion, Illinois (W15QKN-15-D-0032); were awarded a $15,000,000 firm-fixed-price contract for services and supplies in accordance with the statement of work for numerous engineering, manufacturing, design and testing support of medium caliber programs and initiatives. Funding and work location will be determined with each order with an estimated completion date of May 1, 2020. Bids were solicited via the Internet with two received. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

Conti Federal Services Inc., Edison, New Jersey, was awarded a $10,200,967 modification (P00003) to foreign military sales (Israel) contract W912GB-13-C-0004 for concrete replacement building improvement. Work will be performed in Tel Aviv, Israel, with an estimated completion date of Nov. 30, 2015. Fiscal 2014 other procurement funds in the amount of $10,200,967 were obligated at the time of the award. Army Contracting Command, Europe District, APO AE, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

BAE Systems Land & Armaments LP, Armament Systems Division, Minneapolis, Minnesota, is being awarded a $27,458,219 firm-fixed-price contract for 6,360 57mm high explosive pre-fragmented, programmable proximity-fuzed cartridges, in order to support the use of the MK 110 MOD 0 gun mount on Navy ships. Work will be performed in Karlskoga, Sweden (86.5 percent); and Camden, Arkansas (13.5 percent); and is expected to be completed by August 2018. Fiscal 2015 procurement of ammunition (Navy, Marine Corps) funding in the amount of $27,458,219 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with FAR 6.302-1(a)(2) – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-15-C-0014).

Systems Engineering Associates Corp.,* Middletown, Rhode Island, is being awarded a $19,778,516 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for engineering services for the continued development of the Extensible Markup Language Test Data Analysis Tool (XTDAS) on all Navy submarines currently deployed. The XTDAS tool provides a portable, adaptable, and cost effective means for collecting, analyzing, verifying, and validating the required combat system data. Work will be performed at Middletown, Rhode Island (30 percent); Newport, Rhode Island (10 percent); Port Canaveral, Florida (10 percent); West Palm Beach, Florida, and Andros Island, Bahamas (10 percent); Groton, Connecticut (5 percent); Kings Bay, Georgia (5 percent); Norfolk, Virginia (4 percent); Manassas Virginia (4 percent); Washington, District of Columbia (4 percent); Newport News, Virginia (2 percent); Pearl Harbor, Hawaii (2 percent); and onboard Naval ships and submarines (14 percent). Work is expected to be completed by May 2020. Fiscal 2015 research, development, test and evaluation funding in the amount of $545,000 will be obligated at time of award, and will not expire at the end of the current fiscal year. This sole source requirement is a Phase III SBIR follow-on contract. A synopsis was posted September 2014 to the government wide point of entry and no inquiries were received. The Naval Undersea Warfare Center – Division Newport, Newport, Rhode Island, is the contracting activity (N66604-15-D-0131).

Lockheed Martin Mission Systems and Training, Manassas, Virginia, is being awarded a $15,995,389 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for technical engineering, life cycle support and repair services of Ohio-class submarine data processing subsystem (DPS) equipment and related systems. The DPS is a “mission critical” legacy subsystem comprised of the DPS UYK-43 hardware computer and its associated software. This effort requires the ability to analyze legacy DPS UYK-43 hardware and software problems, maintain and refurbish legacy DPS UYK-43 hardware computers and DPS UYK-43 software. Work will be performed in Newport, Rhode Island, and is expected to be completed by April 2020. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $230,000 will be obligated at time of award, and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1) – only one responsible source and no other supplies will satisfy agency requirements (FAR 6.302-1). The Naval Undersea Warfare Center Division, Newport, Newport, Rhode Island, is the contracting activity (N66604-15-D-0132).

Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $7,600,000 modification to previously awarded contract (N00024-08-C-2110) for onboard repair parts material procurement to support outfitting Gerald R. Ford (CVN 78). This contract action will enable the contractor to procure required spares identified in the “Q” Consolidated Shipboard Allowance List onboard repair parts in advance of contract award to support construction of Gerald R. Ford. Work will be performed in Newport News, Virginia, and is expected to be completed by September 2015. Fiscal 2015 shipbuilding and conversion (Navy) contract funds in the amount of $7,600,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Newport News, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Metrex Research LLC, Middleton, Wisconsin, has been awarded a maximum $7,500,000 fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract for dental equipment to be distributed through the Medical Electronic Catalog Program. This contract was a competitive acquisition,Defense_Logistics_Agency and 74 responses were received. This is a five-year base contract. Location of performance is Wisconsin with an April 30, 2020, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-15-D-0014).

BMG AD (fv)

pitanim



BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

AIR FORCE

AT&T Government Solutions Inc., Vienna, Virginia (FA8732-15-D-0031); BAE Systems Information Solutions Inc., McLean, Virginia (FA8732-15-D-0033); Booz Allen Hamilton Inc., McLean, Virginia (FA8732-15-D-0034), Computer Sciences Corp., Falls Church, Virginia (FA8732-15-D-0036); Federal Network Systems LLC, Chantilly, Virginia (FA8732-15-D-0037); General Dynamics Information Technology Inc., Needham, Massachusetts (FA8732-15-D-0038); Harris IT Services Corp., Herndon, Virginia (FA8732-15-D-0039); HP Enterprise Services LLC, Herndon, Virginia (FA8732-15-D-0040); IBM U.S. Federal, Reston, Virginia (FA8732-15-D-0041); LGS Innovations LLC, High Point, North Carolina (FA8732-15-D-0042); Lockheed Martin Corp., Rockville, Maryland (FA8732-15-D-0043); L-3 National Security Solutions Inc., Reston, Virginia (FA8732-15-D-0044); NCI Information Systems Inc., Reston, Virginia (FA8732-15-D-0045); Northrop Grumman Systems Corp., McLean, Virginia (FA8732-15-D-0046); NextiraOne Federal LLC, doing business as Black Box Network Services, Herndon, Virginia (FA8732-15-D-0035); Raytheon Co., Dulles, Virginia (FA8732-15-D-0047); Science Applications International Corp., McLean, Virginia (FA8732-15-D-0048); SRA International Inc., Fairfax, Virginia (FA8732-15-D-0049); Telos Corp., Ashburn, Virginia (FA8732-15-D-0050); and URS Federal Services Inc., Germantown, Maryland (FA8732-15-D-0030), are being awarded a $7,910,000,000 multiple-award, indefinite-delivery/indefinite-quantity contract for Network-Centric Solutions-2 (NETCENTS-2) network operations and infrastructure solutions. This contract vehicle will provide a wide range of services and solutions that support existing legacy infrastructure, networks, systems, and operations, as well as evolving the infrastructure, networks, systems and operations to comply with the Air Force enterprise architecture. It is the network operations, full and open, indefinite-delivery/indefinite-quantity contract vehicle for Air Force users as well as other Department of Defense and356px-Seal_of_the_US_Air_Force.svg federal agencies. This contract vehicle is the mandatory source for all Air Force units purchasing services that fall under the scope of the contract. The location of performance is not known at this time and will be cited on individual task orders. The initial ordering period is three years. This award is the result of a competitive acquisition with 21 offers received. NETCENTS-2 is a set of five categories of contract capabilities spanning netcentric products, network operations and infrastructure solutions, applications services, enterprise integration and service management, and information technology professional services. The contracting activity is Air Force Life Cycle Management Center, Maxwell Air Force Base-Gunter Annex, Alabama.

General Electric – Aviation, Cincinnati, Ohio, has been awarded a $105,000,000 modification (P00012) to previously awarded contract FA8650-09-D-2922 to cover the potential award of the Adaptive Engine Technology Development order. This additional research and the resulting data will further mature aircraft engine technologies and decrease risk to achieve a system level preliminary design review and subsequent Adaptive Engine Research Design compatibility review. Work will be performed at Cincinnati, Ohio, and is expected to be complete by Nov. 3, 2016. Funds will be obligated if additional in-scope work is awarded. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Pratt & Whitney – Military Engines, East Hartford, Connecticut, has been awarded a $105,000,000 modification (P00011) to previously awarded contract FA8650-09-D-2923 to cover the potential award of the Adaptive Engine Technology Development order. This additional research and the resulting data will further mature aircraft engine technologies and decrease risk to achieve a system level preliminary design review and subsequent Adaptive Engine Research Design compatibility review. Work will be performed at East Hartford, Connecticut, and is expected to be complete by Nov. 12, 2017. Funds will be obligated if additional in-scope work is awarded. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

TASC, Andover, Massachusetts, has been awarded a $66,991,234 cost-plus-incentive-fee, firm-fixed-price and cost-plus-fixed-fee contract for system engineering and integration technical support. Contractor will provide horizontal integration, test and verification across the Enterprise; maintain and evolve technical baseline; and perform additional systems engineering tasks and analyses. Work will be performed at Los Angeles Air Force Base, California, and is expected to be complete by Nov. 11, 2021. This award is the result of a competitive acquisition with three offers received. Fiscal 2015 research, development, test and evaluation and procurement funds in the amount of $8,455,000 are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8807-15-C-0005).

600px-US-DeptOfNavy-Seal.svgNAVY

Insight Public Sector, Tempe, Arizona, is being awarded a potential $156,106,996 fixed-price blanket purchase agreement under the Department of the Navy Enterprise Software Licensing Initiative to provide the renewal of existing software assurance and new Microsoft software licenses. The enterprise-wide agreement is for the Department of the Navy to include the Marine Corps. The resulting award will be subject to the Department of Navy policy entitled “Mandatory Use of Department of the Navy Enterprise Licensing Agreements.” This three-year agreement includes one base year and two one-year option periods, which if exercised, will bring the total to a potential $543,720,000. Work will be performed in Tempe, Arizona. Work is expected to be completed May 31, 2016. If options are exercised, work will continue through May 31, 2018. This agreement will not obligate funds at the time of award. Blanket purchase agreement orders will be placed by requiring activities as needed during the ordering period. The types of funding to be obligated include operations and maintenance (Navy), other procurement (Navy), and research, development, test and evaluation. This agreement was competitively procured under a brand name only justification in accordance with FAR 8.405-6 via the General Services Administration Federal Supply Schedule 70. Five quotations were received and one was selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-A-0001).

KOAM Engineering Services, San Diego, California, is being awarded a three-year $61,836,881 cost-plus-fixed-fee contract to provide technical expertise to the Network Integration Engineering Facility, providing unique and reliable packaging, integration, environmental qualification design and testing, deployment, and life cycle support for command, control, communications, computers, and intelligence (C4I) electronic and computer systems used by the Department of Defense and other agencies. The contract will also provide engineering, design and packaging of commercial-off-the-shelf and government-off-the-shelf products for military applications. Work will be performed in San Diego, California, and work is expected to be completed May 14, 2018. No funds are being obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured as a 100 percent set-aside for small businesses via the Space and Naval Warfare Systems Command e-Commerce website and the Federal Business Opportunities website, with five offers received and one was selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-D-0262).

Airborne Tactical Advantage Co., Newport News, Virginia, is being awarded a $41,755,853 firm-fixed-price, cost reimbursement, indefinite-delivery/indefinite-quantity contract in support of the Contracted Air Services program, which provides contractor-owned and -operated Type III High Subsonic and Type IV Supersonic aircraft to Navy fleet customers for a wide variety of airborne threat simulation capabilities. This provides training for shipboard and aircraft squadron weapon systems operators and aircrew. Work will be performed in Newport News, Virginia (45 percent); Pt. Mugu, California (35 percent); and various locations outside the continental U.S. (20 percent), and is expected to be completed in May 2016. Fiscal 2015 operations and maintenance (Navy) funds in the amount of $5,206,207 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was competitively procured via electronic request for proposals; four offers were received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-D-0026).

BAE Systems San Diego Ship Repair, San Diego, California, is being awarded a $36,956,038 modification to previously awarded contract (N00024-11-C-4400) for USS Lake Champlain (CG 57) fiscal 2015 selected restricted availability with emergent docking. A selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities. Work will be performed in San Diego, California, and is expected to be completed by February 2016. Fiscal 2015 operations and maintenance (Navy) and fiscal 2015 other procurement (Navy) funding in the amount of $36,956,038 will be obligated at time of award and contract funds will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

General Dynamics NASSCO-Norfolk, Norfolk, Virginia, is being awarded a $36,432,599 firm-fixed-price with award fee contract for execution of USS Mitscher (DDG 57) extended selected restricted availability with docking (ESRA(d)). The availability will include a combination of maintenance, modernization, and repair of USS Mitscher (DDG 57). General Dynamics NASSCO-Norfolk will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization the ESRA(d). This contract includes options which, if exercised, would bring the cumulative value of this contract to $40,337,098. Work will be performed in Norfolk, Virginia, and is expected to be completed by March 2016. Fiscal 2015 operations and maintenance (Navy); fiscal 2014 and 2015 other procurement (Navy), and fiscal 2015 weapons procurement (Navy) funding in the amount of $36,432,599 will be obligated at the time of award. Funding in the amount of $22,397,384 will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-C-4406).

Linear Photonics, Hamilton, New Jersey, is being awarded a $7,507,518 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for spare parts to be used in the Surface Electronic Warfare Improvement Program block 2. AN/SLQ-32(V)6 was developed as part of the Navy’s Surface Electronic Warfare Improvement Program, which is an upgrade to the AN/SLQ-32 electronic warfare anti-ship missile defense system. Work will be performed in Hamilton, New Jersey, and is expected to be completed by August 2015. Fiscal 2014 and 2015 other procurement (Navy) funding in the amount of $549,255 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with FAR 6.302-1-only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-15-D-WM70).

ARMY

Cummins Power Generation, Minneapolis, Minnesota, was awarded an $85,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract for advanced medium-sized mobile power source generator sets. Funding and work location will be determined with each order with an estimated completion date of June 14, 2016. One bid was solicited with one received. Army Contracting Command, Alexandria, Virginia, is the contracting activity (W909MY-15-D-0010).

CACI-ISS Inc., Chantilly, Virginia, was awarded a $32,026,550 cost-plus-incentive-fee incrementally funded contract with options as a follow-on to contract W15QKN-15-C-0003, that was terminated for convenience on March 27, 2015. The present contract is to procure a system integrator to develop and implement Increment II (release 2 through 5) of the Integrated Personnel andDepartment of the Army Pay System – Army (IPPS-A). Work will be performed in Alexandria, Virginia, with an estimated completion date of May 17, 2020. Bids were solicited via the Internet with three received. Fiscal 2014 and 2015 research, development, testing, and evaluation funds in the amount of $32,026,550 were obligated at the time of the award. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-15-C-0049).

Dillon Aero,* Scottsdale, Arizona, was awarded a $13,987,456 firm-fixed-price multi-year indefinite-delivery/indefinite-quantity contract for spare parts for the M134D weapons system in support of the CH-47, UH-60, MI-17, and OH-6 helicopters. Funding and work location will be determined with each order with an estimated completion date of May 15, 2018. Bids were solicited via the Internet with one received. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-D-0055).

Raytheon Co., Woburn, Massachusetts, was awarded an $11,447,356 modification (P00030) to contract W9113M-13-C-0009 for surveillance system supply and support of the Rapid Aerostat Initial Deployment System. Work will be performed in Woburn, Massachusetts, with an estimated completion date of Dec. 30, 2015. Fiscal 2015 operations and maintenance (Army) funds in the amount of $4,235,000 were obligated at the time of the award. Army Space and Missile Command, Huntsville, Alabama, is the contracting activity.

Gunter Construction Inc.,* Sulphur, Louisiana, was awarded a $6,843,415 firm-fixed-price multi-year contract with options for road repair at Ft. Polk, Louisiana, with an estimated completion date of May 14, 2018. Bids were solicited via the Internet with six received. Funding will be determined with each order. Army Contracting Command, Ft. Bragg, North Carolina, is the contracting activity (W91247-15-D-0002).

720px-US-DefenseInformationSystemsAgency-Logo.svgDEFENSE INFORMATION SYSTEMS AGENCY

By Light Professional IT Services Inc., Arlington, Virginia, was awarded a $15,417,372 firm-fixed-price contract for a 10-year indefeasible right of use of dark fiber. Work will be performed at locations throughout the continental United States, with an estimated completion date of December 2025. Fiscal 2014 procurement funds in the amount of $15,417,372 are being obligated at award. This solicitation was issued as a full and open competition on the Federal Business Opportunities website, and four proposals were received. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1013-15-C-0005).

ARMY

BAE Systems Land & Armaments LP, York, Pennsylvania (W56HZV-15-D-KB01); Baum, Romstedt Technology Research Corp., Vienna, Virginia (W56HZV-15-D-KB02); Booz Allen Hamilton Inc., McLean, Virginia (W56HZV-15-D-KB03); CALIBRE Systems Inc., Alexandria, Virginia (W56HZV-15-D-KB04); Camber Corp., Huntsville, Alabama (W56HZV-15-D-KB05); D & S Consultants Inc., Eatontown, New Jersey (W56HZV-15-D-KB06); DCS Corp., Alexandria, Virginia (W56HZV-15-D-KB07); IBM, Reston, Virginia (W56HZV-15-D-KB09); Jacobs Technology Inc., Fort Walton Beach, Florida (W56HZV-15-D-KB10); Mantech Advanced Systems International Inc., Fairfax, Virginia (W56HZV-15-D-KB11); PD Systems Inc., Alexandria, Virginia (W56HZV-15-D-KB12); SAIC, McLean, Virginia (W56HZV-15-D-KB13); Strategic Resources Inc., McLean, Virginia (W56HZV-15-D-KB14); URS Federal Services Inc., Germantown, MD (W56HZV-15-D-KB15); Vencore Services and Solutions Inc., Reston, Virginia (W56HZV-15-D-KB16); Wyle Laboratories Inc., Huntsville, Alabama (W56HZV-15-D-KB17); Accent Controls Inc., Riverside, Missouri (W56HZV-15-D-KB18); C2D JV, Goleta, California (W56HZV-15-D-KB19); DS3 Solutions LLC, Layton, Utah (W56HZV-15-D-KB20); DUCOM Inc., Silver Spring, Maryland (W56HZV-15-D-Department of the ArmyKB21); FEDITC LLC,* Rockville, Maryland (W56HZV-15-D-KB22); Middle Bay Solutions LLC,* Huntsville, Alabama (W56HZV-15-D-KB23); Northwind-Jacobs JV, Shelocta, Pennsylvania (W56HZV-15-D-KB24); Tecmasters Inc.,* Huntsville, Alabama (W56HZV-15-D-KB25); United Support Services LLC,* Lawrence, Massachusetts (W56HZV-15-D-KB26); and WS3 LLC,* Warren, Michigan (W56HZV-15-D-KB27) were awarded a $1,800,000,000 indefinite-delivery/indefinite-quantity, order dependent contract for knowledge based service-type requirements. Funding and work location will be determined with each order with an estimated completion date of May 13, 2023.  Bids were solicited via the Internet with 35 received.  Army Contracting Command, Warren, Michigan, is the contracting activity.

Army Fleet Support LLC,  Fort Rucker, Alabama (W56HZV-15-D-ER01); BAE Systems Land & Armaments LP, York, Pennsylvania (W56HZV-15-D-ER02); Baum, Romstedt Technology Research Corp., Vienna, Virginia (W56HZV-15-D-ER03); Booz Allen Hamilton Engineering Services LLC, Linthicum, Maryland (W56HZV-15-D-ER04); DUCOM Inc., Silver Spring, Maryland (W56HZV-15-D-ER05); DynCorp International LLC,  McLean, Virginia (W56HZV-15-D-ER06); Vectrus Systems Corp., Colorado Springs, Colorado (W56HZV-15-D-ER07); Honeywell Technology Solutions Inc., Columbia, Maryland (W56HZV-15-D-ER08); Jacobs Technology Inc., Ft Walton Beach, Florida (W56HZV-15-D-ER09); Lockheed Martin Corp., Orlando, Florida (W56HZV-15-D-ER10); Mantech Advanced Systems International Inc., Fairfax, Virginia (W56HZV-15-D-ER11); PD Systems Inc., Alexandria, Virginia (W56HZV-15-D-ER12); Qualis Corp., Huntsville, Alabama (W56HZV-15-D-ER13); SAIC, McLean, Virginia (W56HZV-15-D-ER14); Strategic Resources Inc., McLean, Virginia (W56HZV-15-D-ER15); Systems Products and Solutions Inc., Huntsville, Alabama (W56HZV-15-D-ER16URS Federal Services Inc. Germantown, Maryland (W56HZV-15-D-ER17); VSE Corp., Alexandria, Virginia (W56HZV-15-D-ER18); Integrated Logistics Solutions Inc., Huntsville, Alabama (W56HZV-15-D-ER19); and SFS Global/Tiburon JV, Susanville, California (W56HZV-15-D-ER20) were awarded a $1,100,000,000 order-dependent multiple award task order contract indefinite-delivery/indefinite-quantity contract for equipment related services.  Funding and work location will be determined with each order with an estimated completion date of May 13, 2023.  Bids were solicited via the Internet with 24 received.  Army Contracting Command, Warren, Michigan, is the contracting activity.

Alion Science and Technology Corp., Burr Ridge, Illinois (W56HZV-15-D-RD01); Booz Allen Hamilton, McLean, Virginia  (W56HZV-15-D-RD02); DCS Corp., Alexandria, Virginia (W56HZV-15-D-RD03); Jacobs Technology Inc., Fort Walton Beach, Florida (W56HZV-15-D-RD04); Raytheon Co., McKinney, Texas (W56HZV-15-D-RD05); SAIC, McLean, Virginia (W56HZV-15-D-RD06); VSE Corp., Alexandria, Virginia (W56HZV-15-D-RD07); CDQ JV, Goleta, California (W56HZV-15-D-RD08); FEDITC LLC,* Rockville, Maryland (W56HZV-15-D-RD09); Hodges Transportation Inc.,* Silver Springs, Nevada (W56HZV-15-D-RD10); Loc Performance Products Inc.,* Plymouth, Michigan (W56HZV-15-D-RD11); Middle Bay Solutions LLC,* Huntsville, Alabama (W56HZV-15-D-RD12); Northwind-Jacobs JV, Shelocta, Pennsylvania (W56HZV-15-D-RD13); PD Systems Inc.,* Alexandria, Virginia (W56HZV-15-D-RD14); Quantum Research International Inc.,* Huntsville, Alabama (W56HZV-15-D-RD15); Select Engineering Services, doing business as Mark. G. Miller Inc.,* Layton, Utah (W56HZV-15-D-RD16); The Service Engineering Co. LLC,* Belcamp, Maryland (W56HZV-15-D-RD17); Waltonen Engineering Inc.,* Warren, Michigan (W56HZV-15-D-RD18); WestWind Aerospace Inc.,* Huntsville , Alabama (W56HZV-15-D-RD19) were awarded a $634,000,000 firm-fixed-price contract for research and development (R&D) services to include services for the purpose of creating and developing new processes or products. Only for task order requirements to directly perform work that is an integral part of R&D services for the creation of new processes or products.  Funding and work location will be determined with each order with an estimated completion date of May 13, 2023.  Bids were solicited via the Internet with 22 received.  Army Contracting Command, Warren, Michigan, is the contracting activity.

SOS International, Reston, Virginia, was awarded a $36,000,000 modification (00) to contract W56KGZ-15-C-4000 for base life support at Camp Taji, Iraq, with an estimated completion date of June 30, 2015.  Funding will be determined with each order.  Army Contracting Command Kuwait, is the contracting activity.

Southeastern Archeological Research Inc.,* Newberry, Florida, was awarded a $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for cultural resource services.  Funding and work location will be determined with each order with an estimated completion date of May 14, 2020.  Bids were solicited via the Internet with seven received.  Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-15-D-0046).

Applied Resources Corp.,* Wharton, New Jersey, was awarded a $15,622,051 firm-fixed-price multi-year indefinite-delivery/indefinite-quantity contract for titanium M119A3 upper and lower spades.  Funding and work location will be determined with each order.  Bids were solicited via the Internet with three received.  Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-15-D-0042).

M. Arthur Gensler Jr. & Associates Inc., Dallas, Texas (W912DY-15-D-0092); Gresham, Smith and Partners, Nashville, Tennessee (W912DY-15-D-0093); RLF, Orlando, Florida (W912DY-15-D-0094); and URS Group Inc., Columbus, Ohio (W912DY-15-D-0095), were awarded a $9,000,000 firm-fixed-price multi-year contract with options for interior design architecture and engineering.  Funding and work location will be determined with each order with an estimated completion date of May 4, 2020.  Bids were solicited via the Internet with 18 received.  Army Corps of Engineers is the contracting activity.

ALATEC Inc.,* Huntsville, Alabama, was awarded a $7,842,872 modification (P00003) to contract W9124Q-13-D-0003 for analytic mission support services to the Army Training and Doctrine Command Analysis Center, White Sands Missile Range, New Mexico, with an estimated completion date of May 31, 2016.  Funding and work location will be determined with each order.  Army Contracting Command, White Sands Missile Range, New Mexico, is the contracting activity.

SAIC, McLean, Virginia, was awarded a $7,619,234 modification (003773) to foreign military sales contract W31P4Q-05-A-0031 for systems and computer resources support for the Aviation and Missile Research Development and Engineering Center, software engineering directorate, Army Research, Development and Engineering Command.  Work will be performed at Redstone Arsenal with an estimated completion date of Feb. 20, 2017.  Fiscal 2015 operations and maintenance (Army), other procurement, and research, development, testing, and evaluation funds in the amount of $7,619,234 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Pinnacle Construction Development Group Inc.,* was awarded a $7,184,335 firm-fixed-price contract to replace Taxiway C East Ramp, Wright-Patterson Air Force Base, Ohio, with an estimated completion date of Nov. 30, 2015.  Bids were solicited via the Internet with four received.  Fiscal 2015 military construction funds in the amount of $7,184,335 were obligated at the time of the award.  Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-15-C-0011).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Vectrus Systems Corp., Maxwell Air Force Base, Alabama, has been awarded a $62,221,604 firm-fixed-price incentive bridge contract for base operating support services. The contract includes, but is not limited to maintenance including foreign object damage and dropped object, resource management, communications/information technology, publishing management, civil engineering including asset management, operations and maintenance. Work will be performed at Maxwell Air Force Base, Alabama, and is expected to be complete by Nov. 14, 2016. This award is the result of a sole-source acquisition. Fiscal 2015 operations and maintenance funds in the amount of $41,628,443 are being obligated at the time of award. The 338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity (FA3002-15-C-0008).

BWSC/Emersion Design, Cincinnati, Ohio, has been awarded a $12,000,000 indefinite-delivery/indefinite-quantity contract for architect and engineering expertise. Contractor will provide site visits and investigations; design and economic analysis; construction drawings and specifications; and survey of facilities for asbestos containing materials and lead coatings including sampling, testing, and abatement design. It also includes detailed cost estimates and bidding schedules for each project. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by May 12, 2020. This award is the result of a competitive acquisition with 49 offers received. Funds will be obligated on specific task orders. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8601-15-D-0007).

NAVY

AMEWAS, California, Maryland, is being awarded a $48,000,068 cost-plus-fixed-fee contract for technical support services in support of the Integrated Battlespace Simulation and Test Department.  Work will be performed in Patuxent River, Maryland, and is expected to be completed in May 2016.  Fiscal 2015 research, development, test and evaluation (Navy) funds in the amount of $2,000,000 will be obligated at time of award, none of which expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to10 U.S.C. 2304 (c) (1).  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-15-C-0038).

ManTech Systems Engineering Corp., Fairfax, Virginia, is being awarded a $21,345,857 cost-plus-fixed-fee and cost-only modification to previously awarded contract (N00024-14-C-4110) to provide specific systems operation, sustainment and support services for the Navy Ship Maintenance and Logistics Information Systems (SMLIS) program.  This contract provides enterprise support to the SMLIS program, including engineering support in the areas of information technology life cycle planning, operations and sustainment, documentation, program management, application technical refresh, testing, training and deployment. These efforts are required to ensure the successful development, deployment, implementation and operation of the SMLIS program600px-US-DeptOfNavy-Seal.svg managed by NAVSEA’s program management office for information technology.  This contract modification contains options which, if exercised, would bring the cumulative value of this contract to $39,364,600. Work will be performed in Norfolk, Virginia (55 percent); Mechanicsburg, Pennsylvania (10 percent); Rocket Center, West Virginia (9.1 percent); Kittery, Maine (7.1 percent); Washington, District of Columbia (6 percent); San Diego, California (5 percent); Fairfield, California (2 percent); Mayport, Florida (2 percent); Indian Head, Maryland (1 percent); and other locations less than 1 percent (2.8 percent), and is expected to be completed by November 2015.  Fiscal 2015 operations and maintenance (Navy) funding in the amount of $14,869,528 will be obligated at time of award and will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

M7 Aerospace LLC, San Antonio, Texas, is being awarded a $13,354,491 modification to a previously awarded indefinite-delivery requirements contract (N00019-11-D-0002) to exercise an option for logistics support for 12 Navy/Marine Corps UC-35 aircraft and seven Navy C-26 aircraft located at nine global locations.  Services to be provided include organizational and depot level maintenance, parts, support equipment maintenance, and engineering support.  Work will be performed at the Pacific Missile Range Facility, Barking Sands, Hawaii (15 percent); Marine Corp Air Station (MCAS) Futenma, Japan (15 percent); Andrews Air Force Base, Maryland (10 percent); Fleet Marine Reserve Detachment, Belle Chase, Louisiana (10 percent); Naval Air Station Sigonella, Italy (10 percent); Naval Support Activity, Naples, Italy (10 percent); MCAS Miramar, California (10 percent); MCAS Cherry Point, North Carolina (5 percent);  San Antonio, Texas (5 percent); Al Udeid, Qatar (5 percent); and Moron, Spain (5 percent), and  is expected to be completed by February 2016.  No funds are being obligated at time of award.  Funds will be obligated against individual delivery orders as they are issued.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Leebcor Services LLC,* Williamsburg, Virginia, is being awarded $7,100,622 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N69450-14-D-0759) for renovation and repairs to buildings 3701 and 3706 at Naval Air Station, Pensacola.  The work to be performed provides for renovation and repairs to buildings 3701 and 3706. Building 3701 is an existing three story bachelor enlisted quarters (BEQ) structure and 3706 is an existing one story laundry facility and mechanical room.  The renovations will provide the 2+0 Unit configuration to building 3701 to allow 49 units for a total of 98 berths and will upgrade the laundry facility in Building 3706 to a commercial laundry facility for BEQ housekeeping staff.  The contract also contains one unexercised option, which if exercised would increase cumulative contract value to $7,788,880.  Work will be performed in Pensacola, Florida, and is expected to be completed by May 2017.  Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $7,100,622 are being obligated on this award and will expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Lockheed Martin Corp., Palmdale, California, has been awarded a $19,454,226 cost-plus-fixed-fee modification (P00003) exercising the option period on previously awarded HR0011-14-C-0123 for the Tactical Boost Glide (TBG) program. This modification brings the total cumulative face value of the contract to $24,390,645 from $4,936,419. Fiscal 2015 research and development funds in the amount of $13,156,841 are being obligated at the time of award. The TBG program is for the development and demonstration of technologies to enable air-launched tactical range hypersonic boost glide systems. Location of performance is Grand Prairie, Texas (13 percent); King of Prussia, Pennsylvania (16 percent); and Palmdale, California, (71 percent), with an estimated completion date of May 17, 2016. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Belleville Shoe Co.,** Belleville, Illinois, has been awarded a maximum $10,621,169 firm-fixed-price contract for safety boots. This was a competitive acquisition, and three responses were received. This is a one-year base contract with three one-year option periods. Location of performance is North Carolina with a May 13, 2016, performance completion date. Using service is Navy. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-15-D-1051).

NAVY

SOLPAC Construction, doing business as Soltek Pacific Construction Inc., San Diego, California (N62473-15-D-2426); Straub Construction Inc., Fallbrook, California (N62473-15-D-2427); RQ Construction LLC, Carlsbad, California (N62473-15-D-2428); The Haskell Co., Jacksonville, Florida (N62473-15-D-2429); Sauer Inc., Jacksonville, Florida (N62473-15-D-2430); R. A. Burch Construction Co. Inc.,* Ramona, California (N62473-15-D-2431), Harper Construction Co. Inc., San Diego, California (N62473-15-D-2432), and Hensel Phelps Construction Co., Irvine, California (N62473-15-D-2433), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for new construction, repair, and renovation of commercial and institutional buildings and associated work at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR).  The maximum dollar value including the base period and four option years for all eight contracts combined is $240,000,000.  These eight contractors may compete for task orders under the terms and600px-US-DeptOfNavy-Seal.svg conditions of the awarded contracts.  Types of projects may include, but are not limited to: administration buildings, school buildings, hospitals, auditoriums, fire stations, gymnasiums, office buildings, hangars, laboratories, and parking structures.  No task orders are being issued at this time.  All work on these contracts will be performed within the NAVFAC Southwest AOR including, but not limited to, California (90 percent), Arizona (6 percent), Nevada (1 percent), Colorado (1 percent), Utah (1 percent), and New Mexico (1 percent).  The terms of the contracts are not to exceed 60 months, with an expected completion date of May 2020.  Fiscal 2014 operation and maintenance, (Navy) contract funds in the amount of $40,000 are being obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by operation and maintenance, (Navy); working capital funds (Navy); and military construction, (Navy).  This contract was competitively procured as unrestricted via the Federal Business Opportunities website with 43 proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is being awarded a $42,183,466 cost-plus-fixed-fee modification to previously awarded contract (N00024-12-C-2106) for naval nuclear propulsion components.  Work will be performed in Schenectady, New York (66 percent); and Monroeville, Pennsylvania (34 percent).  No completion date or additional information is provided on naval nuclear propulsion program contracts.  Fiscal 2015 other procurement (Navy) contract funds in the amount of $42,183,466 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Alutiiq Pacific LLC,* Anchorage, Alaska (N39430-13-D-1264); Securityhunter Inc.,* Baltimore, Maryland  (N39430-13-D-1265); and Split Pine Technologies LLC,* Tallahassee, Florida (N39430-13-D-1266), are each being awarded option year two under a firm-fixed-price multiple award contract for physical security access control at Navy shore installations throughout the world, including joint bases assigned to the Navy.  The combined total value for all three contractors is $33,000,000.  The work to be performed provides for the design, procurement, installation, integration, testing and initial training for anti-terrorism force protection hardware and software at Navy shore installations throughout the world, including joint bases assigned to the Navy.  The total contract amount after exercise of this option will be $99,000,000.  No task orders are being issued at this time.  All work will be performed at Navy shore installations throughout the world, including joint bases assigned to the Navy.  Work is expected to be completed May 2016.  No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued.  Task orders will be primarily funded by fiscal 2015 operation and maintenance, (Navy) and fiscal 2015 other procurement, (Navy).  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

Huntington Ingalls Inc., Pascagoula, Mississippi, is being awarded a $14,524,779 cost-plus-award-fee modification to previously awarded contract (N00024-12-C-2312) to exercise options for DDG 51 class destroyer follow yard services (FYS).  The FYS provides liaison; technical support; engineering, design, and configuration management; systems engineering team and turnkey, and crew indoctrination and orientation.  Work will be performed in Pascagoula, Mississippi (97 percent); Washington, District of Columbia (2 percent); and Bath, Maine (1 percent), and is expected to be completed by May 2016.   Fiscal 210, 2011, and 2013 shipbuilding and conversion (Navy) funding in the amount of $13,755,927 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Ocenco Inc.,* Pleasant Prairie, Wisconsin, is being awarded a $10,462,500 firm-fixed-price contract to provide up to 97,550 emergency escape breathing devices (EEBDS), up to 750 training units, and up to 250 EEBD instructional videos with training materials for the Extreme Environment Life Support Program. The EEBD is designed to provide respiratory and eye protection in an atmosphere that will not support life.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $21,962,150.  Work will be performed in Pleasant Prairie, Wisconsin, and is expected to be completed in May 2020.  No funding will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received.  The Naval Surface Warfare Center, Panama City Division, Panama City, Florida, is the contracting activity (N61331-15-D-0020).

StandardAero (San Antonio) Inc., San Antonio, Texas, is being awarded a $9,584,280 firm-fixed-price contract for depot-level maintenance and repair of the T-56 Series III propulsion system, modules, quick engine change kit and components.  Depot-level repair of the T-56 Series III engine modules is required to support fielded P-3 and derivative aircraft, as well as T-56 powered C-130 and C-2 aircraft.  Work will be performed in San Antonio, Texas, and is expected to be completed in September 2015.  Fiscal 2015 operation and maintenance (Navy and Navy Reserve) and research, development, testing and evaluation funds (Navy) in the amount of $9,584,280 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was a limited competition procured pursuant to FAR 6.302-2.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-15-C-0155).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Evolve Technologies Corp.,* Salem, New Hampshire, has been awarded a maximum $200,000,000 firm-fixed-price, indefinite-delivery contract for commercial shelters. This was a competitive acquisition and 20 responses were received. This is a one-year base contract with three one-year option periods. Locations of performance are New Hampshire and Florida with a May 5, 2016, performance completion date. Using services are Army, Navy Air Force and Marine Corps. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-15-D-1054).

AIR FORCE

LinQuest Corp., Los Angeles, California, has been awarded a $7,884,935 cost-plus-fixed-fee contract for satellite operations support services. Contractor will provide continued uninterrupted support to five on-orbit satellite missions; and support for six satellite programs in various stages of pre-launch design and readiness. They will also provide operations expertise for upgrades and356px-Seal_of_the_US_Air_Force.svg modifications to the Multi-Mission Satellite Operations Center ground system including operations and acceptance testing and mission automation efforts in support of the Air Force Space Command Enterprise Ground Initiative. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be complete by Jan. 31, 2016. This award is the result of a sole-source acquisition. Fiscal 2015 research and development and operations and management funds in the amount of $3,067,000 are being obligated at the time of award. The Advanced Systems and Development Directorate, Los Angeles Air Force Base, California is the contracting activity (FA8818-15-C-0024).

Department of the ArmyARMY

DMA-Mabbett JV LLC,* Vienna, Virginia, was awarded a $9,900,000 firm-fixed-price indefinite-delivery contract for architectural and engineering studies and designs including flood risk management, coastal storm damage within New York District, Corps of Engineers, and other locations within North Atlantic Division and major subordinate command boundaries. Funding and exact location will be determined with each order with an estimated completion date of April 30, 2020.  Bids were solicited via the Internet with three received.  Army Corps of Engineers, New York, New York is the contracting activity (W912DS-15-D-0002).

Renda/J. Bros. JV, Roanoke, Texas, was awarded a $7,520,980 modification (P00002) to contract W912P8-14-C-0054 for widening the Florida Avenue Canal, Phase IV, Orleans Parish, Louisiana, with an estimated completion date of Oct. 10, 2018.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $7,520,980 were obligated at the time of the award.  Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity.

Luhr Bros. Inc., Columbia, Illinois, was awarded a $7,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract with options for  dredge leasing, attendant plant, and on-shore disposal equipment for channel maintenance dredging of the Ohio River and its tributary pool areas, the Cumberland River (River Mile 0.0-105), and the Upper Mississippi River (River Mile 0.0-185.0).  Funding and exact work location will be determined with each order with an estimated completion date of May 12, 2018.  Bids were solicited via the Internet with one received.  Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-15-D-0025).

Enfield Enterprises Inc.,* Springfield, Massachusetts, was awarded a $45,000,000 firm-fixed-price contract for emergency temporary roof repairs (residential structures) in support of the Army Corps of Engineers/Federal Emergency Management Agency disaster response in the states of Alabama, Connecticut, Delaware, Florida, Georgia, Louisiana, Maine, Maryland/District of Columbia, Massachusetts, Mississippi, New Hampshire, New Jersey, New York, North Carolina, Pennsylvania, Rhode Island, South Carolina, Texas, and Virginia. Funding and work location will be determined with each order with an estimated completion date of May 31, 2020.  Bids were solicited via the Internet with four received.  Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-14-D-0024).

NAVY

Shape Construction Inc.,* Bremerton, Washington, is being awarded $7,324,829 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N39430-14-D-1474) for maintenance and repair of three telecommunications towers at the Naval Computer and Telecommunications Area Master Station Atlantic Detachment.  The work to be performed provides for corrosion mitigation, replacing structural components, electrical repairs, tower painting, and safety upgrades of one 980-foot-high tower, and two 875-foot-high towers, N-600px-US-DeptOfNavy-Seal.svg0, N-9, and N-11.  Work will be performed in Cutler, Maine, and is expected to be completed by October 2015.  Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $7,324,829 are being obligated on this award and will expire at the end of the current fiscal year.  Two proposals were received for this task order.  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

Department of the ArmyARMY

CDO Technologies,* Dayton, Ohio (W52P1J-15-D-0059); Lowry Solutions Inc.,* Brighton, Michigan (W52P1J-15-D-0060); and SRA International Inc., Fairfax, Virginia (W52P1J-15-D-0061), were awarded a $181,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with options for automatic identification technology data communications, hardware, software, documentation, and incidental services, to include technical engineering services, training and warranty to authorized government users worldwide.  The contractors will share the capacity.  Funding and work location will be determined with each order with an estimated completion date of May 5, 2018.  Bids were solicited via the Internet with three received.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Allphase Services Inc., Delray Beach, Florida (W912DY-15-D-0067); ARS Aleut Remediation LLC, Port Allen, Louisiana (W912DY-15-D-0068); ADS Trinity LLC,  doing business as Atlanta Demolition, Chamblee, Georgia (W912DY-15-D-0069); North Wind Construction Services LLC, Knoxville, Tennessee (W912DY-15-D-0070); Bhate Environmental Associates Inc., Birmingham, Alabama(W912DY-15-D-0071); Central Environmental Inc., Anchorage, Alaska W912DY-15-D-0072); Charter Environmental Inc., Boston, Massachusetts (W912DY-15-D-0073); Envirocon Inc., Missoula, Montana (W912DY-15-D-0074); Environmental Remediation Services Inc., Schenectady, New York (W912DY-15-D-0075); and NorthStar Federal Services Inc., Richland, Washington (W912DY-15-D-0076), were awarded a $9,600,000 firm-fixed-price, indefinite-delivery, multiple award task order contract with options for demolition of surplus facilities.  Funding and work location will be determined with each order with an estimated completion date of May 10, 2020.  Bids were solicited via the Internet with 15 received.  Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Trinity Fresh Distribution LLC,* Sacramento, California, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruit and vegetables for customers in northern California and northwest Nevada. The maximum amount is for the life of the contract. This was a competitive acquisition and four responses were received. This is an 18-month base contract with two 18-month option periods. Location of performance is California with a Nov. 10, 2019 performance completion date. Using services are non-Department of Defense customers. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics AgencyDefense_Logistics_Agency Troop Support, Philadelphia, Pennsylvania (SPE300-15-D-S650).

Coast Citrus,* San Francisco, California, has been awarded a maximum $15,000,000 fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruit and vegetables for customers in northern California and northwest Nevada. The maximum amount is for the life of the contract. This was a competitive acquisition and four responses were received. This is an 18-month base contract with two 18-month option periods. Location of performance is California with a Nov. 10, 2019, performance completion date. Using services are Department of Defense customers. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-15-D-P276).

600px-US-DeptOfNavy-Seal.svgNAVY

The Boeing Co., St. Louis, Missouri, is being awarded a $14,630,235 modification to a previously awarded firm-fixed-price contract (N00019-14-C-0032) for the procurement of aircraft armament equipment (AAE) items in support of the F/A-18E/F and E/A-18G aircraft.  The procured AAE items include 60 SUU-79 C/A wing pylons; 30 SUU-80 A/A low drag pylons; 30 ADY-773 A/A adapters, and supporting items.  Work will be performed in Mesa, Arizona (72 percent); St. Louis, Missouri (16 percent); Minneapolis, Minnesota (10 percent); and St. Paul, Minnesota (2 percent), and is expected to be completed in June 2019.  Fiscal 2015 aircraft procurement (Navy) funds in the amount of $14,630,235 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, is being awarded a $13,652,476 modification to previously awarded contract (N00024-14-C-5106) to exercise options for fiscal 2015 Aegis Modernization (AMOD) production requirements.  This contract modification exercises options for production of Aegis Weapon System AMOD upgrade equipment for Navy Ticonderoga-class guided missile cruisers CG 65 (USS Chosin) and CG 69 (USS Vicksburg), and procurement of special tooling and test equipment to support the fielding of AMOD capabilities to the fleet.  Work will be performed in Moorestown, New Jersey (55 percent); and Clearwater, Florida (45 percent), and is expected to be completed by July 2017.  Fiscal 2015 other procurement (Navy) funding in the amount of $13,652,476 will be obligated at the time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

AIR FORCE

L-3 Communications Corp., Communication Systems, Salt Lake City, Utah, has been awarded an $8,775,683 cost-plus-fixed-fee and cost reimbursable order (0001) under the basic ordering agreement contract FA8620-13-G-4051 for MQ-9 organic depot activation logistics support analysis. Contractor will provide comprehensive integrated analysis in order to establish organic depot356px-Seal_of_the_US_Air_Force.svg maintenance and repair capability for all MQ-9 unmanned aerial systems reparable components. Work will be performed at Salt Lake City, Utah, and is expected to be complete by May 11, 2017. This award is the result of a sole-source acquisition. Fiscal 2014 procurement funds in the amount of $8,775,683 are being obligated at the time of award. Air Force Lifecycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

pitanim

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

NAVY

Lockheed Martin Mission Systems and Training, Liverpool, New York, is being awarded a $27,283,219 modification to previously awarded contract (N00024-13-C-6292) to exercise options for the production of seven TB-37 multi-function towed array (MFTA) production units, tow cables, electro-optical slip rings, drogues and shipping products, and the performance of engineering services. The TB-37 MFTA is the next generation passive and active sonar receiver. It affords several enhancements600px-US-DeptOfNavy-Seal.svg to the AN/SQR-19 Tactical Towed Array System allowing greater coverage, increased capability and reliability, and reduced obsolescence. The TB-37 MFTA significantly contributes to the capability of surface ships to detect, localize and prosecute undersea threats, and is a critical sensor to a combat systems suite. This contract combines an effort for the U.S. (86 percent) and Japan (14 percent) under the Foreign Military Sales program. Work will be performed in Syracuse, New York (66 percent); Millersville, Maryland (33 percent); and Marion, Massachusetts (1 percent), and is expected to complete by February 2017. Fiscal 2015 other procurement (Navy), foreign military sales and fiscal 2015 shipbuilding and conversion (Navy) contract funds in the amount of $24,161,366 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Kato Engineering Inc., Mankato, Minnesota, is being awarded a $12,188,470 indefinite-delivery/indefinite-quantity, fixed-price contract for the procurement of ship service turbine generators and associated installation and training support. The generators include one first-article unit, three amphibious command ship production units, and 12 amphibious assault ship production units to be procured over a three-year ordering period. The ship service turbine generators are to serve as a replacement of an existing generator end of a steam turbine based application as specified in the mechanical interface specification. Work will be performed in Mankato, Minnesota, and is expected to completed by May 2018. Fiscal 2014 other procurement (Navy) funding in the amount of $1,854,110 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Surface Warfare Center, Carderock Division, Ships System Engineering Station, Philadelphia, Pennsylvania, is the contracting activity (N65540-15-D-0016).

Northrop Grumman Corp., Melbourne, Florida, is being awarded $7,671,202 for ceiling-priced delivery order 0016 under an existing basic ordering agreement (N00383-12-G-034G) for repair of the Advanced Hawkeye system used on the E-2D aircraft. Work will be performed in Liverpool, New York (73 percent); Woodland Hill, California (9 percent); Davenport, Iowa (8 percent); Marlboro, Massachusetts (6 percent); and North Hollywood, California (4 percent); and work will be completed by May 23, 2016. Fiscal 2015 aircraft procurement (Navy) funds in the amount of $7,671,202 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One firm was solicited for this sole source requirement, and one offer was received in accordance with 10 U.S.C. 2304(c)(1). Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-12-G-034G).

DEFENSE HEALTH AGENCY

International SOS Government Services Inc., Trevose, Pennsylvania, was awarded an $8,698,319 fixed-unit-price requirements contract to support the TRICARE Overseas Program by supplementing the healthcare capabilities and capacities of overseas military treatment facilities, and providing healthcare in remote overseas locations. This is a one-year base transition-in period contract with five 12-month option periods. Location of performance is overseas with an Aug. 31, 2016, performance completion date. Using members are active-duty and retired service members, their family members, survivors, and others who are entitled to TRICARE coverage. This contract was a competitive acquisition with one offer received. Fiscal 2015 operations and maintenance funds in the amount of $8,698,319 are being obligated at time of award. The Defense Health Agency, Contract Operations Division Aurora, Colorado, is the contracting activity (COHT9402 15 D 0001).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

UPDATE: Gaithersburg Farmers Supply Inc.,* Gaithersburg, Maryland (SPE8EC-15-D-0005), has been added as an awardee to the multiple award contract under solicitation SPM8EC-11-R-0003, which was announced Aug. 4, 2011.

 

AIR FORCE

Lockheed Martin Space System Co., Sunnyvale, California, has been awarded a $735,514,938 cost-plus-incentive-fee contract for satellite sustainment. Contractor will provide sustainment of the Advanced Extremely High Frequency (AEHF), Milstar, and Defense Satellite Communications System III. Work will be performed at Sunnyvale, California, Peterson Air Force Base, Colorado, and Schriever Air Force Base, Colorado, and is expected to be complete by Nov. 30, 2015. This award is the result of a sole-source acquisition. Fiscal 2015 operations and maintenance funds in the amount of $36,646,878 are being obligated at the time of award. Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity (FA8823-15-C-0001).

General Atomics – Aeronautical Systems Inc., Poway, California, has been awarded a $23,075,907 firm-fixed-price delivery order (0087) under basic ordering356px-Seal_of_the_US_Air_Force.svg agreement FA8620-10-G-3038 for MQ-9 Block 20A Lynx SAR retrofit kits. Contractor will provide 72 MQ-9 Block 20A Lynx SARretrofit kits for the MQ-9 aircraft. Work will be performed at Poway, California, and is expected to be complete by May 21, 2017. Fiscal 2014 aircraft procurement funds in the amount of $23,075,907 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Lockheed Martin Corp., Littleton, Colorado, has been awarded a $12,454,485 modification (P00299) to previously awarded contract FA8807-08-C-0010 for the alternate payload processing facility. Contractor will assure implementation of testing capabilities for launch of Global Positioning System III. Work will be performed at Littleton, Colorado, and is expected to be complete by Dec. 31, 2017. Fiscal 2014 research, development, test and evaluation funds in the amount of $2,749,000 are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8807-08-C-0010).

Department of the ArmyARMY

Alpha-Omega Change Engineering, Hampton, Virginia (W91260-15-D-0001); Boecore Inc.,* Colorado Springs, Colorado (W91260-15-D-0002); PeopleTec Inc.,* Huntsville, Alabama (W91260-15-D-0003); and Summit Technical Solutions LLC,* Colorado Springs, Colorado (W91260-15-D-0004) were awarded a $496,000,000 cost-plus-fixed-fee contract for advisory and assistance services for Army Space and Missile Defense Command and Army Forces Strategic Command and supported agencies for various missions. Funding and work location will be determined with each order with an estimated completion date of May 31, 2020. Bids were solicited via the Internet with 10 received. Army Space and Missile Defense Command, Peterson Air Force Base, Colorado, is the contracting activity.

Vectrus Systems Corp., Colorado Springs, Colorado, was awarded a $160,219,917 modification (P00020) to contract W91RUS-13-C-0006 for operations and maintenance support to communications equipment and information systems, Army Network Enterprise Technology Command, 160th Signal Brigade and subordinate units, Southwest Asia Theater. Work will be performed in Kuwait, Qatar, Afghanistan, Iraq, Bahrain, United Arab Emirates, and Jordan with an estimated completion date of May 31, 2016. Fiscal 2015 operations and maintenance (Army) funds in the amount of $160,219,917 were obligated at the time of the award. Army Contracting Command, Ft. Huachuca, Arizona, is the contracting activity.

Jacobs Project Management Co., Arlington, Virginia (W912DY-15-D-0084); M.C. Dean Inc., Sterling, Virginia (W912DY-15-D-0085); Shearer & Associates Inc.,* Huntsville, Alabama W912DY-15-D-0086); Spectrum Solutions Inc., Madison, Alabama (W912DY-15-D-0087); and URS Group Inc., Washington, District of Columbia (W912DY-15-D-0088), were awarded a $150,000,00 firm-fixed-price contract with options for technical and programmatic support services for the utility monitoring and control systems and electronic security systems programs. Funding and work location will be determined with each order with an estimated completion date of May 21, 2020. Bids were solicited via the Internet with seven received. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

Michael Baker Jr. Inc, Phoenix, Arizona, was awarded a $48,000,000 firm-fixed-price indefinite-delivery contract with options for architectural and engineering services for the Department of Homeland Security. Funding and work location will be determined with each order with an estimated completion date of May 20, 2020. Bids were solicited via the Internet with 20 received. Army Contracting Command, Ft. Worth, Texas, is the contracting activity (W9126G-15-D-0009).

Colt Defense LLC, West Hartford, Connecticut, was awarded a $36,104,812 firm-fixed-price, indefinite-delivery/indefinite-quantity foreign military sales contract (Jordan, Antigua and Barbuda, Belize, Colombia, Hungary, Oman, Panama, Romania, Senegal, Lebanon, Romania) for M4/M4A1 carbines. Funding and work location will be determined with each order with an estimated completion date of May 21, 2018. Bids were solicited via the Internet with one received. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-D-0038).

BAE Systems Land & Armaments LP, York, Pennsylvania, was awarded a $16,647,049 modification (P00005) to contract W56HZV-14-C-0238 to exercise Option 2 for installing the Paladin Fire Control System in M109A6 Paladin vehicles. Work will be performed in York, Pennsylvania, with an estimated completion date of March 31, 2018. Fiscal 2015 other procurement (Army) funds in the amount of $16,647,049 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity.

Great Lakes Dredge & Dock Co., Oak Brook, Illinois, was awarded an $11,492,530 firm-fixed-price contract with options for hopper dredging, Galveston Ship Channel, Texas, Entrance, Outer and Inner Bar Channels, and Bolivar Roads to Redfish Reef in Galveston and Chambers Counties, Texas. Maintenance dredging will remove approximately 433,000 cubic yards (CY) from Galveston Entrance Channel and Outer Bar Section numbers 7-9; 725,000 CY from Inner Bar Channel, Section numbers 10-13; and 387,000 CY from Houston Ship Channel, Bolivar Roads to Redfish Reef, Section numbers 16-19. (Option 1 is for maintenance dredging of 386,000 CY from Galveston Extended Entrance Channel, Section numbers 1-4; Option 2 is for maintenance dredging of 463,000 CY from Galveston Entrance Channel, Section numbers 5 and 6; and Option 3 is for maintenance dredging of 13,000 CY from Houston Ship Channel, Bolivar Roads to Redfish Reef, Section numbers 14 and 15). Work will be performed in Galveston, Texas, with an estimated completion date of Oct. 7, 2015. Bids were solicited via the Internet with two received. Fiscal 2014 and 2015 operations and maintenance (Army) funds in the amount of $11,492,530 were obligated at the time of the award. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W9126G-15-C-0014).

LAPAC Manufacturing Inc.,* Crowley, Louisiana, was awarded a $9,322,795 firm-fixed-price multi-year contract with options for sandbags and poly sheeting for the National Flood Fight Center, Rock Island, Illinois. Funding and work location will be determined with each order with an estimated completion date of Sept. 30, 2017. Bids were solicited via the Internet with three received. Army Corps of Engineers, Rock Island, Illinois, is the contracting activity (W912EK-15-D-0003).

DEFENSE COMMISSARY AGENCY

Parma Fruit MPG West, Orange, California, is being awarded an indefinite-delivery, requirements-type contract to provide fresh fruits and vegetables for resale at 20 commissary store locations throughout the Defense Commissary Agency’s (DeCA) Pacific Area commissaries in South Korea and Japan (to include Okinawa). The estimated award amount is $55,080,703. The contractor will deliver fresh fruits and vegetables to the store locations as needed. The contract is for a 24-month base periodDefense_Commissary_Agency_logo beginning July 1, 2015, through June 30, 2017. Three one-year option periods are available. If all three option periods are exercised, the contract will be completed June 30, 2020. Contract funds will not expire at the end of the current fiscal year. Eighteen firms were solicited and six offers were received. The contracting activity is the DeCA, Resale Contracting Division, Contracting Branch Europe, Kapaun Air Station, Kaiserslautern, Germany.

International Distributors Inc., Barrigada, Guam, is being awarded an indefinite-delivery, requirements-type contract to provide fresh fruits and vegetables for resale at two commissary store locations throughout the Defense Commissary Agency’s (DeCA) Pacific Area commissaries in the U.S. territory of Guam. The estimated award amount is $16,084,903. Contractor will deliver fresh fruits and vegetables to the store locations as needed. The contract is for a 24-month base period beginning July 1, 2015, through June 30, 2017. Three one-year option periods are available. If all three option periods are exercised, the contract will be completed June 30, 2020. Contract funds will not expire at the end of the current fiscal year. Eighteen firms were solicited and six offers were received. The contracting activity is the DeCA, Contracting Branch Europe, Kapaun Air Station, Kaiserslautern, Germany.

600px-US-DeptOfNavy-Seal.svgNAVY

The Boeing Co., Seattle, Washington, is being awarded a $21,252,474 modification to a previously awarded advance-acquisition contract (N00019-14-C-0067) for the procurement of additional long-lead items for the manufacture and delivery of nine full-rate production Lot II P-8A MMA aircraft for the Navy. Work will be performed in Seattle, Washington, and is expected to be completed in April 2018. Fiscal 2014 and 2015 aircraft procurement (Navy) funds in the amount of $21,252,474 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Co., Fort Wayne, Indiana, is being awarded an $11,602,950 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract for systems and software engineering services for the ALQ-227 communication countermeasures set for the EA-18G aircraft for the Navy and the government of Australia. This contract provides for up to 48,100 hours of engineering, integration and testing services for the low-band geo-location program. Work will be performed in Fort Wayne, Indiana (99 percent); and Forest, Mississippi (1 percent), and is expected to be completed in May 2018. Fiscal 2015 research, development, test and evaluation and fiscal 2014 aircraft procurement (Navy) funds in the amount of $145,595 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. This contract combines purchases for the Navy ($10,442,655; 90 percent), and the government of Australia ($1,160,295; 10 percent) under the Foreign Military Sales program. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-15-D-0018).

Raytheon Co., McKinney, Texas, is being awarded $9,540,000 for delivery order 7009 under a previously awarded firm-fixed-price contract (N00383-11-G-003D) for repairs in support of the H-53 and V-22 aircraft. Work will be performed in Jacksonville, Florida, and work is expected to be completed by May 2016. Fiscal 2014 working capital funds (Navy) in the amount of $9,540,000 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with FAR 6.302-1. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Northrop Grumman Corp., El Segundo, California, is being awarded $7,335,202 for undefinitized repair delivery order 7394 placed under a previous existing basic ordering agreement (N00383-12-G-034G) for door repair configurations used on the F/A-18 aircraft. Work will be performed in El Segundo, California, and work is expected to be completed by October 2015. Fiscal 2015 working capital funds (Navy) in the amount of $3,667,603 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One firm was solicited for this non-competitive requirement, and one offer was received in accordance with FAR 6.302-1. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

 

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

$
0
0

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

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

FedBizOpps – Procurements

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

R — IRANIAN-AMERICAN COMEDIAN BBG50-Q-15-00013 061515 ADRIENNE R. WASHINGTON, Contracting Officer, Phone 202-382-7867, Fax 2023827855, Email RFQsubmissionARW@bbg.gov – Herman Shaw, Contracting Officer, Phone 202-382-7856, Fax (202) 382-7854, Email hshaw@bbg.gov ;p;
Notice Information

Solicitation:   BBG50-Q-15-00013

Reference Number:   VOA-PNN

Agency/Office: Broadcasting Board of Governors (BBG), Office of Contracts (CON)

Title:   PURCHASE ORDER NON-PERSONNEL SERVICE

Synopsis:

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and Subpart 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation;Broadcasting Board of Governors Request For Quotes (hereinafter RFQ) are being solicited and a written solicitation will not be issued.

(ii) This solicitation is issued as a RFQ

Under solicitation number BBG50-Q-15-00013, for Non-Personnel Service. The award will be made using Simplified Acquisition Procedures in accordance with FAR Part 13.

(iii) This RFQ incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-82, Effective 07 May 2015. The results of this requirement will be a firm fixed priced (FFP) Purchase Order with a Base Term and option for increased quantity.

(iv)This procurement is being issued as a 100% small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510, with a small business size standard of $7.0 M.

v. There will be one Contract Line item (CLIN) for twelve (12) episodes (per year with no guaranteed minimum quantities purchased beyond the Base Year.

(vi) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. anticipates awarding one Non-Personal Services Purchase Order as described in the attached RFQ/Statement of Work (SOW) for user rights (i.e. satellite rights, broadcast rights, reproduction rights, educational/screening rights, excerpting rights, abridgement rights; and one copy of the music sheet, if any, at no additional cost) for Voice of America, Persian News Network Division, located at 330 Independence Avenue, Cohen Building – Room 1460, SW Washington, DC 20237.

(vii) A Firm Fixed Price (FFP) Purchase Order (PO) will be awarded for the Base Term of one (1) year beginning July 1, 2015 to August 30, 2016

(viii) Instructions to Offerors – Commercial FAR clause applies to this acquisition

(ix) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerers-Commercial Items, applies to this RFQ.

FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html .

It is the responsibility of the Vendor to be familiar with the applicable clauses and provisions.

The clauses may be accessed in full text at these addresses:

http://acquisition.gov/far/   and http://www.acq.osd.mil/dpap /dars/dfarspgi/current/index.html

(x) All offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items.

(xi) FAR clause 52.212-4, Contract Terms and Conditions and any addenda applies to this acquisition.

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items applies to this acquisition.

(xiii) FAR clause 52.217-7 Option for Increased Quantity-Separately Priced Line Item applies to this acquisition.

(xiv)   FAR clause 52.227-17 Rights in Data-Special Works applies to this acquisitions.

(xv) Quote Submission:

Interested independent Contractor(s)/Vendor(s), who are capable of providing these services, should submit an offer which identifies your capabilities as noted below. The Contractor shall demonstrate the ability and experience in providing the required services.

•(a)    Submission of offer:

Submit a signed and dated offer to the office specified in this RFQ at or before the exact closing time.   At a minimum, offers must show:

•(1)   A cover page that includes the name, physical and email addresses, and telephone number of the Offeror; the RFQ number; DUNS number and Commercial and Government Entity (CAGE) code; or NATO Cage Code (NCAGE) number on your quote;   Submittal time which should be before or at the time specified in the RFQ

YOU MUST HAVE AN ACTIVE SAM REGISTRATION TO BE CONSIDERED FOR THIS REQUIREMENT UNLESS YOU ARE EXEMPT.

If you do not have a DUNS, CAGE, or NCAGE, first register for DUNS at https://iupdate.dnb.com/iUpdate/viewiUpdateHome.htm .   Next, register for NCAGE or CAGE at http://www.dis.dia.mil/Forms/Form_AC135asp   the instructions for US-based organizations will take you to https://www.sam.gov/portal/public/SAM ).   Please select “Emergency” for Block 5 “PRIORITY/PRIORITE”;

(2) A CD with samples of Comedy sketches

(3)   Offerors shall limit their response to six (6) or less pages.

Pages shall include:

•(a)    Technical: (Resume/Curriculum Vitae) no more than two (2) pages

•1.      Should evidence the Offeror’s pertinent past performance

(b) Past Performance no more than three (3) pages.

1.   Should include at least three (3) recent and relevant contracts for the same or similar items and other references with relevant information (i.e. dates, locations, Points of Contact information, contract numbers, scope of work etc.) to make any inquiry/validation a quick and easy process.

(c)   Pricing on a page by itself no more than one (1) page

•1.      Quote that states the Offerors’s proposed fixed price.

•2.      Price(s) for all of the Contract Line Item Number (CLIN) shall be in the English language and in United States Dollars (USD)

(4) Prices for listed CLIN(s) shall be in the English language and in USD.

(5) Acknowledgment of receipt of Amendments to Request for Quote (if applicable);

(6) Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for one hundred and fifty (150) calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.

(7) In the event Offerors did not complete the responsibility and certification portion of the SAM registration they shall include completed copy of the provision at FAR Subpart 52.212-3 (Offeror Representations and Certifications – Commercial Items) with their offer. This provision can be found at the following website https://www.acquisition.gov/Far/; if requested by an Offeror, a copy of FAR subpart 52.212-3 will be provided by the Contracting Officer.

52.212-2 Evaluation – Commercial Items,

(ix) Evaluation – Commercial Items (Jan 1999)

(a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforms to the RFQ and will be most advantageous to the Government.   Price and other factors are also considered. The following factors shall be used to evaluate offers:

EVALUATION FACTORS:

(Evaluation Factors are used to determine the competitive ranking of qualified Offerors   in comparison to other Offerors. The factors are listed in priority order from highest to lowest).

The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services Purchase Order with Option for increased quantity (subject to the availability of funds)   resulting from this RFQ to the responsible Offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on :

The evaluation factors that will be used to determine award will be (1) technical capability, to include a resume that meets the qualifications listed in the Statement of Work (SOW) Requirements paragraph, (2) past performance, and (3) price. For past performance Vendors shall provide at least two-three (2-3) relevant past performance references with the quote(s). Reference information shall include agency or business name, contract number, dollar amount, point of contact (include phone number and email address), for which your company has provided the same or similar relevant services. Firms without a record of relevant past performance shall affirmatively state that no relevant past performance is available. Such firms will receive a neutral rating that will be evaluated neither positively nor negatively. Relevant past performance is defined as performance of contracts of similar size, scope, and complexity as this requirement performed within the past three (3) years. The Government reserves the right to obtain and use past performance information from sources other than those listed in the quote, to include prior dealing with the government and personal knowledge of the company. All evaluation factors other than price, when combined, will be evaluated as significantly more important than price.

Technical ability includes work experience, education, specialized training, price, and past performance.

Basis for Award:

The procurement is being conducted under FAR Subpart 13.

Best value is defined as the expected outcome of an acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement, in accordance with FAR 2.101.

The Government reserves the right to make a selection based upon the initial quote submissions so the Offeror should submit its best terms in the initial quote. The Government may also determine to make no award.

A single vendor/contractor will be selected who is deemed responsible in accordance with FAR 9.104-1 and whose offer provides the Government with a best value solution.

All questions regarding this RFQ should be submitted by email to apaul@bbg.gov and are due by June 17, 2015 Eastern Standard Time (EST) at 3:00 p.m.

Responses to questions will be provided no later than June 20, 2015.

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

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

OFFERORS MUST BE REGISTERED WITH SAM PRIOR TO CONTRACT AWARD.

(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:

CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the Contract and such other responsibilities and authorities as may be specified in the letter of authorization or this Contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the Scope or Terms and Conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the Contract.

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

(End of Clause)

(xiii) Reserved

(xiv) Reserved

(xv) The Date and time and place offers are due:

To ensure consideration for this requirement, please cite the solicitation number on your offer.

Questions must be submitted electronically to apaul@bbg.gov .

The due date is Monday, June 17, 3:00 P.M. Eastern Standard Time

Primary Point of Contact:

Name:       Althea A. Paul

Title:         Contract Specialist (Contractor)

Address: Broadcasting Board of Governors (BBG)

330 Independence Avenue, S.W.

Cohen Building, Room 4360-0025

Washington, DC 20237

Phone:     (202) 382-8040

Email:      apaul@bbg.gov

Final Offers and electronic work-sample should be emailed to:

Name:      Adrienne R. Washington

Title:       Contract Specialist

Email:     RFQsubmissionARW@bbg.gov

CD with comedy sketches should be sent by courier by due date and time to:

Adrienne R. Washington, Contract Specialist

Broadcasting Board of Governors (BBG)

Office of Contracts

330 Independence Avenue, S.W.

Cohen Bldg. Rm. 4630-0024

Washington, D.C. 20237

(xvi) The name and telephone number of the individual to contact for information regarding the solicitation:   Same as above

Place of Contract Performance: Broadcasting Board of Governors, via satellite broadcast to Iraq.

STATEMENT OF WORK (SOW)

The Broadcasting Board of Governors (BBG), an independent federal agency, is a fast-moving, multi-cultural organization that encompasses all U.S. civilian international broadcasting. The BBG is comprised of the Voice of America, which delivers high quality, multimedia programming in 44 languages to audiences worldwide; the Office of Cuba Broadcasting (Radio and TV Marti); the International Broadcasting Bureau, which provides transmission, administrative, and other support service; and three grantee organizations – Radio Free Europe/Radio Liberty; the Middle East Broadcasting Networks (Alhurra TV and Radio Sawa), and Radio Free Asia.

The Office of Persian News Network (PNN) has a requirement for exclusive, non-transferrable license and rights for Iranian-American comedy sketches for inclusion into its information programming

Specific User Rights sought:

1.   Satellite rights: i.e., the rights to transmit the program(s) via Agency satellites, as an integral part of the Agency’s regular Persian language programming.

2.   Broadcast rights: to deliver the program(s) and the music contained therein (if any) in the following ways: Satellite television, Internet, and other digital distribution platform.

3.   Reproduction rights: The right to duplicate program(s) solely for the purpose of making Licensee’s masters. The Licensee will receive from Vendor/Licensor, broadcast quality master(s), preferably DV25 or DVCAM, with industry standard color bars, 16:9 aspect ratio, split track audio, and countdown.

4.   Educational/Screening Rights: The right to conduct non-theatrical, non-commercial video projection screenings of the program(s) before audiences at U.S. government premises.

5.   Excerpting Rights:   Licensee shall have the right to review each episode upon its receipt, and shall request that Licensor make cuts or edits to the Program content solely for the purposes of either (i) editing any inappropriate content which may be deemed vulgar, indecent, or offensive, or (ii) technical or timing reasons or (iii) in the event that in Licensee’s good faith determination, such content may violate the law, or expose Licensee to legal action, which request shall be in writing, shall contain the reason for such requested edits, and shall also contain specific instructions regarding the items to be edited (the “Edit Notes”).   In the event that, upon Licensee’s such request, Licensor refuses or is unable to make such cuts or edits and return the edited Episode(s) no later than thirty (30) calendar days, The Licensee shall have the right to make such cuts or edits to the Programs, but solely to the extent stated in the Edit Notes.   Licensee has the right to create excerpts of program(s) for broadcast, and for promoting and advertising the exhibition of the Programs.   Licensor shall edit and provide such excerpts to be used for such purposes.   Licensee shall not edit or modify the Programs in any other manner or for any other purpose without first (i) providing Licensor the opportunity to make such edits, or (ii) obtaining Licensor’s written consent.

6.   Abridgement Rights: Licensee has the right to shorten the program(s) to fit an abbreviated broadcast time slot as per the terms.

7.   The right to acquire one copy of the music cue sheets (if any) an/or dialogue script(s), at no additional cost.

8.   The Licensee may not sell or provide individual Programs to any source.   None of the above-mentioned rights in any way limits or extinguishes the copyright protection of the Licensor

9.   The Licensor warrants that it has the authority to grant the Agency the rights as stated above, and that no additional clearances would be required for the Agency described use of the Program(s)

10.   All other rights of every kind in and unto the Programs are reserved unto the Licensor except as specifically set forth above.

Set-Aside: Total Small Business Place of Performance: 330 Independence Avenue, S.W Washington , DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-15-00013/listing.html

OutreachSystems Article Number: 150527/PROCURE/0085 Matching Key Words: video*; edit*; duplicat*; train*; you; website; web; page?; education*; business*; event?; distribut*; instruct*; commercial?; broadcast*; program?; naics!711510;

FAA_LogoDepartment of Transportation, Federal Aviation Administration (FAA), Great Lakes Region, FEDERAL AVIATION ADMINISTRATION, AAQ-520 CN – Central Service Area (Chicago, IL)

99 — JANITORIAL SERVICES FOR AIR TRAFFIC CONTROL TOWER (ATCT) FOR PALWAUKEE AIRPORT, WHEELING, ILLINOIS DTFACN-15-R-00150 060215 Kim Erkman, kim.erkman@faa.gov, Phone: 847-294-7330 Click here to email Kim Erkman The Federal Aviation Administration (FAA)has a requirement to provide Janitorial Services for the Air Traffic Control Tower (ATCT)located at the Palwaukee Aiport, 1060 S. Milwaukee Ave., Wheeling, IL 60090.
This procurement will be 100% set-aside for very Small Business firms NAICS code 561720 (Janitorial Services). Contractors to provide proof that they have an active business office for a minimum of one (1) year that is within a one hundred mile (100) radius of the FAA ATCT Palwaukee Aiport, 1060 S. Milwaukee Ave., Wheeling, IL 60090. (Map Quest will be the tool used to determine distance from contractor’s address to the Palwaukee ATCT. Also the contractor must be registered in the Central Contractor Registration website at http://www.sam.gov at the time the offer is made.
The performance period will be July 1, 2015 through September 30, 2015 with four (4) one year option periods.
The Request for Proposal was issued approximately May 22, 2015. To qualify to receive a copy of this Request for Proposal (RFP), prospective bidders must provide evidence that your firm is classified as a very Small Business as defined by the Small Business Administration (SBA) (annual reneues not to exceed $9.0 million dollars, averaged over the past 3 years) and have an active business address within a 100 mile radius of the Palwaukee Airport, 1060 S. Milwaukee Ave., Wheeling, IL 60090. The deadline for making RFP requests is June 2, 2015 at 10:00 am CST. All requests to receive a copy must be in writing via e-mail to the Contracting Officer, Kim Erkman, kim.erkman@faa.gov, or fax (847)294-8310, with the company name, mailing address, telephone number, and the complete RFP number. No telephone request or request after the deadline of June 2, 2015 will be accepted.
“This Notice is for informational purposes for Minority, Womaen-Owned and Disadvantaged Business Enterprises. The Department of Transportation (DOT) Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum ine of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at 800-532-1169.

If you’re viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/21020 to view the original announcement.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOT/FAA/GLR/DTFACN-15-R-00150/listing.html

OutreachSystems Article Number: 150527/PROCURE/0384 Matching Key Words: writ*; copy;

Department of Labor, Employment Training Administration, Earle C. Clements Job Corps Academy, 2302 U.S. Highway, 60 East Morganfield KY 42437

99 — RFQ – MESH BACKPACKS MESH_BACKPACKS_05_21_15 052815 Denise R. Greenwell, Procurement Specialist, Phone 270-389-5304, Fax 270-389-5818, Email greenwell.denise@jobcorps.org – Meg Bealmear, Procurement Specialist, Phone 2703895358, Fax 2703895818, Email bealmear.meg@jobcorps.org THIS IS A SUBCONTRACTING OPPORTUNITY WITH MANAGEMENT & TRAINING CORPORATION (MTC), OPERATOR OF THE EARLE C. CLEMENTS JOB CORPS. MTC IS REQUESTING BIDS FOR MESH BACKPACKS AS DETAILED IN ATTACHED RFQ. ALL BIDS MUST BE RETURNED BY MAIL, ELECTRONICALLY OR FAX; AND RECEIVED NO LATER THAN 5:00 PM (CT) ONUS Dept Of Labor THURSDAY, MAY 28, 2015.
MTC RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS OR WAIVE ANY FORMALITY CONNECTED WITH THE BIDS. MTC WILL BE THE SOLE JUDGE OF WHICH BID IS THE BEST VALUE AND ITS DETERMINATION AND FINDING ON SUCH DECISION WILL BE FINAL.
MTC IS AN AFFIRMATIVE ACTION EMPLOYER COMMITTED TO EQUAL EMPLOYMENT OPPORTUNITY. IN ACCORDANCE WITH OUR AFFIRMATIVE ACTION POLICY, MTC’S RECRUITMENT AND EMPLOYMENT PROCESS IS CONDUCTED WITHOUT REGARD TO RACE, COLOR, RELIGION, NATIONAL ORIGIN, SEX, MARITAL STATUS, HANDICAP OR VETERAN STATUS. CONTRACTORS MUST AGREE TO COMPLY WITH THIS AFFIRMATIVE ACTION PLAN.

Place of Performance: Earle C. Clements Job Corps 2302 US Hwy. 60 East Morganfield, KY 42437 US URL: https://www.fbo.gov/spg/DOL/ETA/ClementsJCC/MESH_BACKPACKS_05_21_15/listing.html

OutreachSystems Article Number: 150522/PROCURE/0547 Matching Key Words: age:state!ky; state!ky;

USABID State and Local Purchases

Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/online/vss/AltSelfService

R – FY16 K-TAP DDS Medical Consultants RFP : 1500000293 D SOL FY16 K-TAP DDS Medical Consultants RFP : 1500000293 Department for Income Support Published On : 5/22/15 Amended On : Closing On : 6/15/15 3:30 PM EDT This notice is provided by OutreachSystems.com (www.outreachsystems.com) For more information about this opportunity please contact the buyer directly. For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150527/BID/0026 Matching Key Words: age:state!ky; state!ky;

New Mexico Press Association http://www.publicnoticeads.com/NM/search/searchnotices.asp PO Box 95198; Albuquerque, NM 87199; (505) 275-1241

R – LEGAL #98436 Legal Advertisement ADVERTISEMENT FOR PROPOSA SOL Public Notice ID: 22492037 LEGAL #98436 Legal Advertisement ADVERTISEMENT FOR PROPOSALS Cooperative Educational Services, 4216 Balloon Park Road NE, Albuquerque, NM 87109, will receive proposals in CES Online Solicitation and Contract Management System at https://ces.ionwave.net until 11:00 PM local time, Sunday, June 14, 2015, for: 2015?-019 Low Voltage-Fire and Security Alarm Systems 2015?-020 Low Voltage- Wide Area Network Infrastructure and Cabling 2015?-021 Low Voltage-Telecommunication Products and Services 2015?-022 Low Voltage-Intercom Systems Relating to Sounds, Video, Voice, Data Collection and Distribution of Clock Systems-Cameras, Camcorders, VCRs, Projectors There will be a Non?-Required Pre?-Proposal Conference held on Tuesday, May 26, 2015, at 2:00 PM MST at the Cooperative Educational Services offices, 4216 Balloon Park Road NE, Albuquerque, NM. To participate in the Pre?]Proposal Conference by phone, contact CES?f Procurement office by phone at 505?-344?-5470. Offeror Proposals except for Financials Statements shall be submitted electronically through the CES Online Solicitation and Contract Management System at https://ces.ionwave.net. To register your business and submit your proposal, you must have access to the internet and an e?]mail account to respond to this solicitation. Hard copy proposals will NOT be accepted. If you have questions regarding the online business registration process to access the procurement documents, please e?-mail CES at bids@ces.org or contact CES by telephone at (505?-344-5470) from 8:30 a.m. to 4:30 p.m., Monday?-Friday, except holidays Cooperative Educational Services reserves the express right to accept or reject any or all bids. /s/ David Chavez, Executive Director Published in The Santa Fe New Mexican on May 18 & 25, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150527/BID/0400 Matching Key Words: video*; produc*; conference?; you; education*; business*; distribut*;

Kentucky – Fayette County Public Schools https://fcps.economicengine.com The Purchasing Office Louie Mack Building Room 101 460 Springhill Drive Lexington, Kentucky 40503

99 – Ala Carte Beverages and Breakfast Mea Kits SOL 30-15 Ala Carte Beverages and Breakfast Mea Kits Due Date: 06/25/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150523/BID/0343 Matching Key Words: age:state!ky; state!ky;

Kentucky – Boone County http://www.boonecountyky.org/Purchasing.aspx 2950 Washington St.; Burlington, KY 41005; (859) 334-2108

R – Architectural Feasibilty Study & Evaluation of the Historic Boon SOL Architectural Feasibilty Study & Evaluation of the Historic Boone County Courthouse Due Date: June 9, 2015 2:00 p.m. Local time For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150523/BID/0346 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 – Consulting Services SOL UK-1597-15 Consulting Services Due Date: 6-19-15 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150522/BID/0768 Matching Key Words: age:state!ky; state!ky;

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

R – Competitive Negotiation on Legal Services (Addendum No. 1) #3046 SOL Competitive Negotiation on Legal Services (Addendum No. 1) #3046REVISED: Bid closes @ 1:00 p.m. on May 28, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150522/BID/0773 Matching Key Words: age:state!ky; state!ky;

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

R – Competitive Negotiation on Legal Services #3046Questions and Ans SOL Competitive Negotiation on Legal Services #3046Questions and Answers For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150522/BID/0774 Matching Key Words: age:state!ky; state!ky;

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

R – 14-03 Compensation Consulting Services SOL 14-03 Compensation Consulting Services Due Date: 03/18/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150522/BID/1239 Matching Key Words: age:state!ky; state!ky;

Kentucky – Louisville International Airport, Louisville Regional Airport Authority (LRAA) Phone: (502) 368-6524 Fax: (502) 367-0199 Street Address: Louisville Regional Airport Authority 700 Administration Drive Louisville, KY 40209 Mailing Address: Louisville Regional Airport Authority P.O. Box 9129 Louisville, KY 40209 http://bids.flylouisville.com/raa/currentbids.asp

R – Oracle EBS, Release 12 Managed Support Services ORACLE E-BUSINES SOL Oracle EBS, Release 12 Managed Support Services ORACLE E-BUSINESS SUITE, RELEASE 12, MANAGED SUPPORT SERVICES LOUISVILLE INTERNATIONAL AIRPORT Proposals Due: June 14, 2013, 2:00 p.m. NON-MANADATORY PRE-PROPOSAL MEETING June 3, 2013, 1:00 p.m. at above listed address (or via conference call 877-873-8018, code number 5032672#) The Authority is soliciting proposals for a qualified Proposer to enter into an Agreement to provide Managed Support Services for the Authority??s Enterprise Resource Software system (Oracle, R12) 24 hours per day, 365 days a year. The Authority is seeking two separate services through the Request for Proposal process. The first service is Managed Support Services and the second for Post Implementation End-User Support Services. Companies may propose either or both services. For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150522/BID/1433 Matching Key Words: age:state!ky; state!ky;

Kentucky – Louisville International Airport, Louisville Regional Airport Authority (LRAA) Phone: (502) 368-6524 Fax: (502) 367-0199 Street Address: Louisville Regional Airport Authority 700 Administration Drive Louisville, KY 40209 Mailing Address: Louisville Regional Airport Authority P.O. Box 9129 Louisville, KY 40209 http://bids.flylouisville.com/raa/currentbids.asp

R – Oracle EBS, Release 12, End User Support Services ORACLE E-BUSIN SOL Oracle EBS, Release 12, End User Support Services ORACLE E-BUSINESS SUITE, RELEASE 12, POST IMPLEMENTATION END-USER SUPPORT SERVICES LOUISVILLE INTERNATIONAL AIRPORT Proposals Due: June 14, 2013, 2:00 p.m. NON-MANADATORY PRE-PROPOSAL MEETING June 3, 2013, 1:00 p.m. at above listed address (or via conference call 877-873-8018, code number 5032672#) The Authority is soliciting proposals for a qualified Proposer to enter into an Agreement to provide Managed Support Services for the Authority??s Enterprise Resource Software system (Oracle, R12) 24 hours per day, 365 days a year. The Authority is seeking two separate services through the Request for Proposal process. The first service is Post Implementation End-User Support Services and the second for Managed Support Services. Companies may propose either or both services. Downloadable File List For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150522/BID/1434 Matching Key Words: age:state!ky; state!ky;

pitanim

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

NAVY

General Atomics, San Diego, California, is being awarded a $737,000,000 not-to-exceed modification to a previously awarded undefinitized contract action (N00019-14-C-0037) for the procurement of one each Advanced Arresting Gear (AAG) and Electromagnetic Aircraft Launch System (EMALS) shipset in support of the CVN 79. This modification will provide for the manufacture, assembly, inspection, test and checkout of the EMALS and AAG delivered systems onboard the CVN 79 aircraft carrier, as well as non-recurring engineering, installation and checkout spares, repairs, technical data, and drawing changes. Work will be performed in San Diego, California (45 percent); Tupelo, Mississippi (26 percent); Mankato, Minnesota (9 percent); Cincinnati, Ohio (6 percent); Waltham, Massachusetts (6 percent); San Leandro, California (3 percent); New Milford, Connecticut (2 percent); Green Bay, Wisconsin (1 percent); Cameron, Texas600px-US-DeptOfNavy-Seal.svg (1 percent); and Aston, Pennsylvania (1 percent), and is expected to be completed in September 2022. Fiscal 2015 shipbuilding conversion (Navy) funds in the amount of $162,100,000 are being obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Material Sciences Corp.,* Horsham, Pennsylvania, is being awarded a $24,526,386 indefinite-delivery/indefinite-quantity contract. This is a Phase III effort under the Small Business Innovation Research (SBIR) program with Material Sciences Corp. and is for the use of innovative technologies developed under the Phase I and II contracts to design, analyze, and fabricate a wide array of structure and mechanical components intended for use by the Navy.The structural and mechanical components are fabricated from a wide selection of material systems from basic steel construction to advanced material systems that not only provide structural components, but also provide acoustic, thermal, radar cross-section and electrical solutions. Work will be performed in Horsham, Pennsylvania, and is expected to be completed by July 2020. Fiscal 2015 research, development, test and evaluation funding in the amount of $361,903 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured as it is a follow-on SBIR effort. The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pennsylvania, is the contracting activity (N65540-15-D-0011).

General Dynamics NASSCO, Norfolk, Virginia, is being awarded a $7,296,434 modification to previously awarded cost-plus-award fee, cost-plus-fixed-fee contract (N00024-11-C-4303) for USS George H.W Bush (CVN 77) fiscal 2015 planned incremental availability. The CVN multi-ship, multi-option contract addresses maintenance, repair and modernization efforts for CVN-68 class aircraft carriers homeported in and visiting the Hampton Roads, Virginia, area, as well as for selected non-nuclear propulsion work. Work will be performed in Portsmouth, Virginia, and is expected to be completed by February 2015. Fiscal 2015 operations and maintenance (Navy) funds in the amount of $7,046,551 will be obligated at time of award and will expire at the end of the current fiscal year. The Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity.

Department of the ArmyARMY

Grove U.S. LLC, Shady Grove, Pennsylvania, was awarded a $192,042,928 firm-fixed-price contract with options for Type II heavy cranes and support services and training. Funding and work location will be determined with each order with an estimated completion date of June 10, 2022. Bids were solicited via the Internet with two received. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-D-0052).

Hensel Phelps Construction Co., Chantilly, Virginia, was awarded a $76,803,000 firm-fixed-price contract with options for demolition and construction for the Defense Logistics Agency. Work will be performed in Richmond, Virginia, with an estimated completion date of June 10, 2018. Bids were solicited via the Internet with seven received. Fiscal 2015 military construction funds in the amount of $76,803,000 were obligated at the time of the award. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-15-C-0045).

Coleman Construction Inc.,* Los Angeles, California, was awarded a $45,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract for emergency temporary roof repairs to support the Army Corps of Engineers and the Federal Emergency Management Agency disaster response. Work will be performed in Alabama, Connecticut, Delaware, Florida, Georgia, Louisiana, Maine, Maryland and the District of Columbia, Massachusetts, Mississippi, New Hampshire, New Jersey, New York, North Carolina, Pennsylvania, Rhode Island, South Carolina, Texas, and Virginia, with an estimated completion date of May 31, 2020. Funding will be determined with each order. Bids were solicited via the Internet with two received. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-15-D-0026).

Schutt Industries,* Clintonville, Wisconsin, was awarded a $44,531,810 firm-fixed-price multi-year contract for light tactical trailers – heavy chassis, Marine Corps chassis integration kits, and advanced medium mobile power source integration kits.. Funding and work location will be determined with each order with an estimated completion date of June 2, 2020. Bids were solicited via the Internet with four received. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-D-0067).

Intevac Photonics,* Santa Clara, California, was awarded a $12,626,081 firm-fixed-price contract with options for Electronic Image Intensifier Ship-Set for Lot 4, Apache AH-64D/E Program. Work will be performed in Santa Clara, California, with an estimated completion date of Oct. 31, 2017. One bid was solicited with one received. Fiscal 2015 other procurement funds in the amount of $12,626,081 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-C-0052).

Creative Times Inc.,* Ogden, Utah, was awarded a $11,361,000 firm-fixed-price contract with options design and build an F-22 flight simulator facility and an additional ball field at Nellis Air Force Base, Nevada, with an estimated completion date of Dec. 23, 2016. Bids were solicited via the Internet with nine received. Fiscal 2015 military construction funds in the amount of $11,361,000 were obligated at the time of the award. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-15-C-0010).

DEFENSE LOGISTICS AGENCY

Sterlingwear of Boston,* Boston, Massachusetts, has been awarded a maximum $48,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for men’s and women’s overcoats. This was a competitive acquisition with one response received. This is a one-year base contract with four one-year option periods. The maximum dollar amount includes the base yearDefense_Logistics_Agency and all option periods. Location of performance is Massachusetts, with a Sept. 10, 2020, performance completion date. Using service is Navy. Type of appropriation is fiscal 2015 through fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-15-D-1053).

Crown Clothing Co,* Vineland, New Jersey, has been awarded a maximum $7,826,730 modification (P00104) exercising the second one-year option period of a one-year base contract (SPM1C1-13-D-1059) with four one-year option periods for men’s coats. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is New Jersey with a June 23, 2016, performance completion date. Using military service is Marine Corps. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $36,608,758 modification (P00028) to previously awarded contract FA8807-12-C-0013 for Military GPS user equipment. Contractor will enhance military GPS software code and deliver additional pre-prototype GPS receiver cards in order to support faster fielding of M-Code capable GPS receivers to the warfighter. Work will be performed at Cedar Rapids, Iowa, and is expected to be complete by Feb. 28, 2017. Fiscal 2014 research, development, test and evaluation funds in the amount of $16,719,409 are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

Raytheon Missile Systems Co., Tucson, Arizona, has been awarded a $30,947,228 fixed-price incentive firm contract FA8672-15-C-0136 to exercise an option to previously awarded contract FA8672-10-C-0002 for Small Diameter Bomb II (SDB II). Contractor will provide low-rate initial production for 144 SDB II Lot 1 munitions, 156 SDB II Lot 1 single weapon containers, eight SDB II weapon load crew trainers and conventional munitions maintenance trainers, four SDB II Lot 1 practical explosive ordnance disposal system trainers, and data. Work will be performed at Tucson, Arizona, and is expected to be complete by May 30, 2017. Fiscal 2015 missile procurement funds in the amount of $30,947,228 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Harris Information Technology Services Inc., Herndon, Virginia, has been awarded a $13,322,847 modification (P00157) to exercise of an option on previously awarded contract FA2550-08-C-8011. Contractor will provide an additional three months of operations, maintenance and logistics support of the Air Force Satellite Control Network antenna sites world-wide, as well as various communications, operations, software and related support services, to the 50th Space Wing, Schriever Air Force Base, Colorado. Work will be performed at Schriever Air Force Base, Colorado; Colorado Springs, Colorado; Vandenberg Air Force Base, California; Diego Garcia, British Indian Ocean Territory; Andersen Air Force Base, Guam; Kaena Point, Hawaii; New Boston Air Force Station, New Hampshire; Cape Canaveral Air Force Station, Florida; and Thule Air Base, Greenland, and is expected to be complete by Sept. 29, 2015. No funds are being obligated at the time of award. The 50th Contracting Squadron, Schriever Air Force Base, Colorado, is the contracting activity (FA2550-08-C-8011).

Moog Inc., East Aurora, New York, has been awarded an $11,451,880 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide B-1B servocylinders of various types. Work will be performed at East Aurora, New York, and is expected to be complete by April 30, 2020. This award is the result of a competitive acquisition with two offers received. Fiscal 2015 Consolidated Sustainment Activity Group funds in the amount of $699,878 are being obligated at the time of award for Delivery Order 0001. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8118-15-D-0022).

MISSILE DEFENSE AGENCY

Lockheed Martin Corp., Grand Prairie, Texas, is being awarded an $8,294,467 modification (P00008) to firm-fixed-price contract HQ0147-14-C-0011, to procure and install the necessary600px-US-MissileDefenseAgency-Seal.svg parts to build, integrate, test, evaluate, document, and deliver the missile round pallets (MRP) presently on contract to the transportable (MRP-T) configuration. Work will be performed on contract line item numbers 0015-0021. The work will be performed at Lockheed Martin facilities in Grand Prairie, Texas; Huntsville, Alabama; Anniston, Alabama; and Camden, Arkansas, with an
estimated completion date of January 2017. Fiscal 2015 procurement funds in the amount of $8,294,467 are being obligated on this award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

McKesson Corp., San Francisco, California, has been awarded a maximum $6,128,846,850 modification (P00004) exercising the first 30-month option period of a 30-month base contract (SPM2DX-13-D-1000) with three 30-month option periods for replenishment pharmaceuticals to furnish the Tricare pharmacy supporting 9.5 million active-duty service members, retirees and their dependents. This is a firm-fixed-price contract. Locations of performance are California and Arizona, with a Dec. 16, 2017, performance completion date. Using service is Department of Defense. Type of appropriation is fiscal 2015 through fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

M&M Manufacturing LLC,* Lajas, Puerto Rico, has been awarded a maximum $25,400,632 modification (P00009) exercising the first one-year option period of a one-year base contract (SPE1C1-14-D-1048) with four one-year option periods for working uniforms. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Puerto Rico, with a June 15, 2016, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Anda Inc., Weston, Florida, has been awarded a maximum $12,275,539 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract to support the pharmaceutical vendor managed inventory program, which provides sustainment material during contingency operations. This was a competitive acquisition with two responses received. Location of performance is Florida, with a June 10, 2016, performance completion date. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2015 through fiscal 2016 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-15-D-0004).

ARMY

Dell Federal Systems LP, Round Rock, Texas [W91QUZ-07-D-0006 (P0021)]; IBM Corp., Bethesda, Maryland [W91QUZ-07-D-0007 (P00019)]; Unicom Government Inc.,* Herndon, Virginia [W91QUZ-07-D-0008 (P00019)]; CDW Government LLC, Vernon Hills, Illinois [W91QUZ-07-D-0009 (P00025)]; Iron Bow Technologies LLC,* Chantilly, Virginia [W91QUZ-07-D-0010 (P00027)]; and World Wide Technology Inc., Maryland Heights, Missouri [W91QUZ-07-D-0011 (P0021)], were awarded a $652,000,000 modification for information technology enterprise solutions. Funding and work location will be determined with each order with an estimated completion date of June 23, 2016. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Raytheon Co., McKinney, Texas, was awarded a $56,358,876 modification (P00029) to contract W56HZV-12-C-0046 for turret weapons system modernization for 34 Marine Corps Light Armored Vehicles. Work will be performed in McKinney, Texas, with an estimated completion date of Dec. 10, 2017. Fiscal 2014 and 2015 other procurement funds in the amount of $56,358,876Department of the Army were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity.

Boeing Co., Mesa, Arizona, was awarded a $41,146,387 firm-fixed-price foreign military sales contract (Saudi Arabia) for Apache post-production services and maintenance. Work will be performed in Mesa, Arizona, with an estimated completion date of June 11, 2020. One bid was solicited and one received. Other procurement funds in the amount of $5,928,300 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-C-0048).

RLB Contracting Inc.,* Port Lavaca, Texas, was awarded a $6,956,000 firm-fixed-price contract for deep draft maintenance dredging of the Brazos Island Harbor; the Brownsville Ship Channel, Inside Channel; and the Port Isabel Channel, Texas, with an estimated completion date of Dec. 24,2015. Bids were solicited via the Internet with four received. Fiscal 2015 other procurement funds in the amount of $6,956,000 were obligated at the time of the award. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W9126G-15-C-0021).

600px-US-DeptOfNavy-Seal.svgNAVY

Raytheon Co., McKinney, Texas, is being awarded a $152,886,443 firm-fixed-price contract to provide 53 APY-10 radar system production kits and related support for the P-8A Poseidon full-rate production aircraft (Lot 2 through Lot 6) for the Navy (46) and the government of Australia (7). Work will be performed in McKinney, Texas (79.2 percent); Chelmsford, Massachusetts (3.9 percent); Little Falls, New Jersey (3.1 percent); San Carlos, California (1.6 percent); Black Mountain, North Carolina (1.4 percent); Ontario, Canada (1.3 percent); Ashburn, Virginia (1.2 percent); Poway, California (1.2 percent); Simsbury, Connecticut (1.1 percent); Sunnyvale, California (0.5 percent); Philadelphia, Pennsylvania (0.6 percent); Boston, Massachusetts (0.6 percent); and various other locations in the continental U.S. (4.3 percent). Work is expected to be completed in August 2021. Fiscal 2015 aircraft procurement (Navy) funds and other customer funds in the amount of $58,935,111 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the Navy ($134,585,937; 88 percent) and the government of Australia ($18,300,506; 12 percent) under a cooperative agreement. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-C-0116).

BAE Systems Land & Armaments, Minneapolis, Minnesota, is being awarded an $18,242,666 firm-fixed-priced undefinitized contract action (N00024-15-C-4103) for procurement and delivery of long lead time material in support of Virginia-class submarines Block IV propulsor system requirements. This undefinitized contract action for procurement of long lead time material is required to support the manufacture and delivery of Virginia-class propulsors to meet critical mission requirements and in-yard-need dates for the construction of SSN 794 (name TBD) and SSN 795 (PCU Rickover). Work will be performed in Louisville, Kentucky, and is expected to be complete by September 2016. Fiscal 2014 shipbuilding and conversion (Navy) funding in the amount of $3,574,232 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Solpac Construction Inc., doing business as Soltek Pacific Construction Co., San Diego, California, is being awarded $14,467,000 for firm-fixed-price task order 0006 under a previously awarded multiple award construction contract (N62473-10-D-5411) for design and construction to re-purpose Hangar 5 Module 1 to accommodate the F-35C Joint Strike Fighter aircraft maintenance requirements at Naval Air Station, Lemoore. The project provides a building addition and modification of existing spaces of Hangar 5, including the renovation of Module 1 hangar work bay and support spaces, and site development work. Site development work includes privately-owned vehicle parking lot reconfiguration, aircraft parking apron restriping and support utilities points of connection. The task order also contains two unexercised options and one planned modification, which if exercised would increase cumulative task order value to $16,479,730. Work will be performed in Lemoore, California, and is expected to be completed by August 2016. Fiscal 2015 military construction (Navy) contract funds in the amount of $14,467,000 are being obligated on this award and will not expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Vericor Power Systems LLC, Alpharetta, Georgia, is being awarded a $12,772,600 firm-fixed-price contract for the manufacture, testing and delivery of marine gas turbine engines in support of the Landing Craft Air Cushion (LCAC) service life extension program (SLEP) as well as the repair and refurbishment of output group modules for LCAC engines. The LCAC engines are an integral part of the LCAC SLEP. These engines are provided to the SLEP contractor as government-furnished equipment for installation into existing LCACs. The SLEP will extend the service life of LCAC from 20 to 30 years; sustain and enhance craft capability; replace obsolete electronics; repair corrosion damage; reduce life cycle cost by improving reliability and maintainability; increase survivability; and establish a common configuration baseline. This contract includes options which, if exercised, would bring the cumulative value of this contract to $38,880,264. Work will be performed in Winnipeg, Manitoba, Canada, and is expected to be completed by May 2016. Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $12,772,600 will be obligated at time of award and will not expire at the end of the current fiscal year. The contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-1 – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-C-4100).

U.S. TRANSPORTATION COMMAND

Five companies have each been awarded an indefinite-delivery/indefinite-quantity, fixed-price with economic-price-adjustment contracts to provide commercial multimodal transportation600px-US-TRANSCOM-Emblem.svg services. They are: American President Lines LTD Inc., Scottsdale, Arizona (HTC711-15-D-R048); Farrell Lines Inc., Norfolk, Virginia (HTC711-15-D-R044); Kalitta Air LLC,* Ypsilanti, Michigan (HTC711-15-D-R047); Liberty Global Logistics LLC, Lake Success, New York (HTC711-15-D-R045); and National Air Cargo Group Inc.,* Orlando, Florida (HTC711-15-D-R046). The total cumulative face value of the program is estimated at $145,690,000. Work will be performed at worldwide locations as specified on each individual task order, with an expected completion date of July 31, 2016. Type of appropriation is fiscal 2015 and 2016 transportation working capital funds to be obligated on individual task orders. The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Spectral Energies, Dayton, Ohio, has been awarded a not-to-exceed $33,000,000 indefinite-delivery/indefinite-quantity contract for research for Aerospace Systems Directorate. Contractor will develop and apply laser-based diagnostic techniques. A further emphasis of the program is to develop non-invasive techniques to visualize and quantify the flow field, fluid parameters and key species concentrations present in combustion processes. Research entails a combination of testing and modifying existing research rigs to pursue new and novel ideas, and develop these techniques for use in component research rigs. Work will be performed at Wright Patterson Air Force Base, Ohio, and is expected to be complete by June 12, 2023. This award is the result of a competitive acquisition with two offers received. Fiscal 2015 research development test and evaluation funds in the amount of $1,600,000 are being obligated at the time of award for task order 0001. Air Force Research Laboratory, Wright Patterson Air Force Base, is the contracting activity (FA8650-15-D-2518).

Ball Aerospace & Technologies Corp. Systems Engineering Solutions, Boulder, Colorado, was awarded on May 29, 2015, a not-to-exceed $21,000,000 indefinite-delivery/indefinite-quantity contract for laser interaction testing. Contractor will provide well-controlled experimental procedures to quantify the effects of high power continuous-wave (up to MW Class) and high energy pulsed (kJ) lasers interacting with individual materials, multi-material subsystems, and fully functional targets. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be complete by May 28, 2020. This award is the result of a competitive acquisition with six offers received. Fiscal 2015 research, development, test, and evaluation funds in the amount of $3,098,497 are being obligated at the time of award for task order 0001. The Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9451-15-D-0044).

Ball Aerospace & Technologies Corp., Systems Engineering Solutions, Boulder, Colorado, was awarded on May 11, 2015, a not-to-exceed $11,145,000 indefinite-delivery/indefinite-quantity contract for laser target interaction modeling and simulation. Contractor will conduct research leading to the development of advanced computational methods for predicting the physical phenomenology resulting from high energy laser interactions. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be complete by May 8, 2020. This award is the result of a competitive acquisition with 10 offers received. Fiscal 2015 research, development, test, and evaluation funds in the amount of $1,012,000 are being obligated at the time of award for task order 0001. The Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9451-15-D-0046).

Leidos Inc. S&R and Intelligence Systems Services, Reston, Virginia, was awarded on May 29, 2015, a not-to-exceed $8,000,000 indefinite-delivery/indefinite-quantity contract for target vulnerability assessments and data analysis. Contractor will provide conduct assessments that combine target vulnerability data from testing, target optical signature measurements, target exploitation intelligence, system-level fault tree and failure mode analysis, shotline dependency, and computational predictive results into a comprehensive probabilistic vulnerability assessment. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be complete by May 31, 2020. This award is the result of a competitive acquisition with nine offers received. Fiscal 2015 research development test and evaluation funds in the amount of $357,000 are being obligated at the time of award for task order 0001. The Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9451-15-D-0045).

Leidos Inc. S&R and Intelligence Systems Services, Reston, Virginia, was awarded on May 29, 2015, a not-to-exceed $7,000,000 indefinite-delivery/indefinite-quantity contract for laser interaction testing. Contractor will provide well-controlled experimental procedures to quantify the effects of high power continuous-wave (up to MW Class) and high energy pulsed (kJ) lasers interacting with individual materials, multi-material subsystems, and/or fully functional targets. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be complete by May 28, 2020. This award is the result of a competitive acquisition with six offers received. Fiscal 2015 research, development, test, and evaluation funds in the amount of $48,873 are being obligated at the time of award for task order 0001. The Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9451-15-D-0047).

National Aerospace Solutions LLC, Reston, Virginia, has been awarded a cost-plus-award-fee contract with an estimated value of $1,500,000,000 for test operations and sustainment of Arnold Engineering Development Complex. Contractor will provide test operations, technology development, equipment and facility sustainment, capital improvements, and support. Work will be performed at Arnold Air Force Base, Tennessee; Moffett Field, California; and White Oak, Maryland, and is expected to be complete by Sept. 30, 2023. This award is the result of a competitive acquisition with four offers received. Fiscal 2015 research, development, test and evaluation funds in the amount of $2,000,000 are being obligated at the time of award. Air Force Test Center, Arnold Air Force Base, Tennessee, is the contracting activity (FA9101-15-C-0500).

Jacobs Technology Inc., Lincoln, Massachusetts, has been awarded a $6,804,512 cost-plus-fixed-fee and cost-reimbursable modification (P00056) to exercise the option on previously awarded contract FA8721-14-C-0018 for engineering and technology acquisition support services. Contractor will provide disciplined systems and specialty engineering; technical and information assurance services; support; and products using established government, contractor, and industry processes. Work will be performed at Hanscom Air Force Base, Massachusetts, and is expected to be complete by Oct. 31, 2015. No funds are being obligated at the time of award. Air Force Lifecycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.
CORRECTION: The contract awarded to United Technologies Corp., doing business as Pratt & Whitney on June 3, 2015, was actually awarded on June 9, 2015. All other contract information is accurate (FA8121-10-D-0008).

Department of the ArmyARMY

General Dynamics Ordinance and Tactical Systems Inc., St. Petersburg, Florida, was awarded a $225,599,037 firm-fixed-price, five-year, indefinite-delivery/indefinite-quantity contract for the demilitarization recycling, reuse, and disposal of various conventional munitions. Funding and work location will be determined with each order, with an estimated completion date of June 30, 2020. Bids were solicited via the Internet with two received. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-D-0070).

Expal USA Inc., Longview, Texas, was awarded a $155,884,655 037 firm-fixed-price, five-year, indefinite-delivery/indefinite-quantity contract for the demilitarization recycling, reuse, and disposal of various conventional munitions. Funding and work location will be determined with each order, with an estimated completion date of June 30, 2020. Bids were solicited via the Internet with two received. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-D-0071).

Canadian Commercial Corp., Ottawa, Canada, was awarded a $70,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract to procure interim contractor support and MX sensor sustainment. This effort includes the procurement of MX sensor systems, MX sensor spare and repair parts, MX emulators, MX simulators, and services to include modification of MX sensors, platform integration, field service representatives, repair services, program management support, engineering support, integrated product support, safety, quality assurance, and configuration management. Funding and work location will be determined with each order with an estimated completion date of June 9, 2018. One bid was solicited with one received. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W56KGY-15-D-0007).

Northrop Grumman Systems Corp., Herndon, Virginia, was awarded a $16,172,045 cost-plus-fixed-fee contract to modify current wideband remote monitoring sensor software to support wideband global satellite communication upgrades. Work will be performed in Herndon, Virginia, with an estimated completion date of March 7, 2018. One bid was solicited with one received. Fiscal 2014 and 2015 other procurement (Army) funds in the amount of $16,172,045 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-C-0055).

NAVY

DynCorp International LLC, McLean, Virginia, is being awarded an $18,286,060 modification to previously awarded cost-plus-incentive-fee contract N62742-12-C-3525 to exercise the third option period to provide services for Philippines operations support in the Republic of the Philippines for the Joint Special Operations Task Force – Philippines. The work to be performed provides for all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide support services. After award of this option, the total cumulative contract value will be $154,010,884. Work will be performed in the Republic of the Philippines, and work is expected to be completed by June 2016. Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $2,354,000 are being obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

Dillon Aero Inc., Scottsdale, Arizona, is being awarded a $12,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the MK44 minigun system and sustainment parts. The MK44 is an externally driven, multiple barrel gun. The MK44 Minigun System and sustainment parts are integrated onto various land, sea and air weapon platforms that provide area suppression and support. Work will be performed in Scottsdale, Arizona, and is expected to be completed by June 2020. Fiscal 2015 operations and maintenance (Defense) funds in the amount of600px-US-DeptOfNavy-Seal.svg $13,504 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-1 – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-15-D-JN06).

BAE Systems, Honolulu, Hawaii, is being awarded a $9,500,000 modification to previously awarded contract N00024-14-C-4412 for the repair and alteration of USS O’Kane (DDG 77). USS O’Kane is undergoing a scheduled drydocking selected repair availability, which is the opportunity in the ship’s life cycle to primarily conduct repair and alteration to systems and hull not available when the ship is waterborne. Work is being performed in Pearl Harbor, Hawaii, and is expected to be completed by November 2015. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $9,500,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Blackbox Biometrics Inc.,* Rochester, New York, has been awarded a maximum $9,371,520 firm-fixed-price contract for concussive force monitoring devices. This was a sole-source acquisition using justification commercial Federal Acquisition Regulation part 12. Location of performance is New York, with a June 9, 2016, performance completion date. Using service is Army. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7M9-15-C-0034).

AIR FORCE

Environmental Chemical Corp., Burlingame, California (FA8903-15-D-0020); MWH Americas Inc., Broomfield, Colorado (FA8903-15-D-0021); URS International Inc., San Antonio, Texas (FA8903-15-D-0022); AMEC Foster Wheeler Environment & Infrastructure Inc., Blue Bell, Pennsylvania (FA8903-15-D-0023); Tetra Tech Inc., Pasadena, California (FA8903-15-D-0024); and CH2M HILL Inc., Englewood, Colorado (FA8903-15-D-0025), have been awarded a combined $48,000,000 indefinite-delivery/indefinite-quantity (IDIQ) contract. This contract encompasses the356px-Seal_of_the_US_Air_Force.svg full range of methods, technologies, and supporting activities necessary to conduct environmental services and environmental construction efforts to address environmental needs in accordance with technical, legal, and policy requirements. This award is the result of a competitive source selection. Work performance will take place in the following locations: U.S. Air Forces in Europe (USAFE) installations and other locations to include but not limited to: Aviano Air Base, Italy; Incirlik Air Base, Turkey; Izmir Air Base, Turkey; Lajes Field, Azores, Portugal; Moron Air Base, Spain; Ramstein Air Base, Germany; Royal Air Force Alconbury, United Kingdom; Royal Air Force Croughton, United Kingdom; Royal Air Force Fairford, United Kingdom; Royal Air Force Lakenheath, United Kingdom; Royal Air Force Menwith Hill, United Kingdom; Royal Air Force Mildenhall, United Kingdom; and Spangdahlem Air Base, Germany, and all geographical locations included in the USAFE mission. No funds will be obligated at award of the basic IDIQ contracts. Appropriate fiscal year funds will be obligated on all subsequent task orders. The expected completion date is June 8, 2023. The contracting activity is the 772nd Enterprise Sourcing Squadron, Joint Base San Antonio, Texas.

600px-US-DeptOfNavy-Seal.svgNAVY

Tetra Tech EC Inc., San Diego, California, is being awarded a $20,928,382 cost-plus-award-fee modification to increase the maximum dollar value of a previously awarded indefinite-delivery/indefinite-quantity contract task order (N62473-13-D-4808) for the Site 19 sediment remedial action at Naval Station Newport. The work to be performed provides for sediment dredging and capping to Site 19, former Derecktor Shipyard located at Coddington Cove, of Naval Station Newport, Rhode Island. The scope of work includes work plan and health and safety plan development, and fieldwork (inclusive of sediment dredging and installing submarine cap). This action will be performed in accordance with the Comprehensive Environmental Restoration, Conservation, and Liability Act; Executive Order 12580; and the National Oil and Hazardous Substances Pollution Contingency Plan. After award of this modification, the total cumulative contract task order value will be $20,943,869. Work will be performed in Newport, Rhode Island, and is expected to be completed by June 2018. Fiscal 2015 environmental restoration (Navy) contract funds in the amount of $20,928,382 are being obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Microsoft Corp., Redmond, Washington, is being awarded a $9,149,000 firm-fixed-price modification to a previously awarded contract (N00039-14-C-0101) for Microsoft Premier Support services and Microsoft Custom Support services for Windows XP, Office 2003, Exchange 2003 and Server 2003. Microsoft Premier Support services and Microsoft Custom Support services are required to provide critical software hotfixes to sustain deployed capabilities. This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $30,842,980. Work will be performed globally and is expected to be completed by July 12, 2016. If all options are exercised, work could continue until June 8, 2017. Fiscal 2015 operations and maintenance (Navy) in the amount of $9,149,000 will be obligated at the time of award, and the funds will expire at the end of the current fiscal year. This contract was not competitively procured because it is a sole-source action awarded under the authority of 10 U.S.C. 2304(c)(1) – only one responsible source. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity.

ARMY
Azimuth Consulting Services Inc.,* Fairfax, Virginia (W15QKN-15-D-0024); and The Shenton Group Inc.,* Troy, Michigan (W15QKN-15-D-0025), were awarded a $9,600,000 firm-fixed-Department of the Armyprice contract for contractor services to support the organic convention ammunition industrial base and demilitarization via industrial, architectural and civil engineering to support modernization efforts at the governmentowned, contractor-operated facilities, provide engineering studies, economic evaluations, business case analysis, and overall strategic planning and process optimization. Furthermore, contractor support will provide analysis and implementation plans for single point failures and armament retooling and manufacturing support programs. Funding and work location will be determined with each order with an estimated completion date of June 4, 2020. Bids were solicited via the Internet with two received. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

bmg logo(R)2

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

$
0
0

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

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

FedBizOpps – Procurements

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

R VIDEO JOURNALIST REPORTER – NEW YORK, NY BBG39-Q-15-PERSIAN-046 062615 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: VIDEO JOURNALIST/REPORTER
VOA PERSIAN SERVICE – NEW YORK, NY
(i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

(ii) Solicitation No. BBG39-Q-15-PERSIAN-046 is issued as a Request For Quotation (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-082, effective May 7, 205.
(iv) This is solicitation is not reserved for total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 71151.

(v) The offeror shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week andBroadcasting Board of Governors may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The offeror shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) month period from July 1, 2015 through December 31, 2015, with one (1) option period of six (6) months from January 1, 2016 through June 30, 2016. The Price Proposal shall be valid for six (6) months from the date of submission. Multiple awards may be considered for this requirement at the discretion of the Government.

(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Multimedia services (Video Journalist/Reporter) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in New York, NY and surrounding areas. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

(vii) The period of performance is anticipated to start July 1, 2015 through December 31, 2015 with option to extend services one year from date of award.

(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The offeror shall demonstrate the ability and experience in providing the required services.

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

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

2. Past Performance. See attachment B (Past Performance Reference).

3. Contractors shall submit their quotation on an hourly basis. Work will be on an hourly basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal.
In addition, the offeror must agree to undergo a security background check. If the offeror fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.

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

1) Technical – Contractor must be able to produce and edit video program segments. Must be able to speak and write in Farsi and English. Advanced skills in television production are required, to include technical facility with digital video camera equipment and production techniques in-studio and in the field. Digital editing skills must include Final Cut Pro, related graphics programs and the ability to master VOA network distribution tool.

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

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

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

3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period. Price quotation shall be valid for six (6) months from date of submission.

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

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

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)

(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; 52.232-18 Availability of Funds (APR 1984); 52.232-19 Availability of Funds for next Fiscal year (APR 1984) and, 52.242-17 Government Delay of Work.
52.252-1 -Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far).

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

(xv) Questions must be submitted in writing and only via email to Cheryl Nixon at Persian_Solicitations@voanews.com . Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on June 16, 2015. Responses to questions will be posted to FedbizOps by COB June 19, 2015.

Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral quotations will not be accepted.

ALL TECHNICAL AND PRICE QUOTATIONS, AND PAST PERFORMANCE MUST BE SUBMITTED ELECTRONICALLY TO  Persian_Solicitations@voanews.com  BEFORE THE CLOSING DEADLINE BELOW to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1650, 330 Independence Ave., SW, Washington, DC 20237. CLOSING DEADLINE is before 11:59 p.m. Eastern Daylight Time on June 26, 2015.

(xvi) Contact: Cheryl Nixon, Contracting Officer, email: Persian_Solicitations@voanews.com. All responsible sources may submit an offer that will be considered by the Agency.

Set-Aside: Total Small Business Place of Performance: Broadcasting Board of Governors/IBB/VOA Persian Service 26 Federal Plaza New York, NY 10278-0005 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-046/listing.html

OutreachSystems Article Number: 150612/PROCURE/0065 Matching Key Words: video*; edit*; produc*; website; web; education*; business*; produce?; production?; distribut*; instruct*; commercial?; naics!711510;

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

R–Childcare Security (Screening and Background Investigation) W9124J-15-R-0053 062315 Regina Espinoza, 210-466-2234 MICC Center – Fort Sam Houston (JBSA ) THIS IS A Sources Sought Notice ONLY. On behalf of the Department of Army Chaplain Office (DACH), the Mission and Installation Contracting Command Center Fort Sam Houston, Texas is conducting SOURCES SOUGHT SYNOPSIS (SSS) pursuant to FAR Part 10-Market Research. Interested sources should respond to the questions presented within this announcement. This notice shall NOT be considered a request for proposal, quotation, or an invitation for bid nor does responding to this SSS guarantee or exclude your participation in the forthcoming acquisition process. Any information provided by the Government under this notice is preliminary and may be updated or changed prior to release of the solicitation. The Government will NOT award a contract solely on the basis of this notice, nor will it be liable for any costs associated with preparing and submitting a response to this notice. All submissions will become Government property and will not be returned.

The Government is seeking responses to this sources sought synopsis from all interested businesses capable of providing the requirement. Small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, GSA etc.) are highly encouraged to identify capabilities in meeting the requirements at fair market prices. Provide suggestions on how the requirement could be structured to facilitate competition by and among small business concerns. Describe any conditions, if any that may limit small businesses from participation.

The information received will be used by the Government as a preliminary planning tool for the purposes of obtaining information regarding the availability and capability of qualified businesses under the North American Industry Classification System (NAICS) Code 561611, Investigation Services with a size standard of $20.5M as measured by total revenues. The anticipated period of performance is one Base Year of 12 months and two (2) 12-month option years.
Description of services: The Department of Army Chaplain Office (DACH) requires the screening and background check requirements for individuals who have regular contact with children in the execution and support of Army Chaplain Corps programs and activities, in compliance with Army Directive 2014-23 dated 10 September 2014 as defined in the attached Performance Work Statement.

As part of the capability package, interested firms responding to this synopsis who believe they possess the expertise and experience shall submit a written technical capabilities statement. Interested contractors should also address whether they can fulfill the requirements via GSA schedule.

In response to this sources sought, please provide:

Company profile to include company name, office location(s), DUNS/CAGE Code number, email address, and a statement regarding current small/large business status (i.e. – certified 8(a), Service Disabled Veteran-Owned (SDVOSB), Woman-Owned (WOSB), Economically Disadvantaged Woman-Owned (EDWOSB), certified HubZone). Large Businesses are permitted to respond to notice. Name, title, address, phone number, email address of company point of contact.

Vendor responses are limited to ten (10) written pages (PDF or MS Word Format) and should include:

1. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor and contract values. Contracts may include those with Federal, State and local Government as well as private companies.

2. What costs are associated with procuring criminal background checks for each individual screened? Is there an economy-of-scale to be gained in entering an agreement for a guaranteed number of checks per year?

3. What is the average turnaround time for a typical criminal background investigation? What action(s) can be taken on the part of the government to decrease the average time needed?

4. How current is the data reported for background checks? What resource(s)
are available to the government to capture the most recent data in each background check?

5. What is the best methodology for the government to send a large number of requests to a vendor? Does this methodology remain valid when sending hundreds of request per day to the vendor from various locations throughout the United States?

6. What is the best methodology for the vendor to relay background check results to the government?

7. What is the best method for coordinating and processing fingerprints and CNACI from individuals globally?

8. Are you aware of DoD regulations for inquiring and storing information? Explain

9. Contractor Facility: Describe your ability to comply with the quote mark Contractor Facility quote mark , PWS 1.6.5.

Please note respondents are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. All email responses should include in the subject line Company Name and the SSS Number. Questions shall be submitted via email to the POC above.
This Sources Sought Synopsis is issued for maximizing competition. Should anything in the requirement be construed as limiting competition, please feel free to contact the MICC Special Competition Advocate at dean.m.carsello.civ@mail.mil.

Responses to this sources sought notice shall be submitted on or before 3:00 PM on 23 June 2015 to the POC via email to Regina Espinoza at regina.m.espinoza.civ@mail.mil and Jon Martel at Jon.p.martel.civ@mail.mil or by mail to Mission and Installation Contracting Command, Mission Contracting Office – Fort Sam Houston, ATTN: Regina M Espinoza, 2205 Infantry Post Road, BLDG 605, Fort Sam Houston, Texas 78234-1361.

Contracting Office Address:
MICC Center – Fort Sam Houston (JBSA), Directorate of Contracting, Fort Sam Houston, TX 78234-1361
Point of Contact(s): Regina Espinoza, 210 466-2234

Place of Performance: MICC Center – Fort Sam Houston (JBSA) Directorate of Contracting, Fort Sam Houston TX 78234-1361 US URL: https://www.fbo.gov/notices/3ec9799e9e6bb843819b8f629d2a0909

OutreachSystems Article Number: 150612/PROCURE/0518 Matching Key Words: writ*; technical; standard;

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

R–Childcare Security (Screening and Background Investigation) W9124J15R00CC 062315 Regina Espinoza, 210-466-2234 MICC Center – Fort Sam Houston (JBSA ) THIS IS A Sources Sought Notice ONLY. On behalf of the Department of Army Chaplain Office (DACH), the Mission and Installation Contracting Command Center Fort Sam Houston, Texas is conducting SOURCES SOUGHT SYNOPSIS (SSS) pursuant to FAR Part 10-Market Research. Interested sources should respond to the questions presented within this announcement. This notice shall NOT be considered a request for proposal, quotation, or an invitation for bid nor does responding to this SSS guarantee or exclude your participation in the forthcoming acquisition process. Any information provided by the Government under this notice is preliminary and may be updated or changed prior to release of the solicitation. The Government will NOT award a contract solely on the basis of this notice, nor will it be liable for any costs associated with preparing and submitting a response to this notice. All submissions will become Government property and will not be returned.

The Government is seeking responses to this sources sought synopsis from all interested businesses capable of providing the requirement. Small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, GSA etc.) are highly encouraged toDepartment of the Army identify capabilities in meeting the requirements at fair market prices. Provide suggestions on how the requirement could be structured to facilitate competition by and among small business concerns. Describe any conditions, if any that may limit small businesses from participation.

The information received will be used by the Government as a preliminary planning tool for the purposes of obtaining information regarding the availability and capability of qualified businesses under the North American Industry Classification System (NAICS) Code 561611, Investigation Services with a size standard of $20.5M as measured by total revenues. The anticipated period of performance is one Base Year of 12 months and two (2) 12-month option years.

Description of services: The Department of Army Chaplain Office (DACH) requires the screening and background check requirements for individuals who have regular contact with children in the execution and support of Army Chaplain Corps programs and activities, in compliance with Army Directive 2014-23 dated 10 September 2014 as defined in the attached Performance Work Statement.

As part of the capability package, interested firms responding to this synopsis who believe they possess the expertise and experience shall submit a written technical capabilities statement. Interested contractors should also address whether they can fulfill the requirements via GSA schedule.

In response to this sources sought, please provide:

Company profile to include company name, office location(s), DUNS/CAGE Code number, email address, and a statement regarding current small/large business status (i.e. -certified 8(a), Service Disabled Veteran-Owned (SDVOSB), Woman-Owned (WOSB, Economically Disadvantaged Woman-Owned (EDWOSB), certified HubZone). Large Businesses are permitted to respond to notice. Name, title, address, phone number, email address of company point of contact.

Vendor responses are limited to ten (10) written pages (PDF or MS Word Format) and should include:

1. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor and contract values. Contracts may include those with Federal, State and local Government as well as private companies.

2. What costs are associated with procuring criminal background checks for each individual screened? Is there an economy-of-scale to be gained in entering an agreement for a guaranteed number of checks per year?

3. What is the average turnaround time for a typical criminal background investigation? What action(s) can be taken on the part of the government to decrease the average time needed?

4. How current is the data reported for background checks? What resource(s)
are available to the government to capture the most recent data in each background check?

5. What is the best methodology for the government to send a large number of requests to a vendor? Does this methodology remain valid when sending hundreds of request per day to the vendor from various locations throughout the United States?

6. What is the best methodology for the vendor to relay background check results to the government?

7. What is the best method for coordinating and processing fingerprints and CNACI from individuals globally?

8. Are you aware of DoD regulations for inquiring and storing information? Explain

9. Contractor Facility: Describe your ability to comply with the quote mark Contractor Facility quote mark , PWS1.6.5.

Please note respondents are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. All email responses should include in the subject line Company Name and the SSS Number. Questions shall be submitted via email to the POC below.

This Sources Sought Synopsis is issued for maximizing competition. Should anything in the requirement be construed as limiting competition, please feel free to contact the MICC Special Competition Advocate at dean.m.carsello.civ@mail.mil.

Responses to this sources sought notice shall be submitted on or before 3:00 PM on 23 June 2015 to the POC via email to Regina Espinoza at regina.m.espinoza.civ@mail.mil and Jon Martel at jon.p.martel.civ@mail.mil or by mail to Mission and Installation Contracting Command, Mission Contracting Office – Fort Sam Houston, ATTN: Regina M Espinoza, 2205 Infantry Post Road, BLDG 605, Fort Sam Houston, Texas 78234-1361.

Point of Contact(s): Regina Espinoza, 210 466-2234

Place of Performance: MICC Center – Fort Sam Houston (JBSA) Directorate of Contracting, Fort Sam Houston TX 78234-1361 US URL: https://www.fbo.gov/notices/1ac33044ee8b4cef7034c245c0126ff0

OutreachSystems Article Number: 150612/PROCURE/0519 Matching Key Words: writ*; technical; standard;

Department of Veterans Affairs, VA Office of Information Service Center, Department of Veterans Affairs Office of Information Service Center, Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131

Department_of_Veterans_Affairs_LogoR–Quality Assessment (QA) Document Review & Communications VA70115N0147 Yolanda M Ray Contracting Officer (216) 447-8300 x 3542 yolanda.ray@va.gov This Request for Information is for planning purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs.
BACKGROUND
The Government Performance and Results Act (1993) and the Clinger-Cohen Act (1996) require Federal executive agencies to measure the results of their major programs and to establish processes to measure the contribution of their Information Technology (IT) investments to mission results. The Product Effectiveness (PE) Program Office (PO) falls under the Office of Quality Safety and Value (QSV) Office, within the Veterans Health Administration (VHA) of the Department of Veteran’s Affairs (VA).
The mission of the PE PO is to perform various assessments and analyses on specially selected programs or products to ensure they are effective and meet the needs of end-users. The PE PO is organized into the following four (4) separate but interrelated domains:
a. Benefits Realization
b. Customer Satisfaction
c. Functional Reviews
d. Lessons Learned
The Integration program provides critical services on complex projects spanning two (2) or more PE PO domains; ensuring all domains operate in unison and present a coherent and unified picture to the customer.
Documents that PE PO produce provides their customers with independent insight to gauge the success of their investments by applying a set of assessment and measurement tools. Information within the documents are gathered from multiple sources, including clinical and business end users, managers, technical staff, databases and reports which allow customers to make evidence based decisions. These documents also provide customers with recommendations on how to improve health care solutions and processes to better attain customer satisfaction. Documents may include a collection of lessons learned; ensuring mistakes are not repeated and knowledge gained from pilot and iterative deployments are communicated. Coincidently, the PE PO generates additional varieties of documents that shall also be included.
SCOPE OF WORK
The VA is seeking a potential contractor to provide all labor, supervision and all other resources required to deliver by providing direct support to The VHA QSV PE PO is establishing Quality Assessment (QA) Document Review and Communication support. During the DocumentTechnical Review the Contractor shall:
a. Review multiple types of documents of various lengths and content then provide tracked changes and a comment matrix in a timely manner.
b. Working in partnership with the PO, develop templates for use by internal VA offices , which allow for consistency and standardization for the reporting of data and information.
c. Create Quick Facts that are written clear, concise and from a business perspective that communicate executive level information to include key findings and recommendations
d. Consolidate and organize data from a variety of sources, as provided by the agency, into succinct and clear summary documents. These documents will be used by Veterans Affairs to develop a variety of presentations, speeches and other work
e. Provide logistical support in the assemblage of data from disparate sources.
f. Write and submit recommended talking points and technical content for use within internal communications and educational materials and provide logistical assistance for documentation and approval via the QSV and agency process for submission for content.
To successfully fulfill the contract requirements, the Contractor shall provide resources with clinical and healthcare business acumen experience; providing QA and Communication support to the VHA QSV PE Program. The Contractor shall also require sufficient level understanding of the projects so they can efficiently perform Document Technical Reviews, understanding that not all documents are final once they are reviewed the first time and may require multiple iterations, attend all meetings and communicate findings after documents are reviewed, providetechnical writing and logistical support for internal communications products, and provide monthly reports listing all deliverables along with reviewed documents; including, their domain, document type and title.
By performing Document Technical Reviews and attending pertinent meetings the Contractor shall gain knowledge that will assist them in performing the following; Standardized Templates, Quick Facts, PE Publications, internal communications products, and educational speaking.
Document reviews are planned but not limited to the following VHA initiatives:
a. Chief Business Office (CBO)
b. Clinical Information Systems (CIS)
c. Healthcare Transformation Initiatives (HTI)
d. Innovations
e. Pharmacy Re-engineering (PRE)
f. Real Time Location Systems (RTLS)
g. Surgical Quality Workflow Manager (SQWM)
h. VistA Evolution/VistA 4
Because this is a Request for Information announcement, no evaluation review letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of the solicitation. Respondents will not be notified of the results of the review. The Government reserves the right to consider a small business, SDVOSB, VOSB or (8) a set-aside based on the responses received.
All responses must include the following information: Company name, cage code, Dun and Bradstreet Number, GSA Schedule Contract Number, Company Address, Point of Contact name, Phone Number, Fax number and E-mail address. The subject line of the correspondence should clearly display the Request for Information Number. Also, please provide the following information in your response:
Past Experience – Provide the following information on a maximum of three similar projects completed within the last five years for which the responder was the prime contractor. A project is considered similar if the contractor provided support during the development lifecycle, preferably in a health systems environment.
” The name, address, type and value of each project.
” The name, telephone and address of the owner of each projects.
” A description of each project, including difficulties and successes
” The firm’s role and services provided for each project.
Capabilities/Qualifications – Provide the following information for each functional area listed in the “REQUIREMENTS” section above.
” Description of the capabilities/qualifications/skills your company possesses to perform task orders under each functional area.
” Resumes of key personnel for each functional area (one person may be listed as key personnel for more than one functional area).
Business size standards – Vendor shall provide the following information regarding their company:
” Whether they are small business, HUBZone small business; service-disabled, veteran-owned small business; 8(a) small business; veteran-owned small business; woman-owned small business; or small disadvantaged business; and their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your response to this information requested will assist the Government in determining whether a set-aside is possible.
It is requested that interested contractors submit an electronic submission of no more than ten (10) pages in length, single spaced, and 12 point font minimum that addresses the above information. Resumes are not included in the page count. Be sure to include the Request for Information number in the subject line of the email. Submissions shall be received no later than 1 p.m., Eastern Local Time on June 19, 2015.
At this time, no solicitation exists. Therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. Contractors having the skills and capabilities necessary to perform the stated requirements should forward an email only to the primary point of contact listed below.
Contracting Office Address:
Department of Veterans Affairs
Program Contracting Activity Central (PCAC)
6150 Oak Tree Boulevard
Suite 300
Independence, Ohio 44131
Primary Point of Contract:
Yolanda M. Ray, Contracting Officer
Email: yolanda.ray@va.gov
URL: https://www.fbo.gov/spg/VA/ISC/OISC/VA70115N0147/listing.html

Department of the Army, Army Contracting Command, MICC, MICC – Fort Campbell, MICC – Fort Campbell, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100

R–YOUTH MINISTRY COORDINATOR W91248-15-T-0035 061215 Michelle Petterson, 270-798-7810 MICC – Fort Campbell This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only proposals are being requested and a written solicitation will not be issued. Solicitation number W91248-15-T-0035 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-81 dated 10 April 2015. This is a 100% small business set aside requirement. The NAICS Code is 813110, Religious Organizations; the small business size standard is $7.5M. The complete Offer Schedule, Performance Work Statement, and any other associated documents can be downloaded at https://www.fbo.gov/ under subject solicitation number. This solicitation is a request for quote for non-personnel services to provide the Installation Chaplains Office with a Catholic Parish Coordinator. The contractor duties shall be to provide pastoral care to the Catholic community, and participate in the liturgical life of the Catholic Community, especially for worship. It is contemplated that the Period of Performance will be for one-year (one-12-month period) and is anticipated to begin on or about 20 June 2015-19 June 2016. The provision at 52.212-1 Instructions to Offerors-Commercial Items, is applicable and is tailored as follows: Paragraphs (b)(5), (d), and (e) are deleted. Paragraph (a), Inspection and Acceptance, is deleted and replaced with Contract Clause 52.246-4, Inspection of Services – Fixed Price. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, andDepartment of the Army is addended to incorporate the following clauses: 52.204-7004 Alt I System for Award Management; 52.252-2 Clauses Incorporated by Reference (Fill-in information – http://farsite.hill.af.mil); 252.201-7000 Contracting Officer’s Representative; and 252.243-7001 Pricing of Contract Modifications. The following clauses are added: The clause at 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 Control of Government Personnel Work Product; 252.204-7008 Export-Controlled Items; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. The clause at 252.232-7010, Levies on Contract Payments, The Clause at 252.243-7001, Pricing of Contract Modifications, (Dec 1991). The provision 52.252-1 Solicitation Provisions Incorporated by Reference is applicable. (Fill-in information – ,http://farsite.hill.af.mil. The provision at 52.212-2 Evaluation- Commercial Items is applicable; the following factors shall be used to evaluate offers: Technical (seven years of experience working as a Catholic Parish Coordinator in a military community, and two years college education; ); 2) Price are the evaluation criteria in Paragraph The Government intends to make award to Lowest Priced Technically Acceptable (LPTA) offer. Successful offerors must be registered in SAM (System for Award Management). The SAM website is https://www.sam.gov/portal/public/SAM/. Offerors are instructed to submit completed copies of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items and DFARS Provision 252.212-7000 Offeror Representations and Certifications- Commercial Items. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited within the clause also apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010); 52.209-10; Prohibition on Contracting with Inverted Domestic Corporations; 52.219-28 Post-Award Small Business Representation; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities (Jun 2003); 52.222-26 Equal Opportunity (Mar 2007); 52.222-36 Affirmative Action for Workers with Disabilities (June 1998); 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2001); 52.222-41, Service Contract Act; 52.223-18 – Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Dec 2001); DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable and the following additional clauses cited within the clause are also applicable: 52.209-7 Information Regarding Responsibility Matter; 52.228-5 Insurance — Work on a Government Installation; and 52.232-23 Assignment of Claims; 52.232-39; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.232-7003 Electronic Submission of Payment Requests; 252.237-7010 Prohibition on Interrogation of Contract Clause 52.232-40 – Providing Accelerated Payment to Small Business Subcontractors also applies to this solicitation Detainees by Contractor Personnel, in solicitations and contracts for the provision of services.
Set-Aside: Total Small Business Place of Performance: MICC – Fort Campbell Directorate of Contracting, 6923 38th & Desert Storm Ave Fort Campbell KY 42223-1100 US URL: https://www.fbo.gov/notices/85f2da26936082464a30a75bdefcf776

National Endowment for the Arts, Grants & Contracts Office, Contracts Division, National Endowment for the Arts 1100 Pennsylvania Avenue, N.W., Room 618 Washington DC 20506

T Video Production (& Supporting) Services NEARFP15-29 062915 Usmaan Chaudhry, Contracting Officer, Phone 2026825494, Email chaudhryu@arts.gov Jun 8, 2015
Reference: Video Production Services

Subject: Request For Proposal (RFP) 15-29

Dear Prospective Offeror:

This is a combined synopsis/solicitation issued in accordance with FAR Parts 6, 12, 13 and 15. The National Endowment for the Arts (NEA) invites contractors to submit proposals for the services described in the attached statement of work and request for proposal (RFP).

Enclosed you will find a statement of work/solicitation seeking proposals for video production services.

SET-ASIDE: This acquisition is a 100% women-owned small business (WOSB) set-side in accordance with FAR 6.207 and FAR clause 52.219-30. Only women-owned small businesses eligible under the WOSB program will be eligible for award; this may include women-owned smallbusinesses, women-owned small business joint ventures, etc.

Notes:

1. Please read the entire RFP including the important guidance provided in Section L.

2. This RFP in no way obligates the Government to award a contract, nor does it commit the Government to pay any costs incurred in preparing and submitting your proposal.

3. The Government may award a partial award(s) or multiple awards for this requirement.

QUESTIONS DEADLINE: Questions concerning this proposal must be submitted only via email to chaudhryu@arts.gov by 5:00 PM EST, 15 Jun 2015.

PROPOSALS DEADLINE: Proposals must be submitted only via email to chaudhryu@arts.gov by 5:00 PM EST, 29 Jun 2015.

Sincerely,

Usmaan Z. Chaudhry
Contracting Officer
National Endowment for the Arts

Set-Aside: Woman Owned Small Business Place of Performance: (Numerous locations; see solicitation.) Washington, DC 20506 US URL: https://www.fbo.gov/spg/NEA/DCMB/GC/NEARFP15-29/listing.html

OutreachSystems Article Number: 150609/PROCURE/0094 Matching Key Words: video*; produc*; you; business*; production?; naics!512110;

US Dept Of LaborDepartment of Labor, Employment Training Administration, Horizons Youth Services, 102 West High Street Glassboro NJ 08028

99 — THIS IS A SUBCONTRACTING OPPORTUNITY FOR A FOOD SERVICE, CAFETERIA AND CULINARY ARTS FS060815 062415 Annette Osborne, Buyer, Phone 606-433-2258, Fax 606-433-5401, Email osborne.annette@jobcorps.org – Paulena Davis, Finance and Admin Director Horizons Youth Service, Phone 606-433-2259, Fax 606-433-5401, Email davis.paulena@jobcorp.org THIS IS A SUBCONTRACTING OPPORTUNITY

The Carl D. Perkins Job Corps Center, operated by Horizons Youth Services, is requesting bids to supply the center cafeteria and culinary arts class with food and supplies. The products must meet mid-grade level. At a minimum, bi-weekly (twice weekly) deliveries are required. The period of performance will be July 1, 2015-September 30, 2015.

The attached spreadsheet, Food Bid List, contains a complete list of items to be purchased. Bidders are required to enter pricing on the spreadsheet provided only. The package size and the cost are to be entered in the spaces provided. Bids for “SPECIAL ORDER” items are NOT permitted. Vendors are required to bid items that are on the Food Bid List, NO SUBSTITUTIONS. Pricing of the awarded items must be honored throughout the entire period of performance. No price changes will be accepted or paid. Bids submitted in other formats will be disregarded.

Completed bids must be emailed to osborne.annette@jobcorps.org by the deadline of Wednesday, June 24, 2015 at 12:30 pm. Late bids will be disregarded.

Place of Performance: Carl D. Perkins Job Corps Center 478 Meadows Branch Prestonsburg, KY 41653 US URL: https://www.fbo.gov/spg/DOL/ETA/perkinsjcc/FS060815/listing.html

OutreachSystems Article Number: 150609/PROCURE/0493 Matching Key Words: state!ky;

Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) , 2401 Hawkins Point Road Building 31, Mail Stop 26 Baltimore MD 21226-5000

99 — STRUCTURAL ASSESSMENT AND HAZMAT TESTING HSCG85-15-Q-P45M14 061915 DONALD R. DEAN, PO2, Phone 5106375987, Email DONALD.R.DEAN@USCG.MIL – London C. Venzon, Contracting Officer, Phone 510-637-5993, Email London.C.Venzon@uscg.mil 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. Request for Quotations number is HSCG85-15-Q-P45M14 and is issued as a request for360px-US_Department_of_Homeland_Security_Seal.svg quotations (RFQ). This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-70 dated September 30, The NAICS Code is 541620. The small business size standard is $15.0 Million. All responsible sources may submit proposals that will be considered by the agency. The contract will be awarded on a firm-fixed-price and past performance basis with past performance and price being equal in consideration for award. Using simplified acquisition procedures in accordance with FAR Part 13.5.
The United States Coast Guard Surface Force Logistics Center has a requirement for the following service:
1. STRUCTURAL ASSESSMENT, PER WORK ITEM #1 SCOPE OF WORK.
2. TEST FOR HAZARDOUS MATERIAL, PER WORK ITEM #2 SCOPE OF WORK.
3. ASBESTOS ASSESSMENT, PER WORK ITEMS #3 SCOPE OF WORK.

WORK ITEMS COVER 65FT WLR COAST GUARD CUTTER & ATTAHCED 100FT BARGE.

PERIOD OF PERFORMANCE: 30JUN15 THRU 15JUL15

Service Location:
USCGC OBION
3301 HWY 60 EAST
OWENSBORO, KY 42303

1. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The full text of FAR clauses may be accessed electronically at this address:http://www.arnet.gov/far/index.html.
FAR 52.204-4 Printed or Copied Double-sided on Recycled Paper (AUG 2000)
FAR 52.204-6 Data Universal Numbering System (DUNS) Number (JUN 1999)
FAR 52.211-15 Defense Priorities and Allocation System Rating (APR 2008) D0 A3 rating
FAR 52.217-5 Evaluation of Options (JUL 1990)
FAR 52.222-1 Notice to the Government of Labor Disputes (FEB 1997)
FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997) Alt I (JUL 1995)
FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)
FAR 52.245-4 Government-Furnished Property (Short Form) (JUN 2003)
HSAR 3052.209-72 Organizational Disclosure of Conflicts of Interest

2.FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company’s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number and 6) Pricing, and Delivery information,. (7) Offerors are instructed to include a completed copy of Federal Acquisition Regulation (FAR) 52.212-3, “Offerors Representations and Certification–Commercial Items (DEC 2012)” and Alt 1 included with their quotation (the provision is attached), or be registered with Online Reps and Certs, https://www.SAM.gov.

3. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). – This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. The following evaluation factors shall be considered: Past Performance, Price. Offerors shall submit at least 3 relevant past performance references for contracts with private industry or government instrumentalities (federal, state, or local) performed within the last 3 years. References shall include: 1. Name & contact information of the point of contract (PM/COR), 2. Name of Organization, 3. A brief description of service, 4. Contract Number/Task Order 5. Status (Prime or Sub). The USCG reserves the right to utilize past performance information other than the information submitted with the proposals received in conducting the evaluation. A Contractor without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance, but will receive a neutral rating. The USCG may consider past performance information regarding predecessor companies or subcontractors that will perform major or critical aspects of the requirement when such information is considered relevant.
The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will evaluate offers and make award to the lowest priced technically acceptable offer that is responsive to the terms of this solicitation.

4. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2012) – An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision which can be obtained electronically at http://www.arnet.gov/far.

5. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012)
The following addendum applies: Address for submission of invoices is
Commercial Invoices
USCG Finance Center
PO BOX 4115
Chesapeake, VA 23327-4115
(800)564-5504

6. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (November 2012)
The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

52.222-3, Convict Labor (June 2003) (E.O. 11755).
52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126).
52.222-21, Prohibition of Segregated Facilities (Feb 1999).
52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332).

7. HSAR Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items (SEP 2012)
The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference:
(a) Provisions
3052.209-72 Organizational Conflicts of Interest
3052.219-72 Evaluation of Prime Contractor Participation in the DHS Mentor Protégé Program
(b) Clauses.
3052.203-70 Instructions for Contractor Disclosure of Violations
3052.204-70 Security Requirements for Unclassified Information Technology Resources
3052.204-71 Contractor Employee Access __Alternate I
3052.205-70 Advertisement, Publicizing Awards, and Releases
3052.209-73 Limitation on Future Contracting
3052.215-70 Key Personnel or Facilities
3052.219-70 Small Business Subcontracting Plan Reporting
3052.228-70 Insurance
3052.242-72 Contracting Officer’s Technical Representative
3052.247-72 F.O.B Destination Only
The full text of HSAR clauses above may be accessed electronically at this address: http://www.dhs.gov/xlibrary/assets/opnbiz/hsar.pdf

8. 25.101 BUY AMERICA ACT
(a) The Buy American Act restricts the purchase of supplies that are not domestic end products. For manufactured end products, the Buy American Act uses a two-part test to define a domestic end product.
(1) The article must be manufactured in the United States; and
(2) The cost of domestic components must exceed 50 percent of the cost of all the components. In accordance with 41 U.S.C. 431, this component test of the Buy American Act has been waived for acquisitions of COTS items (see 12.505(a)).
(b) The Buy American Act applies to small business set-asides. A manufactured product of a small business concern is a U.S.-made end product, but is not a domestic end product unless it meets the component test in paragraph (a)(2) of this section.
(c) Exceptions that allow the purchase of a foreign end product are listed at 25.103. The unreasonable cost exception is implemented through the use of an evaluation factor applied to low foreign offers that are not eligible offers. The evaluation factor is not used to provide a preference for one foreign offer over another. Evaluation procedures and examples are provided in Subpart 25.5.

52.249-1 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT
The Contracting Officer, by written notice, may terminate this contract, in whole or in part, when it is in the Government’s interest. If this contract is terminated, the rights, duties, and obligations of the parties, including compensation to the Contractor, shall be in accordance with Part 49 of the Federal Acquisition Regulation in effect on the date of this contract.

10. NOTICE FOR FILING AGENCY PROTESTS
United States Coast Guard Ombudsman Program. It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman.
Informal forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable).
Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester’s concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency’s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to:

Department of Homeland Security
United States Coast Guard (CG-9131)
Ombudsman Program for Agency Protests
1900 Half Street, SW, Room 11-0602
Washington, D. C. 20593-0001
FAX: 202.475.3904

11. Questions and quotes shall be emailed to Donald.r.dean@uscg.mil . Contractors are responsible for verifying receipt of quotes.

Place of Performance: USCGC OBION 3301 HWY 60 EAST OWENSBORO, KY 42303 US URL: https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG85-15-Q-P45M14/listing.html

OutreachSystems Article Number: 150609/PROCURE/0495 Matching Key Words: state!ky;

160px-Special_Operations_Specops_Army.svgOther Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street Suite 1202 Arlington VA 22202-4371

T Video Editing and Consulting HQ003415R0100 061915 Michael John Fanizzo, Phone 7035458991, Email michael.j.fanizzo.civ@mail.mil This is a Request for Information for a tentative requirement to edit video from miscellaneous sources to produce evidence for use at trial. As part of its market research, WHS is issuing this RFI to determine if there exists an adequate number of qualified interested contractors capable. The Government may use the responses to this RFI for information and planning purposes. The draft work statement may vary from the work scope in a final PWS included in any Request for Proposals/Quotes (RFP/Q).

The planned effort includes:

1. Editing approximately 500 separate film and/or audio clips, each between 30 seconds and 2 minutes long. Formats of original material include VHS tape, digital video, cassette tapes of audio. The Government will attempt to provide the digital format in the best quality possible.

2. Consulting on video collection and presentation.

3. Travel as necessary.

Questions to which the Government requests answers include:

1. What information on the videos and desired presentation is necessary to propose on this effort?

2. What type of contract is generally used for these services (FFP, T&M, etc)?

3. Are there any industry practices or deliverables that could inform the requirement?

This RFI is only for the purpose of identifying potential sources as part of WHS’ market research. No RFP/Q exists; therefore, do not request a copy of the RFP/Q.

Responses to this RFI are not proposals/quotes on which WHS can issue any contracts/task orders. This RFI is issued for information and planning purposes only and does not itself constitute a Request for Proposal/Quotations (RFP/Q). The Government does not intend to award a Schedule order(s) or BPAs based only on responses to this RFI.

All information received in response to this RFI marked “Proprietary” will be protected and handled accordingly. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response.
Responses to the RFI will not be returned. Responders are solely responsible for all expenses associated with responding to this RFI. WHS will not pay for information received in response to this RFI.

There is no commitment by the Government to issue an RFP/Q, make an award or awards, or to be responsible for any monies expended by industry responses to this RFI.

Do not submit pricing information in response to this RFI.

Submit RFI responses to Michael.j.fanizzo.civ@mail.mil by 19 June 2015

URL: https://www.fbo.gov/spg/ODA/WHS/REF/HQ003415R0100/listing.html

OutreachSystems Article Number: 150609/PROCURE/0523 Matching Key Words: video*; film?; edit*; produc*; produce?;

Department of the Army, FedBid, FedBid.com — for Department of Army procurements only, 431 Battlefield Memorial Highway, Bldg S-14, Richmond, KY 40475

69–Meggit MTSI Virtual Portable FATS L7 Law Enforcement Training System W22G1F514000YY 061115 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; CANCELLATION NOTICE:Bids are being solicited under solicitation number W22G1F514000YY. This announcement constitutes the onlyDepartment of the Army solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to http://www.FedBid.com and reference Buy No. 721943.
Set-Aside: Total Small Business Place of Performance: Richmond, KY 40475 40475 US URL: https://www.fbo.gov/notices/a6fc972694689b5f30a8445d9c21f358

OutreachSystems Article Number: 150609/PROCURE/0717 Matching Key Words: age:state!ky; state!ky;

FedBizOpps – Awards

600px-National_Guard_Logo.svgDepartment of the Army, National Guard Bureau, USPFO for Kentucky, USPFO for Kentucky, Boone National Guard Center, Building 120, 120 Minuteman Parkway, Frankfort, KY 40601-6192

R–Award Announcement Case Managers W912KZ-15-R-0002 Diane Hutchinson, 502-607-1390 USPFO for Kentucky W912KZ-15-P-0047 $649,024.00 061115 1-5 TASK SOURCE INC. (010224550)
3830 TURMAN LOOP STE 101
WESLEY CHAPEL, FL 33544 Provide Case managers and Administrative employees for KY Army National Guard
URL: https://www.fbo.gov/spg/USA/NGB/DAHA15/W912KZ-15-R-0002/listing.html

OutreachSystems Article Number: 150612/AWARDS/0840 Matching Key Words: age:state!ky; state!ky;

General Services Administration, Federal Acquisition Service (FAS), Management Service Center (AQSA),

99 — Consolidated Solicitation FCO00CORP0000C Cheryll M. Sundberg 253-931-7892 GS00F161CA $6,000,000 060815 C541 4B,C541 4A,C541 1000,C874 7,C874 4,C874 1,C541 5,C541 3,C541 2,C541 1,C541 4G,C541 4F METROSTAR SYSTEMS, INC. 1856 OLD RESTON AVE STE 100 RESTON VA USA 20190-4754 No Description Provided
URL: https://www.fbo.gov/notices/b5814c87b85d19ed90f4174f8763056b

OutreachSystems Article Number: 150609/AWARDS/1056 Matching Key Words: naics!512110;

FedBizOpps – Special Notes

Department of the Interior, Fish and Wildlife Service, CGS-WO, FWS, DIVISION OF CONTRACTING AND GE 600px-US-DeptOfTheInterior-Seal.svg
1011 E TUDOR ROAD
ANCHORAGE
AK
99503-6199
US

T–FAI LEAD SHOT VIDEO PROJECT F15PS00681 Gaddis, Almeda IGF::OT::IGF FAI LEAD SHOT VIDEO PROJECT
URL: https://www.fbo.gov/spg/DOI/FWS/CGSWO/F15PS00681/listing.html

OutreachSystems Article Number: 150612/SPECIAL/1171 Matching Key Words: naics!512110;

USABID State and Local Purchases

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

R – PeopleSoft Staff Augmentation and Support SOL RFP-3460-0-2015/KBM PeopleSoft Staff Augmentation and Support Due Date: 7/2/2015 3:00 PM Eastern Contact: Kim Henry For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150612/BID/0312 Matching Key Words: age:state!ky; state!ky;

Montana – State of Montana http://svc.mt.gov/gsd/OneStop/Solicitations.aspx?args=A9ADF86D88792B5D0C6FFB08B01D4EC8 State of Montana; 165 Mitchell Building, PO Box 200135, Helena MT 59620-0135, Phone: 406-444-3315, Fax: 406-444-2529

R – Professional Video Filming RFP15-3085R (Main Document) SOL RFP15-3085R Professional Video Filming RFP15-3085R (Main Document) Due Date: 6/23/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150612/BID/0373 Matching Key Words: filming;

New Mexico Press Association http://www.publicnoticeads.com/NM/search/searchnotices.asp PO Box 95198; Albuquerque, NM 87199; (505) 275-1241

R – REQUEST FOR PROPOSALS VIDEO PRODUCTION PROFESSIONAL SERVICES T SOL Public Notice ID: 22536343 REQUEST FOR PROPOSALS VIDEO PRODUCTION PROFESSIONAL SERVICES The National Indian Council on Aging, Inc. (NICOA) is soliciting proposals forVideo Production Professional Services funded by a grant from the Dept. of HHS, Administration for Community Living. Expertise with capturing moving images, video editing, and recording on electronic media is required. Proposals should include project rates and available services. Bidding will remain open until June 26, 2015. A complete RFP description is available at http://www.nicao.org. Submit proposals by mail to: Jonnie Gilbert, Finance Director, National Indian Council on Aging, Inc., 10501 Montgomery Blvd NE, Suite 210, Albuquerque, NM 87111 or email to: jgilbert@nicoa.org. Journal: June 6 – 12, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150612/BID/0426 Matching Key Words: video*; edit*; produc*; production?;

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

99 – Lunchroom Commodities-Supplement (Warehouse Delivery) #7113Bid c SOL Lunchroom Commodities-Supplement (Warehouse Delivery) #7113Bid closes @ 3:00 p.m. on July 7, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150611/BID/0340 Matching Key Words: age:state!ky; state!ky;

New Mexico Press Association http://www.publicnoticeads.com/NM/search/searchnotices.asp PO Box 95198; Albuquerque, NM 87199; (505) 275-1241

R – REQUEST FOR PROPOSALS VIDEO PRODUCTION PROFESSIONAL SERVICES T SOL Public Notice ID: 22532726 REQUEST FOR PROPOSALS VIDEO PRODUCTION PROFESSIONAL SERVICES The National Indian Council on Aging, Inc. (NICOA) is soliciting proposals forVideo Production Professional Services funded by a grant from the Dept. of HHS, Administration for Community Living. Expertise with capturing moving images, video editing, and recording on electronic media is required. Proposals should include project rates and available services. Bidding will remain open until June 26, 2015. A complete RFP description is available at http://www.nicao.org. Submit proposals by mail to: Jonnie Gilbert, Finance Director, National Indian Council on Aging, Inc., 10501 Montgomery Blvd NE, Suite 210, Albuquerque, NM 87111 or email to: jgilbert@nicoa.org. Journal: June 6 – 12, 2015 For more information about this opportunity please contact the buyer directly.

Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/online/vss/AltSelfService

R – RFP-2-16 ESPC Elizabethtown CTC and Jefferson CTC KCTCS RFP : 1 SOL RFP-2-16 ESPC Elizabethtown CTC and Jefferson CTC KCTCS RFP : 1500000327 Facilities & Support Services Energy Savings Published On : 6/8/15 Amended On : Closing On : 8/13/15 3:00 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150610/BID/0009 Matching Key Words: age:state!ky; state!ky;

Kentucky – Eastern Kentucky University, Kentucky – Eastern Kentucky University http://purchasing.eku.edu/bids-and-quotes

99 – RFP 02-16 Academic Regalia, Graduation Announcements and Diploma SOL RFP 02-16 Academic Regalia, Graduation Announcements and Diploma Covers Due: 6/24/15 2:00 PM (ET) For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150610/BID/0047 Matching Key Words: age:state!ky; state!ky;

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

R – MAP-21, Section 5310 Call for Project Applications SOL 5310-15-001 MAP-21, Section 5310 Call for Project Applications Due Date: Aug 06, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150610/BID/0381 Matching Key Words: age:state!ky; state!ky;

New Mexico Press Association http://www.publicnoticeads.com/NM/search/searchnotices.asp PO Box 95198; Albuquerque, NM 87199; (505) 275-1241

R – REQUEST FOR PROPOSALS VIDEO PRODUCTION PROFESSIONAL SERVICES T SOL Public Notice ID: 22530337 REQUEST FOR PROPOSALS VIDEO PRODUCTION PROFESSIONAL SERVICES The National Indian Council on Aging, Inc. (NICOA) is soliciting proposals forVideo Production Professional Services funded by a grant from the Dept. of HHS, Administration for Community Living. Expertise with capturing moving images, video editing, and recording on electronic media is required. Proposals should include project rates and available services. Bidding will remain open until June 26, 2015. A complete RFP description is available at http://www.nicao.org. Submit proposals by mail to: Jonnie Gilbert, Finance Director, National Indian Council on Aging, Inc., 10501 Montgomery Blvd NE, Suite 210, Albuquerque, NM 87111 or email to: jgilbert@nicoa.org. Journal: June 6 – 12, 2015 For more information about this opportunity please contact the buyer directly.

New Mexico Press Association http://www.publicnoticeads.com/NM/search/searchnotices.asp PO Box 95198; Albuquerque, NM 87199; (505) 275-1241

R – REQUEST FOR PROPOSALS VIDEO PRODUCTION PROFESSIONAL SERVICES T SOL Public Notice ID: 22526286 REQUEST FOR PROPOSALS VIDEO PRODUCTION PROFESSIONAL SERVICES The National Indian Council on Aging, Inc. (NICOA) is soliciting proposals forVideo Production Professional Services funded by a grant from the Dept. of HHS, Administration for Community Living. Expertise with capturing moving images, video editing, and recording on electronic media is required. Proposals should include project rates and available services. Bidding will remain open until June 26, 2015. A complete RFP description is available at http://www.nicao.org. Submit proposals by mail to: Jonnie Gilbert, Finance Director, National Indian Council on Aging, Inc., 10501 Montgomery Blvd NE, Suite 210, Albuquerque, NM 87111 or email to: jgilbert@nicoa.org. Journal: June 6 – 12, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150609/BID/0533 Matching Key Words: video*; edit*; produc*; production?;

Kentucky State Procurement

Frankfort/Franklin County Planning Commission Planning Department, City Hall, 315 West Second Street, Frankfort, Kentucky

R — Certified Professional Accounting Services. SOL RFP #2O15-PC-1 DUE 07/01/2015 The Frankfort/Franklin County Planning Commission (the Planning Commission) is soliciting competitive, sealed responses from qualified Certified Professional Accounting firms for a two (2) year contract with the option of two (2) One (1) year extensions, to provide an annual audit and accounting services. Sealed proposals will be received in the Planning Department, City Hall, 315 West Second Street, Frankfort, Kentucky, until 2:00 p.m. EST, Wednesday, July 1, 2015. All proposals must be turned in to the Office of the City s Planning and Building Codes Department, City Hall, 315 West Second St., Frankfort, KY, no later than 2:00 p.m. EST on date of bid opening (July 1, 2015). Proposals cannot be accepted at any other location. Proposals will be opened thereupon or about 2:05 p.m. EST, Wednesday, July 1, 2015, at a public bid opening in the Commission Chamber of City Hall, 315 West Second Street, Frankfort, Kentucky. Proposals must be received by the designated date and time and none will be considered thereafter. The Frankfort/Franklin County Planning Commission reserves the right to reject any and all proposals received, and to select that bid which it determines to be in its best interest. The award of this proposal will be made on the basis of the specifications within the RFP as permitted in KRS 45A.365. All proposals, information, and specifications regarding this RFP are available from the City of Frankfort Planning & Building Codes Department. Bidders are advised to clearly mark the sealed bid with the RFP number and description listed above. The City of Frankfort, Kentucky or the Frankfort/Franklin County Planning Commission is not responsible for the premature opening of, or the failure to open, a sealed bid not properly addressed or identified. Bidders are invited to be present for the opening of the proposals submitted. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150612/KY/4453 Matching Key Words: age:state!ky; state!ky;

Louisville Metro Government – Division of Purchasing 611 West Jefferson Street; Louisville, Kentucky 40202

R — Waste Diversion Consultant. SOL RFP-3457-0-2015/PL DUE 06/26/2015 RFP-3457-0-2015/PL. Bid 3457 – Waste Diversion Consultant. Due Date: 6/26/2015 3:00 PM Eastern. Contact: Peter Langlois. For more information about this opportunity please contact the buyer directly. For more information about this opportunity please contact the buyer directly. This notice is provided by the Kentucky Procurement Technical Assistance Center. The information is believed to be correct, but should be verified with the issuing agency/organization. Phone: (502) 574-3211; Website: http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646

OutreachSystems Article Number: 150611/KY/4391 Matching Key Words: age:state!ky; state!ky;

FedBid.com Register for free at http://www.FedBid.com and enter the Buy number to find out more about the bid solicitation below.

99 — Turf Sweeper. SOL 723685 DUE 06/12/2015 Miscellaneous Buy: 723685 Buy Name: Turf Sweeper Buy Setaside: No Set-Aside Restriction Subcategory: 9999 – Miscellaneous Items Buyer Organization: IMCOM G9 MWR – Fort Campbell Buy Shipping Address State: Kentucky Open Date: 6/10/2015 End Datetime: 6/12/2015 13:30. This notice is provided courtesy of the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization. FedBid.com-8500 Leesburg Pike, Vienna, Virginia 22182; Phone: 877.933-3243: Email: Info@FedBid.com

OutreachSystems Article Number: 150611/KY/4414 Matching Key Words: age:state!ky; state!ky;

FedBid.com Register for free at http://www.FedBid.com and enter the Buy number to find out more about the bid solicitation below.

99 — BATTERY. SOL 723682 DUE 06/12/2015 Miscellaneous Buy: 723682 Buy Name: BATTERY Buy Setaside: No Set-Aside Restriction Subcategory: 9999 – Miscellaneous Items Buyer Organization: IMCOM G9 MWR – Fort Campbell Buy Shipping Address State: Kentucky Open Date: 6/10/2015 End Datetime: 6/12/2015 13:30. This notice is provided courtesy of the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization. FedBid.com-8500 Leesburg Pike, Vienna, Virginia 22182; Phone: 877.933-3243: Email: Info@FedBid.com

OutreachSystems Article Number: 150611/KY/4415 Matching Key Words: age:state!ky; state!ky;

FedBid.com Register for free at http://www.FedBid.com and enter the Buy number to find out more about the bid solicitation below.

99 — Infield Chassis. SOL 723702 DUE 06/12/2015 Miscellaneous Buy: 723702 Buy Name: Infield Chassis Buy Setaside: No Set-Aside Restriction Subcategory: 9999 – Miscellaneous Items Buyer Organization: IMCOM G9 MWR – Fort Campbell Buy Shipping Address State: Kentucky Open Date: 6/10/2015 End Datetime: 6/12/2015 13:30. This notice is provided courtesy of the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization. FedBid.com-8500 Leesburg Pike, Vienna, Virginia 22182; Phone: 877.933-3243: Email: Info@FedBid.com

OutreachSystems Article Number: 150611/KY/4417 Matching Key Words: age:state!ky; state!ky;

Hardin County Fiscal Court 100 Public Square, Elizabethtown, KY 42701

99 — Remount 2007 McCoy Miller Type 3 158 Box SOL INVITATION TO BID The Hardin County Fiscal Court requests bids on the following item. Bids will be received in the office of the Hardin County Judge/Executive, H. B Fife Courthouse, Third Floor, 100 Public Square, Elizabethtown, Kentucky 42701, until 10:30 A.M., on June 16, 2015, at which time bids will be opened in the Fiscal Court Meeting Room, H. B. Fife Courthouse, 100 Public Square, Third Floor, Elizabethtown, Kentucky. Remount 2007 McCoy Miller Type 3 158 Box Bids must be in sealed envelopes with the words Sealed Bid for Remount 2007 McCoy Miller Type 3 158 Box and the date that the bids are to be opened prominently displayed on the front of the envelope. For Specifications, further information, or both please contact John Malcomson, Hardin County EMS Director at Hardin County Emergency Services Office, 170 N. Provident Way, Elizabethtown, KY 42701 at directorofems@hardin.co. The right is reserved to accept or reject all or any part of any bid and to waive any informality in any bid. This notice is provided courtesy of the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization. Website: http://www.hcky.org/bids.asp

OutreachSystems Article Number: 150611/KY/4421 Matching Key Words: age:state!ky; state!ky;

University of Kentucky Capital Construction Division, Peterson Service Building, Lexington, KY 40506-0005

R — Project # 2425.0 Construction Management Services to Construct Research Building 2. SOL UK-1564-16 DUE 07/10/2015 The University of Kentucky desires the services of an experienced and highly qualified construction management firm to provide FULL SERVICE construction management on the proposed project. The Construction Manager (CM) selected will become a responsible, cooperative and contributing member of the Owner s professional team for the design and construction of the project. The Construction Manager (CM) will provide assistance and advice and provide management services to the Owner and design consultants to assure the project is completed within defined budget, program and schedule. The proposal shall include pricing for all phases as described herein. The ultimate total scope of this project is $265 million, with a total maximum construction budget of approximately $212,000,000 to include costs for Construction Management Services as well as for the award of trade contracts. The initial Phase 1 of this project is $165 million with a maximum construction budget of $131,000,000. This phase will include the construction of the core and shell and fit-out of the research facility to the limits of the budget. The Team awarded this project may be retained for future fit-up as the funds are identified. The construction budget is to include any necessary utility infrastructure work as may be required to support the expanded facility. The contract established for construction management services will be of a pure agency relationship through Phase 4 Bidding, and then convert to a LUMP SUM, AT RISK contract for the construction Phase.The Construction Manager (CM) will not be allowed to self-perform work or bid on any of the proposed work categories. The Construction Manager will hold all construction subcontracts. The CM shall break the trade packages down such that there are no fewer than 15 trade contracts. A Pre-Proposal Conference will be held at the University on Wednesday June 24th, 2015 at 1:30 PM in room 234 of the Biological Pharmaceutical Building. Please see Section 3.3 for additional information. The Scope of Services is further defined in Section 7.0 of this Request for Proposal (RFP). This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization. Phone: (859) 257-9100; Website address: http://www.uky.edu/Purchasing/bidlist.htm

OutreachSystems Article Number: 150611/KY/4426 Matching Key Words: age:state!ky; state!ky;

Department of Homeland Security United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) 2401 Hawkins Point Road Building 31, Mail Stop 26 Baltimore MD 21226-5000

R — STRUCTURAL ASSESSMENT AND HAZMAT TESTING. SOL HSCG85-15-Q-P45M14 DUE 06/19/2015 DONALD R. DEAN, PO2, Phone 5106375987, Email DONALD.R.DEAN@USCG.MIL – London C. Venzon, Contracting Officer, Phone 510-637-5993, Email London.C.Venzon@uscg.mil 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. Request for Quotations number is HSCG85-15-Q-P45M14 and is issued as a request for quotations (RFQ). This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-70 dated September 30, The NAICS Code is 541620. The small business size standard is $15.0 Million. All responsible sources may submit proposals that will be considered by the agency. The contract will be awarded on a firm-fixed-price and past performance basis with past performance and price being equal in consideration for award. Using simplified acquisition procedures in accordance with FAR Part 13.5. The United States Coast Guard Surface Force Logistics Center has a requirement for the following service: 1. STRUCTURAL ASSESSMENT, PER WORK ITEM #1 SCOPE OF WORK. 2. TEST FOR HAZARDOUS MATERIAL, PER WORK ITEM #2 SCOPE OF WORK. 3. ASBESTOS ASSESSMENT, PER WORK ITEMS #3 SCOPE OF WORK. WORK ITEMS COVER 65FT WLR COAST GUARD CUTTER & ATTAHCED 100FT BARGE. PERIOD OF PERFORMANCE: 30JUN15 THRU 15JUL15 Service Location: USCGC OBION 3301 HWY 60 EAST OWENSBORO, KY 42303 1. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The full text of FAR clauses may be accessed electronically at this address: http://www.arnet.gov/far/index.html. FAR 52.204-4 Printed or Copied Double-sided on Recycled Paper (AUG 2000) FAR 52.204-6 Data Universal Numbering System (DUNS) Number (JUN 1999) FAR 52.211-15 Defense Priorities and Allocation System Rating (APR 2008) D0 A3 rating FAR 52.217-5 Evaluation of Options (JUL 1990) FAR 52.222-1 Notice to the Government of Labor Disputes (FEB 1997) FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997) Alt I (JUL 1995) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.245-4 Government-Furnished Property (Short Form) (JUN 2003) HSAR 3052.209-72 Organizational Disclosure of Conflicts of Interest 2.FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company’s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number and 6) Pricing, and Delivery information,. (7) Offerors are instructed to include a completed copy of Federal Acquisition Regulation (FAR) 52.212-3, “Offerors Representations and Certification–Commercial Items (DEC 2012)” and Alt 1 included with their quotation (the provision is attached), or be registered with Online Reps and Certs, https://www.SAM.gov. 3. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). – This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. The following evaluation factors shall be considered: Past Performance, Price. Offerors shall submit at least 3 relevant past performance references for contracts with private industry or government instrumentalities (federal, state, or local) performed within the last 3 years. References shall include: 1. Name & contact information of the point of contract (PM/COR), 2. Name of Organization, 3. A brief description of service, 4. Contract Number/Task Order 5. Status (Prime or Sub). The USCG reserves the right to utilize past performance information other than the information submitted with the proposals received in conducting the evaluation. A Contractor without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance, but will receive a neutral rating. The USCG may consider past performance information regarding predecessor companies or subcontractors that will perform major or critical aspects of the requirement when such information is considered relevant. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will evaluate offers and make award to the lowest priced technically acceptable offer that is responsive to the terms of this solicitation. 4. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2012) – An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision which can be obtained electronically at http://www.arnet.gov/far. 5. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012) The following addendum applies: Address for submission of invoices is Commercial Invoices USCG Finance Center PO BOX 4115 Chesapeake, VA 23327-4115 (800)564-5504 6. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (November 2012) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). 7. HSAR Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items (SEP 2012) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference: (a) Provisions 3052.209-72 Organizational Conflicts of Interest 3052.219-72 Evaluation of Prime Contractor Participation in the DHS Mentor Prot g Program (b) Clauses. 3052.203-70 Instructions for Contractor Disclosure of Violations 3052.204-70 Security Requirements for Unclassified Information Technology Resources 3052.204-71 Contractor Employee Access __Alternate I 3052.205-70 Advertisement, Publicizing Awards, and Releases 3052.209-73 Limitation on Future Contracting 3052.215-70 Key Personnel or Facilities 3052.219-70 Small Business Subcontracting Plan Reporting 3052.228-70 Insurance 3052.242-72 Contracting Officer’s Technical Representative 3052.247-72 F.O.B Destination Only The full text of HSAR clauses above may be accessed electronically at this address: http://www.dhs.gov/xlibrary/assets/opnbiz/hsar.pdf 8. 25.101 BUY AMERICA ACT (a) The Buy American Act restricts the purchase of supplies that are not domestic end products. For manufactured end products, the Buy American Act uses a two-part test to define a domestic end product. (1) The article must be manufactured in the United States; and (2) The cost of domestic components must exceed 50 percent of the cost of all the components. In accordance with 41 U.S.C. 431, this component test of the Buy American Act has been waived for acquisitions of COTS items (see 12.505(a)). (b) The Buy American Act applies to small business set-asides. A manufactured product of a small business concern is a U.S.-made end product, but is not a domestic end product unless it meets the component test in paragraph (a)(2) of this section. (c) Exceptions that allow the purchase of a foreign end product are listed at 25.103. The unreasonable cost exception is implemented through the use of an evaluation factor applied to low foreign offers that are not eligible offers. The evaluation factor is not used to provide a preference for one foreign offer over another. Evaluation procedures and examples are provided in Subpart 25.5. 52.249-1 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT The Contracting Officer, by written notice, may terminate this contract, in whole or in part, when it is in the Government’s interest. If this contract is terminated, the rights, duties, and obligations of the parties, including compensation to the Contractor, shall be in accordance with Part 49 of the Federal Acquisition Regulation in effect on the date of this contract. 10. NOTICE FOR FILING AGENCY PROTESTS United States Coast Guard Ombudsman Program. It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester’s concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency’s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 1900 Half Street, SW, Room 11-0602 Washington, D. C. 20593-0001 FAX: 202.475.3904 11. Questions and quotes shall be emailed to Donald.r.dean@uscg.mil . Contractors are responsible for verifying receipt of quotes. Place of Performance: USCGC OBION 3301 HWY 60 EAST OWENSBORO, KY 42303 US URL: https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG85-15-Q-P45M14/listing.html This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150610/KY/4332 Matching Key Words: age:state!ky; state!ky;

Murray State University Procurement Services, 200 General Services Building, Murray, KY 42071-3355

R — BROKER SERVICES FOR HEALTH BENEFITS. SOL RFP-201J-16 DUE 06/18/2015 MURRAY STATE UNIVERSITY IS ACCEPTING PROPOSALS FOR BROKER SERVICES FOR HEALTH BENEFITS. THE PROPOSALS WILL BE EVALUATED FOR PRICE, EXPERIENCE, REFERENCES, AND ADDITIONAL BENEFITS. RFP DOCUMENTS ARE AVAILABLE BY CONTACTING JAN FUQUA AT JFUQUA@MURRAYSTATE.EDU AND REFERENCING RFP-201J-16. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct but should be verified with the issuing agency/organization. Phone: (270) 809-2703; Fax (270) 809-3408; Website: http://campus.murraystate.edu/administ/procurement/Vendor/CurrentBidAds.pdf

OutreachSystems Article Number: 150610/KY/4351 Matching Key Words: age:state!ky; state!ky;

Regional Water Resource Agency 1722 Pleasant Valley Road, Owensboro, KY 42303, phone (270) 687-8440

R — COMPETITIVE COMPENSATION REVIEW. SOL Bid# 2015-27 DUE 06/30/2015 This notice is provided by the Kentucky Procurement Technical Assistance Center (KY PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization. Website: http://www.rwra.org/?page_id=1144

OutreachSystems Article Number: 150610/KY/4352 Matching Key Words: age:state!ky; state!ky;

City of Owensboro 101 E. 4th Street, Owensboro, KY 42303

R — MERCHANT SERVICES. SOL 2978 DUE 06/25/2015 The City of Owensboro intends to enter into a contractual relationship with a full-service merchant provider for the purpose of providing transactions processing for walkup and web-based customers using credit cards or debit cards for payment of municipal billings such as business licenses, parking citations, tax payments, etc. There will be a pre-proposal meeting held at 10:00 a.m. prevailing local time on Tuesday, June 16th, 2015 at City Hall located at 101 E. 4th Street, Owensboro, KY 42303. Although this meeting is not mandatory, attendance is strongly encouraged. Proposals must be delivered to the City Purchasing Department, 101 E. 4th Street, Owensboro, KY 42303 on or before 2:00 p.m. prevailing local time on Thursday, June 25th, 2015. The City of Owensboro reserves the right to reject any and all proposals and to waive any irregularities in said proposals. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization. Telephone: (270) 687-8431; Website: http://www.owensboro.org/purchasing-department/bids

University of Kentucky Purchasing Division, 322 Peterson Service Building, 411 S Limestone, Lexington, KY 40506-0005

R — Sign Language Interpreting for University of Kentucky Healthcare. SOL UK-1604-16 UK-1604-16 Sign Language Interpreting for University of Kentucky Healthcare. Due Date: 7-7-15. For more information about this opportunity please contact the buyer directly. This notice is provided by the Kentucky Procurement Technical Assistance Center (KY PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization. Phone: (859) 257-9100; Website: http://www.uky.edu/Purchasing/bidlist.htm

OutreachSystems Article Number: 150609/KY/4283 Matching Key Words: age:state!ky; state!ky;

KPC – Kentucky Purchasing Cooperative 904 Rose Road, Ashland, KY 41102

99 — Catalog-Price List-Retail Store Shelf Price Bid. SOL CLS2010.136 DUE 06/22/2015 This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization. Phone: 606-928-0205; email: info@kpc4me.com; Website: http://www.kpc4me.com/bid-opportunity/

OutreachSystems Article Number: 150609/KY/4303 Matching Key Words: age:state!ky; state!ky;

Eastern Kentucky University Division of Purchases and Stores, Jones Building, Room 213, Richmond, KY 40475

T — Academic Regalia, Graduation Announcements and Diploma Covers. SOL RFP 02-16 DUE 06/24/2015 This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization. Phone: (859) 622-2246; Fax: (859) 622-2047; Website: http://purchasing.eku.edu/bids-and-quotes

OutreachSystems Article Number: 150609/KY/4308 Matching Key Words: age:state!ky; state!ky;

KCTCS Purchasing, 300 North Main Street, Versailles, KY 40383

R — Tier 1 Help Desk for Support of Student Services – Addendum #1 – NEW BID DATE. SOL RFP-0153 DUE 07/07/2015 For more information about this opportunity please contact the buyer directly. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization. Website: http://www.kctcs.edu/en/Vendor_Information/Opportunities_to_Bid.aspx

OutreachSystems Article Number: 150609/KY/4311 Matching Key Words: age:state!ky; state!ky;

bmg logo(R)2

 

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

NAVY

The Boeing Co., Seattle, Washington, is being awarded a not-to-exceed $358,938,513 modification to a previously awarded advance acquisition contract (N00019-14-C-0067) for the procurement of long-lead items for the manufacture and delivery of nine United States Navy Full-Rate Production Lot II P-8A aircraft, 16 USN FRP Lot III P-8A aircraft, and four Royal Australian Air Force FRP Lot III P-8A aircraft.600px-US-DeptOfNavy-Seal.svg This contract combines purchase for the U.S. Navy ($219,407,863; 61 percent) and the Government of Australia ($139,530,650; 39 percent) under a Cooperative Agreement. Work will be performed in Seattle, Washington (71.5 percent); Baltimore, Maryland (8.1 percent); Greenlawn, New York (5.4 percent); Huntington Beach, California (4.5 percent); Rockford, Illinois (3.5 percent); the United Kingdom (3.5 percent); and North Amityville, New York (3.5 percent), and is expected to be completed in December 2018. Fiscal 2015 aircraft procurement (Navy) funds in the amount of $219,407,863 and cooperative partner funds in the amount of $2,400,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

J.W. Clark Enterprises, Inc.,* Chesapeake, Virginia (N40080-15-D-0158); Rand Enterprises, Inc.,* Newport News, Virginia (N40080-15-D-0159); Battle Creek Construction, LLC,* La Plata, Maryland (N40080-15-D-0160); Belt Built CFM Joint Venture,* Severna Park, Maryland (N40080-15-D-0161); Asturian Group, Inc.,* Chesapeake, Virginia (N40080-15-D-0162); Honu’apo I, LLC,* La Plata, Maryland (N40080-15-D-0163), are each being awarded an indefinite-delivery indefinite-quantity multiple award construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Washington area of responsibility (AOR). The maximum dollar value including the base period and two option years for all six contracts combined is $99,000,000. The work to be performed provides for construction services. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the specifications. J.W. Clark Enterprises, Inc. is being awarded task order 0001 at $618,986 for the construction of the prototype materials storage facility at Naval Surface Warfare Center Carderock, Bethesda, Maryland. Work for this task order is expected to be completed by June 2016. All work on this contract will be performed primarily within the NAVFAC Washington AOR to include Maryland (55 percent), Virginia (30 percent), and the metropolitan Washington, District of Columbia (15 percent). The term of the contract is not to exceed 36 months, with an expected completion date of June 2018. Fiscal 2015 supervision, inspection, and overhead and working capital (Navy) funds in the amount of $743,986 are being obligated on this award; of which $618,986 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 25 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity.

The Lane Construction Corp., Cheshire, Connecticut, is being awarded a $67,337,000 firm-fixed-price contract for construction of Repair Runway 14 Left – 32 Right Pavement and lighting replacement and modernization of airfield lighting phase one at Naval Air Station Oceana. The work to be performed provides for the reconstruction on the entire runway in Portland cement concrete, including re-grading and paving of runway shoulders and taxiways. The work also includes refurbishment and replacement of existing runway electrical infrastructures such as electrical vaults, electrical manholes, hand holes, conduits, wiring, runway lighting fixtures and signage and controls. The contract also contains three unexercised options, which if exercised would increase cumulative contract value to $87,100,000. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by September 2017. Fiscal 2015 operation and maintenance, (Navy) contract funds in the amount of $67,337,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-15-C-0052).

IMC-Landsouth, LLC,* Middleburg, Florida, is being awarded a $33,154,032 firm-fixed-price contract to replace base housing at Naval Station Guantanamo. The work to be performed provides for construction to replace antiquated family housing units with 51 new single family residences. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by June 2018. Fiscal 2011 family housing construction and fiscal 2014 military construction (Navy) contract funds in the amount of $33,154,032 are obligated on this award; of which $22,480,735 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received. This contract action is a reprocurement of the project as the result of a termination for default. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-15-C-1107).

J.F. Taylor, Inc., Lexington Park, Maryland, is being awarded a $32,559,234 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for mission essential engineering services in support of Identification Friend or Foe equipment, systems and subsystems, and advanced technologies development for the U.S. Navy and the governments of Taiwan, Australia, Norway, Saudi Arabia, and Poland. Work will be performed in Lexington Park, Maryland and is expected to be completed in June 2020. No funding will be obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. This contract was competitively procured via electronic announcement; two offers were received. This contract combines purchase for the U.S. Navy ($32,233,644; 99 percent) and the governments of Taiwan ($65,118; 0.2 percent); Australia ($65,118; 0.2 percent); Norway ($65,118; 0.2 percent); Saudi Arabia ($65,118; 0.2 percent); and Poland ($65,118; 0.2 percent). The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland is the contracting activity (N00421-15-D-0005.)

General Dynamics Advanced Information Systems Inc., Pittsfield, Massachusetts, is being awarded a $20,804,762 modification to previously awarded cost-plus-incentive-fee contract (N00024-09-C-6246) to complete AN/BYG-1 Weapons Control System (WCS) Technology Insertion (TI-14) Advanced Processing Build (APB-15) software for delivery to multiple submarine platforms. The company will also continue migration of WCS from TI-14 baseline to TI-16 and integrate APB-15 to support the lead variant Test Readiness Review during fiscal 2016 and will continue maintenance activities for TI-14 APB-13 and earlier baselines. This contract combines purchases for the U.S. Navy (88.34 percent) and the government of Australia (11.66 percent) under an Armament Cooperation Project. Work will be performed in Pittsfield, Massachusetts, and is expected to be completed by June 2016. Fiscal 2014 and 2015 research, development, test and evaluation; Armament Cooperation Project (Australian); fiscal 2014 other procurement (Navy); and fiscal 2015 operations and maintenance (Navy) funding in the amount $5,389,788 will be obligated at the time of award. Contract funds in the amount of $170,285 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $19,641,417 modification to a previously awarded cost-plus-incentive-fee contract (N00019-02-C-3002) for requirements development and maturation efforts for the F-35 Lightening II Joint Strike Fighter Air System. Work will be performed in Fort Worth, Texas, and is expected to be completed in March 2016. Fiscal 2014 research and development (Navy and Air Force); fiscal 2015 research and development (Navy, Air Force and Marine Corp.); and Cooperative Partner funds in the amount of $19,641,417 will be obligated at the time of award, $1,655,373 will expire at the end of the current fiscal year. This contract combines purchase for the U.S. Navy ($5,597,287; 28.7 percent); U.S. Air Force ($5,408,209; 27.54 percent); U.S. Marine Corps. ($3,904,548; 19.7 percent); and the Governments of Australia ($710,521; 3.61 percent); Canada ($337,155; 1.7 percent); Italy ($466,752; 2.38 percent); Netherlands ($217,537; 1.1 percent); Norway ($711,221; 3.62 percent); Turkey ($1,359,110; 6.92 percent); and United Kingdom ($929,076; 4.73 percent) under a Cooperative Agreement. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $14,426,483 firm-fixed-price modification to a previously awarded advance acquisition contract (N00019-13-C-0008) to provide the Reprogramming Center -West, at Naval Air Station Point Mugu, California, with the primary mission equipment (hardware) required for the laboratory to meet Partner and Foreign Military Sales Mission Data File requirements in support of the F-35 Lightning II Joint Program. This contract combines purchases for the Government of Japan ($4,808,829; 33.4 percent); Government of South Korea ($4,808,827; 33.3 percent); and Government of Israel ($4,808,827; 33.3 percent) under the Foreign Military Sales Program. Work will be performed in Fort Worth, Texas, and expected to be completed in October 2017. Foreign military sales funds in the amount of $14,426,483 are being obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting authority.

The Boeing Co., St. Louis, Missouri, is being awarded $10,143,096 for delivery order 2049 against a previously issued Basic Ordering Agreement (N00019-11-G-0001) for hardware integration for Phase II to integrate the Next Generation Jammer Pod onto the EA-18G aircraft. The Phase II hardware integration will ensure the development, preparation and delivery of the aircraft modification design is suitable for the technology development stage of the Next Generation Jammer Pod program. Work will be performed in St. Louis, Missouri, and is expected to be completed in February 2016. Fiscal 2015 research, development, testing and evaluation (Navy) funds in the amount of $6,100,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Electric Boat Corp., Groton, Connecticut, is being awarded an $8,716,028 modification to previously awarded contract (N00024-13-C-2128) for the procurement of the US/UK E Fixture Robotic Cut and Bevel Skid Transfer Systems, Cut and Containment Systems, and Rear Access Platforms. The contractor will be procuring hardware relating to the Integrated Tube and Hull Quad Pack construction E-Fixture in support of the Ohio Replacement Program. Work will be performed in Groton, Connecticut, and is expected to be completed by June 2016. Fiscal 2015 research and development and foreign military sales funding in the amount of $4,358,013 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

ECS Federal, Inc.*, Fairfax, Virginia, is being awarded an $8,427,577 modification to a previously awarded cost-plus-fixed-fee contract (N00421-14-F-0060) to exercise an option to deliver enterprise-wide information technology services to Naval Air Systems Command and its respective customers. This effort shall provide help desk services, desk-side services, and organizational messaging and communications. Work will be performed in Patuxent River, Maryland (99.7 percent) and San Diego, California (.3 percent), and is expected to be completed in June 2016. Fiscal 2015 working capital funds (Navy) in the amount of $2,143,785 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity

Facility Support Services, LLC,* Richmond, Virginia, is being awarded $8,229,000 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N40085-14-D-8180) for renovation of Building 260, Nuclear Equipment Maintenance and Inspection Facility at Norfolk Naval Shipyard. The work to be performed provides for repair by replacement of exterior personnel doors and hardware, sprinkler system, and heating, ventilation and cooling equipment; repair of existing fire alarm system, provision of a concrete floor overlay; demolition of existing safety ladders and a two-story wood Building-In-Building; elimination of tripping hazard from existing railroad tracks; improvements to thermal performance of existing exterior wall, replacement of existing clerestory windows; new flat ceilings in warehouse areas of new one-story administrative offices, locker room, welding area, electrical room, fire pump room. Work will be performed in Portsmouth, Virginia, and is expected to be completed by September 2016. Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $8,229,000 are being obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

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

Raytheon Company, McKinney, Texas is being awarded a $42,190,000 indefinite-delivery/indefinite-quantity contract to provide lifecycle contractor support for the Multi-Mode Radar, and Silent Knight Radar for the Technology Applications Program Office. The majority of the work will be performed in McKinney, Texas with an estimated completion date of June 30, 2020. Fiscal 2015 operations and maintenance funds in the amount of $2,435,577 are being awarded on the first task order. This contract was awarded through non-competitive award in accordance with FAR 6.302-1. Technology Applications Contracting Office, Fort Eustis, Virginia is the contracting activity (H92241-15-D-0005).

MISSILE DEFENSE AGENCY

The Boeing Co., Huntsville, Alabama, has been awarded an estimated $85,300,000 modification (P00215) to an existing hybrid contract type (HQ0147-12-C-0004) to increase the Direct Productive Labor Hour (DPLH) pool by 600,000 hours to award future task instructions. This modification does600px-US-MissileDefenseAgency-Seal.svg not affect the current cumulative face value of the contract of $3,797,175,120. Individual Task Instruction awards executed on future modifications will increase the contract value using the established fiscal year rates in the contract. No funds are being obligated at this time. The work will be performed predominately in Huntsville, Alabama; Colorado Springs, Colorado; Fort Greely, Alaska; and Vandenberg Air Force Base, California, with an estimated completion date of Dec. 29, 2018. The Missile Defense Agency, Redstone Arsenal, Alabama is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

United Technologies Corp., doing business as Pratt and Whitney, East Hartford, Connecticut, has been awarded a not-to-exceed $269,362,223 modification (P00145) to previously awarded contract FA8611-08-C-2896 for F119 Engine Sustainment. Work will be performed at East Hartford, Connecticut; Edwards Air Force Base, California; Elmendorf AFB, Alaska; Hickam AFB, Hawaii; Hill AFB, Utah; Langley AFB, Virginia; Nellis AFB, Nevada; Sheppard AFB, Texas; Tinker AFB, Oklahoma and Tyndall AFB, Florida and is expected to be complete by Dec. 31, 2015. Fiscal year 2015 operations and maintenance and Air National Guard funds in the amount of $150,123,242 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity.

Wolf Creek Federal Services, Inc., Anchorage, Alaska, has been awarded a $108,383,456 firm-fixed price, cost-plus-fixed-fee and cost reimbursable contract for range operations support. Contractor will be responsible and accountable for aspects of non-mission support communications for the Eastern Range (ER) and Western Range (WR), and Base Operating Support and Logistics for the ER. Work will be performed at Patrick Air Force Base, Florida; Cape Canaveral Air Force Station, Florida and Ascension Auxiliary Airfield, and is expected to be complete by Sept. 30, 2020. This award is the result of a competitive acquisition with eight offers received. Fiscal year 2015 operations and maintenance funds in the amount of $327,196 are being obligated at the time of award. The 45th Contracting Squadron, Patrick AFB, Florida, is the contracting activity (FA2521-15-C-0063).

AAR Parts Trading, INC, doing business under AAR Defense Systems and Logistics, Wood Dale, Illinois, has been awarded a $72,138,793 indefinite-delivery/indefinite-quantity contract for C-130H Contractor Logistic Support for the Afghanistan Air Force. Contractor will provide CLS for four C-130H aircraft, to include maintenance, repair and engineering support. Work will be performed at Kabul, Afghanistan, and is expected to be complete by July 30, 2020. This contract is 100-percent foreign military sales and is the result of a competitive acquisition with one offer received. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. (FA8553-15-D-0001)

Lockheed Martin Space Systems Co., Sunnyvale, California, has been awarded a $53,505,013 modification (P00680) for Advanced Extremely High Frequency system capability augmentation. Contractor will provide mission planning functionality to support the AEHF transition from initial operational capability to full operational capability. Work will be performed at Sunnyvale, California, and is expected to be complete by June 30, 2017. Fiscal year 2015 research, development, test and evaluation funds in the amount of $30,824,748 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. (F04701-02-C-0002)

Lockheed Martin Space Systems Co., Sunnyvale, California, has been awarded a $31,802,865 modification (P00665) for Advanced Extremely High Frequency Mission Control Segment technical refresh. Contractor will provide technical refresh of obsolete hardware and software of the AEHF mission control segment to support the post-initial operational capability transition to sustainment. Work will be performed at Los Angeles, California; Colorado Springs, Colorado; and Philadelphia, Pennsylvania, and is expected to be complete by June 30, 2017. Fiscal year 2015 research, development, test and evaluation funds in the amount of $31,802,865 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. (F04701-02-C-0002)

L-3 Communications, Waco, Texas, has been awarded a $21,716,654 modification P00023 for C-27J Australia Sustainment. Contractor will provide outside the contiguous United States contractor logistics support, program management office support and contiguous United States contractor logistics support. Work will be performed at Richmond Air Base, Australia, and Waco, Texas, and is expected to be complete by Dec. 31, 2016. This contract involves foreign military sales. Air Force Life Cycle Management Center/WLJK, Wright-Patterson Air Force Base, is the contracting activity. (FA8625-13-C-6597)

ARMY

BAE Systems Land & Armaments LP, York, Pennsylvania was awarded an $110,406,756 modification (P00002) to contract W56HZV-14-C-0298 for 36 M88A2 Heavy Equipment Recovery Combat Utility Lift Evacuation System (HERCULES) vehicles and spares. Work will be performed in York, Pennsylvania with an estimated completion date of Aug. 31, 2018. Fiscal 2015 other procurement (Army) funds in the amount of $110,406,756 were obligated at the time of the award. Army Contracting Command, Warren, Michigan is the contracting activity.

SOS-International, Reston, Virginia was awarded a $100,000,000 firm-fixed-price incrementally funded contract with options for base life support, Camp Taji, Iraq. Work will be performed in Iraq withDepartment of the Army an estimated completion date of June 30, 2018. One bid was solicited with one received. Fiscal 2015 operations and maintenance (Army) funds in the amount of $46,019,990 were obligated at the time of the award. Army Contracting Command, Kuwait, APO AE is the contracting activity (W56KGZ-15-C-4005).

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $79,680,022 modification (P00235) to foreign military sales contract W58RGZ-12-C-0008 (Tunisia) for four modified UH60M Black Hawk helicopters. Work will be performed in West Palm Beach, Florida with an estimated completion date of June 30, 2019. Fiscal 2015 other procurement funds up to 50% of the announced amount are available under an undefinitized contract action. Army Contracting Command, Redstone Arsenal is the contracting activity.

Sundt Corp., Tempe, Arizona was awarded a $56,299,513 firm-fixed-price contract for barracks demolition and new barracks construction at the Presidio of Monterey, California with an estimated completion date of March 16, 2018. Bids were solicited via the internet with thirteen received. Fiscal 2011 military construction funds in the amount of $ 56,299,513 were obligated at the time of the award. Army Corps of Engineers, Sacramento, California is the contracting activity (W91238-15-C-0007).

Peckham Vocational Industries, Lansing, Michigan was awarded a $19,961,563 modification (0015) to contract W56HZV-12-D-0064 to clean and repair unserviceable, but economically repairable Organizational Clothing and Individual Equipment (OCIE) for the Regional Logistics Support Center (RLSC) Program – Northeast Region. Funding and work location will be determined with each order with an estimated completion date of May 31, 2016. Army Contracting Command, Warren, Michigan is the contracting activity.

C Martin Co., Inc.,* North Las Vegas, Nevada was awarded a $17,910,365 firm-fixed-price incrementally funded contract for base operations and maintenance service for the Departement of Public Works, Dugway Proving Ground, Utah with an estimated completion date of July 1, 2016. Once bid was solicited with one received. Fiscal 2015 operations and maintenance (Army) funds in the amount of $12,094,040 were obligated at the time of the award. Army Contracting Command, Dugway Proving Ground, Utah is the contracting activity (W911S6-15-C-0002).

Twisted Pair Solutions, Inc. Seattle, Washington was awarded a $13,750,000 modification (P00003) to contract W56HZV-14-C-0025 for voice interoperable software and maintenance and associated licenses. Work will be performed in Seattle, Washington with an estimated completion date of June 29, 2016. Fiscal 2014/2015 research, development, testing and evaluation funds in the amount of $13,750,000 were obligated at the time of the award. Army Contracting Command Warren, Michigan is the contracting activity.

Lockheed Martin Corp., Orlando, Florida was awarded a $9,733,000 fixed-price-incentive foreign military sales contract (Saudi Arabia) to procure modernized target acquisition designation sights and post production support of the pilot night vision sensor for AH-64E helicopters. Work will be performed in Orlando, Florida with an estimated completion date of June 30, 2020. Bids were solicited via the internet with one received. Fiscal 2015 other procurement funds in the amount of $2,936,857 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama is the contracting activity (W58RGZ-15-C-0008).

Mission Essential Personnel, New Albany, Ohio was awarded a $9,672,838 modification (P00005) to contract W560MY-15-C-0003 for intelligence support and ISR within Afghanistan with an estimated completion date of Jan 9, 2016. Fiscal 2015 operations and maintenance (Army) funds in the amount of $9,672,838 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois is the contracting activity.

Sunrise Beach Corp. (dba M2 services Corp.)*, McKinney, Texas was awarded a $9,652,470 modification (P00021) to contract W58RGZ-13-C-0079 for daily field and sustainment maintenance for helicopters, wheeled and tracked vehicles, aviation ground support equipment, communications equipment, and government property at Ft. Hood, Texas with an estimated completion date of June 30, 2016. Fiscal 2015 operations and maintenance (Army) funds in the amount of $2,891,629 were obligated at the time of the award. Army Contracting Command Redstone Arsenal, Alabama is the contracting activity.

L-3 National Security Solutions, Inc., Reston, Virginia was awarded a $7,705,643 modification (P00003) to contract W52P1J-15-C-0002 for intelligence, surveillance, and reconnaissance support for ISAF. Work will be performed in Afghanistan with an estimated completion date of Jan. 9, 2016. Fiscal 2015 operations and maintenance (Army) funds in the amount of $7,705,643 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Metals USA/i-Solutions Group, Fort Washington, Pennsylvania, has been awarded a maximum $90,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity prime vendor contract for metals, metal products and incidental services for the West region of the United States. This was a competitive acquisition contract with four responses received. This is a five-year base contract without option years. Location of performance is Pennsylvania, with a June 28, 2020, performance completion date. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2015 through fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E5-15-D-0024).

CORRECTION: The contract announced June 8, 2015, for Metals USA, Fort Washington, Pennsylvania, (SPE8E5-15-D-0015), was awarded using the wrong contract number. The correct contract number is SPE8E5-15-D-0018.

NAVY

DZSP 21 LLC, Hagatna, Guam, is being awarded a $42,274,735 cost-plus-fixed-fee contract for base operations support services at Joint Region Marianas, Guam. The work to be performed provides for facility support and base operating support for the following services: management and administration, port operations, ordnance, material management, facility management, facility investment, electrical, wastewater, steam, water, base support vehicles and equipment, and environmental. The maximum dollar value including the base period and six-month option is $85,266,729. Work will be performed in600px-US-DeptOfNavy-Seal.svg various locations on the island of Guam and is expected to be completed by June 2016. Fiscal 2015 and 2016 working capital funds (Navy); fiscal 2015 and 2016 operation and maintenance (Navy); fiscal 2015 family housing operation and maintenance (Navy); fiscal 2015 operation and maintenance (Air Force); fiscal 2015 operation and maintenance (Air National Guard); fiscal 2015 and 2016 transportation working capital funds; fiscal 2015 operation and maintenance (Army); fiscal 2015 health program funds (Defense); fiscal 2015 and 2016 working capital funds (Defense); fiscal 2016 operation and maintenance (Defense agencies); fiscal 2015 and 2016 Defense commissary agency account funds; and fiscal 2015 homeland security, (Coast Guard) contract funds in the amount of $42,274,735 are obligated on this award; of which $39,387,488 will expire at the end of the current fiscal year and $2,887,247 is subject to the availability of funds for the next fiscal year. This contract was issued under the authority of 10 U.S.C. 2304(c)(1) and Federal Acquisition Regulation 6.302-1 – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-15-C-1160).

Walsh Construction Co., Chicago, Illinois, is being awarded a $34,496,000 firm-fixed-price contract for repair and renovation of a fire station and ship services support facility, Building 435 at Naval Base Kitsap (NBK) Bremerton. The work to be performed provides for repair and construction for seismic upgrades and renovation. The project will be a design-bid-build seismic retrofit which joins two building sections, replacement of third floor timber framing with steel framing, addition of concrete shear walls at the building perimeter, replacement of roof diaphragms, improvements for the roof and floor diaphragm connections, and installation of ties at the connection of unreinforced masonry. The contract also contains three unexercised options, which if exercised would increase cumulative contract value to $34,626,407. Work will be performed in Bremerton, Washington, and is expected to be completed by May 2017. Fiscal 2015 operation and maintenance, (Navy) contract funds in the amount of $34,496,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-15-C-6004).

Baldi Bros., Inc., Beaumont, California, is being awarded $14,887,712 for firm-fixed-price task order 0003 under a previously awarded multiple award construction contract (N62473-14-D-0043) for design and construction to repair airfield pavements runway 08/26 and the construction of a high temperature concrete vertical landing pad at Naval Air Weapons Station, China Lake. The work to be performed provides for design and construction for runway pavements, supporting pavements, arresting gear foundations, and a high temperature concrete vertical landing pad. The work includes removing airfield markings, demolishing pavements, concrete pavement patches, arresting gear foundations, Fresnel Lens Optical Landing System cart foundation, constructing light systems, applying pavement markings, and placing dust palliative. For the high temperature concrete vertical landing pad, work includes installing high strength steel reinforcement, and placing and curing high temperature concrete pavement. Work will be performed in Ridgecrest, California, and is expected to be completed by November 2016. Fiscal 2015 operation and maintenance, (Navy) contract funds in the amount of $14,887,712 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

The Boeing Co., Seattle, Washington, is being awarded $14,083,402 for cost-plus-fixed-fee delivery order 3060 against a previously issued basic ordering agreement (N00019-11-G-0001) for the development and definition of system requirements for the P-8A Multi-mission Maritime Aircraft Increment 3 Capabilities Integration System Requirements Review Systems Engineering Technical Review event. Work will be performed in Seattle, Washington (92 percent), Huntington Beach, California (7 percent); and St. Louis, Missouri (1 percent), and is expected to be completed in June 2016. Fiscal 2014 and 2015 research develop, test and evaluation (Navy) funds in the amount $5,166,879 will be obligated at time of award; $166,879 of which expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

JSL Technologies, Inc.,* Oxnard, California, is being awarded an $11,458,686 modification to previously awarded contract (N63394-14-C-0007) to extend the period of performance for the accomplishment of engineering support services for the Land Attack Combat and Weapons Systems. This contract modification provides for continuation of services in anticipation of award of a follow-on competitive contract in Seaport-Enhanced in December 2016. The services include engineering and software development for shipboard and shore-based systems; installation check-out procedures; test and evaluation support of combat and weapons systems; ship alteration upgrade for Tomahawk Weapon System; and program support. Work will be performed in Port Hueneme, California (75 percent); San Diego, California (5 percent); Washington D.C. (4 percent); Seattle, Washington (3 percent); Norfolk, Virginia (1 percent); Salt Lake, Utah (1 percent); Philadelphia, Pennsylvania (1 percent); Corona, California (1 percent); Wallops Island, Virginia (1 percent); Bath, Maine (1 percent); Honolulu, Hawaii (1 percent); Jacksonville, Florida (1 percent); Mayport, Florida (1 percent); Keyport, Washington (1 percent); Kings Bay, Georgia (1 percent); Europe (1 percent); Bahrain (1 percent) and is expected to be completed by December 2016. Fiscal 2015 operations and maintenance (Navy); fiscal 2015 research, development, test and evaluation; fiscal 2015 other procurement (Navy); fiscal 2015 working capital funds (Navy); fiscal 2015 weapons procurement (Navy); and fiscal 2015 foreign military sales funding in the amount of $1,999,780 is being obligated at time of award. Contract funds in the amount of $1,116,755 will expire at the end of the current fiscal year. Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity.

AAI Corp., Hunt Valley, Maryland, is being awarded a $10,966,798 modification to previously awarded contract (N00024-14-C-6322) to exercise options for engineering services for the Unmanned Influence Sweep System (UISS) program. The UISS is one of the systems, which will allow the Littoral Combat Ship to perform its mine warfare sweep mission. UISS will target acoustic, magnetic, and magnetic/acoustic combination mine types only. The UISS Program will satisfy the U.S. Navy’s need for a rapid, wide-area coverage mine clearance capability, required to neutralize magnetic/acoustic influence mines. UISS seeks to provide a high area coverage rate in a small, lightweight package with minimal impact on the host platform. Work will be performed in Hunt Valley, Maryland (72 percent); Slidell, Louisiana (24 percent); Hauppauge, New York (2 percent); Columbia, Maryland (1 percent), and Lemont Furnace, Pennsylvania (1 percent), and is expected to be completed by December 2016. Fiscal 2015 research and development funding in the amount of $1,300,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Robertson Fuel Systems, LLC, Tempe, Arizona, is being awarded a $10,002,302 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0097) to exercise an option for the procurement of one Mission Auxiliary Fuel Tank Systems (MATS); 11 MATS middle accessory hardware packages; and four MATS rapid ground refueling forward tank packages for the MV-22 Osprey aircraft. Work will be performed in Tempe, Arizona and is expected to be completed in July 2016. Fiscal 2014 aircraft procurement (Navy) and fiscal 2015 aircraft procurement funds (Air Force) in the amount of $10,002,302 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

L-3 Communications, Leesburg, New Jersey, is being awarded a $7,565,000 modification to previously awarded contract (N00024-12-C-4232) for the production of the first two shipsets of the Hybrid Electric Drive (HED) Electric Propulsion System (EPS) for DDG 51 class ships, as well as engineering services and associated provisioning items. L-3 Communications will develop and provide a fully integrated DDG 51 HED EPS, suitable for backfit application that meets the physical, functional and performance requirements suitable for installation on the DDG 51 Class Flight IIA ships. The HED EPS will provide an additional propulsion option at low speeds, resulting in less fuel consumption than currently possible with the existing installed equipment. Work will be performed in Mankato, Minnesota (51 percent), Zamudio, Spain (30 percent), Leesburg Virginia (19 percent), and is expected to be completed by July 2016. Fiscal 2015 research, development, test, and evaluation and other procurement (Navy) contract funds in the amount of $7,565,000 will be obligated at the time and award, and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia is the contracting activity.

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

Innovative Defense Technologies (IDT), LLC, Arlington, Virginia, is being awarded a ceiling $9,986,249 indefinite-delivery/indefinite-quantity contract to develop and implement the Automated Test and Re-Test (ATRT) tool as an innovative approach for automated testing, data analysis and requirements verification for Ballistic Missile Defense Systems. IDT will use the ATRT technology and tool suite to apply automation to the integration and test of software based systems. The ATRT Phase III development work will leverage current ATRT capability and the initial technology developed under SBIR Phase I and baseline Phase II programs. A task order in the amount of $50,000 is being issued. The work will be performed in Arlington, Virginia and Mt. Laurel, New Jersey. The ordering period is from June 25, 2015 through June 24, 2018. This contract was competitively procured in accordance with the SBIR Program Policy Directive. Fiscal year 2015 research, development, test and evaluation funds in the amount of $50,000 are being obligated on this award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-15-D-7001) (Awarded June 26, 2015).

AIR FORCE

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded an $119,200,000 cost-plus-fixed-fee, undefinitized contract action for contractor logistics support. Contractor will provide CLS for the Iraq F-16 program. Work will be performed at Balad Air Base, Iraq,356px-Seal_of_the_US_Air_Force.svg with ongoing CLS support activity in Tucson, Arizona; Fort Worth, Texas; and Greenville, South Carolina, and is expected to be complete by Aug. 31, 2016. This contract is 100-percent foreign military sales. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (FA8615-12-C-6012)

Massachusetts Institute of Technology, Cambridge, Massachusetts, has been awarded a $7,136,232 cost-reimbursement contract for research and development in transparent computing. Contractor will conduct research to develop novel tagging and tracking approaches for establishing the causal relationships among activities across an enterprise environment, particularly focused on distinguishing between the “low and slow” Advance Persistent Threat (APT) and regular user and system activities. Work will be performed at Cambridge, Massachusetts, and is expected to be complete by Aug. 30, 2019. This award is the result of a competitive acquisition with 51 offers received. Fiscal year 2015 research, development, test and evaluation funds in the amount of $466,554 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (FA8650-15-C-7564)

Department of the ArmyARMY

Caterpillar Defense & Federal Products, Mossville, Illinois was awarded a $38,450,957 order dependent contract for parts, technical support, and supply chain management for rebuilding Caterpillar engines installed in the Family of Medium Tactical Vehicle (FMTV), Mine Resistant Ambush Protected (MRAP), Heavy Expanded Mobility Tactical Truck (HEMTT), and Heavy Equipment Transporter (HET). Funding and work location will be determined with each order with an estimated completion date of June 28, 2020. Bids were solicited via the internet with one received. Army Contracting Command, Red River Army Depot, Texarkana, Texas is the contracting activity (W911RQ-15-D-0006).

Northrop Grumman Systems Corp., Linthicum Heights, Maryland was awarded a $34,521,134 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for system support for the Vehicle and Dismount Exploitation Radar. Funding and work location will be determined with each order with an estimated completion date of June 28, 2018. One bid was solicited with one received. Army Contracting Command, Aberdeen, Maryland is the contracting activity (W56KGY-15-D-0004).

Boeing Co., Mesa, Arizona was awarded a $15,340,002 modification (0020) to contract W58RGZ-14-G-0005 for 1,060 Apache Weapons System main rotor strap pack assemblies. Work will be performed in Mesa, Arizona with an estimated completion date of Oct. 31, 2017. Fiscal 2015 other procurement funds in the amount of $15,340,002 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama is the contracting activity.

General Dynamics C4S, Orlando, Florida was awarded an $8,730,370 cost-plus-fixed-fee contract with options for the Intelligence & Electronic Warfare Tactical Proficiency Trainer. Work will be performed in Orlando, Florida with an estimated completion date of Dec. 31, 2016. One bid was solicited with one received. Fiscal 2015 research, development, test and engineering funds in the amount of $4,668,383 were obligated at the time of the award. Army PEO Simulation, Training and Instrumentation, Orlando, Florida is the contracting activity (W900KK-15-C-0019).

Booz Allen Hamilton was awarded a $6,572,740 modification (004203) to contract W81XWH-08-D-0025 for programmatic support to the patient safety program. Work will be performed in Falls Church, Virginia with an estimated completion date of June 30, 2017. Fiscal 2015 operations and maintenance (Army) funds in the amount of $6,572,740 were obligated at the time of the award. Army Medical Research Acquisition Activity Frederick, Maryland is the contracting activity.

DEFENSE LOGISTICS AGENCY

Barr Laboratories, Inc, North Wales, Pennsylvania, has been awarded a maximum $33,345,134 modification (P00002) exercising the first one-year option period of a one-year base contract (SPM2DP-15-D-0001) with four one-year option periods for vaccines for military recruitment activities. This is a firm-fixed-price contract. Locations of performance are Pennsylvania and Virginia, with a Dec. 31, 2016, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Food Service Inc,* Mount Vernon, Washington, has been awarded a maximum $31,704,659 fixed-price, with economic price adjustment contract for prime vendor food and beverage support for customers on Okinawa, Japan. This was a sole source contract using justification 10 U.S.C 2304 (c)(1). This is an eight-month bridge contract. Locations of performance are Washington and Japan, with a Feb. 10, 2016, performance completion date. Using services are Army, Navy, Air Force, Marine Corps, DoD and non-DoD customers. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-15-D-4010).

600px-US-DeptOfNavy-Seal.svgNAVY

Airtec Inc.,* California, Maryland, is being awarded an $80,661,914 modification against a previously issued firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N68335-14-D-0030) for intelligence, surveillance, and reconnaissance (ISR) services in support of the U.S. Southern Command. The contractor will provide ISR services utilizing a contractor-owned, contractor-operated Bombardier DHC-8/200 multi-sensor aircraft, with government-furnished property previously installed on the aircraft. Work will be performed in Bogota, Columbia (90 percent); and California, Maryland (10 percent), and is expected to be completed in September 2018. No funds will be obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity

PoleZero Corp., West Chester, Ohio, is being awarded a $72,088,652 indefinite-delivery/indefinite-quantity contract for a maximum of 118 ultra high-frequency antenna interface units and 177 very/ultra high-frequency units and their associated communication tray assemblies for Lots 6, 7, and 8 in support of the Navy and the government of Australia P-8A program. Work will be performed in West Chester, Ohio, and is expected to be completed in June 2018. This contract combines purchases for the Navy ($57,670,921; 80 percent); and the government of Australia ($14,417,731; 20 percent), under a memorandum of agreement. Fiscal 2015 aircraft procurement (Navy) and cooperative partner (Australia) funds in the amount of $15,748,101 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S.C 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-15-D-0024).

The Analytic Sciences Corp. Inc., Andover, Massachusetts, is being awarded a $35,445,651 cost-plus-fixed-fee contract for radar engineering and logistics services in support of Naval Surface Warfare Center, Port Hueneme Division, Ship Defense and Expeditionary Warfare Department, Virginia Beach Detachment. The services include provide in-service engineering and acquisition engineering; integrated logistics support; software support; installation services, support, and coordination; programmatic and project management support; and staging facility support. This contract includes options which, if exercised, would bring the cumulative value of this contract to $53,151,290. This contract combines purchases for the Navy (99 percent), and the governments of Taiwan, Poland and Korea (1 percent) under the Foreign Military Sales program. Work will be performed in Virginia Beach, Virginia (60 percent); San Diego, California (10 percent); Bremerton, Washington (10 percent), Honolulu, Hawaii (10 percent); Newport, Rhode Island (9 percent); and ports outside of the U.S. (1 percent), and is expected to be completed by April 2016. Fiscal 2015 other procurement (Navy); fiscal 2015 shipbuilding and conversion (Navy), fiscal 2015 research, development, test, and evaluation; and fiscal 2015 operations and maintenance (Navy) funding in the amount of $3,555,777 will be obligated at time of award, and funds in the amount of $282,000 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-1(a)(2)(iii)(B). The Naval Surface Warfare Center-Port Hueneme Division, Port Hueneme, California, is the contracting activity (N63394-15-C-0012).

Solpac Construction Inc., doing business as Soltek Pacific Construction Co., San Diego, California, is being awarded firm-fixed-price $20,219,000 for task order 0007 under a previously awarded multiple award construction contract (N62473-10-D-5411) for construction of the operational training facility to accommodate the F-35C Joint Strike Fighter aircraft training requirements at Naval Air Station, Lemoore. The work to be performed provides for construction of a multi-story, steel framed, and reinforced concrete masonry unit operational training facility with pile foundations to house full mission simulators. Facility standards for the operational training facility will be built for a special access program including the full mission simulators, classrooms, briefing rooms, storage, and maintenance areas, personnel support spaces, and administrative spaces. The task order also contains four unexercised options and one planned modification, which if exercised would increase the cumulative task order value to $20,986,244. Work will be performed in Lemoore, California, and is expected to be completed by October 2016. Fiscal 2015 military construction (Navy) contract funds in the amount of $20,219,000 are being obligated on this award and will not expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

General Dynamics, National Steel and Shipbuilding Co., San Diego, California, is being awarded a $12,999,858 modification to previously awarded contract N00024-14-C-2409 for additional LX(R) Amphibious Ship Replacement Program early industry involvement for preliminary design efforts. The tasking may include efforts related to systems engineering, marine engineering, naval architecture, cost estimating and computer modeling. The early industry involvement contracts will enable the shipyards to investigate ship designs and production cost reduction opportunities and to participate in the preliminary design evolution and reviews. Input from the shipyards will help the Government refine its analysis and produce sound design products and cost estimation relationships. Work will be performed in San Diego, California (67 percent); Bath, Maine (12 percent); Iron Mountain, Michigan (9 percent); Milwaukee, Wisconsin (9 percent);, and Pittsfield, Massachusetts (3 percent), and is expected to be completed by September 2016. Fiscal 2015 research, development, test and evaluation funding in the amount of $1,000,000 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

DEFENSE INTELLIGENCE AGENCY

Parsons Government Services Inc., Huntsville, Alabama, is being awarded a ceiling $68,845,081 indefinite-delivery/indefinite-quantity contract with a five-year ordering period. The contract providesDefense Intelligence Agency scientific and technical support to the Defense Intelligence Agency’s Missile and Space Intelligence Center. Work will be performed at Redstone Arsenal, Alabama, with an expected completion date of June 25, 2020. The acquisition was solicited on the basis of full and open competition, and two bids were received. Funding will be obligated on individual task orders with the initial task order scheduled to be awarded July 7, 2015, at an estimated ceiling price of $1,300,000. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity (HHM402-15-D-0007).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

BAE Systems Technology Solutions and Services, Rockville, Maryland, has been awarded a $46,260,277 modification (P00475) to exercise the option on previously awarded contract FA2517-06-C-8001. Contractor will provide management, operation, maintenance and logistical support to the Solid State Phased Array Radar Systems. Work will be performed at Beale Air Force Base, California; Cape Cod Air Force Station, Massachusetts; Clear Air Force Station, Alaska; Thule Air Base, Greenland; and Royal Air Force Fylingdales, United Kingdom, and is expected to be complete by Aug. 31, 2016. Fiscal 2015 operations and maintenance funds in the amount of $46,260,277 are being obligated at the time of award. 21st Contracting Squadron, Peterson Air Force Base, Colorado, is the contracting activity.

ARCTEC Alaska JV, Joint Base Elmendorf-Richardson, Alaska, has been awarded a $38,855,052 modification (P00007) to previously awarded contract FA5215-C-04-0018. Contractor will provide for the operation and maintenance of the Alaska Radar System. Work will be performed at Joint Base Elmendorf-Richardson, Alaska (plus 15 remote radar sites in Alaska), and is expected to be complete by Sept. 28, 2016. Fiscal 2015 operations and maintenance funds in the amount of $38,855,052 are being obligated at the time of award. The 766th Specialized Contracting Squadron, Joint Base Elmendorf-Richardson, Alaska, is the contracting activity.

Aircraft Engineering and Installation Services Inc., Orlando, Florida, has been awarded a $28,593,344 firm-fixed-price, cost-reimbursable, no fee travel contract for the C-130 electronic propeller control system. Contractor will provide manufacture, integration and installation of the C-130 electronic propeller control system on 48 Air Force Reserve Command C-130H aircraft, and modify 25 spare Quick Engine Change (QEC) kits. Work will be performed at Orlando, Florida, and is expected to be complete by May 31, 2016. This award is the result of a competitive acquisition with nine offers received. Fiscal 2013 and 2014 National Guard and Reserve Equipment Account funds in the amount of $28,593,344 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8504-C-0008).

Lockheed Martin Corp., Colorado Springs, Colorado, has been awarded a $20,498,256 firm-fixed-price, cost-plus-fix-fee and cost reimbursable contract. Contractor will provide South Korean Defense Intelligence Command with follow-on support for aircraft equipped with imagery sensors, communication system and associated ground support; and multiple ground stations with extended communication equipment, mission support capabilities, and support equipment. This contract will also provide spare parts, technical manuals and field service representative support. Work will be performed at Colorado Springs, Colorado; and in Seoul, South Korea, and is expected to be complete by June 30, 2017. This contract is 100 percent foreign military sales and is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-15-C-3008).

Northrop Grumman Aerospace Systems, Redondo Beach, California, has been awarded a $16,232,399 modification (P00534) to previously awarded contract F33657-01-C-4600 for engineering and manufacturing development for the Global Hawk system. Contractor will provide the development and integration of software fixes and maintainer graphical user interface tasks into the Global Hawk ground station. This modification builds off of the existing ground station software and corrects reported deficiencies. Work will be performed at San Diego, California, and is expected to be complete by Dec. 30, 2016. Fiscal 2015 reasearch, development, test and evaluation funds in the amount of $13,184,570 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Environmental Abatement Inc., Layton, Utah, has been awarded a not-to-exceed $8,055,975 indefinite-delivery/indefinite-quantity contract for asbestos abatement and remediation services. Contractor will provide asbestos abatement, lead-based paint removal, heavy metal abatement, rodent dropping and animal excrement removal and other abatement activities. Work will be performed at Hill Air Force Base, Utah, and is expected to be complete by June 26, 2020. This award is the result of a competitive acquisition with two offers received. Fiscal 2015 operations and maintenance funds in the amount of $500 are being obligated at the time of award. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8201-15-D-0006).

Lockheed Martin Corp., Lockheed Martin Mission Systems and Training, Orlando, Florida, has been awarded a $6,820,026 modification (P00003) to exercise an option on previously awarded contract FA8519-13-D-0003 for sustainment of the Common Organizational Level Tester (COLT). Work will be performed at Orlando, Florida, and is expected to be complete by Sept. 29, 2016. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

ARMY

Barlovento LLC, Dothan, Alabama, was awarded a $45,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract to the Army Corps of Engineers and Federal Emergency Management Agency disaster response effort for Alabama, Connecticut, Delaware, Florida, Georgia, Louisiana, Maine, Maryland/District of Columbia, Massachusetts, Mississippi, New Hampshire, New600px-US-DeptOfNavy-Seal.svg Jersey, New York, North Carolina, Pennsylvania, Rhode Island, South Carolina, Texas, and Virginia. Funding will be determined with each order with an estimated completion date of May 31, 2020. Bids were solicited via the Internet with seven received. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.

Accenture, Reston, Virginia, was awarded a $21,618,332 modification (D00364) to contract N00104-04-A-ZF12 for a six-month extension for general fund enterprise business systems. Work will be performed in Alexandria, Virginia, with an estimated completion date of Dec. 27, 2015. Fiscal 2015 operations and maintenance (Army) and other procurement (Army) funds in the amount of $15,074,085 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

The Renew Group Inc.,* Lawrence, Kansas, was awarded a $18,583,758 firm-fixed-price multi-year contract for new parking lots and roads, resurfacing existing pavement and repairing tank trails. Work will be performed at Ft. Hood, Texas, with an estimated completion date of June 21, 2017. Bids were solicited via the Internet with three received. Funding will be determined with each order. Army Contracting Command, Ft. Hood, Texas, is the contracting activity (W91151-15-D-0010).

Avon Protection Systems Inc., Cadillac, Michigan, was awarded a $12,123,107 firm-fixed-price multi-year indefinite-delivery/indefinite-quantity contract to procure 11 parts for the M50/M51 Joint Service General Purpose Mask. Funding and work location will be determined with each order with an estimated completion date of Dec. 26, 2018. Bids were solicited via the Internet with one received. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-D-0034).

PRS Newland JV, Sacramento, California, was awarded a $7,182,211 firm-fixed-price contract for a two-mile levee widening and improvement project with construction of a six-foot ramp for levee access for the South Sacramento County Streams Project Flood Damage Reduction Group. Work will be performed in Sacramento, California, with an estimated completion date of Jan. 23, 2017. Bids were solicited via the Internet with four received. Fiscal 2014 other procurement funds in the amount of $7,182,211 were obligated at the time of the award. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-15-C-0008).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Atlantic Aviation Oklahoma City Inc., Oklahoma City, Oklahoma, has been awarded a maximum $28,486,022 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with one response received. This is a four-year base contract. Location of performance is Oklahoma, with a March 31, 2019, performance completion date. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2015 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-15-D-0105).

Star Beverages Inc.,** Shaker Heights, Ohio, has been awarded a maximum $22,962,471 firm-fixed-price contract for carbonated and non-carbonated bag-in-box beverage support for various land and ship customers in the continental U.S., Alaska, Hawaii and Guam. This was a competitive acquisition with four responses received. This is a five-year base contract. Location of performance is Ohio, with a June 27, 2020, performance completion date. Using services are Army, Navy, Air Force, Marine Corps, Coast Guard and non-Department of Defense customers. Type of appropriation is fiscal 2015 through fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-15-D-B300).

Channel Island Beverage Co., doing business as Pepsi Cola Bottling Co., San Diego, San Diego, California, has been awarded a maximum $21,631,872 firm-fixed-price contract for carbonated and non-carbonated bag-in-box beverage support for various land and ship customers in the continental U.S., Alaska, Hawaii and Guam. This was a competitive acquisition with four responses received. This is a five-year base contract. Location of performance is California, with a June 27, 2020, performance completion date. Using services are Army, Navy, Air Force, Marine Corps, Coast Guard and non-Department of Defense customers. Type of appropriation is fiscal 2015 through fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-15-D-B200).

Coca-Cola North America, Atlanta, Georgia, has been awarded a maximum $20,614,266 firm-fixed-price contract for carbonated and non-carbonated bag-in-box beverage support for various land and ship customers in the continental U.S., Alaska, Hawaii and Guam. This was a competitive acquisition with four responses received. This is a five-year base contract. Location of performance is Georgia, with a June 27, 2020, performance completion date. Using services are Army, Navy, Air Force, Marine Corps, Coast Guard and non-Department of Defense customers. Type of appropriation is fiscal 2015 through fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania, (SPE300-15-D-B100).

Aurora Industries LLC,* Camuy, Puerto Rico, has been awarded a maximum $11,824,236 modification (P0004) exercising the second one-year option period of a one-year base contract (SPE1C1-14-D-1068) with three one-year option periods for flame resistant uniforms. This is a firm-fixed-price contract. Location of performance is Puerto Rico, with a June 15, 2016, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Raytheon Integrated Defense Systems, Sudbury, Massachusetts, has been awarded a maximum $10,039,403 firm-fixed-price delivery order (1031) against contract SPRMM1-13-G-1104 for combat weapon system components. This was a sole-source acquisition using the justification that the government does not own the data needed to purchase these items from additional sources. Location of performance is Massachusetts, with a Dec. 22, 2017, performance completion date. Using service is Navy. Type of appropriation is fiscal 2015 through fiscal 2017 Navy working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania.

Rainier Petroleum Corp.,* Seattle, Washington, has been awarded a maximum $10,015,521 fixed-price with economic-price-adjustment contract for marine gas oil. This was a competitive acquisition with five responses received. Locations of performance are Washington and Oregon, with an April 30, 2019, performance completion date. Using services are Army, Navy, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2015 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-15-D-0378). (Awarded on June 25, 2015)

Gate CFV Solutions,*** Sebastian, Florida, has been awarded a maximum $6,511,924 firm-fixed-price contract for carbonated and non-carbonated bag-in-box beverage support for various land and ship customers in the continental U.S., Alaska, Hawaii and Guam. This was a competitive acquisition with four responses received. This is a five-year base contract. Location of performance is Florida, with a June 27, 2020, performance completion date. Using services are Army, Navy, Air Force, Marine Corps, Coast Guard and non-Department of Defense customers. Type of appropriation is fiscal 2015 through fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-15-D-B400).

WASHINGTON HEADQUARTERS SERVICES

Analytic Services Inc., Falls Church, Virginia, is being awarded a $6,999,912 modification (0015) to a previously awarded firm-fixed-price (HQ0034-12-A-0003) to provide the following support to the Office of the Under Secretary of Defense for Acquisition, Technology, and Logistics: medical program support;600px-WHS_Insignia.svg physical program support; planning, programming, budgeting, and executing and financial support; international and interagency strategic relations support; science and technology support; and operations and administrative support. Work will be performed in Arlington, Virginia, with an expected completion date of Dec. 31, 2016. Fiscal 2015 research, development, test, and evaluation funds are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured, with three proposals received. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

 

bmg logo(R)2

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

$
0
0

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

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

FedBizOpps – Procurements

Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756 Kansas City MO 64106

R COMMERCIAL SHRIMP VESSEL CHARTER SERVICE WC-133F-15-RQ-0648SLW 071315 Sharon L. Walker, Phone (816)426-7470, Fax 757-664-3845, Email sharon.walker@noaa.gov The U.S. Department of Commerce (USDOC), National Oceanic Atmospheric and Administration (NOAA), and the National Marine Fisheries Service, Galveston, TX intend to award a Blanket Purchase Order for commercial shrimp charter vessel services (base year and four (4) Option years. The government requires the procurement of vessel services to support multiple Southeast Fisheries Science Center (SEFSC) video electronic monitoring trips aboard commercial shrimp vessels operating in Southwestern Florida waters. Fishery observers will be placed on approximately 15 trips aboard shrimp vessels to monitor smalltooth sawfish interactions. In conjunction with observers, vessels will be equipped with video monitoring hardware and software to600px-US-DeptOfCommerce-Seal.svg determine the feasibility of monitoring smalltooth sawfish bycatch, release mortality, and other shipboard practices aboard shrimp trawl vessels. The objective of this research is to determine the feasibility of monitoring smalltooth sawfish bycatch, release mortality, and other shipboard practices aboard shrimp trawl vessels. In partnership with the shrimp trawl industry, the NOAA Fisheries Service Southeast Fisheries Science Center (SEFSC) propose to conduct a pilot study to test video monitoring hardware and software to determine the feasibility of developing a cost-effective and reliable system of monitoring smalltooth sawfish bycatch, release mortality, and other shipboard practices aboard shrimp trawl vessels. Data on previous interactions (Figure 1) indicates sawfish are primarily captured in the southwest Florida area adjacent to the Florida Keys. Therefore, only vessels currently known to operate in this area and meet specific vessel and electronic capability requirements will be able to participate in the program. Period of Performance: July 1, 2015 through June 30, 2016, with four option years. Location of Work: The work will be conducted in Southwestern Florida.
Shrimp Vessel Requirements:
Vessels must meet the criterion required for electronic monitoring through video camera installation.
Shrimp vessels participating in the project must:
• Shrimp in Southwestern Florida (statistical areas 1-4) for the duration of the project.
• Be equipped with a 110-power conversion system, with backup for electronic system only.
• Be equipped with power take off (PTO) or equivalent winch and equipped for four trawls and one try
net.
• Utilize a vessel between 60 to 80 feet overall length.

The vessel operator shall have a current US Coast Guard Safety Inspection Decal displayed onboard the vessel.
The NAICS code for this action is 114119. Size standard not to exceed $7.5M. This support service is being procured under the guidelines of FAR Part 13, Simplified Acquisition Procedures and Part 12 Commercial Items. The Eastern Acquisition Division (EAD) requires that all contractors doing business with the Acquisition Office must be registered with the Systems for Award Management (SAM). No award can be made unless the vendor is registered in SAM. For additional information and to register in please access the following website:http://www.sam.gov/. In order to register with the SAM and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line athttps://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. The government now requires all contractors submit their Certification and Representation SAM. The SAM website is the single source for vendor data for the Federal Government. Interested parties can provide a quote using the attached solicitation when available and submit it to, Attn: Sharon Walker by fax (757-664-3845) or via email, referencing the RFQ No. by the closing date on the solicitation once posted.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOC/NOAA/CASC/WC-133F-15-RQ-0648SLW/listing.html

OutreachSystems Article Number: 150702/PROCURE/0108 Matching Key Words: video*; produc*; website; business*; commercial?;

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

U–Mission Installation Contracting Command – Knox intends to issue a request for quotations (RFQ) for live aircraft firefighting training W9124D15T0074 071015 James Hurt, 502 624 5777 MICC Center – Fort Knox Solicitation Number:
W9124D-15-T-0074
Notice Type:
Pre-solicitation
Synopsis:

Mission Installation Contracting Command – Knox intends to issue a request for quotations (RFQ) for live aircraft firefighting training. This solicitation will be solicited as unrestricted; all responsible and responsive businesses may submit an offer for consideration. A firm fixed price purchase order will be awarded. NAICS 611519 (Size Standard: $15.0M) applies to this procurement. The RFQ will be posted to the Federal Business Opportunities website at http://www.fbo.gov on or about 29 June 2015 with offers due on or about 20 July 2015. These dates are subject to change. All amendments to the solicitation will be likewise posted on this website. Contractors are cautioned to check the website periodically for amendments. Solicitation mailing list will not be compiled and the RFQ and amendments will not be sent out in paper copy. All documentation can and must be downloaded from the website above. Anticipated award date will be on or about 25 July 2015. All contractors must be registered in the System for Award Management (SAM) at http://www.sam.gov to be eligible for award of a contract. Faxed offers or amendments will not be accepted. All offers must be submitted in writing to James Hurt via email at james.hurt.civ@mail.mil.

199 6th Ave
Bldg 1109 B Ste 256
Ft Knox, KY 40121-5720
Primary Point of Contact:
James Hurt
Contract Specialist
james.hurt.civ@mail.mil
Phone: 502-624-5777
Fax: 502-624-7165

Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/d62051f27e41b92db7292de67b200890

OutreachSystems Article Number: 150702/PROCURE/0137 Matching Key Words: age:state!ky; state!ky;

Department of Education, Contracts & Acquisitions Management, Contracts (All ED Components), 550 12th Street, SW, 7th Floor Washington DC 20202

T — Partners in Progress Video Series OCO-EMS2015-00VS 061115 Gary L. Weaver, Contracting Officer, Phone 202-302-8907, Email Gary.Weaver@ed.gov – This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The solicitation for commercial services is being conducted in conjunction with FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not beUS-DeptOfEducation-Seal.svg issued. Solicitation OCO-EMS2015-00VS is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. The NAICS Code is 512110, Motion Picture and Video Production, and small business size standard is $32.5M.

The firm selected to receive an offer from the Department is required to register in the System for Award Management (SAM) and to maintain active registration during the life of the purchase order. SAM can be accessed at https://www.sam.gov. Firms shall include their DUNS number in their quote. If the firm does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. The firm selected for an offer from the Department will need to provide Offeror Representations and Certifications prior to any award.

PURPOSE/BACKGROUND

The U.S. Department of Education has a requirement for the production of up to (6) short videos, 3 – 4 minutes in length, aimed at teachers and the public.  The Department intends to award a contract with a period of performance of up to 1 year with the first 2 videos due by September 2015 and with the option to purchase up to 4 additional videos by the end of the 1 year contract period.  The intention of the videos is to build on and to complement a series of four existing videos, recently completed, that feature four schools, teachers, principals and students who talked about the impact the Department’s initiatives have had on them. The videos shall provide information on, and encourage support for, the Department’s initiatives and focus on the impact they are having in classrooms all over the country. The videos will mirror the style and tone of the series, and continue to be thoughtful and in documentary style, and will feature interviews with real teachers, principals, students and their families. The Department has already invested considerable time and funds in developing the video treatment, and we are currently in the process of securing the right teachers, principals and students for the next video, which will be filmed in the metropolitan Washington, D.C. area. Secretary Duncan will also have a part. ED wants to build on the existing creative ideas that have been developed so that we can use similar creative concepts for the additional videos, resulting in the same look and feel. Basically ED wants to maintain the consistency of style and approach throughout the video series.

The Department has supported states in their efforts to raise standards for student learning, to improve supports and evaluation for teachers, and to champion technology and data on student progress. The Department has also developed funds and initiatives to support the needs of low-income and vulnerable students, and supported bold new thinking at the state and district levels about how to serve all students better. The videos will feature these and other efforts that have helped to drive and sustain exciting progress for students and teachers in communities throughout the country. The primary audience will be America’s teachers, showing their voices from the field. The viewers will see via interviews with real teachers and educators how they are making a difference for students and the passion they have for their jobs.

QUOTE INSTRUCTIONS

Quoters shall submit a brief narrative that addresses how the contractor plans to meet the requirements stated herein, including how they are prepared to maintain a consistency of style and tone throughout the series (see link below to existing videos in series), as well as the personnel proposed and three references for past projects. Quotes shall provide two to three sample videos via an online link and shall simply identify the lead personnel and the role played.

Offers shall include a firm-fixed-price (FFP) quote to meet the requirement to produce up to six vidoes, 3-4 minutes in length, similar in style to the existing videos in the series.  The price quote should include a FFP for the first 2 videos as well as pricing for up to 4 additional videos.  The first video will only have local Washington, D.C. travel and quotes shall account for this. Should subsequent videos require travel outside of the immediate D.C. area, a Not to Exceed (NTE) contract line item for travel will be used.

EVALUATION CRITERIA

The Government will make an award resulting from this solicitation to the responsible quoter whose quotes conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Evaluation factors other than price, when combined, are more important than price; but offeror’s should nonetheless, submit competitive prices. The Government will not, however, make an award at a significantly higher cost to gain slightly superior technical features. Technical quality will be evaluated based on:

1. Demonstrated Experience Producing videos for specialized audiences and production of videos for, or familiarity with, social issues. Quotes shall include sample videos via an online link (preferred) or DVDs of projects similar in scope, style, tone, size and complexity to ones in the existing series, and performed in the past three years, including references (client name, contact name and phone/email only). Demonstration of past experience in developing videos for groups or government projects in the public interest should be clearly observable.

2. Demonstrated understanding in the brief narrative of the Partners in Progress initiative and how the firm intends to complement, and maintain the look and feel of the existing series.

3. Key Personnel: Quotes shall provide information on the key personnel who will be involved in this project. Include a brief overview of their similar projects, experience, and other qualifications.

REQUIREMENTS

Department staff looks forward to a creative conversation with the individual or firm selected to create the video. The top-line aim of the video is to highlight the impact of Department-driven initiatives as they affect and support teachers, in part by emphasizing the powerful role teachers play in changing their own classroom and the effect they have on student success.

The videos may also feature a few brief remarks from either a Department official and possibly from a local school official or school leader about what the new flexibilities offer the schools. The closing will rely on a narrator, graphics or interview clips, driving home the point that the changes the Department is making today are critical for student success in the future. The Secretary of Education may appear as well. A voice-over narration may not be required because informational cards may be used with the video footage, music and interviews to convey the story. The Department will be able to help identify the educators who would be willing to be on camera to tell their story. The Department will also help to identify the geographic location for shooting the video; will help to identify educators willing to be on camera and discuss the type of teacher who would be best to highlight.

The contractor shall be able to view the past videos on the Department’s website or on YouTube. The timeline would be to complete the videos by the end of the September year 2015.

Other parameters include:

• The project would include concept management, production, and editing and rendering the final video in a format for posting on ED’s YouTube channel at http://www.youtube.com/user/usedgov.

• All videos and graphics must be 508 compliant. Section 508 requires that when Federal agencies develop, procure, maintain, or use electronic and information technology, Federal employees with disabilities have access to and use of information and data that is comparable to the access and use by Federal employees who are not individuals with disabilities, unless an undue burden would be imposed on the agency. A transcript shall be provided for the video. The transcript shall be high quality and free of typos and errors and the transcript file shall be provided in Microsoft Word.

• Work to commence within 3 days of the award and in accordance with the Deputy Assistant Secretary’s schedule, with the final products completed no laterSeptember, 2015. Vendor shall designate a Project Manager possessing the requisite experience for completion of all tasks.

• Vendor shall budget for a kick-off meeting with ED staff, at ED.

• Vendor shall work with ED to understand the creative concept ED has in mind and to offer an approach that is creatively and financially efficient.

• The video will contain a closing sequence with ED attribution graphics (our seal, etc.)

• The vendor shall produce a rough cut of the creative treatment that is discussed for the Department to review and 2 to 3 rounds of comments prior to delivery of the final video product.

• Rough cut versions of each video shall be digitally uploaded to an on-line site or DVDs provided to ED for subsequent review and comment by Department staff.

• A final version of the video shall be digitally posted to the contractor’s website for subsequent download and uploading, hosting and maintenance on ED’s YouTube channel on or within 2 days of final approval by the Government.

• For permanent archival purposes, the contractor shall provide ED with a master DVD of the video as well as a hard drive (w/original video footage) .

Proposed Schedule of Work and Specific Tasks for Partners in Progress Video

a. Kickoff Meeting
Within 3 days after award and with coordination of the DAS schedule, the Contractor shall schedule and meet with the Government in person to discuss the project and any outstanding questions.

b. Creation and Submission of Video Storyline and Treatment Ideas
The Contractor shall utilize the concepts and discussions from the kickoff meeting, to further develop two video treatment ideas that will be presented to the Department within 1 week of kick-off meeting. Within two days after receiving the treatments, the Department will choose the one to proceed with. This may require an additional in-person meeting.

c. Provision of Prototype Video Content
The videos of approximately 3 – 4 minutes shall be produced in final form no later than the end ofSeptember, 2015. An established schedule shall be determined when the creative concepts have been accepted during consultation with the contractor. Regularly established video or teleconference meetings may be established between the Contractor and the Government representative(s) to facilitate discussion of the progress of the video.

Within 3 days after receiving the first draft video, the Government will provide feedback regarding the conceptual design and any required alterations. The contractor shall implement the required modifications and submit a second draft for Government approval. A second round of review will be done by the Government within 4 days.

After receiving the second round of revisions from the Government, the contractor shall produce the final version within the timeframe that will meet the original deadline. The delivery of the video shall be uploaded to a site designated by the Contractor prior to any necessary rounds of review.

d. Production and Delivery of Final Video
Upon receiving prototype video approval from the Government, the Contractor shall, after incorporating the Government’s requested changes, create and deliver the final video. The Contractor shall ensure the video meets the minimum requirements specified by the Government’s webmaster. The government will be able to clarify specific requirements if necessary.

The following sample videos are provided so quoters can see what we have in mind. Note that the Department requires videos that are 3 – 4 minutes in length for this project. Videos in the series can be seen at http://www2.ed.gov/progress/index.html.

PROVISIONS AND CLAUSES

The following FAR and Education Department Acquisition Regulations (EDAR) provisions and clauses shall apply to any resulting contract. FAR clauses are can be viewed at https://www.acquisition.gov/?q-browsefar.    ; Education Department Acquisition Regulation (EDAR) provisions can be reviewed at http://edocket.access.gpo.gov/2011/pdf/2011-4660.pdf.

1. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (MAR 2015)

2. 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (MAY 2015)

3. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2015)

Under 52.212-5, the Contracting Officer has indicated the following clauses as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note).
X (8) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note).
X (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644).
X (16) 52.219-8, Utilization of Small Business Concerns (May 2014) (15 U.S.C. 637(d)(2) and (3)).
X (25) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).
X (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
X (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).
X (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
X (33) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
X (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513).
X (46) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
X (52) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332).

4. FAR 52.232-40 PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)

5. EDAR 3452.224-70 Release of Information Under the Freedom of Information Act (May 2011)

6. EDAR 3452.237-71 Observance of Administrative Closures (May 2011)

7. EDAR 3452.242-73 Accessibility of Meetings, Conferences, and Seminars to Persons with Disabilities (May 2011)

8. Invoice Submission – (A) Payments shall be rendered in accordance with the payments clause(s) of the incorporated contract clause section and with those otherwise specified rated or fixed price amounts. (B) The contractor shall submit invoices electronically as an attachment to a message to Gary.Weaver@ed.gov. The subject area of the message shall contain the contract number (TBD) and invoice number. The electronic copy of the invoice shall be in a format that is supported by Microsoft Office (Microsoft Word or Excel), or Adobe Acrobat (.pdf). (End of Clause)

QUOTE DUE DATE

Please submit clarification questions to Gary.Weaver@ed.gov by June 9, 2015. Quotes are due by 2:00pm, Eastern Standard Time (EST) on June 11, 2015 via email to Gary.Weaver@ed.gov.

Set-Aside: Total Small Business Place of Performance: US URL: https://www.fbo.gov/spg/ED/OCFO/CPO/OCO-EMS2015-00VS/listing.html

OutreachSystems Article Number: 150701/PROCURE/0127 Matching Key Words: video*; edit*; produc*; conference?; seminar?; website; site?; education*; business*; produce?; production?; instruct*; commercial?; documentar*; naics!512110;

600px-US-GeneralServicesAdministration-Seal-Alt.svgGeneral Services Administration, Public Buildings Service (PBS), Acquisition Management Division (4PQ), 77 Forsyth Street, Suite T8 Atlanta GA 30303

99 — Waste Management Services GSA-Reg4-2016 071015 Endya Lemon, Email endya.lemon@gsa.gov THIS IS NOT A SOLICITATION NOTICE

This Sources Sought Notice is to determine the presence of any small businesses capable of satisfying the THIS IS NOT A SOLICITATION NOTICE

This Sources Sought Notice is to determine the presence of any small businesses capable of satisfying the General Services Administration (GSA), Public Building Administration (PBS), Region 4 requirement for Waste Management Services.

North American Industry Classification System (NAICS) code: 562998

BACKGROUND
GSA Region 4 Division of Facilities Management and Services Program is seeking information for potential sources to provide waste disposal (municipal solid waste) and recycling services pick-up at federal buildings located throughout the eight states located in GSA Region 4. The scope of this proposal is not for custodial services within the buildings, only waste and recycling pick-up from the buildings. The following proposed coverage zones are subject to change based on geographic and/or service availabilities:
1) Florida
2) Alabama and Mississippi
3) Georgia
4) Kentucky and Tennessee
5) North Carolina and South Carolina

SMALL BUSINESS DETERMINATION

In order for the Government to set aside any acquisition solely for small business participation there must be a reasonable expectation that two or more capable small business offerors are likely to bid on the contract requirement at a fair market price. Total set-asides cannot be made unless such a reasonable expectation exists. Your response will assist greatly in the formulation of an acquisition strategy that maximizes the participation of small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business or women-owned small business concerns.

VENDOR CAPABILITY
Interested and qualified vendors are encouraged to respond with:
1) A summary of your company’s capabilities including your company’s (not a subcontractor’s) EPA Part B permit number and EPA ID number;
2) A description of your company’s capability to provide the requirements listed above and in conformance with the requirement in FAR Part 52.219-14, Limitations on Subcontracting, that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of your company;
3) Your company’s point of contact, street address, e-mail address, telephone number, DUNS, and Socio-economic status (WOSB, SDVOSB, VOSB, etc.).

All information received in response to this sources sought notice that is marked as proprietary will be handled accordingly.

GOVERNMENT POINT of CONTACT
No phone calls will be accepted.

Email Subject Line should read: Company Name – Is interested in Waste Management Services Requirement (Please attach your interest form)

Responses Due: July 10, 2015, 12:00 pm (EST). Provide information via e-mail to: Endya.Lemon@gsa.gov
Primary Point of Contact:
Endya Lemon
Contract Specialist
E-mail: Endya.Lemon@gsa.gov

DOCUMENTS TO PRINT
1. Draft Statement of Work (SOW)
2. Interest Form

NOTE TO RESPONDERS

Submitting company information does not bind GSA for any future solicitations or contracts resulting from this Sources Sought Notice. No reimbursement will be made for any costs associated with providing information in response to this announcement and/or any follow-up information requests.

URL: https://www.fbo.gov/spg/GSA/PBS/4PCA/GSA-Reg4-2016/listing.html

OutreachSystems Article Number: 150701/PROCURE/0666 Matching Key Words: state!ky;

FedBizOpps – Special Notes

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

R — Producing Programming for Broadcast to Cuba BBG50-R-15-0701OCB 071715 Mary Ann Amps, Email mamps@bbg.gov
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the U.S. Government to contract for any supplies or services whatsoever. BBG is not, at this time, seeking proposals nor will it accept unsolicited proposals. All who respond are advised that the U.S. government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the Interested Party’s expense. Not responding to this RFI does not preclude participation in any future RFP, if one is released.

The BBG is conducting market research in anticipation of a future requirement. BBG is seeking to ascertain if there are firms available who are capable of developing and producing specialized Spanish language multimedia programming specifically designed for broadcast to Cuba. The BBG is most interested in firms that have produced programming for broadcast to Cuba focusing on entrepreneurship (i.e., how to start a business, examples of successful small businesses that have been created through personal initiative, etc.), and profiles of well-known artistic persons or groups living in Cuba, as well as stories that inspire, enlighten, and entertain.

Firms who are interested are requested to respond to this RFI with a comprehensive written “Capabilities Statement,” consisting of an original and two (2) copies, describing their approach to thisBroadcasting Board of Governors Notice. The “Capabilities Statement” should include, at a minimum, the following: 1. Name of the firm; 2. State the business size of the firm (i.e., small, large, etc.); 3. Provide specific examples of the Firm’s successful past performance in developing and producing Spanish language radio and television programming specifically designed for broadcast to Cuba, in the areas of entrepreneurship and/or the performing arts, 4. Clearly describe your ability to provide the aforementioned Spanish language programming, and 5. Provide a listing of current or former clients for whom you have created the aforementioned programming.

All written or courier delivered responses, consisting of original and two (2) copies of the “Capabilities Statement” in response to this RFI notice, must be received by 2:00 p.m., EST, on July 17, 2015 at the Broadcasting Board of Governors, Office of Contracts, Attention: MaryAnn Amps, Office of Cuba Broadcasting, 4201 NW 77th Avenue, Miami, FL 33166. Please be advised that all submissions become Government property and will not be returned. NO telephone or oral responses will be accepted. Those who respond to this Notice will be notified whether their written “Capabilities Statement,” as verified by the BBG, is responsive to this Notice. If it is determined to be in the best interest of the Government, interested and qualified sources responding to this Notice may be requested to provide follow-up information. A determination to compete or not to compete in a future procurement will be based on the responses to this RFI notice, and is solely within the discretion of the Government. This Notice is not a RFP, IFB, or RFQ.

URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-15-0701OCB/listing.html

OutreachSystems Article Number: 150702/SPECIAL/1383 Matching Key Words: naics!512110;

USABID State and Local Purchases

Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/online/vss/AltSelfService

R – Legal Services RFP : 1500000322 Real Estate Appraiser SOL Legal Services RFP : 1500000322 Real Estate Appraisers Board Published On : 7/2/15 Amended On : Closing On : 7/30/15 3:00 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150703/BID/0035 Matching Key Words: age:state!ky; state!ky;

Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/online/vss/AltSelfService

R – Investigative Services RFP : 1500000332 Board Of Spee SOL Investigative Services RFP : 1500000332 Board Of Speech Pathology And Audiology Published On : 7/2/15 Amended On : Closing On : 7/24/15 4:00 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150703/BID/0036 Matching Key Words: age:state!ky; state!ky;

Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/online/vss/AltSelfService

R – Investigative Services RFP : 1500000336 Board Of Occu SOL Investigative Services RFP : 1500000336 Board Of Occupational Therapy Published On : 7/2/15 Amended On : Closing On : 7/24/15 4:00 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150703/BID/0037 Matching Key Words: age:state!ky; state!ky;

Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/online/vss/AltSelfService

R – SEARCH FIRM: SECRETARY CABINET FOR ECONOMIC DEVELOPMENT RFP : 1 SOL SEARCH FIRM: SECRETARY CABINET FOR ECONOMIC DEVELOPMENT RFP : 1500000330 Econ Dev – Office Of The Secretary Published On : 7/1/15 Amended On : Closing On : 7/16/15 4:00 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150703/BID/0039 Matching Key Words: age:state!ky; state!ky;

Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/online/vss/AltSelfService

R – Consulting services RFP : 1500000312 Board of Prosthe SOL Consulting services RFP : 1500000312 Board of Prosthetics, Orthotics and Pedorthics Pro Services Published On : 7/1/15 Amended On : Closing On : 7/14/15 4:00 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150703/BID/0040 Matching Key Words: age:state!ky; state!ky;

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

R – Executive Search Services SOL RFP-3471-0-2016/KBM Due Date: 8/3/2015 3:00 PM Eastern Contact: Kim Henry Executive Search Services For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150703/BID/0320 Matching Key Words: age:state!ky; state!ky;

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

R – Fiscal Agent Services SOL RFP-070115-0-2015/KBM Due Date: 7/31/2015 3:00 PM Eastern Contact: Kim Henry Fiscal Agent Services For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150703/BID/0321 Matching Key Words: age:state!ky; state!ky;

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

T – Printing: JCPS Choices (Guide to Elementary Schools) #7128Bid cl SOL Printing: JCPS Choices (Guide to Elementary Schools) #7128Bid closes @ 11:00 a.m. on July 29, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150703/BID/0327 Matching Key Words: age:state!ky; state!ky;

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

T – Printing: JCPS Choices (Guide to Middle & High Schools) #7129 Bi SOL Printing: JCPS Choices (Guide to Middle & High Schools) #7129 Bid closes @ 3:00 p.m. on July 29, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150703/BID/0328 Matching Key Words: age:state!ky; state!ky;

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

R – List, Mail House and Direct Marketing Services for the Louisville SOL IFB-3469-0-2015/PL Due Date: 7/24/2015 3:00 PM Eastern Contact: Peter Langlois List, Mail House and Direct Marketing Services for the Louisville Zoo For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150702/BID/0232 Matching Key Words: age:state!ky; state!ky;

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

99 – Transfer Tickets SOL RFQ SA-2136 Due Date: Jul 09, 2015 Transfer Tickets For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150702/BID/0234 Matching Key Words: age:state!ky; state!ky;

Other Federal Procurements (Small)

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

T — Audio recording, sound design, concept development & content cre SOL SA3001 Due Date: 6/30/2016 Address: 260 5th Ave. FL8 Contact: Serge Ossortguine Audio recording, sound design, concept development & content creation, platform design, script writing, storyboards, line producing, production, shooting, web design, social media management, logo & branding design, audio, sound design, and music library and composition services. For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150702/SMALL/7293 Matching Key Words: writ*; script?;

Kentucky State Procurement

Louisville Metro Housing Authority , Purchasing Department, 3223 S. 7th Street Road, Louisville, KY 40216

R — Russell Choice Neighborhood Financial Consultant/Advisor – RFP. SOL 1386 DUE 07/28/2015 Wavid Wray (502) 569-4889; Website: http://www.lmha1.org/bid_opportunities/index.php This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150702/KY/4987 Matching Key Words: age:state!ky; state!ky;

Morehead State University , Office of Support Services, Support Services Complex, 606 West Main Street, Morehead, KY 40351

R — Consultant for Executive Searches – Addendum #1. SOL DUE 07/06/2015 Phone: (606) 783-2018, Website: http://www.moreheadstatebids.com/ Proposals are being accepted to establish a contract for assistance in identifying and recruiting prospective candidates for several key positions within the University. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150702/KY/4990 Matching Key Words: age:state!ky; state!ky;

Morehead State University , Office of Support Services, Support Services Complex, 606 West Main Street, Morehead, KY 40351

R — Intercollegiate Athletic Accident Insurance Coverage – Addendum #1. SOL DUE 07/08/2015 Phone: (606) 783-2018, Website: http://www.moreheadstatebids.com/ This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150702/KY/4991 Matching Key Words: age:state!ky; state!ky;

City of Winchester , 32 Wall Street, Winchester, Kentucky 40391

R — Downtown Master Plan. SOL DUE 07/17/2015 Website: http://www.winchesterky.com/index.aspx?NID=891 The City of Winchester, in partnership with Main Street Winchester, a department of the City of Winchester, is accepting proposals to develop and design a Downtown Master Plan. The purpose of this RFP is to provide a fair evaluation for all candidates and to provide the candidates with the evaluation criteria against which they will be chosen. The project will be awarded as a not-to-exceed contract, with a total project budget of $90,000. Proposals will be evaluated using The City of Winchester s procurement guidelines and with respect to the extent to which scope of work and deliverables are satisfied within the stated budget. The City reserves the right to reject any and all proposals. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150702/KY/4994 Matching Key Words: age:state!ky; state!ky;

Kentuckiana Regional Planning and Development Agency , 11520 Commonwealth Drive, Louisville, KY 40299

R — Insurance. SOL DUE 08/24/2015 Website: http://www.kipda.org/Requests_for_Proposals.aspx This Request for Proposals (RFP) has been prepared to solicit alternative quotes for property and casualty and workers’ compensation insurance programs of the Kentuckiana Regional Planning and Development Agency (KIPDA). This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150702/KY/4997 Matching Key Words: age:state!ky; state!ky;

Eastern Kentucky University , Division of Purchases and Stores, Jones Building, Room 213, Richmond, KY 40475

R — Department of Athletics Equity Audit and Consultation Services – Addendum #1. SOL RFP 04-16 DUE 07/15/2015 Phone: (859) 622-2246; Fax: (859) 622-2047; Website: http://purchasing.eku.edu/bids-and-quotes For more information about this opportunity please contact the buyer directly. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150702/KY/5003 Matching Key Words: age:state!ky; state!ky;

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

99 — Basketballs with custom imprinting for the U.S. Army Marketing and Research Group. SOL karen.e.keys.civ@mail.mil Basketballs with custom imprinting for the U.S. Army Marketing and Research Group, Fort Knox, KY W9124D-15-T-0085 070915 Karen Keys, 502/624-6853 karen.e.keys.civ@mail.mil. MICC – Fort Knox intends to issue a request for quote (RFQ) for basketballs, mini personal presentation items (PPI) 897 and 685 for a one time for US Army Marketing and Research Group, Fort Knox, Kentucky. Basketballs shall be 4 inch, (mini) polyurethane (foam) material, equal to amerimac.net item #TJOGC-EYDFZ, color: PMS 166 with two color custom imprinting. Total Qty: 130,000 each. This acquisition shall be unrestricted (full and open). NAICS is 339930. Size standard is 500 employees. All responsible sources may submit a quote which will be considered. The solicitation will post to the Army Single Face to Industry (ASFI) Acquisition Business Web Site located at https://acquisition.army.mil/asfi. Contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. Contractors shall ensure SAM registration is active. The official SAM website is https://www.sam.gov/portal/public/SAM/. Solicitation will be issued on or about 3 July 2015 with quotes due on orDepartment of the Army about 9 July 2015, 2:00 p.m. Fort Knox, KY, (Eastern Time). Please note these dates are subject to change. All amendments to the solicitation will be likewise posted to ASFI. Contractors are cautioned to check this website for amendments. Paper copies of the solicitation (SF 1449) will not be available. Solicitation must be downloaded at the above listed website. All offers/quotes shall be submitted through the Army Single Face to Industry (ASFI) Acquisition Business Web Site located at https://acquisition.army.mil/asfi or mail packaged quotes to MICC- Fort Knox, Bldg 1009B Ste 256, 199 6th Ave, Fort Knox, KY 40121-5720. FAXED or EMAILED WILL NOT BE ACCEPTED. All offers shall be submitted no later than the date and time specified for receipt (see Block 8 on the SF 1449 or the latest issued amendment). Award will be made to the lowest priced, responsive, responsible offer. Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/207a6664aca91feaab2fd326925c9f65 This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150702/KY/5007 Matching Key Words: age:state!ky; state!ky;

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

99 — Bottles, Water (aluminum) with custom imprinted for US Army Marketing and Research Group. SOL karen.e.keys.civ@mail.mil Bottles, Water (aluminum) with custom imprinted for US Army Marketing and Research Group, Fort Knox, KY W9124D-15-T-0083 071015 Karen Keys, 502/624-6853 karen.e.keys.civ@mail.mil. MICC – Fort Knox intends to issue a request for quote (RFQ) for bottles (aluminum) personal presentation items (PPI) 916 and 600B for a one time for US Army Marketing and Research Group, Fort Knox, Kentucky. Bottles, Water (aluminum), color: black, 28 oz. capacity aluminum water bottle with screw on lid. Water bottle is similar in style to http://www.4imprint.com Excursion aluminum sports bottle SKU: 110199. Army logo and text imprinted on the bottom portion of the bottle on both sides. The opening of the bottle must be large enough to allow ice to be added by the user. Total Qty: 83,750 each. This acquisition shall be unrestricted (full and open). NAICS is 332439. Size standard is 500 employees. All responsible sources may submit a quote which will be considered. The solicitation will post to the Army Single Face to Industry (ASFI) Acquisition Business Web Site located at https://acquisition.army.mil/asfi. Contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. Contractors shall ensure SAM registration is active. The official SAM website is https://www.sam.gov/portal/public/SAM/. Solicitation will be issued on or about 3 July 2015 with quotes due on or about 10 July 2015, 2:00 p.m. Fort Knox, KY, (Eastern Time). Please note these dates are subject to change. All amendments to the solicitation will be likewise posted to ASFI. Contractors are cautioned to check this website for amendments. Paper copies of the solicitation (SF 1449) will not be available. Solicitation must be downloaded at the above listed website. All offers/quotes shall be submitted through the Army Single Face to Industry (ASFI) Acquisition Business Web Site located at https://acquisition.army.mil/asfi or mail packaged quotes to MICC – Fort Knox, Bldg 1009B Ste 256, 199 6th Ave, Fort Knox, KY 40121-5720. FAXED or EMAILED WILL NOT BE ACCEPTED. All offers shall be submitted no later than the date and time specified for receipt (see Block 8 on the SF 1449 or the latest issued amendment). Award will be made to the lowest priced, responsive, responsible offer. Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/2d43f83cc9e19508222c25cfd09f3cb8 This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150702/KY/5008 Matching Key Words: age:state!ky; state!ky;

University of Kentucky , Capital Construction Division, Peterson Service Building, Lexington, KY 40506-0005

R — Project # 2425.0 Construction Management Services to Construct Research Building 2 – Addendum #2. SOL UK-1564-16 DUE 07/10/2015 Phone: (859) 257-9100; Website address: http://www.uky.edu/Purchasing/bidlist.htm The University of Kentucky desires the services of an experienced and highly qualified construction management firm to provide FULL SERVICE construction management on the proposed project. The Construction Manager (CM) selected will become a responsible, cooperative and contributing member of the Owner s professional team for the design and construction of the project. The Construction Manager (CM) will provide assistance and advice and provide management services to the Owner and design consultants to assure the project is completed within defined budget, program and schedule. The proposal shall include pricing for all phases as described herein. The ultimate total scope of this project is $265 million, with a total maximum construction budget of approximately $212,000,000 to include costs for Construction Management Services as well as for the award of trade contracts. The initial Phase 1 of this project is $165 million with a maximum construction budget of $131,000,000. This phase will include the construction of the core and shell and fit-out of the research facility to the limits of the budget. The Team awarded this project may be retained for future fit-up as the funds are identified. The construction budget is to include any necessary utility infrastructure work as may be required to support the expanded facility. The contract established for construction management services will be of a pure agency relationship through Phase 4 Bidding, and then convert to a LUMP SUM, AT RISK contract for the construction Phase.The Construction Manager (CM) will not be allowed to self-perform work or bid on any of the proposed work categories. The Construction Manager will hold all construction subcontracts. The CM shall break the trade packages down such that there are no fewer than 15 trade contracts. A Pre-Proposal Conference will be held at the University on Wednesday June 24th, 2015 at 1:30 PM in room 234 of the Biological Pharmaceutical Building. Please see Section 3.3 for additional information. The Scope of Services is further defined in Section 7.0 of this Request for Proposal (RFP). This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150702/KY/5028 Matching Key Words: age:state!ky; state!ky;

Transit Authority of River City (TARC) , 1000 West Broadway, Louisville, KY 40203

T — Transfer Tickets. SOL RFQ SA-2136 DUE 07/09/2015 Website: http://ridetarc.org/about/do-business-with-tarc/current-bid-opportunities/ REQUEST FOR QUOTES. Quotes will be received electronically by Sydney Stowe, Contract Administrator, at sstowe@ridetarc.org until 3:00 p.m. on Thursday, July 9, 2015 for SA-2136 Request for Quotes (RFQ) for Purchase and Delivery of Transfer Tickets. Small, disadvantaged and female owned business enterprises will be afforded full opportunity and are encouraged to submit in response to this Request for Quotes, and will not be discriminated against on the grounds of race, color, creed, sex, or national origin in consideration of an award. Copies of the Request for Quotes may be obtained by contacting Sydney Stowe, Contract Administrator by calling (502) 213-3204 or by e-mail at sstowe@ridetarc.org. TARC reserves the right to accept or reject any and/or all quotes and to waive any informality or technicality in the bidding. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150702/KY/5031 Matching Key Words: age:state!ky; state!ky;

bmg logo(R)2

BMG AD (fv)



BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

DEFENSE INTELLIGENCE AGENCY

American Systems, Chantilly, Virginia (HHM402-15-D-0010); BAE Systems, McLean, Virginia (HHM402-15-D-0011); Blue Canopy, Reston, Virginia (HHM402-15-D-0012); The Boeing Co., Annapolis Junction, Maryland (HHM402-15-D-0013); Booz Allen Hamilton, McLean, Virginia (HHM402-15-D-0014); CACI, Chantilly, Virginia (HHM402-15-D-0015); CGI Federal, Fairfax, Virginia (HHM402-15-D-0016); Computer Sciences Corp., Falls Church, Virginia (HHM402-15-D-0017); D&S Consultants Inc., Eatontown, New Jersey (HHM402-15-D-0018); EIS, Vienna, Virginia (HHM402-15-D-0019); General Dynamics Information Technology, Herndon, Virginia (HHM402-15-D-0020); HP Enterprise Services, Herndon, Virginia (HHM402-15-D-0021); IBM, Reston, Virginia (HHM402-15-D-0022); Intelligent Decisions, Ashburn, Virginia (HHM402-15-D-0023); K Force Government Solutions, Fairfax, Virginia (HHM402-15-D-0024); L3 National Security Solutions, Reston, Virginia (HHM402-15-D-0025); Leidos, Reston, Virginia (HHM402-15-D-0026); Lockheed Martin Corp. Gaithersburg, Maryland (HHM402-15-D-0027); ManTech/WINS, Fairfax, Virginia (HHM402-15-D-0028); Northrop Grumman, Chantilly, Virginia (HHM402-15-D-0029); Pragmatics, Reston, Virginia (HHM402-15-D-0030); Raytheon IIS Group, Dulles, Virginia (HHM402-15-D-0031); Scientific Research Corp., Atlanta, Georgia (HHM402-15-D-0032); Sotera, Herndon, Virginia (HHM402-15-D-0033); SRA International, Fairfax, Virginia (HHM402-15-D-0034); 22nd Century Technologies,* McLean, Virginia (HHM402-15-D-0035); AEEC LLC,* Reston, Virginia (HHM402-15-D-0036); American Technology Solutions International,* Fredericksburg, Virginia (HHM402-15-D-0037); Berico Technologies,* Reston, Virginia (HHM402-15-D-0038); The Buffalo Group,* Reston, Virginia (HHM402-15-D-0039); Convergent Solutions Inc.,* Alexandria, Virginia (HHM402-15-D-0040); Criterion Systems Inc.,* Vienna, Virginia (HHM402-15-D-0041); Cyberspace Solutions,* Reston, Virginia (HHM402-15-Defense Intelligence AgencyD-0042); DAn Solutions Inc.,* McLean, Virginia (HHM402-15-D-0043); DKW Communications,* Washington, District of Columbia (HHM402-15-D-0044); E-Volve Technology Systems,* National Harbor, Maryland (HHM402-15-D-0045); Federated IT,* Washington, District of Columbia (HHM402-15-D-0046); Intrepid Solutions & Services Inc.,* Reston, Virginia  (HHM402-15-D-0047); The Kenjya Group,* Columbia, Maryland (HHM402-15-D-0048); New River Systems,* Sterling, Virginia (HHM402-15-D-0049); OCCAM Solutions,* McLean, Virginia (HHM402-15-D-0050); QVine Corp.,* Reston, Virginia (HHM402-15-D-0051); Red Arch Solutions,* Columbia, Maryland (HHM402-15-D-0052); Riite,* Chantilly, Virginia (HHM402-15-D-0053); Soft Tech Consulting,* Chantilly, Virginia (HHM402-15-D-0054); Trusted Mission Solutions,* McLean, Virginia (HHM402-15-D-0055); Varen Technologies,* Columbia, Maryland (HHM402-15-D-0056); Vykin Corp.,* Tampa, Florida (HHM402-15-D-0057); Xcelerate Solutions,* McLean, Virginia (HHM402-15-D-0058); and Zolon Tech Inc.,* Herndon, Virginia (HHM402-15-D-0059), were awarded an indefinite-delivery/indefinite-quantity, multiple-award contract with a combined ceiling value of $6,000,000,000. The Enhanced Solutions for the Information Technology Enterprise (E-SITE) contract supports information technology requirements across the Defense intelligence enterprise and the greater intelligence community. Work will be performed worldwide with an estimated completion date of July 16, 2020. The E-SITE contract vehicle was solicited on the basis of full and open competition, and 77 proposals were received. After conducting a thorough evaluation based on the request for proposal criteria, contracts are being awarded to 25 large businesses and 25 small businesses.  Each company will be awarded a $500 minimum guarantee and additional funding will be obligated on individual task orders with the initial follow-on task order competitions scheduled this summer. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $106,239,735 cost-plus-fixed-fee contract for engineering, technical, design, configuration management, integrated logistics support, database management, research and development, modernization, and industrial support for Navy submarines.  The contract will support Los Angeles-, Seawolf-, Virginia- and Ohio-class submarines, special mission submersible interfaces and submarine support facilities.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $564,023,324.  Work will be performed in Newport News, Virginia, and is expected to be completed by September 2016.  Fiscal 2015 other procurement (Navy) and fiscal 2015 operations and maintenance (Navy) funding in the amount of $16,921,250 will be obligated at the time of ward.  Funds in the amount of $4,904,112 will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with FAR 6.302-1(a)(2)(iii) – Only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-C-2105).

The Boeing Co., Oklahoma City, Oklahoma, is being awarded a $42,608,960 modification to previously awarded indefinite-delivery/indefinite-quantity contract (N00019-10-D-0017) for logistics support services for the Navy’s C-40A aircraft fleet.  Services to be provided include depot maintenance and operational site support at Naval Air Station (NAS) Jacksonville, Florida; NAS Joint Reserve Base, Fort Worth, Texas; NAS North Island, California; NAS Whidbey Island, Washington; and NAS Oceana, Virginia.  Work will be performed in Jacksonville, Florida (18 percent); Fort Worth, Texas (18 percent); North Island, California (18 percent); Whidbey Island, Washington (18 percent); Oceana, Virginia (18 percent); and Atlanta, Georgia (10 percent), and will be completed in July 2016.  No funding will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity

BAE Systems Norfolk Ship Repair, Norfolk, Virginia, is being awarded a $38,604,037 modification to a previously awarded contract (N00024-11-C-4403) for USS Leyte Gulf (CG-55) fiscal 2015 extended docking selected restricted availability.  An extended docking selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities.  Work will be performed in Norfolk, Virginia, and is expected to be completed by February 2016.  Fiscal 2015 operations and maintenance (Navy) and fiscal 2014 other procurement (Navy) contract funds in the amount of $37,087,876 will be obligated at time of award and will expire at the end of the current fiscal year.  Mid Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity.

Cask Technologies LLC,* San Diego, California, is being awarded a $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for program analytical and technical support for Marine Corps Total Force Information Technology Systems.  Work will be performed in Stafford, Virginia, and work is expected to be completed May 19, 2020.  No funds will be obligated at the time of award. Funds will be obligated as task orders are issued.  This contract was competitively procured among all certified Small Business Administration 8(a) firms via the Federal Business Opportunities website, with four offers received.  The Marine Corps System Command, Quantico, Virginia, is the contracting activity (M67854-15-D-4801).

Cask Technologies LLC,* San Diego, California, is being awarded a $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the business analytics, cost analysis and portfolio support for Marine Corps Total Force Information Technology Systems.  Work will be performed in Stafford, Virginia, and work is expected to be completed May 19, 2020.  No funds will be obligated at the time of award. Funds will be obligated as task orders are issued.  This contract was competitively procured among all certified Small Business Administration 8(a) firms via the Federal Business Opportunities website, with two offers received.  The Marine Corps System Command, Quantico, Virginia, is the contracting activity (M67854-15-D-4803).

Safe Boats International LLC,* Bremerton, Washington, is being awarded a $17,777,307 modification to previously awarded firm-fixed-price contract (N00024-14-C-2230) to exercise an option for the purchase of two MK VI patrol boats.  The option is for the construction and delivery of two MK VI patrol boats (PB) complete with basic boat equipment.  The MK VI PB is the Navy’s next generation patrol boat and will become a part of the Navy Expeditionary Combat Command’s fleet of combatant craft.  The MK VI PB’s mission is to provide operational commanders a capability to patrol shallow littoral areas beyond sheltered harbors and bays, and into less sheltered open water out to the departure sea area for the purpose of force protection of friendly and coalition forces and critical infrastructure.  Work will be performed in Tacoma, Washington (82 percent); Kent, Washington (7 percent); Wichita, Kansas (6 percent); New Zealand (3 percent); and various locations of less than one percent each, totaling two percent, and is expected to be completed by March 2018.  Fiscal 2015 National Guard and Reserve Equipment Appropriation funding in the amount of $17,777,307 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Huntington Ingalls Inc., Pascagoula, Mississippi, is being awarded a $15,363,387 modification to previously awarded cost-plus-award-fee contract (N00024-12-C-4323) to provide long lead-time material procurement, management services, and incremental level of effort for Ticonderoga-class cruisers.  Huntington Ingalls will provide necessary engineering, technical, planning, ship configuration, data and logistics efforts for both maintenance and modernization.  Work will be performed in Pascagoula, Mississippi, and is expected to be completed by September 2016.  Fiscal 2014 and 2015 operations and maintenance (Navy), and fiscal 2014 and 2015 other procurement (Navy) funding in the amount of $15,335,873 will be obligated at time of award.  Funds in the amount of $14,855,262 will expire at the end of the current fiscal year.  The Supervisor of Shipbuilding, Conversion, and Repair, Gulf Coast, Pascagoula, Mississippi, is the contracting activity.
Northrop Grumman Systems Corp., Annapolis, Maryland, is being awarded a not-to-exceed $14,761,000 value cost-plus-fixed-fee, firm-fixed-price contract for the design, development, fabrication, testing, production and delivery of AN/AQS-24C mine hunting sonar systems.  The purpose of this effort is to meet an urgent operational need for volume search minehunting capability deployed from the MH-53E Sea Dragon helicopter.  The AN/AQS-24C system is a modification to the AN/AQS-24B configuration, providing high-speed capability to detect and classify volume (moored) mines while simultaneously hunting bottom mines, and will be deployed from the MH-53E Sea Dragon helicopter.  The AN/AQS-24C system will integrate ahead-looking topographic large area survey volume search sonar and its associated software into operational AN/AQS-24B systems.  Work will be performed in Annapolis, Maryland (93 percent); Salt Lake City, Utah (5 percent);  Poway, California (1 percent); and Lawrenceville, Georgia (1 percent), and is expected to be completed by Dec. 31,  2016.  Fiscal 2014 research, development, test and evaluation and fiscal 2015 other procurement (Navy) funding in the amount of $7,031,000 will be obligated at time of award.  Contract funds in the amount of $5,139,000 will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with FAR 6.302-1(a)(2)(ii) – only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Sea Systems Command Washington, District of Columbia, is the contracting activity  (N00024-15-C-6320).

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, is being awarded a $12,849,302 modification to previously awarded contract N00024-09-C-5013 for Aegis Platform Systems Engineering Agent (PSEA) activities and Aegis Modernization Advanced Capability Build (ACB) engineering.  The Aegis PSEA manages the in-service combat systems configurations as well as the integration of new or upgraded capability into the CG57 class of ships and the DDG 51 class of ships.  Aegis modernization will provide upgrades to Aegis cruisers and Aegis destroyers, and will be applicable to all Aegis ships with a computer program that is backfit compatible to Baseline 2 cruisers.  Work will be performed in Moorestown, New Jersey (99 percent); Tewksbury, Massachusetts (0.6 percent); and Dahlgren, Virginia (0.4 percent), and work is expected to be completed by March 2016.  No funds are being obligated at time of award.  No funds will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Cianbro Corp., Pittsfield, Maine, is being awarded a $9,127,103 firm-fixed-price contract for repairs to Dry Dock Number 3 pumpwell at the Portsmouth Naval Shipyard.  The work to be performed provides for repairs to the pumpwell structure, including concrete crack sealing to the exterior, underwater surfaces as well as the interior wall, shared with Dry Dock Number 3; repair electrical systems including distribution systems, panels and lighting, repair heating, ventilation and dehumidification systems; repair fire protection and alarms systems, repair the spiral stairs, handrails, doors, partition walls and other elements related to life safety and overhauls and refurbish the main dewatering pumps and incidental related work. Work will be performed in Kittery, Maine, and is expected to be completed by January 2017.  Fiscal 2015 operation and maintenance, (Navy) contract funds in the amount of $9,127,103 are being obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with two proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Public Works Department Maine, Kittery, Maine, is the contracting activity (N40085-15-C-6109).

DEFENSE LOGISTICS AGENCY

Meggitt (Rockmart) Inc., Rockmart, Georgia, has been awarded a maximum $39,814,009 firm-fixed-price delivery order (1001) against basic ordering agreement SPRPA1-15-G-003X for aircraft Defense_Logistics_Agencyfuel cells. This was a sole source acquisition using justification 10 U.S.C. 2304 (c)(1). Location of performance is Georgia, with a July 16, 2020, performance completion date. Using services are Navy and foreign military sales customers in Spain, Finland and Switzerland. Type of appropriation is fiscal 2015 through fiscal 2016 Navy working capital funds, and fiscal 2015 foreign military sales funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Department of the ArmyARMY

Andritz Hydro Corp., Charlotte, North Carolina, was awarded a $12,973,090 firm-fixed-price incrementally funded contract with options to repair the main unit hydropower generators #1 and #2 at the Lower Monumental Dam powerhouse, Kahlotus, Washington, with an estimated completion date of May 30, 2017.  Bids were solicited via the Internet with three received.  Fiscal 2015 other procurement funds in the amount of $250,000 were obligated at the time of the award.  Army Contracting Corps of Engineers, Walla Walla, Washington, is the contracting activity (W912EF-15-C-0019).

*Small business

Howard W. Pence Inc.,* Elizabethtown, Kentucky (W9124D-15-D-0027); T & T Construction Enterprises LLC,* Leitchfield, Kentucky (W9124D-15-D-0028); RL Alvarez Construction LLC,* Clarksville, Tennessee (W9124D-15-D-0034); and Commonwealth Support Services II LLC, Louisville, Kentucky (W9124D-15-D-0035), were awarded a $245,000,000 firm-fixed-price multiple award task order contract for construction, restoration and maintenance of real property. Work will be performed at Ft. Knox, Kentucky, with an estimated completion date of July 15, 2020. Bids were solicited via the Internet with 25 received. Funding will be determined with each order. Army Contracting Command, Ft. Knox, Kentucky, is the contracting activity.

BAE Systems Combat Vehicles, York, Pennsylvania, was awarded a $54,665,000 firm-fixed-price foreign military sales contract (Brazil) to upgrade 236 Brazilian M113 armored personnel carriers. Work will be performed in Minneapolis and Hopkins, Minnesota; Santa Clara, California; and Emporia, Kansas, with an estimated completion date of Dec. 31, 2018. One bid was solicitedDepartment of the Army with one received. Fiscal 2014 other procurement funds in the amount of $35,905,341 were obligated at the time of the award. Army Contracting Command, Warren, Michigan is the contracting activity (W56HZV-15-C-0150).

Management Consulting Inc., Virginia Beach, Virginia, was awarded a $25,079,661 firm-fixed-price contract for “indirect” contractor support for aircraft and aircraft components production support, Corpus Christi Army Depot, Corpus Christi, Texas, with an estimated completion date of Sept. 30, 2018. Bids were solicited via the Internet with 28 received. Fiscal 2015 other procurement funds in the amount of $25,079,661 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-F-0011).

URS Federal Technical Services Inc., Germantown, Maryland, was awarded a $20,422,490 firm-fixed-price contract with options for direct contractor support for aircraft and aircraft components production support, Corpus Christi Army Depot, Corpus Christi, Texas, with an estimated completion date of Sept. 30, 2018. Bids were solicited via the Internet with three received. Fiscal 2015 other procurement funds in the amount of $20,422,490 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-F-0008).

Tech Systems Inc.,* Alexandria, Virginia, was awarded a $13,664,094 modification (P0004) to contract W52P1J-12-G-0047 for logistics support to Schofield Barracks, Hawaii, with an estimated completion date of Aug. 31, 2020. Fiscal 2014 operations and maintenance (Army) funds in the amount of $3,508,919 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

CGI Federal, Fairfax, Virginia, was awarded a $9,280,327 firm-fixed-price incrementally funded contract with options for maintenance and sustainment of software systems for Army Sustainment Command’s Integrated Materiel Management Operation System. Work will be performed in Springfield, Virginia; Rock Island, Illinois; Sierra Army Depot, California; Charleston, South Carolina (ASLAC); Huntsville, Alabama (LOGSA); Italy; Germany; Qatar; Kuwait; Korea; Japan; and Afghanistan, with an estimated completion date of July 31, 2020. Bids were solicited via the Internet with four received. Fiscal 2015 operations and maintenance (Army) funds in the amount of $9,280,327 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-C-0068).
Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Bell Boeing Joint Project Office, California, Maryland, has been awarded a maximum $28,630,756 modification (P00002) to a three-year base contract (SPE4AX-15-D-9416). This is a firm-fixed-price contract that will add various depot-level repairables to the existing contract. This was a sole-source acquisition using justification 10 U.S.C. 2304 (c)(1). Locations of performance are Maryland and Texas, with a Feb. 10, 2018, performance completion date. Using services are Navy and federal civilian agencies. Type of appropriation is fiscal 2015 through fiscal 2018 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

NAVY

Assurance Technology Corp.,* Carlisle, Massachusetts, is being awarded a $24,663,970 cost-plus-fixed-fee task order under the One Acquisition Solution for Integrated Services (OASIS) multiple award contract (N00173-15-F-6201) for research, development, and integration as it relates to software to develop software definable/reconfigurable systems (SDS) that respond to Navy, Department of Defense, and national mission requirements with improved performance, capability, reliability, efficiency, and life cycle cost. Specifically, this effort involves systems development, support and integration for SDSdesign tasking required in support of the Space Systems Development Department technology advancements, system requirements definition, architecture development, and the system and unit design, development and transition to operational use. Recent and current Naval Research Laboratory SDS programs include the Software Reconfigurable Payload and the Operationally Responsive Space Technology Demonstrator. These programs represent a core technology for the creation of radio transceivers/software defined payloads that are smaller, lighter and more flexible tactical systems. Advanced waveform development and porting advanced receiver design and implementation, as well as communications security and information assurance functions are required. Work will be performed in Washington, District of Columbia (93 percent); and Carlisle, Massachusetts (7 percent), and work is expected to be completed July 13, 2020. Fiscal 2015 defense working capital funds in the amount of $2,035,641 are being obligated at the time of award. Funds in the amount of $110,000 will expire at the end of600px-US-DeptOfNavy-Seal.svg the current fiscal year. The contract was competitively procured in accordance with the Fair Opportunity Procedures at 16-505(b)(1)(iv) under RFP NOOJ73-15-R-SE02 via General Services Administration OASIS-Small Business. The Naval Research Laboratory Contracting Division issued this solicitation to Pool 4 of the GSA OASIS small contractors which consists of 42 vendors. One offer was received. The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is being awarded $14,689,239 for cost-plus-incentive-fee delivery order 0387 against a previously issued basic ordering agreement (N00019-11-G-0001) forthe multi-module redesign of the array drive and beam steering controller for the AN/APG-79 active electronically scanned array radio detection and ranging to mitigate obsolescence for the Navy and the government of Australia. Work will be performed in Andover, Massachusetts (40 percent); Forest, Mississippi (30 percent); El Segundo, California (20 percent); and St. Louis, Missouri (10 percent), and is expected to be completed in July 2018. Fiscal 2014 aircraft procurement (Navy) funds and foreign military sales funds in the amount $14,689,239 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the Navy ($12,976,014, 88.4 percent) and the government of Australia ($1,713,225, 11.6 percent) under the Foreign Military Sales program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $14,568,000 modification to previously awarded contract N00024 13 C-5403 to exercise an option for Standard Missile-2 (SM-2) and Standard Missile-6 (SM-6) engineering and technical services to ensure continuity in production, design integrity, and total systems integration of the missile round and its components. This contract combines purchases for the Navy (96.7 percent) and the government of Australia (3.3 percent) under the Foreign Military Sales program. Work will be performed in Tucson, Arizona (98.6 percent); and St. Petersburg, Florida (1.4 percent), and is expected to be completed by November 2016. Fiscal 2015 weapons procurement (Navy); fiscal 2014 and 2015 research, development, test and evaluation; and foreign military sales funding in the amount of $14,568,000 will be obligated at time of award and $42,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

CB&I Federal Services LLC, San Diego, California, is being awarded $6,799,897 for firm-fixed-price task order JP01 under a previously awarded multiple award environmental service contract (N62473-12-D-2005) for a non-time critical removal action for munitions clearance at former Adak Naval Air Facility. The work to be performed provides for all the necessary effort to plan, document, and execute a non-time-critical removal action for clearance of munitions at the Navy Remedial Action Areas 01, 03W, and 05 in Operable Unit B-2. The contract also contains three unexercised options, which if exercised would increase cumulative contract value to $6,874,329. Work will be performed in Adak, Alaska, and is expected to be completed by July 2017. Fiscal 2015 base realignment and closure, (Navy) contract funds in the amount of $6,799,897 are being obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Jacobs Technology Inc., Lincoln, Massachusetts, has been awarded a $6,846,178 cost-plus-fixed-fee and cost reimbursable modification (P00063) to exercise the option on previously awarded contract FA8721-14-C-0016 for engineering and technology acquisition support services. Work will be provided for Hanscom Air Force Base, Massachusetts, and its geographically separated units. Contractor will provide disciplined systems and specialty engineering, technical and information assurance services, support and products using established government, contractor, and industry processes. Work will be performed at Hanscom Air Force Base, Massachusetts, and is expected to be complete by Oct. 31, 2015. This contract involves foreign military sales. Fiscal 2013 and 2015 other procurement; fiscal 2014 and 2015 research, development, test and evaluation; fiscal 2015 operations and maintenance and fiscal 2015 missile procurement funds in the amount of $3,600,000 are being obligated at the time of award. Air Force Lifecycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

U.S. TRANSPORTATION COMMAND

Six companies are each being awarded a fixed-price contract extension modification to previously awarded indefinite-delivery/indefinite-quantity contracts for international ocean and intermodal distribution services under the Universal Service Contract (USC)-7 program. Work will be performed worldwide as specified on each individual order, with an expected completion date600px-US-TRANSCOM-Emblem.svg of Nov. 30, 2015. Type of appropriation is fiscal 2015 and 2016 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. The companies and their awards are as follows: American President Lines LTD Inc., Scottsdale, Arizona, estimated $55,658,342. The modification brings the total cumulative face value of the contract to $1,837,345,950 from $1,781,687,608 (HTC711-12-D-W003); Maersk Line, Limited, Norfolk, Virginia, estimated $49,765,916. The modification brings the cumulative face value of the contract to $2,148,626,292 from $2,098,860,376 (HTC711-12-D-W013); Farrell Lines Inc., Norfolk, Virginia, estimated $30,087,173. The modification brings the total cumulative face value of the contract to $595,394,850 from $565,307,677 (HTC711-12-D-W008); Hapag-Lloyd USA LLC, Tampa, Florida, estimated $15,820,121. The modification brings the total cumulative face value of the contract to $354,285,897 from $338,465,776 (HTC711-12-D-W011); American Roll-On Roll-Off Carrier LLC,* Woodcliff Lake, New Jersey, estimated $14,126,758. The modification brings the total cumulative face value of the contract to $567,073,419 from $552,946,661 (HTC711-12-D-W004); and Liberty Global Logistics LLC, Lake Success, New York, estimated $12,623,476. The modification brings the total cumulative face value of the contract to $374,339,352 from $361,715,876 (HTC711-12-D-W012).

600px-US-DeptOfNavy-Seal.svgNAVY

Crowley Technical Management Inc., Jacksonville, Florida, is being awarded a $43,053,912 firm-fixed-price contract for the operation and maintenance of six government-owned Marine Prepositioning Force ships. The ships will continue to support Military Sealift Command worldwide prepositioning requirements. This contract includes four one-year options, which, if exercised, would bring the cumulative value of this contract to $231,611,742. Work will be performed at sea worldwide, and work is expected to be completed September 2016. If all options are exercised, work will continue through September 2020. Working capital funds (Navy) in the amount of $43,053,912 will be obligated at the time of award, and will not expire at the end of the current fiscal year. This contract was competitively procured on a full and open basis with more than 50 companies solicited via the Military Sealift Command, Federal Business Opportunities and Navy Commerce Online websites, with seven offers received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N62387-15-C-3135).

The Whiting-Turner Contracting Co., Baltimore, Maryland, is being awarded $28,455,603 for firm-fixed-price task order 0011 under a previously awarded multiple award construction contract (N40085-10-D-5330) for renovation of Building 32 at Norfolk Naval Shipyard. The work to be performed provides for a total building rehabilitation that will meet the current and future needs of the existing building occupants as well as the Ship Nuclear Management Department and future occupants of the building. The renovation will include abatement of hazardous materials. Exterior renovation will be a State Historic Preservation Office-compliant rehabilitation or replacement of existing entrances and basement-level windows so as not to disturb the historic fabric of the building which will include complete masonry cleaning, repointing and repair. Interior renovation will include demolishing all interior non-load bearing partition walls in order to make structural improvements to the existing load bearing walls and floor slabs with replacement of heating, ventilation, and air conditioning, plumbing, electrical and fire suppression systems. Work will be performed in Portsmouth, Virginia, and is expected to be completed by May 2018. Fiscal 2015 operation and maintenance, (Navy) contract funds in the amount of $28,455,603 are being obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

The Whiting-Turner Contracting Co., Baltimore, Maryland, is being awarded $21,643,200 for firm-fixed-price task order 0010 under a previously awarded multiple award construction contract (N40085-10-D-5330) for renovation of Building 30 at Norfolk Naval Shipyard. The work to be performed provides for exterior and interior renovations. Exterior renovations include complete masonry cleaning, repointing and repair. Interior renovations include replacement of stairs, heating, ventilation, and air conditioning system, plumbing, electrical and fire suppression systems. Work will be performed in Portsmouth, Virginia, and is expected to be completed by March 2018. Fiscal 2015 operation and maintenance, (Navy) contract funds in the amount of $21,643,200 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Alliant Techsystems Operations LLC, Plymouth, Minnesota, is being awarded a $12,404,535 cost-plus-fixed-fee, firm-fixed-price basic ordering agreement to provide the Navy a contractual vehicle for prototype fabrication, pre-production, integration, testing, evaluation and development of chain gun weapon systems hardware, associated gun control system software and ammunition. The basic ordering agreement will also provide for design and fabrication of ammunition all-up cartridges and components, and any associated support materials and equipment in support of qualification, evaluations, performance, and test for chain gun systems. Work will be performed in Mesa, Arizona, and is expected to be completed by July 2020. No funds are being obligated at this time of award. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to the authority of 10 U.S.C. 2304 (c)(1), as implemented by FAR 6.302-1(a)(2) – satisfying a requirement for unique supplies available from only one source. The Naval Surface Warfare Center, Dahlgren, Virginia, is the contracting activity (N00178-15-G-0002).

Electric Boat Corp., Groton, Connecticut, is being awarded a $9,837,798 not-to-exceed, undefinitized contract modification to previously awarded contract N00024-13-C-2128 for the procurement of the first article common missile compartment tube-to-keel robotic weld skids, weld skid transfer system and cable management/lifting and handling features, packaging and shipment of welding skids to the robotic welding integrator, and engineering services. The contractor will be procuring hardware relating to the fixture personnel access platforms in support of the Ohio replacement program. This contract combines purchases for the Navy (50 percent) and the government of the United Kingdom (50 percent) under the Foreign Military Sales program. Work will be performed in Groton, Connecticut, and is scheduled to be completed by June 2016. Fiscal 2015 research, development, test and evaluation and foreign military sales funding in the amount of $4,918,900 will be obligated at time of award and will not expire at the end of this fiscal year. The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

Network and Simulation Technologies Inc., Middletown, Rhode Island, is being awarded a $9,261,047 cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for services to provide professional military education and graduate level programs to qualified U.S. officers and Navy enlisted personnel, civilian federal employees, and international senior enlisted leaders and officers to further national and global maritime security. The contractor will provide war gaming support services to the Naval War College for its training, education and security operations mission, and its basic research mission. This contract includes a 12-month base period and four 12-month option periods, which if exercised, will bring the contract value to $49,031,906. Work will be performed in Newport, Rhode Island, and work is expected to be completed by Nov. 6, 2016; if all options are exercised, work will be completed by November 2020. Fiscal 2015 research, development, test and evaluation (Navy) minimum funding in the amount of $10,000 will be obligated at the time of award; none of which will expire at the end of the current fiscal year. This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website, with two offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-15-D-Z026)

Lockheed Martin Corp., Akron, Ohio, is being awarded $7,624,164 for firm-fixed-price delivery order 0004 issued as a undefinitized contract action under previously awarded basic ordering agreement N00104-12-G-0726 for the repair and refurbishment of 11 vertical launch anti-submarine rocket motors under the undersea weapons program. Work will be performed in Elkton, Maryland (66 percent); Baltimore, Maryland (12 percent); Owego, New York (11 percent); and Chandler, Arizona (11 percent). Work is to be completed by February 2017. Fiscal 2015 weapons procurement (Navy) funds in the amount of $3,735,840 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. This is a sole source contract to Lockheed Martin Corp. in accordance with 10 U.S.C. 2304(c)(1). Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Honeywell International Defense and Space, Tempe, Arizona, has been awarded a maximum $41,432,253 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for APN-209 radar altimeters. This was a sole-source acquisition using the justification that the contractor is the sole manufacturer and only approved source for these items. This is a five-year base contract with no option periods. Location of performance is Arizona, with a July 14, 2020, performance completion date. Using military service is the Army, and federal civilian agencies. Type of appropriation is fiscal 2015 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-15-D-0009).Defense_Logistics_Agency

Rockwell Collins-ESA Vision Systems, Fort Worth, Texas, has been awarded a maximum $26,929,965 modification (P00014) to establish prices for the last two ordering periods of basic contract SPRWA1-11-D-0007 for joint helmet-mounted cueing systems for aircraft. This was a sole-source acquisition using justification 10 U.S.C. 2304(c)(1). Locations of performance are Texas and Oregon, with a Dec. 31, 2017, performance completion date. Using services are the Navy, Air Force and Defense Logistics Agency (DLA). Type of appropriation is fiscal 2016 material support division Air Force funds, defense working capital funds for DLA and designated program funding for the Navy and Foreign Military Sales program. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Thales Defense & Security Inc., Clarksburg, Maryland, has been awarded a $18,400,000 firm-fixed-price, hybrid award for two Deployable Instrument Landing System (ILS) Production Representative test units, training, tech manuals, spares and contractor support to conduct an integrated system test qualification operational test and evaluation. Upon successful completion of the testing, contractor will provide an equivalent of a fixed-based instrument landing system capability at tactical airfields and at airfields where permanent ILS capability has been disrupted. Work will be performed at Clarksburg, Maryland; Italy; and Overland Park, Kansas, and is expected to be complete by July 15, 2018. This award is the result of a sole-source acquisition. Fiscal 2014 procurement funds in the amount of $17,284,246 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-15-C-0015).

United Technologies Corp., doing business as Pratt & Whitney Military Engines, East Hartford, Connecticut, has been awarded a $15,864,275 modification (MOD BZ44) firm-fixed price, fixed-quantity contract for manufactured F100-PW-100 turbine blade sets. Work will be performed at East Hartford, Connecticut, and is expected to be complete by Sept. 29, 2017. This award is the result of a competitive acquisition. Offers were solicited electronically and one offer was received. Fiscal 2015 working capital funds in the amount of $15,864,275 are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (N00383-12-G-001M).

Onvoi LLC, Newbury Park, California, has been awarded a $9,236,896 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for contracted training flight services. Contractor will provide commercial services for contracted flight training hours in support of the Air Force Undergraduate Air Battle Manager Training Course. Training services will include ground-controlled intercept target training, basic airmanship training, live-fire training, weapons system evaluations, and major command-directed development test and evaluations. Work will be performed at Tyndall Air Force Base, Florida, and is expected to be complete by Sept. 30, 2019. This award is the result of a 100 percent small business set-aside competitive acquisition. Fiscal 2015 operations and maintenance funds in the amount of $281,516 are being obligated at the time of award. The 325th Contracting Squadron, Tyndall Air Force Base, Florida, is the contracting activity (FA4819-15-C-0013).

Lee Construction Group Inc., Doral, Florida, has been awarded an $8,000,000 fixed-price, indefinite–delivery/indefinite-quantity contract for simplified acquisition of base engineering requirements. Contractor will provide minor construction, renovation, maintenance and repair projects. Work will be performed at Cape Canaveral, Florida, and is expected to be complete by July 14, 2018. This award is the result of a competitive acquisition. Offers were solicited electronically and 13 offers were received. Fiscal 2015 operations and maintenance funds in the amount of $13,494 are being obligated at the time of award. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity (FA2521-15-D-0002).

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $718,299,821 modification to a previously awarded cost-plus-fixed-fee contract (N00019-15-C-0031) for non-air vehicle spares, support equipment, Autonomic Logistics Information System hardware and software upgrades, supply chain management, full mission simulators and non-recurring engineering services in support of low-rate initial production Lot 8 F-35 Lightning II Joint Strike Fighter aircraft for the Air Force, Marine Corps, Navy, international partner, and foreign military sales customers. Work will be performed in Orlando, Florida (70 percent); Fort Worth, Texas (17 percent); El Segundo, California (7 percent); Owego, New York (4 percent); Greenville, South Carolina (1 percent); and Samlesbury, United Kingdom (1 percent), and is expected to be completed in April 2020. Fiscal 2013 and 2014 aircraft procurement funds (Air Force, Marine Corps, and Navy); fiscal 2014 other procurement (Navy); fiscal 2015 operations and maintenance (Navy and Marine Corps); international partner; and foreign military sales (FMS) funds in the amount of $676,688,604 will be obligated at time of award, of which $58,751,345 will expire this fiscal year. This contract combines purchases for the Air Force ($89,245,994; 12 percent); Navy ($32,882,908; 5 percent); Marine Corps ($115,576,902; 16 percent); international partners ($280,513,654; 39 percent); and FMS customers ($200,080,363; 28 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $332,468,665 modification to the previously awarded fixed-price-incentive-firm target multiyear contract N00019-12-C-2001. This modification provides for the manufacture and delivery of five MV-22 tiltrotor aircraft pursuant to the variation in quantity clause in support of the government of Japan. Work will be performed in Fort Worth, Texas (24.6 percent); Ridley Park, Pennsylvania (19.2 percent); Amarillo, Texas (10.4 percent); Dallas, Texas (4.3 percent); East Aurora, New York (2.5 percent); Park City, Utah (1.7 percent); El Segundo, California (1.3 percent); Endicott, New York (1 percent); Ontario, Canada (0.9 percent); Tempe, Arizona (0.8 percent); Corinth, Texas (0.8 percent); Rome, New York (0.7 percent); Torrance, California (0.7 percent); Luton, United Kingdom (0.6 percent); Los Angeles, California (0.6 percent); Cobham, United Kingdom (0.6 percent); Irvine, California 600px-US-DeptOfNavy-Seal.svg(0.6 percent); San Diego, California (0.5 percent); Yakima, Washington (0.5 percent); Brea, California (0.5 percent); Rockmart, Georgia (0.5 percent); Albuquerque, New Mexico (0.4 percent); Whitehall, Michigan (0.4 percent); Wolverhampton, United Kingdom (0.4 percent); Tucson, Arizona (0.4 percent); Erie, Pennsylvania (0.3 percent); Vergennes, Vermont (0.3 percent); Kilgore, Texas (0.3 percent); Shelby, North Carolina (0.3 percent); Avon, Ohio (0.2 percent); Santa Clarita, California (0.2 percent); Garden City, New York (0.2 percent); El Cajon, California (0.2 percent); Sylmar, California (0.2 percent); Westbury, New York (0.1 percent); and various other locations inside and outside the U.S. (22.8 percent), and is expected to be completed in June 2018. Foreign military sales funds in the amount of $332,468,665 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Fort Worth, Texas, is being awarded a $101,304,341 modification to the previously awarded Lot IX F-35 Lightening II Joint Strike Fighter advance acquisition contract (N00019-14-C-0002) for the procurement of helmet mounted display systems (HMDS) (383) for the Air Force, Marine Corps, Navy; international partners; and the governments of Japan and Israel under the Foreign Military Sales program. The HMDS is a bi-ocular helmet display system that provides the pilot with aircraft/mission data on the visor display. Data consists of flight, navigation, and weapons symbology and video from onboard sensors. Work will be performed in Cedar Rapids, Iowa (65 percent); and Fort Worth, Texas (35 percent), and is expected to be completed in June 2018. Fiscal 2013 aircraft procurement (Air Force); 2014 aircraft procurement (Navy, Marine Corps); and 2015 aircraft procurement (Navy, Marine Corps, and Air Force); international partner, and foreign military sales funds in the amount of $101,304,341 are being obligated on this award, $23,397,200 of which will expire at the end of the current fiscal year. This modification combines purchase for the Air Force ($47,086,535; 46.5 percent); Marine Corps ($22,726,422; 22.4 percent); Navy ($15,088,165; 14.9 percent); international partners ($12,166,674; 12 percent); and the governments of Japan ($437,030; 0.45 percent) and Israel ($3,799,515; 3.75 percent) under the Foreign Military Sales program. The Naval Air Systems Command, Patuxent River, Maryland is the contracting activity.

Department of the ArmyARMY

EA Engineering, Science & Technology Inc.,* Hunt Valley, Maryland (W912DR-15-D-0014); Earth Resources Technology Inc.,* Laurel, Maryland (W912DR-15-D-0015); Hydrogeologic,* Reston, Virginia (W912DR-15-D-0016); AECOM Technical Services Inc., Los Angeles, California (W912DR-15-D-0017); Arcadis U.S. Inc., Highlands Ranch, Colorado (W912DR-15-D-0018); CH2M Hill Constructors Inc., Englewood, Colorado (W912DR-15-D-0019); Parsons Government Services Inc., Pasadena, California (W912DR-15-D-0020); Tetra Tech EC Inc., Boston, Massachusetts (W912DR-15-D-0021); and Western Solutions Inc., West Chester, Pennsylvania (W912DR-15-D-0022) will share an awarded $240,000,000 firm-fixed-price multiple-award contract for military munitions services to provide military munitions and environmental response services at various sites known or suspected to have been affected by munitions. Funding and work locations will be determined with each order, with an estimated completion date of July 14, 2020. Bids were solicited via the Internet with 25 received. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity.

Vectrus Systems Corp., Colorado Springs, Colorado, was awarded a $221,012,445 modification (P00100) to contract W52P1J-10-C-0062 to exercise the option to extend services for Kuwait base operations and security support services in the Kuwait area of responsibility at Camp Arifjan, Camp Buehring, Udairi Range, Camp Patriot at the Kuwait Naval Base, Aerial Port of Debarkation, and Sea Port of Debarkation under Federal Acquisition Regulation 52.217-8 from Sept. 29, 2015 through March 28, 2016. Fiscal 2015 operations and maintenance, Army funds in the amount of $221,012,445 were obligated at the time of the award. Estimated completion date is March 28, 2016. Work will be performed in Kuwait. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Leidos Inc., Reston, Virginia, was awarded a $99,000,000 firm-fixed-price contract for automated installation entry hardware and software for approximately 35 military installations to provide timely; effective and efficient threat detection necessary for installation commanders to assess and react in all threat environments; and to automate access control processes for authorized and registered personnel entering an installation. Funding and performance locations will be determined with each order, with an estimated completion date of July 13, 2019. Bids were solicited via the Internet with three received. Army Contracting Command, Natick, Massachusetts, is the contracting activity (W911QY-15-D-0047).

The Boeing Co., Ridley Park, Pennsylvania, was awarded a $7,451,859 modification (P00024) to a foreign military sales contract (W58RGZ-13-C-0002) to add additional unique statement of work effort for foreign military sales to Turkey and the United Arab Emirates for CH-47F Chinook cargo helicopters. Purpose of the modification is to incorporate unique tasks required by the foreign military sales customer countries. Both countries aircraft will use different paint schemes and markings, and be shipped to the respective countries, and have unique equipment. Fiscal 2012 other funds in the amount of $1,195,159; and fiscal 2011 other funds in the amount of $6,256,700, were obligated at the time of the award. Estimated completion date is Dec. 31, 2020. Work will be performed at Ridley Park, Pennsylvania. Army Contracting Command, Redstone Arsenal – Aviation, Alabama, is the contracting activity.

Milburn Academy Inc.,* Woodbridge, Virginia, was awarded a $7,365,133 modification (P00005) to contract W91247-13-D-0009 to exercise option two of an indefinite-delivery requirements contract to provide foreign language services, refresher courses, to Army Forces Command. Funding and performance locations will be determined with each order. Estimated completion date is Aug. 30, 2016. Army Contracting Command, Fort Bragg, North Carolina, is the contracting activity.

bmg logo(R)2

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

$
0
0

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

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

FedBizOpps – Procurements

Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230

99–Provide and deliver all materials necessary for an aluminum Floating Fishing pier/walkway and courtesy dock/walkway to Rough River Lake, Grayson County, Kentucky. W912QR-15-T-0067 073015 Kelvin.D.France, (502)315-7409 USACE District, Louisville This is a Synopsis to provide and deliver all materials necessary for an aluminum Floating Fishing pier/walkway and courtesy dock/walkway to Rough River Lake, Grayson County, Kentucky. The contractor shall furnish all materials, supplies, tools, parts, equipment, transportation, labor, supervision, communication, and quality control that will construct a boat ramp, an aluminum fishing pier and a courtesy dock at Rough River Lake Grayson County, Kentucky. All work shall be performed in strict complianceDepartment of the Army with the attached specifications and all other terms and conditions incorporated herein. This RFP has an approximate issue date of 17 July 2015 with a delivery date within 60 days after award.
One award will be made from this Solicitation.
This procurement is 100% set-aside for Small Business, NAICS 238990 ($15 million).
Note: The contract award will be based on Low Price.
The Solicitation will be available by download from the Internet only. Telephone and Fax requests for this solicitation will not be honored. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities (FedBizOpps) website athttp://www.fbo.gov. Amendments will be available from the FBO website by download only. Prior to submission of proposals all contractors must have an active registration in the System for Award Management (SAM) database. To register or update information go tohttp://www.sam.gov.
Set-Aside: Total Small Business Place of Performance: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY 40202-2230 US URL: https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-15-T-0067/listing.html

OutreachSystems Article Number: 150718/PROCURE/0420 Matching Key Words: age:state!ky; state!ky;

Department of DefenseOther Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard Post Office Box 46563 Washington DC 20035-6563

99 Video Engineering Services and Support HHM402-15-R-0032 080515 JACQUELYN E. CONNELL, CONTRACTING OFFICER, Phone 202-231-4674, Email jacquelyn.connell@dodiis.mil – Diana Bradham, Contracting Officer, Phone 202-231-8844, Fax 202-231-6179, Email diana.bradham@dia.mil 1. This combined synopsis/solicitation is issued as a Request for Proposals and any incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41 .

The Virginia Contracting Activity is seeking a Small Business to provide Video Engineering Services which encompasses the design, installation, equipment, supply parts for AV requirements to meet DIA needs. The award resulting from this solicitation will be a Blanket Purchase Agreement with an estimated value of $10 million.   This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 supplemented with additional information included in this notice.   The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

2. For purposes of this solicitation, applicable clauses and provisions are provided.   Due to the detailed nature of the description for these services, the Statement of Work describing these services has been uploaded in this notice.   Please note Attachments to this Statement of Work.

3. Offerors proposals submitted for this acquisition will be evaluated based on the evaluation criteria uploaded in this notice under Addendum-Attachment B document.

4. This acquisition is a 100% Set-Aside for Small Business.   The NAICS code is 334310.

5.   The following clauses and provisions are applicable to this solicitation/synopsis:   The clause at FAR 52.212-1, Instructions to Offerors-Commercial (Jul 2013) Addendum to this clause is included. The clause at FAR 52.212-2, Evaluation-Commercial Items (Jan 1999), the clause at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (Jul 2013), the clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2010).   The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items.   Other FAR/DFARS clauses (indicated by reference) applicable to this solicitation follow:   FAR 52.217-8, 52,217-9, 52.219-1, 52.233-4, 52.252-1, DFARS 252.203-7000, 252.204-7003, 252.204-7012, 252.225-7048, 252.232-7010, 252.243-7002,   252.201-7000, 252.204-7003,   252.225-7048, 252.232-7010, 252.243-7002, 252.209-7004, 252.225-7012, 252.232-7000.

6. The clause at DFARS 252.212-7000- Offeror Representations and Certifications-Commercial Items, offerors are instructed to submit a completed copy of the provision at 52.212-3, Offeror Representation and Certifications-Commercial Items with its proposal.   An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov and provide the copy obtained from the site.

7. This combined solicitation/synopsis is for acquisition of the following services: Video Engineering Services which encompasses the design, installation, equipment, supply parts for AV requirements to meet DIA needs.

a. Description of requirements is as follows: Design, acquisition installation, integration, removal relocation, upgrades, modifications, replacement operational training and warranty of audio visual (AV) systems.   AV systems include but not limited to simple office briefing systems (computer interface to a monitor or television), secure corporate or executive level board rooms, and other capabilities.   The Statement of Work will provide further detail on the scope of this requirement .    Estimated period of performance of the Blanket Purchase Agreement will be one base (August 18, 2015 through August 17, 2016 and four option periods (August 18, 2016 through August 17, 2020) exercised at the discretion of the Government.

8.   The offeror submitting a proposal resulting from this combined synopsis/solicitation must follow Addendum to 52.212-1 Instructions to Offerors-Commercial Items (Jul 2013).   Attachment 1 of this Addendum consists of the Schedule B Proposed Pricing Sheet; Attachment

9.   Proposals are required to be received in the contracting office no later than 5 August 2015, 10:00 a.m. EST by email submission as directed in the instructions.

10.   Any questions regarding this solicitation should be directed to Jacquelyn Connell, Jacquelyn.connell2@dodiis.mil or Diana Bradham, Diana.bradham@dodiis.mil .

Set-Aside: Total Small Business Place of Performance: Defense Intelligence Agency JBAB, Bldg. 6000 Washington, DC 20340-5100 Washington, DC 20340 US URL: https://www.fbo.gov/spg/ODA/DIA/ZD50/HHM402-15-R-0032/listing.html

OutreachSystems Article Number: 150718/PROCURE/0433 Matching Key Words: video*; train*; site?; business*; instruct*; commercial?;

Federal Communications Commission, Office of the Managing Director, Contracts and Purchasing Center, 445 12th Street, SW Washington DC 20554

U — OMR Video Production Services SJL07172015RFIOMD 083115 Samantha J. Levy, CS, Phone 2024180543, Email samantha.levy.ctr@fcc.gov – Fred Schellhammer, CS, Phone 2024187878, Email fred.schellhammer@fcc.gov ;
p;
The Office of Media Relations (OMR) is issuing this request for information (RFI) as a means of conducting market research to identify small businesses having the resources and capabilities to500px-FCC_New_Logo.svg produce high-quality consumer-centric videos and public service announcement video productions.

This RFI will help OMR to gather the necessary information to determine what actions are required to produce short, animated videos that can be used for educational and/or explanatory purposes.   These video productions will serve as a vital tool in generating awareness to help educate the general public and to provide a better understanding of the FCC’s communications infrastructure.

The FCC is seeking comments from all interested vendors capable of providing video animation production services.   The market research results generated from this RFI may lead to a potential future solicitation.   The information you provide will assist the FCC-OMR in assessing the marketplace for these services and to decide on the next steps to support the agency by dispensing information to the public.

Set-Aside: Total Small Business Place of Performance: Federal Communications Commission – Office of Media Relations (OMR) 445 12th Street, SW Washington, DC 20554 Washington, DC 20554 US URL:https://www.fbo.gov/spg/FCC/FCCOMD/FCCCPC/SJL07172015RFIOMD/listing.html

OutreachSystems Article Number: 150718/PROCURE/0455 Matching Key Words: video*; produc*; you; education*; business*; produce?; production?; naics!512110;

Department of DefenseOther Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street Suite 1202 Arlington VA 22202-4371

R — HISTORIAN PUBLICATIONS RESEARCH SUPPORT SERVICES HQ0034-15-T-0165 073015 Janice T. Johnson, Phone 7035451667, Email janice.johnson@whs.mil This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes for only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is HQ0034-15-T-0165. This solicitation is a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-83 dated July 2, 2015. This acquisition is set aside 100% for small business.
Set-Aside: Total Small Business Place of Performance: Pentagon 1155 Defense Pentagon DC 20301 Washington , DC 20301 US URL: https://www.fbo.gov/spg/ODA/WHS/REF/HQ0034-15-T-0165/listing.html

OutreachSystems Article Number: 150717/PROCURE/0108 Matching Key Words: naics!711510;

National Archives and Records Administration, NAA, Acquisitions Division, 8601 Adelphi Road, Room 3340 College Park MD 20740-6001

U — Online Video Training Library NAMA-15-Q-0070 073115 Herbert W Connell, Contract Specialist (Contractor), Phone 3018370309, Email herbert.connell@nara.gov – Herbert Connell, Phone 3038370309, Email herbert.connell@nara.gov This is a combined synopsis/solicitation forcommercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is NAMA-15-Q-0070 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective July 2, 2015. This is a full and open RFQ under NAICS 511210,  Software Publishers . CONTRACT LINE ITEM NUMBER(S): See Attachment 1, Schedule of Prices. REQUIREMENT : The National Archives and Records Administration (NARA) has a requirement to obtain membership subscriptions for Online Video Training Library. See Attachment 2, Performance Work Statement. PERIOD OF PERFORMANCE: The period of performance will consist of a base year and two (2) option years . The following Federal Acquisition Regulation (FAR) clauses are incorporated and are to remain in full force in any resultant purchase order, with the exception of FAR provisions which will be removed prior to award: FAR 52.212-1 , Instructions to Offerors – Commercial Items (Apr 2014). Addenda: Delete paragraph (h), Multiple Awards . – see below for additional quotation submission instructions. EVALUATION (In lieu of FAR 52.212-2) : Evaluation and award will be in accordance with Simplified Acquisition Procedures at FAR Subpart 13.106, Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation as prescribed by FAR 12.301(c)(2). Selection of the Contractor to perform this purchase order will be based on NARA’s assessment of the best overall value to the Government. Accordingly, best value for this purchase order will be obtained through a lowest priced technically acceptable evaluation.  For evaluation purposes, the Total Purchase Order Firm-Fixed Price will be used to determine the lowest price. The Government will assess whether the Contractor’s solution meets the requirement as outlined in the Performance Work Statement (PWS). The Government will also assess the Government Product/Service Accessibility Template (GPAT) ( S ee Attachment 5, Government Product/Service Accessibility Template for Application/Operating System Software).   Exceptions taken to any terms and conditions stated in the RFQ must be clearly outlined on a separate page of the Contractor’s quotation entitled “Exceptions” . The Contractor must also include complete rationale, justification, and the cost impact of each exception noted. The Government reserves the right to make an award on the initial quotation without discussions of this procurement. FAR 52.212-3 , Offeror Representations and Certifications – Commercial Items (Mar 2015) – The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through https://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. FAR 52.212-4 , Contract Terms and Conditions – Commercial Items (May 2015) – See Attachment 3, Additional NARA Terms and Conditions (Addenda to FAR clause 52.212-4). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders –Commercial Items (May 2015) – see Attachment 4, FAR Clauses for the full text of this clause and for additional applicable FAR clauses . Full text provisions and clauses can be found at https://www.acquisition.gov. QUESTIONS : Questions regarding this RFQ must be submitted in writing to Mr. Herbert Connell at herbert.connell@nara.gov no later than 12:00 PM ET on July 22, 2015 to be considered. Questions submitted in any other manner will not be answered. The Government will answer questions or requests for clarification via a written RFQ amendment. RFQ CLOSE DATE : Quotations should be received by 12:00 PM ET on July 31, 2015 . Failure to submit quotations by the due date and time may result in rejection of the quotation as untimely. Contractors submitting via e-mail are cautioned to allow one extra business day for delivery and confirm receipt of quotation as the e-mail will need to pass through IT security. QUOTATION SUBMISSION INSTRUCTIONS : NARA requests that contractors email one (1) copy of the quotation to: herbert.connell@nara.gov.  However, contractors may mail one (1) hardcopy and one (1) CD of each quotation. Mailed quotations must be sent to: National Archives and Records Administration, Attention: Mr. Herbert Connell, 8601 Adelphi Road, Room 3340, College Park, MD 20740-6001.

Place of Performance: 8601 Adelphi Rd, Suite 3340 National Archives and Records Administration )NARA) College Park MD, MD 20774 US URL: https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-15-Q-0070/listing.html

OutreachSystems Article Number: 150717/PROCURE/0126 Matching Key Words: video*; produc*; train*; web; site?; page?; business*; documentation; instruct*; commercial?;

Department of the Air Force, Air Education and Training Command, Randolph AFB – 902nd Contracting Squadron, 395 B Street West Suite 2 Randolph AFB TX 78150-4525

99 — Spot Cooler FA5270-15-Q-A057 073115 Miranda M Christensen, Phone 2106528877, Email Miranda.Christensen@us.af.mil – KIMIKO TOMIHIRA, Email kimiko.tomihira.jp@us.af.mil Combined Synopsis/Solicitation
For
Spot Cooler
FA5270-15-Q-A057
Presolicitation/Solicitation for Spot Cooler for Kadena AB.
NOTICE TO OFFEROR(S)/SUPPLIER(S): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government
cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
1. This is a combined synopsis/solicitation for commercial items and services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation FA5270-15-A057 is being issued as a Request for Quotation. All responsible sources may submit a quote.
2. This acquisition is a full and open competition in regards to size standards. The applicable North American Industry Classification System (NAICS) code is 238220 Plumbing, Heating, and Air-356px-Seal_of_the_US_Air_Force.svgConditioning Contractors.
3. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-81, 10 Apr 2015.
4. The Government contemplates an award of a Firm Fixed Price resulting from this solicitation. This requirement will be for full and open competition, there is no small business set-aside.
5. The contractor shall provide all parts and material necessary to install Spot Cooler and all related components in building Kadena AB. See attachment for a description, quantities, and units of measure for the items to be acquired.
6. This combined synopsis & solicitation notice is a request for competitive quotations. Therefore, all capability statements or quotations received prior to the RFQ close date will be considered.
7. The Government will award a single purchase order contract resulting from this RFQ to the
responsible offeror whose offer is technically acceptable and represents the best value in terms of price to the government.

8. All questions should be directed to A1C Miranda Christensen at Miranda.Christensen@us.af.mil. Questions must be received no later than 0300 PM JST, 22 July 2015. Offers for this requirement are due no later than 0300 PM JST, 24 July 2015. It is the vendor’s responsibility to monitor the FedBizOps site for amendments issued in reference to this requirement. All Contractors who provide goods/services to the DOD must be registered in the SYSTEM FOR AWARD MANAGEMENT (SAM). Online Certifications and Representations are also required. Failure to comply with SAM registration may deem offeror ineligible for award.

CONTRACT SPECIALIST:
A1C Miranda Christensen
18 CONS/LGCA
Commercial from US: 011-81-98-938-1111; dial tone 634-0523
Commercial in Japan: 098-938-1111; dial tone, 634-0523

Miranda.Christensen@us.af.mil
CONTRACTING OFFICER:
KIMIKO TOMIHIRA
18 CONS/LGCA
kimiko.tomihira.jp@us.af.mil

*Shipping will be to the Government Container Consolidation Point at Tracy, California.
* Contractors outside of the continental U.S. may include proposed method of shipping to Okinawa Japan in their offer. So long as they realize they are then responsible for the customs documents.
*All quotes must remain valid until 30 September 2015.
*Delivery Schedule: FOB Destination to Tracy, California within 90 days from date of award.
*Offerors must submit detailed descriptions of the systems proposed to include specifications sheets and warranty info.

LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS
(All listed attachments are at the end of this document)
Attachment Number Description Pages
1 Applicable Clauses and Provisions (4-23)

2 Schedule of Supplies 24

***********************LAST ITEM********************

Attachment 1: Applicable Clauses and Provisions
The Clauses and Provisions listed below are applicable to this order and can be read in their full text at http://farsite.hill.af.mil
Clauses & Provisions Incorporated by Reference:

52.203-3 Gratuities Apr 1984
52.204-7 System for Award Management Jul 2013
52.211-6 Brand Name or Equal Aug 1999
52.212-1 Instruction to Offerors-Commercial Items Apr 2014
52.212-4 Contract Terms and Conditions-Commercial Items Dec 2014
52.222-3 Convict Labor Jun 2003
52.222-21 Prohibition of Segregated Facilities Feb1999
52.223-5 Pollution Prevention/Right-to-Know May 2011
52.223-18 Ban on Texting Aug 2011
52.233-3 Protest After Award Aug 1996
52.233-4 Applicable Law for Breack of Contract Claim Oct 2004
52.237-2 Protection of Govt Bldgs, Equip, & Veg Apr 1984
252.203-7000 Requirements Relating to Compensation of Former Sep 2011
DoD Officials
252.203-7005 Representation Relating to Compensation of Former Nov 2011
DoD Officials
252.204-7012 Safeguarding of Unclassified Controlled Nov 2013
Technical Information
252.205-7000 Provision of Information to Cooperative Agreement Holders Dec 1991
252.225-7016 Restriction on Acquisition of Ball and Roller Bearings Jun 2011
252.225-7020 Trade Agreements Certificate–Basic Nov 2014
252-225-7021 Trade Agreements Oct 2013
252.225-7043 Antiterrorism/Force Protection Policy for Defense Contractors Mar 2006
Outside the United States
252.225-7993 Prohibition on Contracting with the Enemy Feb 2014
(Deviation 2014-O0008)
252.232-7003 Electronic Submission of Payments Jun 2012
252.232-7010 Levies on Contract Payments Dec 2006
252.243-7001 Pricing of Contract Modifications Dec 1991
252.243-7002 Requests for Equitable Adjustment Dec 2012
252.244-7000 Subcontracts for Commercial Items Jun 2013

Clauses & Provisions Incorporated by Full Text:
FAR 52.209-7 — Information Regarding Responsibility Matters. (Jul 2013)
(a) Definitions. As used in this provision-
“Administrative proceeding” means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceeding at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables.
“Federal contracts and grants with total value greater than $10,000,000″ means-
(1) The total value of all current, active contracts and grants, including all priced options; and
(2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules).
“Principal” means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions).
(b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than $10,000,000.
(c) If the offeror checked “has” in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information:
(1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions:
(i) In a criminal proceeding, a conviction.
(ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more.
(iii) In an administrative proceeding, a finding of fault and liability that results in-
(A) The payment of a monetary fine or penalty of $5,000 or more; or
(B) The payment of a reimbursement, restitution, or damages in excess of $100,000.
(iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision.
(2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence.
(d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management database via https://www.acquisition.gov (see 52.204-7).
(End of provision)

52.211-6 — Brand Name or Equal (Aug 1999)
(a) If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation.
(b) To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must-
(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;
(2) Clearly identify the item by-
(i) Brand name, if any; and
(ii) Make or model number;
(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
(4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.
(c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.
(d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation.

Addenda to FAR 52.212-1 Instructions to Offerors – Commercial Items (April 2014)

(a) Paragraph 52.212-1(c), Period for Acceptance of Offers, is tailored as follows: “The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers.”

(b) The following is inserted as new paragraph (m) of the provision:

(m) Proposal Preparation Instructions.

A. To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The response shall consist of three (3) separate parts; Part I – Summary and Miscellaneous Data, Part II – Price Proposal, and Part III – Technical Proposal.

B. Specific Instructions:

1. PART I – SUMMARY AND MISCELLANEOUS DATA. Submit original plus one (1)copy.

(a) The offeror shall provide a concise summary and master table of contents of the entire proposal.

(b) Combined Synopsis/Solicitation. Complete all necessary fill-ins. In doing so, the offeror accedes to the contract terms and conditions as written in the solicitation.
(c) Complete the necessary fill-ins and certifications in provisions and in the on-line Representations and Certifications at http://www.sam.gov. Return the provision FAR 52.212-3, Offeror Representations and Certifications – Commercial Items, along with the proposal. For other provisions and clauses in the solicitation, the offeror is required to submit the pages that require an offeror fill-in.

(d) Submit an acknowledgment of the all solicitation amendments, if issued.

2. PART II – PRICE PROPOSAL – Submit original plus one (1) copy.

(a) Insert proposed unit price(s) and extended amount(s) in the Schedule of Supplies/Services for each Contract Line Item Number (CLIN) or Sub CLIN (SCLIN), including all option periods. The extended amount must equal the unit price multiplied by the number of units. It is imperative that mathematical calculations are correct; particular care should be taken to ensure the amounts match when using the EXCEL program and the rounding of figures, limited to two decimal places.

(b) Extreme care should be exercised to ensure that no price data of any kind are included in any other Part of the proposal.

3. PART III – TECHNICAL PROPOSAL – Limited to no more than fifty (50) pages. Submit original plus one (1) copy.

1. Price
2. Technical Acceptability

C. Documents submitted in response to this RFQ must be consistent with the following:

1. Requirements of the solicitation (CLINs and PWS) and government standards and regulations pertaining to the PWS.

2. FAR 52.212-2, Evaluation – Commercial Items, of this solicitation.

3. If a Part in a quote exceeds the specified page limit cited in the Part Content, the excessive pages will not be evaluated.

4. Format for proposal Parts I, II, and III shall be as follows:

(a) The quotes will be on 8 1/2″ x 11″ paper, except for fold-outs used for charts, tables, or diagrams, which may not exceed 11″ x 17″.

(b) A page is defined as one face of a sheet of paper containing information. Two pages may be printed on one sheet of paper.
(c) All printing shall be single-spaced. Spacing characteristics are applicable to charts and graphs.

(d) Typing shall not be less than 10 pitch. Size of print is applicable to charts and graphs.

(e) Page margins shall be a minimum of 1 inch top, bottom, and each side.

(f) In addition to the paper copies specified for each Part, one electronic copy of each Part of the entire offer must be submitted. The electronic version of the proposal shall be submitted in a format readable by Microsoft Office 2007 which includes software programs such as WORD, EXCEL, or PowerPoint. For those pages of the proposal that cannot be submitted using Microsoft Office, such as the Standard Form 1449, offerors shall include those pages electronically using Adobe Acrobat portable document files (.pdf) format. The Price Part shall be submitted in spreadsheet format, such as EXCEL, and MS WORD for price narrative. The electronic version shall be submitted on a compact disc (CD). USB flash drives, floppy disks, and zip disks are not acceptable.

Indicate on each CD the Part number and title. The paper copies and electronic versions shall be identical in all respects. In the event there are any discrepancies between the paper copies and electronic copies, the paper copies take precedence and will be used for evaluation. Ensure the electronic documents stored on the CD can be opened. Use separate files and folders to permit rapid location of all portions, including exhibits and attachments, if any. Replacement CDs will be required to update the final proposal resulting from any discussions and updates, if applicable.

(h) Offerors can also submit electronic copies of proposals via e-mail. Files are not to exceed 8 MB. By submitting an electronic copy, offerors assume all risk of proposals not getting through security measures and firewalls. Only files created using Microsoft WORD, Microsoft EXCEL, and/or Adobe .pdf files will be accepted. No zip files will be accepted. If submitting proposals electronically, email the file(s) by the solicitation closing date and time to the following email address: Miranda.Christensen@us.af.mil

(i) Each Part shall be complete in itself and shall not reference information contained in other Parts. Page 1 of a Part is defined as the first page after the Table of Contents. All pages shall be numbered.

(j) Price data of any kind shall be presented only in the Price Proposal Part.

(k) Elaborate formats, bindings, and color presentations are not desired or required.

The following table summarizes the proposal submission:
PART TITLE ELECTRONIC
COPY PAPER
COPY PAGE LIMIT DUE DATE
I Summary and Misc Data
(File Name: Part I) 1 1 10 22 June 2015
II
Price
(File Name: Part II) 1 1 10 22 June 2015
III
Technical
(File Name: Part III) 1 1 50 22 June 2015

(Insert the number of electronic copies, number of paper copies, maximum allowable pages, and the due date.)

D. General Information:

1. Information regarding submission of proposals: Hand carried or mailed proposals must be delivered to the following address:

Hand carried to:
18th Contracting Squadron
Attn: A1C Miranda Christensen
Buildling 99
Kadena, AB, Okinawa, Japan

Mailed to:
18th Contracting Squadron
Attn: A1C Miranda Christensen
Unit 5199, Bldg 95
APO, AP 96368-5199

2. The sealed envelope or package used to submit your proposal must show the time and date specified for receipt, the solicitation number, and the name and address of the offeror.

3. Offerors are cautioned that Kadena Air Base has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE EXPECTED WHEN HAND-CARRYING PROPOSALS. Offerors should allow sufficient time to obtain a visitor pass and arrive at building 99 prior to the time specified for receipt. Late proposals will be processed in accordance with FAR 52.215-1(c)(3),”Submission, modification, revision, and withdrawal of proposals.”

4. FEDERAL HOLIDAYS: The following Federal Legal Holidays are observed by this base:
New Year’s Day 1 January
Birthday of Martin Luther King Third Monday in January
Washington’s Birthday Third Monday in February
Memorial Day Last Monday in May
Independence Day 4 July
Labor Day First Monday in September
Columbus Day Second Monday in October
Veterans Day 11 November
Thanksgiving Day Fourth Thursday in November
Christmas Day 25 December

(End of Addenda)

52.212-2 Evaluation–Commercial Items (Oct 2014)

(a) The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors will be used to evaluate offers:

(1) Price
(2) Technical

(b) Options. The government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options will not obligate the government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, will result in a binding contract without further action by either party. Before the offer’s specified expiration time, the government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

Addendum to FAR 52.212-2, Evaluation – Commercial Items

The following is inserted as new paragraph (d) of the provision:

“(d) BASIS FOR CONTRACT AWARD: This is a competitive Lowest Price Technically Acceptable (LPTA) source selection conducted in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 15 and Air Force FAR Supplement (AFFARS) Mandatory Procedure (MP) 5315.3. By submission of its offer in accordance with the instructions provided in clause FAR 52.212-1, Instructions to Offerors -Commercial Items, the offeror accedes to the terms of this model contract. Failure to meet a requirement may result in an offer being determined unacceptable. Award will be made to the lowest Total Evaluated Price (TEP) offer that meets the acceptability standards for non-price factors. The evaluation process will include the following:

(1) Summary and Miscellaneous Data. The government will evaluate summary and miscellaneous data proposals on a pass/fail basis and assign an Acceptable or Unacceptable rating as described in Table 1 below.

Table 1. Summary and Miscellaneous Data Ratings
Rating Description
Acceptable Proposal meets the requirements of the solicitation.
Unacceptable Proposal does not meet the requirements of the solicitation.

(2) Price Evaluation Factor. The government will rank all offers by Total Evaluated Price or TEP. The price evaluation will document the fairness and reasonableness of the TEP.

Total Evaluated Price: A TEP will be computed for each offer in order to meet the requirements of FAR Parts 6 and 17.

The TEP will be evaluated by adding CLINs 0001 thru 0004. LPTA (Lowest Price Technically Acceptable) shall be utilized in evaluating offerors.

The proposals will be evaluated against the following subfactor(s):

1. Price
2. Technical Acceptability

(4) Offerors are cautioned to submit sufficient information and in the format specified in 52.212-1, Instructions to Offerors – Commercial Items, of this solicitation. Offerors may be asked to clarify certain aspects of their proposals. Exchanges conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for proposal revision. The government intends to award a contract without discussions with respective offerors. The government, however, reserves the right to conduct discussions if deemed in its best interest.

(5) Award will be made to the lowest priced offer, based on TEP, that meets the acceptability standards for non-price factors.”
(End of Addenda)

52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS–COMMERCIAL ITEMS (MAR 2015)
The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision.
(End of provision)
Addenda to 52.212-4
252.222-7002 Compliance with Local Labor Laws (Overseas) (Jun 1997)
(a) The Contractor shall comply with all
(1) Local laws, regulations, and labor union agreements governing work hours; and
(2) Labor regulations including collective bargaining agreements, workers’ compensation, working conditions, fringe benefits, and labor standards or labor contract matters.
(b) The Contractor indemnifies and holds harmless the United States Government from all claims arising out of the requirements of this clause. This indemnity includes the Contractor’s obligation to handle and settle, without cost to the United States Government, any claims or litigation concerning allegations that the Contractor or the United States Government, or both, have not fully complied with local labor laws or regulations relating to the performance of work required by this contract.
(c) Notwithstanding paragraph (b) of this clause, consistent with paragraphs 31.205-15(a) and 31.205-47(d) of the Federal Acquisition Regulation, the Contractor will be reimbursed for the costs of all fines, penalties, and reasonable litigation expenses incurred as a result of compliance with specific contract terms and conditions or written instructions from the Contracting Officer.
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS–COMMERCIAL ITEMS (MAR 2015)
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014)
(2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)
X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509).
____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)
X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note).
X (8) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013) (31 U.S.C. 6101 note).

X (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313).
____ (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)).
____ (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).
____ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
____ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 3126).
____ (27) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).
____ (28) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
X (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212).
X (30) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793).
X (31) 52.222-37, Employment Reports on Veterans (July 2014) (38 U.S.C. 4212).
X (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513).
X (43) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).
X (44) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
X (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332).
X (54)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631).
(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records–Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (41 U.S.C. 3509).
(ii) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(iii) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.
(iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246).
(v) 52.222-35, Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212).
(vi) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(vii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212).
(viii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(ix) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).
(x) _____ (A) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627).
X (B) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).
(xi) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment–Requirements (May 2014) (41 U.S.C. chapter 67.)
(xii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services–Requirements (May 2014) (41 U.S.C. chapter 67)
(xiii) 52.222-54, Employment Eligibility Verification (Aug 2013).
(xiv) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
(xv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xvi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
(xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2014) (Executive Order 13658).
(2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of clause)
52.225-14 — Inconsistency Between English Version and Translation of Contract. (Feb 2000)
In the event of inconsistency between any terms of this contract and any translation into another language, the English language meaning shall control.
52.228-3 — Workers’ Compensation Insurance (Defense Base Act). (Apr 1984)
The Contractor shall
(a) provide, before commencing performance under this contract, such workers’ compensation insurance or security as the Defense Base Act (42 U.S.C. 1651, et seq.) requires and
(b) continue to maintain it until performance is completed. The Contractor shall insert, in all subcontracts under this contract to which the Defense Base Act applies, a clause similar to this clause (including this sentence) imposing upon those subcontractors this requirement to comply with the Defense Base Act.
52.228-4– Workers’ Compensation and War-Hazard Insurance Overseas (Apr 1984)
(a) This paragraph applies if the Contractor employs any person who, but for a waiver granted by the Secretary of Labor, would be subject to workers’ compensation insurance under the Defense Base Act (42 U.S.C. 1651, et seq.). On behalf of employees for whom the applicability of the Defense Base Act has been waived, the Contractor shall
(1) provide, before commencing performance under this contract, at least that workers’ compensation insurance or the equivalent as the laws of the country of which these employees are nationals may require, and
(2) continue to maintain it until performance is completed. The Contractor shall insert, in all subcontracts under this contract to which the Defense Base Act would apply but for the waiver, a clause similar to this paragraph (a) (including this sentence) imposing upon those subcontractors this requirement to provide such workers’ compensation insurance coverage.
(b) This paragraph applies if the Contractor or any subcontractor under this contract employs any person who, but for a waiver granted by the Secretary of Labor, would be subject to the War Hazards Compensation Act (42 U.S.C. 1701, et seq.). On behalf of employees for whom the applicability of the Defense Base Act (and hence that of the War Hazards Compensation Act) has been waived, the Contractor shall, subject to reimbursement as provided elsewhere in this contract, afford the same protection as that provided in the War Hazards Compensation Act, except that the level of benefits shall conform to any law or international agreement controlling the benefits to which the employees may be entitled. In all other respects, the standards of the War Hazards Compensation Act shall apply; e.g., the definition of war-hazard risks (injury, death, capture, or detention as the result of a war hazard as defined in the Act), proof of loss, and exclusion of benefits otherwise covered by workers’ compensation insurance or the equivalent. Unless the Contractor elects to assume directly the liability to subcontractor employees created by this clause, the Contractor shall insert, in all subcontracts under this contract to which the War Hazards Compensation Act would apply but for the waiver, a clause similar to this paragraph (b) (including this sentence) imposing upon those subcontractors this requirement to provide war-hazard benefits.

52.233-2 — Service of Protest. (Sep 2006)
(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Ms. Rubyann Prout, 18th Contracting Squadron, Building 99, Kadena AB, APO AP 96368.
(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.
(End of Provision)
252.209-7994 — Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations. (Deviation 2014-O0004)(Oct 2013)

(a) In accordance with section 101(a) of Division A of the Continuing Appropriations Act, 2014 (Pub. L. 113-46), none of the funds made available by that Act for DoD (including Military Construction funds) may be used to enter into a contract with any corporation that-

(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or

(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.

(b) The Offeror represents that-

(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability,

(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.

(End of provision)
252.225-7041 — Correspondence in English. (Jun 1997)
The Contractor shall ensure that all contract correspondence that is addressed to the United States Government is submitted in English or with an English translation.
(End of clause)

252.225-7043 — Antiterrorism/Force Protection for Defense Contractors Outside the United States (Mar 2006)
(a) Definition. “United States,” as used in this clause, means, the 50 States, the District of Columbia, and outlying areas.
(b) Except as provided in paragraph (c) of this clause, the Contractor and its subcontractors, if performing or traveling outside the United States under this contract, shall
(1) Affiliate with the Overseas Security Advisory Council, if the Contractor or subcontractor is a U.S. entity;
(2) Ensure that Contractor and subcontractor personnel who are U.S. nationals and are in-country on a non-transitory basis, register with the U.S. Embassy, and that Contractor and subcontractor personnel who are third country nationals comply with any security related requirements of the Embassy of their nationality;
(3) Provide, to Contractor and subcontractor personnel, antiterrorism/force protection awareness information commensurate with that which the Department of Defense (DoD) provides to its military and civilian personnel and their families, to the extent such information can be made available prior to travel outside the United States; and
(4) Obtain and comply with the most current antiterrorism/force protection guidance for Contractor and subcontractor personnel.
(c) The requirements of this clause do not apply to any subcontractor that is
(1) A foreign government;
(2) A representative of a foreign government; or
(3) A foreign corporation wholly owned by a foreign government.
(d) Information and guidance pertaining to DoD antiterrorism/force protection can be obtained from The appropriate Antiterrorism Force Protection Office at the Command Headquarters. Also see https://atep.dtic.mil.
252.226-7001 — Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns. (Sep 2004)
(a) Definitions. As used in this clause–
“Indian” means-
(1) Any person who is a member of any Indian tribe, band, group, pueblo, or community that is recognized by the Federal Government as eligible for services from the Bureau of Indian Affairs (BIA) in accordance with 25 U.S.C. 1452(c); and
(2) Any “Native” as defined in the Alaska Native Claims Settlement Act (43 U.S.C. 1601 et seq.).
“Indian organization” means the governing body of any Indian tribe or entity established or recognized by the governing body of an Indian tribe for the purposes of 25 U.S.C. Chapter 17.
“Indian-owned economic enterprise” means any Indian-owned (as determined by the Secretary of the Interior) commercial, industrial, or business activity established or organized for the purpose of profit, provided that Indian ownership constitutes not less than 51 percent of the enterprise.
“Indian tribe” means any Indian tribe, band, group, pueblo, or community, including native villages and native groups (including corporations organized by Kenai, Juneau, Sitka, and Kodiak) as defined in the Alaska Native Claims Settlement Act, that is recognized by the Federal Government as eligible for services from BIA in accordance with 25 U.S.C. 1452(c).
“Interested party” means a contractor or an actual or prospective offeror whose direct economic interest would be affected by the award of a subcontract or by the failure to award a subcontract.
“Native Hawaiian small business concern” means an entity that is-
(1) A small business concern as defined in Section 3 of the Small Business Act (15 U.S.C. 632) and relevant implementing regulations; and
(2) Owned and controlled by a Native Hawaiian as defined in 25 U.S.C. 4221(9).
(b) The Contractor shall use its best efforts to give Indian organizations, Indian-owned economic enterprises, and Native Hawaiian small business concerns the maximum practicable opportunity to participate in the subcontracts it awards, to the fullest extent consistent with efficient performance of the contract.
(c) The Contracting Officer and the Contractor, acting in good faith, may rely on the representation of an Indian organization, Indian-owned economic enterprise, or Native Hawaiian small business concern as to its eligibility, unless an interested party challenges its status or the Contracting Officer has independent reason to question that status.
(d) In the event of a challenge to the representation of a subcontractor, the Contracting Officer will refer the matter to-
(1) For matters relating to Indian organizations or Indian-owned economic enterprises:
U.S. Department of the Interior
Bureau of Indian Affairs
Attn: Chief, Division of Contracting and
Grants Administration
1849 C Street NW, MS-2626-MIB
Washington, DC 20240-4000.
The BIA will determine the eligibility and will notify the Contracting Officer.
(2) For matters relating to Native Hawaiian small business concerns:
Department of Hawaiian Home Lands
PO Box 1879
Honolulu, HI 96805.
The Department of Hawaiian Home Lands will determine the eligibility and will notify the Contracting Officer.
(e) No incentive payment will be made-
(1) While a challenge is pending; or
(2) If a subcontractor is determined to be an ineligible participant.
(f)(1) The Contractor, on its own behalf or on behalf of a subcontractor at any tier, may request an incentive payment in accordance with this clause.
(2) The incentive amount that may be requested is 5 percent of the estimated cost, target cost, or fixed price included in the subcontract at the time of award to the Indian organization, Indian-owned economic enterprise, or Native Hawaiian small business concern.
(3) In the case of a subcontract for commercial items, the Contractor may receive an incentive payment only if the subcontracted items are produced or manufactured in whole or in part by an Indian organization, Indian-owned economic enterprise, or Native Hawaiian small business concern.
(4) The Contractor has the burden of proving the amount claimed and shall assert its request for an incentive payment prior to completion of contract performance.
(5) The Contracting Officer, subject to the terms and conditions of the contract and the availability of funds, will authorize an incentive payment of 5 percent of the estimated cost, target cost, or fixed price included in the subcontract awarded to the Indian organization, Indian-owned economic enterprise, or Native Hawaiian small business concern.
(6) If the Contractor requests and receives an incentive payment on behalf of a subcontractor, the Contractor is obligated to pay the subcontractor the incentive amount.
(g) The Contractor shall insert the substance of this clause, including this paragraph (g), in all subcontracts exceeding $500,000.
(End of clause)
252.232-7008 — Assignment of Claims (Overseas) (Jun 1997)
(a) No claims for monies due, or to become due, shall be assigned by the Contractor unless
(1) Approved in writing by the Contracting Officer;
(2) Made in accordance with the laws and regulations of the United States of America; and
(3) Permitted by the laws and regulations of the Contractor’s country.
(b) In no event shall copies of this contract or of any plans, specifications, or other similar documents relating to work under this contract, if marked “Top Secret,” “Secret,” or “Confidential” be furnished to any assignee of any claim arising under this contract or to any other person not entitled to receive such documents. However, a copy of any part or all of this contract so marked may be furnished, or any information contained herein may be disclosed, to such assignee upon the Contracting Officer’s prior written authorization.
(c) Any assignment under this contract shall cover all amounts payable under this contract and not already paid, and shall not be made to more than one party, except that any such assignment may be made to one party as agent or trustee for two or more parties participating in such financing. On each invoice or voucher submitted for payment under this contract to which any assignment applies, and for which direct payment thereof is to be made to an assignee, the Contractor shall
(1) Identify the assignee by name and complete address; and
(2) Acknowledge the validity of the assignment and the right of the named assignee to receive payment in the amount invoiced or vouchered
252.233-7001 — Choice of Law (Overseas). (Jun 1997)
This contract shall be construed and interpreted in accordance with the substantive laws of the United States of America. By the execution of this contract, the Contractor expressly agrees to waive any rights to invoke the jurisdiction of local national courts where this contract is performed and agrees to accept the exclusive jurisdiction of the United States Armed Services Board of Contract Appeals and the United States Court of Federal Claims for the hearing and determination of any and all disputes that may arise under the Disputes clause of this contract.
(End of clause)
5352.201-9101 OMBUDSMAN (APR 2010)

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

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

(c) If resolution cannot be made by the contracting officer, concerned parties may contact MAJCOM ombudsman, CMSgt James B. Ting, HQ AFICA/KH, Hickam AFB, HI 96853-5427, phone number (315)449-8569, e-mail address james.ting@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM Ombudsman level may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067.

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

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

TAX EXEMPTION CERTIFICATE
The contractor will submit requests for gasoline or diesel oil tax exemption certificates to the Contracting Officer. This request will show the actual amount of gasoline or diesel oil used exclusively for the performance of this contract, with documentary evidence and detailed item breakdown to certify the accurate consumption o gasoline or diesel, or other necessary information and data as may be required. The Contracting Officer will issue to the contractor a Tax Exemption Certification for the actual amount of gasoline or diesel oil used exclusively for the performance of this contract. The contractor shall claim all tax and customs exemptions as listed in paragraph “EXEMPTION FROM JAPANESE CUSTOMS DUTIES AND TAXES PURSUANT TO STATUS OF FORCES AGREEMENT”.

EXEMPTION FROM JAPANESE CUSTOMS DUTIES AND TAXES PURSUANT TO STATUS OF FORCES AGREEMENT (AUG 2001)
(a) Paragraph 2, Article XI of the Status of Forces Agreement between Japan and the United States, authorizes the United States entry into Japan free from Japanese customs duties and all other charges on materials, supplies and equipment imported for the official use of the United States Armed Forces or for the exclusive use of such forces or ultimately to be incorporated into articles or facilities used by such forces.

(b) Paragraph 3, Article XII of said Status of Forces Agreement, authorizes the United States exemption from certain Japanese taxes for materials, supplies, equipment and services procured for official purpose in Japan by the United States Armed Forces or by authorized agencies of the United States Armed Forces. Currently, these taxes are: (1) Gasoline tax and local road tax on gasoline; (2) Diesel oil tax; (3) Liquefied petroleum tax, and (4) consumption tax.

(c) If you are the successful offeror, the Contracting Officer or his authorized representative will issue customs or tax exemption taxes in accordance with procedures agreed upon between the Government of Japan and the United States of America. Tax exemption certificates for either at the end of each month or upon termination of the contract. These can be applied against future purchases of motor fuel. They will be issued only to you as the prime contractor, so, if you employ a subcontractor or supplier who uses motor fuel, you must purchase the motor fuel to secure the exemption.

(d) List below the customs duties or taxes which have been excluded from your proposal as required by the Taxes Clause. Contractor must claim all customs and tax exemptions to which the U.S. Government is entitled.
Type of Commodity and Amount of Duty or Tax
Percentage of Tax Excluded in Yen (¥)
(1) Customs Duties __________________ __________________
(2) Taxes:
(a) Gasoline tax and local
road tax on gasoline _________________ __________________
(b) Diesel oil tax __________________ __________________
(c) Liquefied petroleum tax __________________ __________________
(d) Consumption tax __________________ __________________

(End of Clause)

INVOICE SUBMISSION
Return to the Header tab, then click ‘Create Document’. This will then bring up the completed invoice for review. Once reviewed for accuracy, click ‘SUBMIT’. The Receiving Report document will appear and will look similar to the invoice. Click ‘SUBMIT'; this will bring up a screen that will identify the email addresses the newly-created documents will be sent. Just above the ‘Return’ and ‘Page Help’ buttons, you will see “Send More Email Notifications”. Notice to Contractor: WAWF will prompt asking for ‘additional e-mail submissions” after clicking “SIGNATURE”. The following E-Mail addresses MUST be input in order to prevent delays in processing:

Please send additional emails to all listed:
EMAIL POINT OF CONTACT LISTING: 18 CONS.WAWF@kadena.af.mil
SERVICE ACCEPTOR/INSPECTOR: fred.watts@us.af.mil
CONTRACT ADMINISTRATOR: Miranda.Christensen@us.af.mil

Mark “SEND” for each, then “SUBMIT”.

(End of clause)

COMM-0001 Wide Area Work Flow Clause
WAWF
SUBMIT INVOICES ELECTRONICALLY
This contract contains DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. This clause requires invoices for supplies and services purchased by the DoD be submitted via electronic means. The Wide Area Workflow (WAWF) system satisfies this mandatory requirement. WAWF can be accessed on the internet at https://wawf.eb.mil/ .

Before using WAWF, ensure your company’s Electronic Business POCs listed in your System for Award Management (SAM) are the same individuals that will invoice through WAWF. If they aren’t, changes can be made to your company’s SAM profile at http://www.sam.gov. Click on “Update” or “Renew” using “TPIN”. SAM customer support can be reached at 1-888-227-2423.

If your company’s electronic businesses POCs are correct, contact the WAWF helpdesk at 1-866-618-5988 or by e-mail at cscassig@ogden.disa.mil and ask to establish a group for your company’s CAGE code. The group administrator will also have to call the WAWF helpdesk to request account activation. Once the group is established and the account is activated, your company will be able to create a combination invoice/receiving report using the codes below and instructions available from our contract administrator/buyer.

Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Air Force Pacific at 011-81-3117-55-3068. Please have the order number and invoice number ready when calling about payment status. The accounts payable mailing address can be located in Block 18a of the order. Payment information can be easily accessed using the DFAS web site at http://www.dfas.mil. The purchase order/contract number or invoice will be required to inquire status of payment. Go to DFAS on the web at: www/dfas.mil/money/vendor..

The contractor shall create one of the following:

[ ] “2-n-1 format” for services only
[X] “Invoice and Receiving Report (Combo)
[ ] “Invoice ” for medical supplies
[ ] “Construction Invoice” for construction

THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES THROUGH WAWF

ISSUE BY DODAAC: FA5270
ADMIN DODAAC: FA5270
INSPECT BY DODAAC: F2H3S9
SERVICE ACCEPTOR: F2H3S9
“SHIP TO” DODAAC: F2H3S9
PAY OFFICE DODAAC: F68800

ADDING CLINs
To input the line item for the invoice, the following codes will be required to Add CLIN/SLIN:

Structure your CLINs as follows:

Example:
Item No. 0001
Stock Part No.
Type SUP
Qty provided 5062
Unit GL
Unit Price $2.00
Description LP Gas
ACRN AA
Final Payment Y
Final Invoice Y

COMM-0002 Tracy Shipping Instruction
PROOF OF DELIVERY

TO: CONTRACTOR

Please submit proof of delivery documents for each line item and quantity shipped under each TCN number along with invoice to ensure payment is made in timely manner.

Please ensure that delivered packages are traceable if lost or stolen.

FREIGHT DELIVERY PROCEDURES

Delivery will be made by most economical method or as follows:

If freight charges exceed $100.00, a copy of the carrier’s freight bill or other evidence of receipt must be furnished with invoice. The receipt must show amount of shipping charges and be signed by company’s representative.
If freight charges exceed the amount on the purchase order, you must receive authorization by the contracting office prior to shipment and/or receive alternate shipping instructions.

Failure to obtain prior authorization may result in the government paying a lesser amount. The government will only pay fair and reasonable transportation charges as established by current market rates. Failure to comply with these procedures may delay or preclude you from receiving payment for freight charges.

Vendor will ensure that all items are delivered by delivery date.

RECEIVING REPORT

TO: REQUESTER

Upon receipt of supplies or services, the requesting activity will prepare a Receiving Report (DD Form 250, DD Form 1155, SF 1449 or a letter) and send it to address in block 18a, and 1 copy to the Contracting Office address in block 9. Receiving Reports must be submitted within 6 working days after receipt of merchandise.

REMIT TO ADDRESS

CONTRACTOR SHIPPING INSTRUCTIONS

These instructions apply to shipments originating in the United States destined for Okinawa, Japan.

Section A – Applies to All Orders

Shipments 0-70 pounds and within size limitations: Ship prepaid by the least costly small package carrier or the United States Postal Service. Any direct charge for prepaid cost will be listed as a separate item on the invoice for the supplies shipped. Submit a copy of the transportation or freight bill with the invoice for cost verification. Failure to provide a copy of the paid freight bill may result in the contractor not being fully reimbursed for freight charges. Contractors shall not divide quantities into small parcels of 0-70 pounds for the purpose of avoiding shipment by other modes of transportation. Contractors shall not insure shipments at Government expense for the purpose of recovery in case of loss or damage, except where minimum insurance is required for the purpose of obtaining receipts at point of origin and upon delivery.

Shipments 0-70 pounds NOT within size limitations, or shipments 71 pounds and over: Ship prepaid by commercial surface (water), or the least costly small package carrier. If this is not possible, ship item(s) through the Defense Transportation System.

Any shipping container or load exceeding 200 pounds gross weight shall be placed on a standard wooden/plastic skid with a minimum 3 7/8″ clearance for the purpose of handling with forklifts or other material handling equipment and to allow ease of
loading/unloading.

Section B – Applies to Orders Shipped via Military Sealift

Procedures for shipping through the Military Sealift Command, Consolidation and Containerization Point (CCP), Tracy, CA:

a. All shipments must be packaged, marked and labeled in accordance with DoD 4500.9R, Defense Transportation Regulation, Part II, Cargo Movements and MIL-STD 129. Shipments considered hazardous must be prepared in accordance with Title 49, Code of Federal Regulation-Transportation, and the International Maritime Dangerous Goods Code (IMDGC).

b. All shipments must be marked “For Export”.

c. The shipment and all paperwork must be annotated with the transportation control number (TCN) the ultimate destination and purchase order (P.O) number. Use of the military shipping label (DD Form 1387) is encouraged, but not required.

d. All shipments must be on “heat treated” pallets.

THE FOLLOWING INFORMATION MUST BE PROVIDED TO BE CONSIDERED A RESPONSIVE BID:

Type of container ____________ Number of containers_____________
Each Piece:
Height ___________ Length___________ Width___________ Weight__________

CONTRACTOR MUST USE SHIPPING LABELS PROVIDED BY THE GOVERNMENT TO AVOID LOSS/FRUSTRATED CARGO.
(End of clause)

Attachment 2: Schedule of Supplies

Schedule of Supplies
CLIN # Description Qty Unit Price Ext Price
CLIN 0001
Spot Cooler OR EQUAL
Portable indoor air conditioner unit for the hot production line
environment(handles temperatures up to 113F).
Cooling Capacity: 24,000 BTU.
Voltage: 208/230V single phase, 10.8Amp
Compressor Type: Hermetic Scroll.
Condensation Tank Capacity: 5 gallon.
Dimension: 19?(W) x 29?(D) x 47?(H.
Model: Classic Plus 26.
Mfr: MovinCool
6Ea

CLIN 0002

CLIN 0003

CLIN 0004 Flange 6 Cold Duct.OR EQUAL
Part Number: 481170-0250.
Mfr: MovinCool

Flange 12 Hot Duct. OR EQUAL
Part Number: 481170-0191.
Mfr: MovinCool

Shipping Charge to TRACY CA, 95376 12Ea

6Ea

1Ea

Total

OutreachSystems Article Number: 150717/PROCURE/0567 Matching Key Words: documentar*;

 

356px-Seal_of_the_US_Air_Force.svgDepartment of the Air Force, Air Education and Training Command, Randolph AFB – 902nd Contracting Squadron, 395 B Street West Suite 2 Randolph AFB TX 78150-4525

99 — MATTRESS/BOXSPRINGS FA5270-15-Q-A058 073115 Miranda M Christensen, Phone 2106528877, Email Miranda.Christensen@us.af.mil – KIMIKO TOMIHIRA, Email kimiko.tomihira.jp@us.af.mil Combined Synopsis/Solicitation
For
MATTRESS/BOXSPRINGS
FA5270-15-Q-A058
Presolicitation/Solicitation for MATTRESS/BOXSPRINGS for Kadena AB.
NOTICE TO OFFEROR(S)/SUPPLIER(S): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government
cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
1. This is a combined synopsis/solicitation for commercial items and services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation FA5270-15-A058 is being issued as a Request for Quotation. All responsible sources may submit a quote.
2. This acquisition is a full and open competition in regards to size standards. The applicable North American Industry Classification System (NAICS) code is 423210 Furniture Merchant Wholesalers.
3. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-81, 10 Apr 2015.
4. The Government contemplates an award of a Firm Fixed Price resulting from this solicitation. This requirement will be for full and open competition, there is no small business set-aside.
5. This combined synopsis & solicitation notice is a request for competitive quotations. Therefore, all capability statements or quotations received prior to the RFQ close date will be considered.
6. The Government will award a single purchase order contract resulting from this RFQ to the
responsible offeror whose offer is technically acceptable and represents the best value in terms of price to the government.

7. All questions should be directed to A1C Miranda Christensen at Miranda.Christensen@us.af.mil. Questions must be received no later than 0300 PM JST, 24 July 2015. Offers for this requirement are due no later than 0300 PM JST, 31 July 2015. It is the vendor’s responsibility to monitor the FedBizOps site for amendments issued in reference to this requirement. All Contractors who provide goods/services to the DOD must be registered in the SYSTEM FOR AWARD MANAGEMENT (SAM). Online Certifications and Representations are also required. Failure to comply with SAM registration may deem offeror ineligible for award.

CONTRACT SPECIALIST:
A1C Miranda Christensen
18 CONS/LGCA
Commercial from US: 011-81-98-938-1111; dial tone 634-0523
Commercial in Japan: 098-938-1111; dial tone, 634-0523

Miranda.Christensen@us.af.mil
CONTRACTING OFFICER:
KIMIKO TOMIHIRA
18 CONS/LGCA
kimiko.tomihira.jp@us.af.mil

* Contractors include proposed method of shipping to Okinawa Japan are responsible for the customes documents.
*All quotes must remain valid until 30 September 2015.
*Offerors must submit detailed descriptions of the systems proposed to include specifications sheets and warranty info.

Installation Address:
BLDG 54425
KADENA AFB
OKINAWA, JAPAN

LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS
(All listed attachments are at the end of this document)
Attachment Number Description Pages
1 Applicable Clauses and Provisions (4-23)

2 Schedule of Supplies 24

***********************LAST ITEM********************

Attachment 1: Applicable Clauses and Provisions
The Clauses and Provisions listed below are applicable to this order and can be read in their full text at http://farsite.hill.af.mil
Clauses & Provisions Incorporated by Reference:

52.203-3 Gratuities Apr 1984
52.204-7 System for Award Management Jul 2013
52.211-6 Brand Name or Equal Aug 1999
52.212-1 Instruction to Offerors-Commercial Items Apr 2014
52.212-4 Contract Terms and Conditions-Commercial Items Dec 2014
52.222-3 Convict Labor Jun 2003
52.222-21 Prohibition of Segregated Facilities Feb1999
52.223-5 Pollution Prevention/Right-to-Know May 2011
52.223-18 Ban on Texting Aug 2011
52.232-18 Availability of Funds Clause Apr 1984
52.233-3 Protest After Award Aug 1996
52.233-4 Applicable Law for Breack of Contract Claim Oct 2004
52.237-2 Protection of Govt Bldgs, Equip, & Veg Apr 1984
252.203-7000 Requirements Relating to Compensation of Former Sep 2011
DoD Officials
252.203-7005 Representation Relating to Compensation of Former Nov 2011
DoD Officials
252.204-7012 Safeguarding of Unclassified Controlled Nov 2013
Technical Information
252.205-7000 Provision of Information to Cooperative Agreement Holders Dec 1991
252.225-7016 Restriction on Acquisition of Ball and Roller Bearings Jun 2011
252.225-7020 Trade Agreements Certificate–Basic Nov 2014
252-225-7021 Trade Agreements Oct 2013
252.225-7043 Antiterrorism/Force Protection Policy for Defense Contractors Mar 2006
Outside the United States
252.225-7993 Prohibition on Contracting with the Enemy Feb 2014
(Deviation 2014-O0008)
252.232-7003 Electronic Submission of Payments Jun 2012
252.232-7010 Levies on Contract Payments Dec 2006
252.243-7001 Pricing of Contract Modifications Dec 1991
252.243-7002 Requests for Equitable Adjustment Dec 2012
252.244-7000 Subcontracts for Commercial Items Jun 2013

Clauses & Provisions Incorporated by Full Text:
FAR 52.209-7 — Information Regarding Responsibility Matters. (Jul 2013)
(a) Definitions. As used in this provision-
“Administrative proceeding” means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceeding at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables.
“Federal contracts and grants with total value greater than $10,000,000″ means-
(1) The total value of all current, active contracts and grants, including all priced options; and
(2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules).
“Principal” means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions).
(b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than $10,000,000.
(c) If the offeror checked “has” in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information:
(1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions:
(i) In a criminal proceeding, a conviction.
(ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more.
(iii) In an administrative proceeding, a finding of fault and liability that results in-
(A) The payment of a monetary fine or penalty of $5,000 or more; or
(B) The payment of a reimbursement, restitution, or damages in excess of $100,000.
(iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision.
(2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence.
(d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management database via https://www.acquisition.gov (see 52.204-7).
(End of provision)

Addenda to FAR 52.212-1 Instructions to Offerors – Commercial Items (April 2014)

(a) Paragraph 52.212-1(c), Period for Acceptance of Offers, is tailored as follows: “The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers.”

(b) The following is inserted as new paragraph (m) of the provision:

(m) Proposal Preparation Instructions.

A. To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The response shall consist of three (3) separate parts; Part I – Summary and Miscellaneous Data, Part II – Price Proposal, and Part III – Technical Proposal.

B. Specific Instructions:

1. PART I – SUMMARY AND MISCELLANEOUS DATA. Submit original plus one (1)copy.

(a) The offeror shall provide a concise summary and master table of contents of the entire proposal.

(b) Combined Synopsis/Solicitation. Complete all necessary fill-ins. In doing so, the offeror accedes to the contract terms and conditions as written in the solicitation.
(c) Complete the necessary fill-ins and certifications in provisions and in the on-line Representations and Certifications at http://www.sam.gov. Return the provision FAR 52.212-3, Offeror Representations and Certifications – Commercial Items, along with the proposal. For other provisions and clauses in the solicitation, the offeror is required to submit the pages that require an offeror fill-in.

(d) Submit an acknowledgment of the all solicitation amendments, if issued.

2. PART II – PRICE PROPOSAL – Submit original plus one (1) copy.

(a) Insert proposed unit price(s) and extended amount(s) in the Schedule of Supplies/Services for each Contract Line Item Number (CLIN) or Sub CLIN (SCLIN), including all option periods. The extended amount must equal the unit price multiplied by the number of units. It is imperative that mathematical calculations are correct; particular care should be taken to ensure the amounts match when using the EXCEL program and the rounding of figures, limited to two decimal places.

(b) Extreme care should be exercised to ensure that no price data of any kind are included in any other Part of the proposal.

3. PART III – TECHNICAL PROPOSAL – Limited to no more than fifty (50) pages. Submit original plus one (1) copy.

1. Price
2. Technecal

C. Documents submitted in response to this RFQ must be consistent with the following:

1. Requirements of the solicitation (CLINs and PWS) and government standards and regulations pertaining to the PWS.

2. FAR 52.212-2, Evaluation – Commercial Items, of this solicitation.

3. If a Part in a quote exceeds the specified page limit cited in the Part Content, the excessive pages will not be evaluated.

4. Format for proposal Parts I, II, and III shall be as follows:

(a) The quotes will be on 8 1/2″ x 11″ paper, except for fold-outs used for charts, tables, or diagrams, which may not exceed 11″ x 17″.

(b) A page is defined as one face of a sheet of paper containing information. Two pages may be printed on one sheet of paper.
(c) All printing shall be single-spaced. Spacing characteristics are applicable to charts and graphs.

(d) Typing shall not be less than 10 pitch. Size of print is applicable to charts and graphs.

(e) Page margins shall be a minimum of 1 inch top, bottom, and each side.

(f) In addition to the paper copies specified for each Part, one electronic copy of each Part of the entire offer must be submitted. The electronic version of the proposal shall be submitted in a format readable by Microsoft Office 2007 which includes software programs such as WORD, EXCEL, or PowerPoint. For those pages of the proposal that cannot be submitted using Microsoft Office, such as the Standard Form 1449, offerors shall include those pages electronically using Adobe Acrobat portable document files (.pdf) format. The Price Part shall be submitted in spreadsheet format, such as EXCEL, and MS WORD for price narrative. The electronic version shall be submitted on a compact disc (CD). USB flash drives, floppy disks, and zip disks are not acceptable.

Indicate on each CD the Part number and title. The paper copies and electronic versions shall be identical in all respects. In the event there are any discrepancies between the paper copies and electronic copies, the paper copies take precedence and will be used for evaluation. Ensure the electronic documents stored on the CD can be opened. Use separate files and folders to permit rapid location of all portions, including exhibits and attachments, if any. Replacement CDs will be required to update the final proposal resulting from any discussions and updates, if applicable.

(h) Offerors can also submit electronic copies of proposals via e-mail. Files are not to exceed 8 MB. By submitting an electronic copy, offerors assume all risk of proposals not getting through security measures and firewalls. Only files created using Microsoft WORD, Microsoft EXCEL, and/or Adobe .pdf files will be accepted. No zip files will be accepted. If submitting proposals electronically, email the file(s) by the solicitation closing date and time to the following email address: Miranda.Christensen@us.af.mil

(i) Each Part shall be complete in itself and shall not reference information contained in other Parts. Page 1 of a Part is defined as the first page after the Table of Contents. All pages shall be numbered.

(j) Price data of any kind shall be presented only in the Price Proposal Part.

(k) Elaborate formats, bindings, and color presentations are not desired or required.

The following table summarizes the proposal submission:
PART TITLE ELECTRONIC
COPY PAPER
COPY PAGE LIMIT DUE DATE
I Summary and Misc Data
(File Name: Part I) 1 1 10 22 June 2015
II
Price
(File Name: Part II) 1 1 10 22 June 2015
III
Technical
(File Name: Part III) 1 1 50 22 June 2015

(Insert the number of electronic copies, number of paper copies, maximum allowable pages, and the due date.)

D. General Information:

1. Information regarding submission of proposals: Hand carried or mailed proposals must be delivered to the following address:

Hand carried to:
18th Contracting Squadron
Attn: A1C Miranda Christensen
Buildling 99
Kadena, AB, Okinawa, Japan

Mailed to:
18th Contracting Squadron
Attn: A1C Miranda Christensen
Unit 5199, Bldg 95
APO, AP 96368-5199

2. The sealed envelope or package used to submit your proposal must show the time and date specified for receipt, the solicitation number, and the name and address of the offeror.

3. Offerors are cautioned that Kadena Air Base has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE EXPECTED WHEN HAND-CARRYING PROPOSALS. Offerors should allow sufficient time to obtain a visitor pass and arrive at building 99 prior to the time specified for receipt. Late proposals will be processed in accordance with FAR 52.215-1(c)(3),”Submission, modification, revision, and withdrawal of proposals.”

4. FEDERAL HOLIDAYS: The following Federal Legal Holidays are observed by this base:
New Year’s Day 1 January
Birthday of Martin Luther King Third Monday in January
Washington’s Birthday Third Monday in February
Memorial Day Last Monday in May
Independence Day 4 July
Labor Day First Monday in September
Columbus Day Second Monday in October
Veterans Day 11 November
Thanksgiving Day Fourth Thursday in November
Christmas Day 25 December

(End of Addenda)

52.212-2 Evaluation–Commercial Items (Oct 2014)

(a) The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors will be used to evaluate offers:

(1) Price
(2) Technical

(b) Options. The government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options will not obligate the government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, will result in a binding contract without further action by either party. Before the offer’s specified expiration time, the government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

Addendum to FAR 52.212-2, Evaluation – Commercial Items

The following is inserted as new paragraph (d) of the provision:

“(d) BASIS FOR CONTRACT AWARD: This is a competitive Lowest Price Technically Acceptable (LPTA) source selection conducted in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 15 and Air Force FAR Supplement (AFFARS) Mandatory Procedure (MP) 5315.3. By submission of its offer in accordance with the instructions provided in clause FAR 52.212-1, Instructions to Offerors -Commercial Items, the offeror accedes to the terms of this model contract. Failure to meet a requirement may result in an offer being determined unacceptable. Award will be made to the lowest Total Evaluated Price (TEP) offer that meets the acceptability standards for non-price factors. The evaluation process will include the following:

(1) Summary and Miscellaneous Data. The government will evaluate summary and miscellaneous data proposals on a pass/fail basis and assign an Acceptable or Unacceptable rating as described in Table 1 below.

Table 1. Summary and Miscellaneous Data Ratings
Rating Description
Acceptable Proposal meets the requirements of the solicitation.
Unacceptable Proposal does not meet the requirements of the solicitation.

(2) Price Evaluation Factor. The government will rank all offers by Total Evaluated Price or TEP. The price evaluation will document the fairness and reasonableness of the TEP.

Total Evaluated Price: A TEP will be computed for each offer in order to meet the requirements of FAR Parts 6 and 17.

The TEP will be evaluated by adding CLIN 000. LPTA (Lowest Price Technically Acceptable) shall be utilized in evaluating offerors.

The proposals will be evaluated against the following subfactor(s):

(1) Price
(2) Technical

(4) Offerors are cautioned to submit sufficient information and in the format specified in 52.212-1, Instructions to Offerors – Commercial Items, of this solicitation. Offerors may be asked to clarify certain aspects of their proposals. Exchanges conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for proposal revision. The government intends to award a contract without discussions with respective offerors. The government, however, reserves the right to conduct discussions if deemed in its best interest.

(5) Award will be made to the lowest priced offer, based on TEP, that meets the acceptability standards for non-price factors.”
(End of Addenda)

52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS–COMMERCIAL ITEMS (MAR 2015)
The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision.
(End of provision)
Addenda to 52.212-4
252.222-7002 Compliance with Local Labor Laws (Overseas) (Jun 1997)
(a) The Contractor shall comply with all
(1) Local laws, regulations, and labor union agreements governing work hours; and
(2) Labor regulations including collective bargaining agreements, workers’ compensation, working conditions, fringe benefits, and labor standards or labor contract matters.
(b) The Contractor indemnifies and holds harmless the United States Government from all claims arising out of the requirements of this clause. This indemnity includes the Contractor’s obligation to handle and settle, without cost to the United States Government, any claims or litigation concerning allegations that the Contractor or the United States Government, or both, have not fully complied with local labor laws or regulations relating to the performance of work required by this contract.
(c) Notwithstanding paragraph (b) of this clause, consistent with paragraphs 31.205-15(a) and 31.205-47(d) of the Federal Acquisition Regulation, the Contractor will be reimbursed for the costs of all fines, penalties, and reasonable litigation expenses incurred as a result of compliance with specific contract terms and conditions or written instructions from the Contracting Officer.

52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS–COMMERCIAL ITEMS (MAR 2015)
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014)
(2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)
X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509).
____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)
X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note).
X (8) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013) (31 U.S.C. 6101 note).

X (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313).
____ (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)).
____ (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).
____ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
____ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 3126).
____ (27) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).
____ (28) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
X (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212).
X (30) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793).
X (31) 52.222-37, Employment Reports on Veterans (July 2014) (38 U.S.C. 4212).
X (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513).
X (43) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).
X (44) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
X (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332).
X (54)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631).
(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records–Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (41 U.S.C. 3509).
(ii) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(iii) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.
(iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246).
(v) 52.222-35, Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212).
(vi) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(vii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212).
(viii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(ix) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).
(x) _____ (A) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627).
X (B) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).
(xi) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment–Requirements (May 2014) (41 U.S.C. chapter 67.)
(xii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services–Requirements (May 2014) (41 U.S.C. chapter 67)
(xiii) 52.222-54, Employment Eligibility Verification (Aug 2013).
(xiv) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
(xv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xvi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
(xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2014) (Executive Order 13658).
(2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of clause)
52.225-14 — Inconsistency Between English Version and Translation of Contract. (Feb 2000)
In the event of inconsistency between any terms of this contract and any translation into another language, the English language meaning shall control.
52.228-3 — Workers’ Compensation Insurance (Defense Base Act). (Apr 1984)
The Contractor shall
(a) provide, before commencing performance under this contract, such workers’ compensation insurance or security as the Defense Base Act (42 U.S.C. 1651, et seq.) requires and
(b) continue to maintain it until performance is completed. The Contractor shall insert, in all subcontracts under this contract to which the Defense Base Act applies, a clause similar to this clause (including this sentence) imposing upon those subcontractors this requirement to comply with the Defense Base Act.
52.228-4– Workers’ Compensation and War-Hazard Insurance Overseas (Apr 1984)
(a) This paragraph applies if the Contractor employs any person who, but for a waiver granted by the Secretary of Labor, would be subject to workers’ compensation insurance under the Defense Base Act (42 U.S.C. 1651, et seq.). On behalf of employees for whom the applicability of the Defense Base Act has been waived, the Contractor shall
(1) provide, before commencing performance under this contract, at least that workers’ compensation insurance or the equivalent as the laws of the country of which these employees are nationals may require, and
(2) continue to maintain it until performance is completed. The Contractor shall insert, in all subcontracts under this contract to which the Defense Base Act would apply but for the waiver, a clause similar to this paragraph (a) (including this sentence) imposing upon those subcontractors this requirement to provide such workers’ compensation insurance coverage.
(b) This paragraph applies if the Contractor or any subcontractor under this contract employs any person who, but for a waiver granted by the Secretary of Labor, would be subject to the War Hazards Compensation Act (42 U.S.C. 1701, et seq.). On behalf of employees for whom the applicability of the Defense Base Act (and hence that of the War Hazards Compensation Act) has been waived, the Contractor shall, subject to reimbursement as provided elsewhere in this contract, afford the same protection as that provided in the War Hazards Compensation Act, except that the level of benefits shall conform to any law or international agreement controlling the benefits to which the employees may be entitled. In all other respects, the standards of the War Hazards Compensation Act shall apply; e.g., the definition of war-hazard risks (injury, death, capture, or detention as the result of a war hazard as defined in the Act), proof of loss, and exclusion of benefits otherwise covered by workers’ compensation insurance or the equivalent. Unless the Contractor elects to assume directly the liability to subcontractor employees created by this clause, the Contractor shall insert, in all subcontracts under this contract to which the War Hazards Compensation Act would apply but for the waiver, a clause similar to this paragraph (b) (including this sentence) imposing upon those subcontractors this requirement to provide war-hazard benefits.
52.233-2 — Service of Protest. (Sep 2006)
(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Ms. Rubyann Prout, 18th Contracting Squadron, Building 99, Kadena AB, APO AP 96368.
(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.
(End of Provision)
252.209-7994 — Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations. (Deviation 2014-O0004)(Oct 2013)

(a) In accordance with section 101(a) of Division A of the Continuing Appropriations Act, 2014 (Pub. L. 113-46), none of the funds made available by that Act for DoD (including Military Construction funds) may be used to enter into a contract with any corporation that-

(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or

(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.

(b) The Offeror represents that-

(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability,

(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.

(End of provision)
252.225-7041 — Correspondence in English. (Jun 1997)
The Contractor shall ensure that all contract correspondence that is addressed to the United States Government is submitted in English or with an English translation.
(End of clause)
252.225-7043 — Antiterrorism/Force Protection for Defense Contractors Outside the United States (Mar 2006)
(a) Definition. “United States,” as used in this clause, means, the 50 States, the District of Columbia, and outlying areas.
(b) Except as provided in paragraph (c) of this clause, the Contractor and its subcontractors, if performing or traveling outside the United States under this contract, shall
(1) Affiliate with the Overseas Security Advisory Council, if the Contractor or subcontractor is a U.S. entity;
(2) Ensure that Contractor and subcontractor personnel who are U.S. nationals and are in-country on a non-transitory basis, register with the U.S. Embassy, and that Contractor and subcontractor personnel who are third country nationals comply with any security related requirements of the Embassy of their nationality;
(3) Provide, to Contractor and subcontractor personnel, antiterrorism/force protection awareness information commensurate with that which the Department of Defense (DoD) provides to its military and civilian personnel and their families, to the extent such information can be made available prior to travel outside the United States; and
(4) Obtain and comply with the most current antiterrorism/force protection guidance for Contractor and subcontractor personnel.
(c) The requirements of this clause do not apply to any subcontractor that is
(1) A foreign government;
(2) A representative of a foreign government; or
(3) A foreign corporation wholly owned by a foreign government.
(d) Information and guidance pertaining to DoD antiterrorism/force protection can be obtained from The appropriate Antiterrorism Force Protection Office at the Command Headquarters. Also see https://atep.dtic.mil.
252.226-7001 — Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns. (Sep 2004)
(a) Definitions. As used in this clause–
“Indian” means-
(1) Any person who is a member of any Indian tribe, band, group, pueblo, or community that is recognized by the Federal Government as eligible for services from the Bureau of Indian Affairs (BIA) in accordance with 25 U.S.C. 1452(c); and
(2) Any “Native” as defined in the Alaska Native Claims Settlement Act (43 U.S.C. 1601 et seq.).
“Indian organization” means the governing body of any Indian tribe or entity established or recognized by the governing body of an Indian tribe for the purposes of 25 U.S.C. Chapter 17.
“Indian-owned economic enterprise” means any Indian-owned (as determined by the Secretary of the Interior) commercial, industrial, or business activity established or organized for the purpose of profit, provided that Indian ownership constitutes not less than 51 percent of the enterprise.
“Indian tribe” means any Indian tribe, band, group, pueblo, or community, including native villages and native groups (including corporations organized by Kenai, Juneau, Sitka, and Kodiak) as defined in the Alaska Native Claims Settlement Act, that is recognized by the Federal Government as eligible for services from BIA in accordance with 25 U.S.C. 1452(c).
“Interested party” means a contractor or an actual or prospective offeror whose direct economic interest would be affected by the award of a subcontract or by the failure to award a subcontract.
“Native Hawaiian small business concern” means an entity that is-
(1) A small business concern as defined in Section 3 of the Small Business Act (15 U.S.C. 632) and relevant implementing regulations; and
(2) Owned and controlled by a Native Hawaiian as defined in 25 U.S.C. 4221(9).
(b) The Contractor shall use its best efforts to give Indian organizations, Indian-owned economic enterprises, and Native Hawaiian small business concerns the maximum practicable opportunity to participate in the subcontracts it awards, to the fullest extent consistent with efficient performance of the contract.
(c) The Contracting Officer and the Contractor, acting in good faith, may rely on the representation of an Indian organization, Indian-owned economic enterprise, or Native Hawaiian small business concern as to its eligibility, unless an interested party challenges its status or the Contracting Officer has independent reason to question that status.
(d) In the event of a challenge to the representation of a subcontractor, the Contracting Officer will refer the matter to-
(1) For matters relating to Indian organizations or Indian-owned economic enterprises:
U.S. Department of the Interior
Bureau of Indian Affairs
Attn: Chief, Division of Contracting and
Grants Administration
1849 C Street NW, MS-2626-MIB
Washington, DC 20240-4000.
The BIA will determine the eligibility and will notify the Contracting Officer.
(2) For matters relating to Native Hawaiian small business concerns:
Department of Hawaiian Home Lands
PO Box 1879
Honolulu, HI 96805.
The Department of Hawaiian Home Lands will determine the eligibility and will notify the Contracting Officer.
(e) No incentive payment will be made-
(1) While a challenge is pending; or
(2) If a subcontractor is determined to be an ineligible participant.
(f)(1) The Contractor, on its own behalf or on behalf of a subcontractor at any tier, may request an incentive payment in accordance with this clause.
(2) The incentive amount that may be requested is 5 percent of the estimated cost, target cost, or fixed price included in the subcontract at the time of award to the Indian organization, Indian-owned economic enterprise, or Native Hawaiian small business concern.
(3) In the case of a subcontract for commercial items, the Contractor may receive an incentive payment only if the subcontracted items are produced or manufactured in whole or in part by an Indian organization, Indian-owned economic enterprise, or Native Hawaiian small business concern.
(4) The Contractor has the burden of proving the amount claimed and shall assert its request for an incentive payment prior to completion of contract performance.
(5) The Contracting Officer, subject to the terms and conditions of the contract and the availability of funds, will authorize an incentive payment of 5 percent of the estimated cost, target cost, or fixed price included in the subcontract awarded to the Indian organization, Indian-owned economic enterprise, or Native Hawaiian small business concern.
(6) If the Contractor requests and receives an incentive payment on behalf of a subcontractor, the Contractor is obligated to pay the subcontractor the incentive amount.
(g) The Contractor shall insert the substance of this clause, including this paragraph (g), in all subcontracts exceeding $500,000.
(End of clause)
252.232-7008 — Assignment of Claims (Overseas) (Jun 1997)
(a) No claims for monies due, or to become due, shall be assigned by the Contractor unless
(1) Approved in writing by the Contracting Officer;
(2) Made in accordance with the laws and regulations of the United States of America; and
(3) Permitted by the laws and regulations of the Contractor’s country.
(b) In no event shall copies of this contract or of any plans, specifications, or other similar documents relating to work under this contract, if marked “Top Secret,” “Secret,” or “Confidential” be furnished to any assignee of any claim arising under this contract or to any other person not entitled to receive such documents. However, a copy of any part or all of this contract so marked may be furnished, or any information contained herein may be disclosed, to such assignee upon the Contracting Officer’s prior written authorization.
(c) Any assignment under this contract shall cover all amounts payable under this contract and not already paid, and shall not be made to more than one party, except that any such assignment may be made to one party as agent or trustee for two or more parties participating in such financing. On each invoice or voucher submitted for payment under this contract to which any assignment applies, and for which direct payment thereof is to be made to an assignee, the Contractor shall
(1) Identify the assignee by name and complete address; and
(2) Acknowledge the validity of the assignment and the right of the named assignee to receive payment in the amount invoiced or vouchered
252.233-7001 — Choice of Law (Overseas). (Jun 1997)
This contract shall be construed and interpreted in accordance with the substantive laws of the United States of America. By the execution of this contract, the Contractor expressly agrees to waive any rights to invoke the jurisdiction of local national courts where this contract is performed and agrees to accept the exclusive jurisdiction of the United States Armed Services Board of Contract Appeals and the United States Court of Federal Claims for the hearing and determination of any and all disputes that may arise under the Disputes clause of this contract.
(End of clause)
5352.201-9101 OMBUDSMAN (APR 2010)

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

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

(c) If resolution cannot be made by the contracting officer, concerned parties may contact MAJCOM ombudsman, CMSgt Gene L. Eastman, AFICA/KH (OL-PAC), Hickam AFB, HI 96853-5427, phone number (315)449-8569, e-mail address gene.eastman@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM Ombudsman level may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067.

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

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

TAX EXEMPTION CERTIFICATE
The contractor will submit requests for gasoline or diesel oil tax exemption certificates to the Contracting Officer. This request will show the actual amount of gasoline or diesel oil used exclusively for the performance of this contract, with documentary evidence and detailed item breakdown to certify the accurate consumption o gasoline or diesel, or other necessary information and data as may be required. The Contracting Officer will issue to the contractor a Tax Exemption Certification for the actual amount of gasoline or diesel oil used exclusively for the performance of this contract. The contractor shall claim all tax and customs exemptions as listed in paragraph “EXEMPTION FROM JAPANESE CUSTOMS DUTIES AND TAXES PURSUANT TO STATUS OF FORCES AGREEMENT”.

EXEMPTION FROM JAPANESE CUSTOMS DUTIES AND TAXES PURSUANT TO STATUS OF FORCES AGREEMENT (AUG 2001)
(a) Paragraph 2, Article XI of the Status of Forces Agreement between Japan and the United States, authorizes the United States entry into Japan free from Japanese customs duties and all other charges on materials, supplies and equipment imported for the official use of the United States Armed Forces or for the exclusive use of such forces or ultimately to be incorporated into articles or facilities used by such forces.

(b) Paragraph 3, Article XII of said Status of Forces Agreement, authorizes the United States exemption from certain Japanese taxes for materials, supplies, equipment and services procured for official purpose in Japan by the United States Armed Forces or by authorized agencies of the United States Armed Forces. Currently, these taxes are: (1) Gasoline tax and local road tax on gasoline; (2) Diesel oil tax; (3) Liquefied petroleum tax, and (4) consumption tax.

(c) If you are the successful offeror, the Contracting Officer or his authorized representative will issue customs or tax exemption taxes in accordance with procedures agreed upon between the Government of Japan and the United States of America. Tax exemption certificates for either at the end of each month or upon termination of the contract. These can be applied against future purchases of motor fuel. They will be issued only to you as the prime contractor, so, if you employ a subcontractor or supplier who uses motor fuel, you must purchase the motor fuel to secure the exemption.

(d) List below the customs duties or taxes which have been excluded from your proposal as required by the Taxes Clause. Contractor must claim all customs and tax exemptions to which the U.S. Government is entitled.
Type of Commodity and Amount of Duty or Tax
Percentage of Tax Excluded in Yen (¥)
(1) Customs Duties __________________ __________________
(2) Taxes:
(a) Gasoline tax and local
road tax on gasoline _________________ __________________
(b) Diesel oil tax __________________ __________________
(c) Liquefied petroleum tax __________________ __________________
(d) Consumption tax __________________ __________________

(End of Clause)

INVOICE SUBMISSION
Return to the Header tab, then click ‘Create Document’. This will then bring up the completed invoice for review. Once reviewed for accuracy, click ‘SUBMIT’. The Receiving Report document will appear and will look similar to the invoice. Click ‘SUBMIT'; this will bring up a screen that will identify the email addresses the newly-created documents will be sent. Just above the ‘Return’ and ‘Page Help’ buttons, you will see “Send More Email Notifications”. Notice to Contractor: WAWF will prompt asking for ‘additional e-mail submissions” after clicking “SIGNATURE”. The following E-Mail addresses MUST be input in order to prevent delays in processing:

Please send additional emails to all listed:
EMAIL POINT OF CONTACT LISTING: 18 CONS.WAWF@kadena.af.mil
SERVICE ACCEPTOR/INSPECTOR: fred.watts@us.af.mil
CONTRACT ADMINISTRATOR: Miranda.Christensen@us.af.mil

Mark “SEND” for each, then “SUBMIT”.

(End of clause)

COMM-0001 Wide Area Work Flow Clause
WAWF
SUBMIT INVOICES ELECTRONICALLY
This contract contains DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. This clause requires invoices for supplies and services purchased by the DoD be submitted via electronic means. The Wide Area Workflow (WAWF) system satisfies this mandatory requirement. WAWF can be accessed on the internet at https://wawf.eb.mil/ .

Before using WAWF, ensure your company’s Electronic Business POCs listed in your System for Award Management (SAM) are the same individuals that will invoice through WAWF. If they aren’t, changes can be made to your company’s SAM profile at http://www.sam.gov Click on “Update” or “Renew”. SAM customer support can be reached at 1-888-227-2423.

If your company’s electronic businesses POCs are correct, contact the WAWF helpdesk at 1-866-618-5988 or by e-mail at cscassig@ogden.disa.mil and ask to establish a group for your company’s CAGE code. The group administrator will also have to call the WAWF helpdesk to request account activation. Once the group is established and the account is activated, your company will be able to create a combination invoice/receiving report using the codes below and instructions available from our contract administrator/buyer.

Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Air Force Pacific at 011-81-3117-55-3068. Please have the order number and invoice number ready when calling about payment status. The accounts payable mailing address can be located in Block 18a of the order. Payment information can be easily accessed using the DFAS web site at http://www.dfas.mil. The purchase order/contract number or invoice will be required to inquire status of payment. Go to DFAS on the web at: www/dfas.mil/money/vendor..

The contractor shall create one of the following:

[ ] “2-n-1 format” for services only
[X] “Invoice and Receiving Report (Combo)
[ ] “Invoice ” for medical supplies
[ ] “Construction Invoice” for construction

THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES THROUGH WAWF

ISSUE BY DODAAC: FA5270
ADMIN DODAAC: FA5270
INSPECT BY DODAAC: F2H2B9
SERVICE ACCEPTOR: F2H2B9
“SHIP TO” DODAAC: F2H2B9
PAY OFFICE DODAAC: F68800

ADDING CLINs
To input the line item for the invoice, the following codes will be required to Add CLIN/SLIN:

Structure your CLINs as follows:

Example:
Item No. 0001
Stock Part No.
Type SUP
Qty provided 5062
Unit GL
Unit Price $2.00
Description LP Gas
ACRN AA
Final Payment Y
Final Invoice Y

COMM-0002 Tracy Shipping Instruction
PROOF OF DELIVERY

TO: CONTRACTOR

Please submit proof of delivery documents for each line item and quantity shipped under each TCN number along with invoice to ensure payment is made in timely manner.

Please ensure that delivered packages are traceable if lost or stolen.

FREIGHT DELIVERY PROCEDURES

Delivery will be made by most economical method or as follows:

If freight charges exceed $100.00, a copy of the carrier’s freight bill or other evidence of receipt must be furnished with invoice. The receipt must show amount of shipping charges and be signed by company’s representative.
If freight charges exceed the amount on the purchase order, you must receive authorization by the contracting office prior to shipment and/or receive alternate shipping instructions.

Failure to obtain prior authorization may result in the government paying a lesser amount. The government will only pay fair and reasonable transportation charges as established by current market rates. Failure to comply with these procedures may delay or preclude you from receiving payment for freight charges.

Vendor will ensure that all items are delivered by delivery date.

RECEIVING REPORT

TO: REQUESTER

Upon receipt of supplies or services, the requesting activity will prepare a Receiving Report (DD Form 250, DD Form 1155, SF 1449 or a letter) and send it to address in block 18a, and 1 copy to the Contracting Office address in block 9. Receiving Reports must be submitted within 6 working days after receipt of merchandise.

REMIT TO ADDRESS

CONTRACTOR SHIPPING INSTRUCTIONS
These instructions apply to shipments originating in the United States destined for Okinawa, Japan.

Section A – Applies to All Orders

Shipments 0-70 pounds and within size limitations: Ship prepaid by the least costly small package carrier or the United States Postal Service. Any direct charge for prepaid cost will be listed as a separate item on the invoice for the supplies shipped. Submit a copy of the transportation or freight bill with the invoice for cost verification. Failure to provide a copy of the paid freight bill may result in the contractor not being fully reimbursed for freight charges. Contractors shall not divide quantities into small parcels of 0-70 pounds for the purpose of avoiding shipment by other modes of transportation. Contractors shall not insure shipments at Government expense for the purpose of recovery in case of loss or damage, except where minimum insurance is required for the purpose of obtaining receipts at point of origin and upon delivery.

Shipments 0-70 pounds NOT within size limitations, or shipments 71 pounds and over: Ship prepaid by commercial surface (water), or the least costly small package carrier. If this is not possible, ship item(s) through the Defense Transportation System.

Any shipping container or load exceeding 200 pounds gross weight shall be placed on a standard wooden/plastic skid with a minimum 3 7/8″ clearance for the purpose of handling with forklifts or other material handling equipment and to allow ease of
loading/unloading.

Section B – Applies to Orders Shipped via Military Sealift

Procedures for shipping through the Military Sealift Command, Consolidation and Containerization Point (CCP), Tracy, CA:

a. All shipments must be packaged, marked and labeled in accordance with DoD 4500.9R, Defense Transportation Regulation, Part II, Cargo Movements and MIL-STD 129. Shipments considered hazardous must be prepared in accordance with Title 49, Code of Federal Regulation-Transportation, and the International Maritime Dangerous Goods Code (IMDGC).

b. All shipments must be marked “For Export”.

c. The shipment and all paperwork must be annotated with the transportation control number (TCN) the ultimate destination and purchase order (P.O) number. Use of the military shipping label (DD Form 1387) is encouraged, but not required.

d. All shipments must be on “heat treated” pallets.

THE FOLLOWING INFORMATION MUST BE PROVIDED TO BE CONSIDERED A RESPONSIVE BID:

Type of container ____________ Number of containers_____________
Each Piece:
Height ___________ Length___________ Width___________ Weight__________

CONTRACTOR MUST USE SHIPPING LABELS PROVIDED BY THE GOVERNMENT TO AVOID LOSS/FRUSTRATED CARGO.
(End of clause)

Attachment 2: Schedule of Supplies

Schedule of Supplies
CLIN # Description Qty Unit Price Ext Price
CLIN 0001

FULL SIZE MATTRESS OR EQUAL
(53″ x 75″ x 7-8″H) MAROON PEAK EXTRA FIRM/ITEM# MOO236/ITEM# 13.75 GAUGE COILS, 6 GUAGE, COVER 204.327 COILS/6-GUAGE BORDER WIRE, FIRST LAYER 3/4oz. FIBER PD, 2ND LEVEL 3/4 OZ. FIBER FILL, VENDERBUILT BLUE BELLE DAMASK COVER. MUST MEET 16 CFR 1632 “B” FLAMABILITY STANDARDS. 400Ea

CLIN 0002

CLIN 0003

CLIN 0004 MUST MATCH BOXSPRING IN COLOR/STYLE.

FULL SIZE BOXSPRING (53″ x 75″ x 6-8″H) FORMED WIRE BOXSPRING UNIT INSULATED WITH A BONDED INSULATOR PAD. CORNER EDGEBANDING FOR SAFETY AND COMFORT.
MUST MATCH MATTRESSES IN COLOR/STYLE

DOOR-TO-DOOR SHIPPING

CARDBOARD SHIPPING CARTON FOR EACH MATTRESS/BOXSPRING

130Ea

1Ea

530Ea

Total

Place of Performance: , 1 96367 JP URL: https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/FA5270-15-Q-A058/listing.html

OutreachSystems Article Number: 150717/PROCURE/0568 Matching Key Words: documentar*;

Department of Veterans Affairs, Cincinnati VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Network Contracting Office (NCO) 10;260 E. University Avenue;Cincinnati OH 45219

R–Bio-hazardous waste removal – Cincinnati 539-15-3-6083-0019 VA25015Q0325 072215 Alexander J Daniel Contracting-Contract Specialist (513)559-3721 alexander.daniel@va.gov In accordance with FAR Part 10, Market Research, this is a sources sought to determine the availability of potential sources/vendors having the skills and capabilities necessary to provide all labor, equipment and material necessary for the removal and disposal of bio-hazardous waste from the Department of Veterans Affairs Medical Center located at 3200 Vine Street, Cincinnati, Ohio 45220 and it’s associated outpatient care centers. All interested contractors are invited to provide information to contribute to this market survey/sources sought including, commercial marketDepartment_of_Veterans_Affairs_Logo information. This sources sought notice 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 VA is currently conducting market research to locate qualified, experienced and interested potential sources relative to NAICS 562112. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this sources sought announcement.
General Requirements:
It is anticipated that the contractor will pick-up bio-medical waste from Building number one (1) at dock, five (5) times per week (Monday through Friday) between the hours 5:00 a.m. – 8:00 a.m. The other facilities listed under the Cincinnati VA Medical will be scheduled on “as needed” basis. No pick-up service is to be performed on Saturdays, Sundays and Holidays except with prior arrangement.
The term “Bio-Medical Waste” as used herein, shall include only those wastes defined by the United States Environmental Protection Agency (USEPA) as infectious waste in its Guide for Infectious Waste Management #EPA/530-SW-86-014, or defined by the USEPA as medical waste in 40CFR259.30 and any other wastes identified as infectious waste in any other applicable federal, state, county or municipal laws, regulations and guidelines.
The list of locations for pick-ups include the following locations:
Cincinnati VA Medical Center
3200 Vine St.
Cincinnati, Ohio 45220
VA Nursing Home and Domiciliary
1000 South Fort Thomas Avenue
Fort Thomas, Kentucky 41075

Bellevue Community Based Outpatient Clinic
103 Landmark Drive
Bellevue, Kentucky 41073
Dearborn Community Based Outpatient Clinic
1600 Flossie Drive
Lawrenceburg, Indiana 47025
Clermont County VA Healthcare Associates
4600 Beechwood Road
Cincinnati, OH 45244-1809
Florence VA Healthcare Associates
7711 Ewing Blvd.
Florence, KY 41011-7533
Hamilton VA Healthcare Associates
1755 South Erie Highway, Suite C
Hamilton, OH 45011-4145
VA Eye Clinic
2929 Highland Avenue
Cincinnati Ohio 45220
Requested submittal Information:
Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response of no more than 15 pages in length, single spaced, 12 point font minimum. The Government will not review any other data or attachments that are in excess of the 15 pages. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements.
Interested parties shall furnish the following minimum information:
1. Company name and address.
2. Company point of contact name, telephone number and email address.
3. Is your business large or small?
4. If small, does your firm qualify as a small, emerging business, or small disadvantaged business?
5. If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act
6. Is your firm a certified Hub zone firm?
7. Is your firm a woman-owned or operated business?
8. Is your firm a certified Service-Disabled Veteran or Veteran Owned Small business (SDVOSB or VOSB)?
9. If your firm is a SDVOSB or VOSB, are you registered with VetBiz Registry? If not, please register at: http://vip.vetbiz.gov/general_user/register/default.asp
10. Does your firm have a DUNS number? If so, please provide. If not, you must register with Dun & Bradstreet at: http://www.dnb.com
11. Is your firm registered with the System for Award Management (SAM) at https://www.sam.gov/portal/SAM/#1? If not, please register as soon as possible.
12. If the company holds a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant SINS.
13. Does your firm have a website address? Please provide.
14. Are you AHIMA certified?
15. Capabilities/Qualifications: A written response providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. Description of the capabilities/qualifications/skills your company possesses to perform services described in the scope of work.
16. Do you need to subcontract any portion of work to provide these services stated herein?
17. Past Experience: Brief summary of the company history relative to similar requirements. Offer may provide the following information on a maximum of three similar projects for which the responder was a prime or subcontractor.
a. The name, address, and value of each project.
b. The Prime Contract Type, Firm Fixed-Price, or Time and Material.
c. The name, telephone and address of the owner of each project.
d. A description of each project and why it is relevant to this requirement. Include difficulties and successes.
e. Your company’s role and services provided for each project.
18. What are the common qualifications of the people who are providing these services?
Telephone and faxed responses will not be accepted nor responded to. It is requested that the above information be provided no later than 7/22/2015 at 10:00AM EST. Responses should be emailed to Michael Groneman, Michael.Groneman@va.gov and Alex Daniel, Alexander.Daniel@va.gov.
URL: https://www.fbo.gov/spg/VA/CiVAMC/VAMCCO80220/VA25015Q0325/listing.html

OutreachSystems Article Number: 150717/PROCURE/0600 Matching Key Words: state!ky;

600px-US-DeptOfNavy-Seal.svgDepartment of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Jacksonville, N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL

T–NAS JAX Photography Services N6883615T0308 072815 Libia Axilote NAVSUP FLC Jacksonville Contract Specialist Tel: (904)542-1017 Fax: (904)542-1098 DSN: 942-1017 libia.axilote@navy.mil MARKET RESEARCH/REQUEST FOR INFORMATION (RFI) – NO SOLICITATION DOCUMENT EXISTS
Product
Service Codes (PSC) T – Photographic, Mapping, Printing, and Publications
The NAVSUP Fleet Logistics Center in Jacksonville (FLCJ) is conducting a market survey to determine the availability of vendors capable of providing a variety of medical and public affairs photography support using various digital (still and video) formats and graphics software forcommercial, editorial and medical applications including patient medical and legal photography, digital photography to include macro photography, scientific and technical photography including forensic, ceremonies, command portraits, special events, customer service, residency graduations and historic documentations for the Medical Treatment Facility (MTF).
The NAICS Code for this requirement is 541922, Commercial Photography, and the Size Standard is $7.5M.
Interested vendors are requested to submit a capability statement outlining their ability to meet or exceed this requirement no later than 1:00PM (Eastern Standard Time), Tuesday, July 28,2015, to Libia Axilote at libia.axilote@navy.mil stating the following information: (1) Solicitation Number N68836-15-T-0308; (2) Company name, address, POC name, phone number, fax number and email; (3) Contractor (CAGE Code); (4) Size of business – Large Business, Small Business, Small Disadvantage, 8(a), HubZone, Woman-owned and/or Veteran-owned; (5) If the Items can be solicited from a General Services Administration (GSA) schedule contract vehicle or Open market; (6) Relevant corporate experience.
Relevant corporate experience is defined as experience (within the past five years) that is of the same or similar scope, and of the same or similar complexity to that which is described in the PWS The Government will use the result of this announcement to determine whether the acquisition of the above described requirement should be solicited as a Small Business Set-Aside, or whether Full and Open Competition procedures will be utilized.
Submissions are Not-To Exceed (NTE) 10 Standard typewritten pages. All technical questions and inquiries may be submitted within the response.
DISCLAIMER: THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL AND PLANNING PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL.
IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR THE PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT NOTICE IS STRICTLY VOLUNTARY.
URL: https://www.fbo.gov/notices/9d295e20f86168b1ab19510d08fa2cde

OutreachSystems Article Number: 150717/PROCURE/0606 Matching Key Words: video*; edit*; produc*; page?; business*; event?; commercial?;

Department of the Army, National Guard Bureau, USPFO for Iowa, USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902

U–Questions & Answers for….Technical Instruction Services – Undercover for Narcotic Operations Course W912LP-15-R-0002 083115 Tracy Canada, 515-252-4616 USPFO for Iowa ****QUESTIONS AND ANSWERS POSTED BELOW!!!****

The Iowa Army National Guard’s (IARNG) Midwest Counterdrug Training Center (MCTC) has a requirement for Technical Instruction Services for an Undercover for Narcotics course. The IARNG anticipates award on or about 3 September 2015. Initial award will be for two (2) iterations of the course between award and 30 September 2015; with four (4) options for six (6) additional iterations each year at dates and locations to be determined. Final option period will not exceed 30 September 2019. The requested course is required to provide a minimum five-day, 40-hour block of instruction for up to 50 military personnel, law enforcement officers, prosecutors and law enforcement support staff. The course should be designed for law enforcement officers who directly supervise or participate in narcotics-related undercover operations providing them with knowledge and capabilities to perform activities related to undercover operations.

QUESTIONS & ANSWERS:
Q1: Is there an Incumbent Company providing this service already or is this a new requirement?
A1: There is no incumbent for this service; it is a new requirement.
Q2: Is there a Past Performance requirement? Can a Company show Capability VS Past Performance?
A2: There is a past performance requirement; no past performance is judged quote mark neutral. quote mark Companies can provide capability vs. past performance if necessary.
Q3: What will the Government provide to facilitate this training (IE Classrooms, Audio/Video, Vehicles for PEs, any training aids or facilities)?
A3: Government will provide classrooms and AV Equipment; contractor will be required to provide all other training aids and their own travel/transportation. Details will be provided in the RFP.600px-National_Guard_Logo.svg
Q4: In regards to the Legal reviews and classes, is this geared towards local, state, or federals Drug laws?
A4: Courses must cover all applicable local, state and federal law.
Q5: The anticipated Award date is 3 SEP 15, When is the earliest that the Government would like training to start?
A5: 1st Course will need to be scheduled ASAP after award date and before 30 September 2015.
Q6: When is the latest date that training can start?
A6: 30 September 2015 for the first class.
Q7: Are classes to be run concurrent or can they be run back to Back?
A7: Course will most often be conducted in different weeks, not concurrent or back-to-back.
Q8: What is the required student to Instructor ratio for the classes and PE?
A8: Desired ratio is 20:1 with max 40 students in a class.
Q9: Is the Government desire to award all four solicitations to one Company or Multiple awards?
A9: The Government anticipates multiple awards.
Set-Aside: Total Small Business Place of Performance: USPFO for Iowa Camp Dodge, 7105 NW 70th Avenue Johnston IA 50131-1824 US URL: https://www.fbo.gov/spg/USA/NGB/DAHA13/W912LP-15-R-0002/listing.html

OutreachSystems Article Number: 150717/PROCURE/0755 Matching Key Words: video*; train*; business*; instruct*;

Department of the ArmyDepartment of the Army, National Guard Bureau, USPFO for Iowa, USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902

U–Questions & Answers for….Technical Instruction Services – Roadside Interdiction Operations Interview Techniques Course W912LP-15-R-0004 083115 Tracy Canada, 515-252-4616 USPFO for Iowa ****QUESTIONS & ANSWERS POSTED BELOW!!!****

The Iowa Army National Guard’s (IARNG) Midwest Counterdrug Training Center (MCTC) has a requirement for Technical Instruction Services for a Roadside Interdiction Operations Interview course. The IARNG anticipates award on or about 3 September 2015. Initial award will be for one (1) iteration of the course between award and 30 September 2015; with four (4) options for four (4) additional iterations each year at dates and locations to be determined. Final option period will not exceed 30 September 2019. The requested course is required to provide a minimum four-day, 32-hour block of instruction for up to 50 law enforcement officers. The course must be designed to provide law enforcement officers with the observational skills, listening skills, ability to analyze the answers provided by the person being interviewed along with the knowledge of the indications of narcotic trafficking activity during traffic stops and individual encounters/contacts with people without instigating a confrontation.

QUESTIONS & ANSWERS:
Q1: Is there an Incumbent Company providing this service already or is this a new requirement?
A1: There is no incumbent; this is a new requirement.
Q2: Is there a Past Performance requirement? Can a Company show Capability VS Past Performance?
A2: There is a past performance requirement; no past performance is judged quote mark neutral. quote mark Companies can provide capability vs. past performance if necessary.
Q3: What will the Government provide to facilitate this training (IE Classrooms, Audio/Video, Vehicles for PEs, any training aids or facilities)?
A3: Government will provide classrooms and AV Equipment; contractor will be required to provide all other training aids and their own travel/transportation. Details will be provided in the RFP.
Q4: In regards to the Legal reviews and classes, is this geared towards local, state, or federals Drug laws?
A4: Courses must cover all applicable local, state and federal law.
Q5: The anticipated Award date is 3 SEP 15, When is the earliest that the Government would like training to start?
A5: 1st Course will need to be scheduled ASAP after award date and before 30 September 2015.
Q6: When is the latest date that training can start?
A6: 30 September 2015 for the first class.
Q7: Are classes to be run concurrent or can they be run back to back?
A7: Course will most often be conducted in different weeks, but may be conducted at two locations during the same week.
Q8: What is the required student to Instructor ratio for the classes and PE?
A8: Desired ratio is 40:1 with max 40 students enrolled.
Q9: Is the Government desire to award all four solicitations to one Company or Multiple awards?
A9: The Government anticipates multiple awards.
Set-Aside: Total Small Business Place of Performance: USPFO for Iowa Camp Dodge, 7105 NW 70th Avenue Johnston IA 50131-1824 US URL: https://www.fbo.gov/spg/USA/NGB/DAHA13/W912LP-15-R-0004/listing.html

OutreachSystems Article Number: 150717/PROCURE/0757 Matching Key Words: video*; train*; business*; instruct*;

Department of the Interior, U. S. Geological Survey, USGS – All Offices, USGS OAG SACRAMENTO ACQUISITION BR.
MODOC HALL, CSUS
3020 STATE UNIVERSITY DRIVE EAST
SACRAMENTO
CA
95819-6027
US

R–ID/IQ Contract for Design Storm Workshop Facilitator G15PS00514 082015 Peck, Theodore W. The United States Geological Survey (USGS) intends to award an indefinite delivery/indefinite quantity contract in accordance with the procedures of FAR Part 12 entitled “Acquisition of Commercial Items” using simplified acquisition procedures in accordance with FAR Part 13. Acquisition of the following services is planned: Facilitation services for design workshops that employ the principles of design thinking and user-centered design, and unite USGS staff600px-US-DeptOfTheInterior-Seal.svg with a multi-disciplinary assortment of researchers, practitioners, and users of USGS products, all for the purpose of improving the understanding and use of USGS hazard science.
As required by FAR 5.101(a)(1), the forthcoming solicitation (G15PS00514) will be made available through the GPE on or about 21 July 2015, whether or not competitive opportunities have been identified. All responses must be in writing by hard copy to the Contracting Officer by e-mail to tpeck@usgs.gov.
For further information, please contact Ted Peck by e-mail at tpeck@usgs.gov.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOI/USGS/USGS/G15PS00514/listing.html

OutreachSystems Article Number: 150716/PROCURE/0097 Matching Key Words: writ*; copy;

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

R – VIDEO PRODUCERS (OFFICE OF POLICY) BBG50-RFP-15-006JR 072215 CHARLES B HILL JR, CONTRACTING OFFICER, Phone 202.382.7846, Email chill@bbg.gov – Rehema Daya, Contract Specialist, Phone 2022034658, Fax 2022034658, Email rdaya@bbg.gov This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a Request for Proposals (RFP) to establish Multiple Award Blanket Purchase Agreement. There will be no guaranteed minimum quantities purchased and the Government will be obligated only to the extent of authorized calls placed against the resulting Agreement. The Government intends to award one Multiple Award Blanket Purchase Agreement; however, the Government reserves the right not to award any Blanket Purchase Agreement. Any resultant Blanket Purchase Agreement will be for two years.

The Broadcasting Board of Governors, Office of Contracts intends to establish a Multiple Award Blanket Purchase Agreement for Multimedia services as described in further detail below for the Office of Policy in Washington D.C. see attachment A. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

SAM: System for Award Management (SAM) applies to this procurement. You must be registered in SAM in order to be eligible to receive an award from this solicitation. Information on SAM registration and annual confirmation requirements may be obtained via the Internet athttp://www.sam.gov. Prospective contractors must be registered in SAM database prior to award. Lack of registration in SAM database will make an offeror ineligible for award. CONTRACTORS MUST COMPLY WITH FAR 52.204-99 System for Award Management (SAM) Registration (August 2012) (DEVIATION).

NAICS Code: The North American Industry Classification System (NAICS) code for this acquisition is 711510 and 541840 with a small business size standard of $7,000,000.00 in average annual receipts for the past 3 years. Please identify your business size in your response based upon this standard. This requirement will be a 100% Total Small Business.

Period of Performance:
08/01/2015 – 07/31/2017

Contract Type:
Firm- Fixed Price

Time of Performance:
VOA is a 24/7 news/ program operation and the schedule will vary depending on the need of the government. The Contracting Officer Representative will make the determination at the time of award.

Applicable Clauses:

**52.252-1 — Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer.

*FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.

Proposal Submission:
Interested contractors are required to submit two (2) separate written documents (proposals) to the BBG.

1. A Price Proposal that states the Offeror’s proposed annual Total Price based on a 2,080 hours work-year that may be negotiated with the BBG.

2. Technical Proposal (Resume) that states in detail the Offeror’s experience, qualifications and evidence of the Offeror’s pertinent past performance that can be easily and quickly validated by the BBG. Dates (months/years) and locations for all field experience must also be detailed.

3. Eligibility to work in the United States: copy of US Citizenship, work permit, photo ID and/or visa.

4. References (three)

5. Copy of active Registration in SAM. https://www.sam.gov

6. In the event offerors did not complete the responsibility and certification portion of the SAM registration they shall include completed copy of the provision at FAR Subpart 52.212-3 (Offeror Representations and Certifications – Commercial Items) with its offer. This provision can be found at the following website https://www.acquisition.gov/Far/; if requested by an offeror, a copy of FAR subpart 52.212-3 can be obtained by contacting the Contracting Officer.

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

Proposals and questions must be submitted electronically to OOPRFP@bbg.gov . The deadline to submit questions is July 20 2015. Answers will be posted on July 21, 2015.

Provision at 52.212-2 — Evaluation — Commercial Items. (Oct 2014) The Government will award a Multiple Award Blanket Purchase Agreement resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
EVALUATION FACTORS
(The following factors are used to determine the competitive ranking of qualified potential contractors in comparison to other contractors. The factors are listed in priority order from highest to least.).

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

Factor #2 – Price

Factor #3 – Past Performance

Basis for Award

The procurement is being conducted under FAR Part 13. Best value is defined as the expected outcome of an acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement, in accordance with FAR 2.101.

The Government reserves the right to make a selection based upon the initial proposal submissions so the offeror should submit its best terms in the initial proposal. The Government may also determine to make no award.

Multiple offerors will be selected who are deemed responsible in accordance with FAR 9.104-1 and whose offer provides the Government with a best value solution.

Set-Aside: Total Small Business Place of Performance: 330 INDEPENDENCE AVE COHEN BUILDING WASHINGTON, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-RFP-15-006JR/listing.html

OutreachSystems Article Number: 150716/PROCURE/0102 Matching Key Words: video*; produc*; train*; you; website; education*; business*; event?; commercial?; naics!711510;

Department of the Army, FedBid, FedBid.com — for Department of Army procurements only, USPFO for KY, Frankfort, KY 40601

99–Knives and Multi-Purpose Survival Tools PR0010728253 072815 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is PR0010728253 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 2005-83. The associated North American Industrial Classification System (NAICS) code for thisDepartment of the Army procurement is 332215 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on http://www.FedBid.com will start on the date this solicitation is posted and will end on 2015-07-28 12:00:00.0 Eastern Time or as otherwise displayed at http://www.FedBid.com.FOB Destination shall be Frankfort, KY 40601 Set-Aside: Total Small Business Place of Performance: Frankfort, KY 40601 40601-6092 US URL: https://www.fbo.gov/notices/342a470950863c495fb4095841274a6e

OutreachSystems Article Number: 150716/PROCURE/0672 Matching Key Words: age:state!ky; state!ky;

600px-US-DeptOfTheInterior-Seal.svgDepartment of the Interior, U. S. Geological Survey, USGS – All Offices, USGS OAG SACRAMENTO ACQUISITION BR.
MODOC HALL, CSUS
3020 STATE UNIVERSITY DRIVE EAST
SACRAMENTO
CA
95819-6027
US

R–Design Workshop Facilitation Services G15PS00514 082015 Peck, Theodore W. The United States Geological Survey (USGS) intends to award an indefinite delivery/indefinite quantity contract in accordance with the procedures of FAR Part 12 entitled “Acquisition of Commercial Items” using simplified acquisition procedures in accordance with FAR Part 13. Acquisition of the following services is planned: Facilitation services for design workshops that employ the principles of design thinking and user-centered design, and unite USGS staff with a multi-disciplinary assortment of researchers, practitioners, and users of USGS products, all for the purpose of improving the understanding and use of USGS hazard science.
As required by FAR 5.101(a)(1), the forthcoming solicitation (G15PS00514) will be made available through the GPE on or about 21 July 2015, whether or not competitive opportunities have been identified. All responses must be in writing by hard copy to the Contracting Officer by e-mail to tpeck@usgs.gov.
For further information, please contact Ted Peck by e-mail at tpeck@usgs.gov.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOI/USGS/USGS/G15PS00514/listing.html

OutreachSystems Article Number: 150716/PROCURE/0876 Matching Key Words: writ*; copy;

Other Federal Procurements (Small)

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

T — JECA INTERPRETIVE VIDEO SOL P15PS02030 Description INTERPRETIVE VIDEO FOR JEWEL CAVE NATIONAL MONUMENT Overview Reference number: P15PS02030 Issue date: 07/17/2015 Response due: 08/28/2015 10:00 AM ET Set Aside: Total Small Business NAICS: 512110-Motion Picture and Video Production PSC / FSC: T006-PHOTO/MAP/PRINT/PUBLICATION- FILM/VIDEO TAPE PRODU Agency: DOI Contracting office: NPS, HFC – Acquisition Management 67 Mather Place IDC Building Harpers Ferry, WV 25425 Place of Performance: Contact: Jason Albright Phone: Fax: Email: Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150718/SMALL/7585 Matching Key Words: video*; film?; produc*; conference?; business*; production?;

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

T — CRMO INTERPRETIVE VIDEO SOL P15PS02028 Description Interpretive Video for Craters of the Moon National Monument Overview Reference number: P15PS02028 Issue date: 07/17/2015 Response due: 08/28/2015 10:00 AM ET Set Aside: Total Small Business NAICS: 512110-Motion Picture and Video Production PSC / FSC: T006-PHOTO/MAP/PRINT/PUBLICATION- FILM/VIDEO TAPE PRODU Agency: DOI Contracting office: NPS, HFC – Acquisition Management 67 Mather Place IDC Building Harpers Ferry, WV 25425 Place of Performance: Contact: Jason Albright Phone: Fax: Email: Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150718/SMALL/7586 Matching Key Words: video*; film?; produc*; conference?; business*; production?;

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

R — Design Workshop Facilitation Services SOL G15PS00514 Description The United States Geological Survey (USGS) intends to award an indefinite delivery/indefinite quantity contract in accordance with the procedures of FAR Part 12 entitled Acquisition of Commercial Items using simplified acquisition procedures in accordance with FAR Part 13. Acquisition of the following services is planned: Facilitation services for design workshops that employ the principles of design thinking and user-centered design, and unite USGS staff with a multi-disciplinary assortment of researchers, practitioners, and users of USGS products, all for the purpose of improving the understanding and use of USGS hazard science. As required by FAR 5.101(a)(1), the forthcoming solicitation (G15PS00514) will be made available through the GPE on or about 21 July 2015, whether or not competitive opportunities have been identified. All responses must be in writing by hard copy to the Contracting Officer by e-mail to tpeck@usgs.gov. For further information, please contact Ted Peck by e-mail at tpeck@usgs.gov. Overview Reference number: G15PS00514 Issue date: 07/21/2015 Response due: 08/20/2015 05:00 PM ET Set Aside: Total Small Business NAICS: 541613-Marketing Consulting Services PSC / FSC: R408-SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT Agency: DOI Contracting office: USGS OAG SACRAMENTO ACQUISITION BR. MODOC HALL, CSUS 3020 STATE UNIVERSITY DRIVE EAST SACRAMENTO, CA 95819-6027 Place of Performance: Contact: Theodore Peck Phone: Fax: Email: Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150716/SMALL/5781 Matching Key Words: writ*; copy;

USABID State and Local Purchases

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

R – Accountants SOL RFP32-2015 Due Date: 08/05/2015 Accounting Services for Historic Fayette County Courthouse Rehabilitation Project For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150717/BID/0314 Matching Key Words: age:state!ky; state!ky;

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

R – Legal Services SOL RFP31-2015 Due Date: 08/05/2015 Legal Services for Historic Fayette County Courthouse Rehabilitation Project For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150717/BID/0315 Matching Key Words: age:state!ky; state!ky;

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

99 – Concert Promoter 2016 SOL UK-1612-16 Due Date: 7-31-15 Concert Promoter 2016 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150716/BID/0306 Matching Key Words: age:state!ky; state!ky;

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

R – Individual Bagging Sealing System (For Nutrition Services) #7132 SOL Individual Bagging Sealing System (For Nutrition Services) #7132Bid closes @ 3:00 p.m. on August 10, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150716/BID/0310 Matching Key Words: age:state!ky; state!ky;

Utah – Division of Purchasing https://www.bidsync.com/DPX?by=key&ac=powersearch&posting=1&p=&changeregion=&changeorg=&srchHeld=&srchoid_override=&headoid=&sort=end&srchid=&clearsearch=&search=&title=td®ion=%2Fut&srchoid=4768&dist=&zip=&cat=&cat_1=-1&cat_2=-1&cat_5=-1&bidlync_filter=-1&pastbids= State of Utah, Division of Purchasing & General Services – This agency does not distribute hard copies. If you wish to bid on any of the solicitations then please go to the web site and download the document at http://purchasing.utah.gov/StatewideContracts/Contracts.aspx?Contracts=All

76 – Bid #RC16001 Production of the 2015 Utah Film Commission Photo SOL Due Date: Bid Bid #RC16001 – Production of the 2015 Utah Film Commission Photobook and Brochure For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150716/BID/0553 Matching Key Words: film?; produc*; production?;

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

76 – Bid #RC16001 Production of the 2015 Utah Film Commission Photo SOL Due Date: Bid Bid #RC16001 – Production of the 2015 Utah Film Commission Photobook and Brochure For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150716/BID/0566 Matching Key Words: film?; produc*; production?;

Kentucky State Procurement

University of Kentucky , Purchasing Division, 322 Peterson Service Building, 411 S Limestone, Lexington, KY 40506-0005

R — Concert Promoter 2016. SOL UK-1612-16. DUE 07/31/2015 Phone: (859) 257-9100; Website: http://www.uky.edu/Purchasing/bidlist.htm For more information about this opportunity please contact the buyer directly. This notice is provided by the Kentucky Procurement Technical Assistance Center (KY PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150717/KY/5431 Matching Key Words: age:state!ky; state!ky;

Western KY Regional Industrial Development Authority , 300 GRADD Way Owensboro, KY 42301

R — Auditing Services. SOL DUE 08/17/2015 The West KY Regional Industrial Development Authority is requesting proposals for audit services. Only licensed Certified Public Accountants may respond to the RFP. To obtain a copy of the RFP, please contact: Carl Sims, Regional Planner Green River Area Development Distric,t 300 GRADD Way Owensboro, KY 42301, Phone:270-926-4433. Proposals must be submitted and received no later than 3:00p.m. (CDT) on August 17, 2015.This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150717/KY/5453 Matching Key Words: age:state!ky; state!ky;

Cleary Construction, Inc. , 2006 Edmonton Road, Tompkinsville, KY 42167

R — Potential Construction Subcontracting Opportunities – Diverse Businesses Requested. SOL Phone: (270) 487-1784; Fax: (270) 487-8029; website http://www.clearyconst.com BID Date: 07/16/15: BID TIME: 2:00 PM. Cleary Construction, Inc. is inviting quotes on the following. Project: CHESTNUT STREET & COLLEGE STREET SYSTEM IMPROVEMENTS. Project Location: HARRODSBURG, KY. Quotes Requested for the following subcontractors: Clearing, Trucking, Asphalt, Fencers, Concrete Work, Video Taping, Erosion, Surveying, Restoration, etc. Quotes Requested for the following materials: Pipe and appurtenances, Manholes, Precast Structures, Stone, Concrete. Additional Information: We would greatly appreciate any and all DBE/MBE/WBE participation. Plans Available at the following location(s): Cleary Construction, Inc., 2006 Edmonton Road, Tompkinsville, KY 42167. Telephone Number: 270-487-1784. Project Contact Information: Name: Ryan Cornwell Phone: 270-487-1784 Email: estimating@clearyconst.com. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150716/KY/5388 Matching Key Words: age:state!ky; state!ky;

FedBid.com , Register for free at http://www.FedBid.com and enter the Buy number to find out more about the bid solicitation below.

99 — Knives and Multi-Purpose Survival Tools. SOL 732699 DUE 07/28/2015 FedBid.com-8500 Leesburg Pike, Vienna, Virginia 22182; Phone: 877.933-3243: Email: Info@FedBid.com Miscellaneous; Buy: 732699; Buy Name: Knives and Multi-Purpose Survival Tools; Buy Setaside: Small Business; Subcategory: 9999 – Miscellaneous Items; Buyer Organization: ARMYNG – Kentucky; Buy Shipping Address State: Kentucky; Open Date: 7/15/2015; End Datetime: 7/28/2015 12:00. This notice is provided courtesy of the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150716/KY/5399 Matching Key Words: age:state!ky; state!ky;

bmg logo(R)2

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

ARMY

Vaccine Co. LLC, Frederick, Maryland (W81XWH-15-D-0037); PPD Development LP, Wilmington, North Carolina (W81XWH-15-D-0038); Leidos Inc., Reston, Virginia (W81XWH-15-D-0039); and Tasc Inc., Andover, Massachusetts (W81XWH-15-D-0042), were awarded a $501,000,000 order dependent contract with options for medical research. Funding and work location will be determined with each order, with an estimated completion date of July 30, 2020. Bids were solicited via the Internet with nine received. Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity.

CDM Constructors Inc., Maitland, Florida, was awarded a $99,675,591 firm-fixed-price contract for the Savannah Harbor Expansion Project, dissolved oxygen injection systems. Work will be performed in Savannah, Georgia, with an estimated completion date of Nov. 27, 2017. Bids were solicited via the Internet with four received. Fiscal 2015 other procurement funds in the amount of $99,675,591 were obligated at the time of the award. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-15-C-0015).

Lockheed Martin Missile and Fire Control, Orlando, Florida, was awarded a $66,371,639 fixed-price incentive contract with options to develop the Joint-Air-to-Ground Missile (Army-Navy). Work will be performed in Orlando, Florida, with an estimated completion date of July 31, 2017. Bids were solicited via the Internet with one received. Fiscal 2015 research, development,Department of the Army testing, and evaluation funds in the amount of $38,000,000 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-15-C-0102).

Eco & Associates Inc.,* Orange, California (W912PP-15-D-0001); Stell Environmental Enterprises Inc.,* Elverson, Pennsylvania (W912PP-15-D-0002); and Sundance-CTI LLC,* Pocatello, Idaho (W912PP-15-D-0003), were awarded a $50,000,000 firm-fixed-price multiple award task order contract with options for environmental consulting services for the South Pacific Division. Funding and work location will be determined with each order, with an estimated completion date of May 27, 2020. Bids were solicited via the Internet with 29received. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity.

Technology and Supply Management LLC,* was awarded a $49,734,506 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for services and materials technical support for the Persistent Ground Surveillance system. Funding and work location will be determined with each order with a completion date of July 28, 2017. Bids were solicited via the Internet with six received. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W56KGY-15-D-0016).

Alberici Constructors Inc., St. Louis, Missouri, was awarded a $36,000,000 contract for painting and repairing the service bridge and Tainter Gates at Lock and Dam 25 at Winfield, Missouri, with an estimated completion date of July 30, 2020. Bids were solicited via the Internet with three received. Funding will be determined with each order. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-15-D-0511).

Philips Contracting Co. Inc.,* Columbus, Mississippi, was awarded a $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with options to rent construction equipment with operators for maintenance and construction projects on the Tennessee-Tombigbee Waterway in Mississippi and Alabama, with an estimated completion date of July 29, 2020. Bids were solicited via the Internet with three received. Funds will be determined with each order. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-15-D-0063).

SRA International Inc., Fairfax, Virginia, was awarded a $19,893,085 modification (P00019) to contract W81XWH-10-D-0013 for scientific peer review support for research proposals. Funding and work location will be determined with each order with an estimated completion date of Jan 31, 2016. Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity.

Aerojet Rocketdyne, Camden, Arizona, was awarded a $17,917,020 modification (P00003) to contract W31P4Q-14-C-0090 for Stinger missile flight motors. Work will be performed in Camden, Arizona, with an estimated completion date of Dec. 31, 2017. Fiscal 2014 and 2014 other procurement funds in the amount of $17,917,020 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DynCorp International, Ft. Worth, Texas, was awarded a $17,313,518 modification (P00065) to foreign military sales contract W58RGZ-09-C-0143 (Saudi Arabia) for maintenance support to the Royal Saudi Land Forces Aviation Command aviation program. Work will be performed in Saudi Arabia with an estimated completion date of Jan. 31, 2016. Fiscal 2015 other procurement funds in the amount of $8,483,624 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Conti Federal Services Inc., Edison, New Jersey, was awarded an $11,805,043 firm-fixed-price foreign military sales (Israel) contract with options to construct a photovoltaic power plant at an Israel Defense Forces air base, with an estimated completion date of July 12, 2016. Bids were solicited via the Internet with four received. Fiscal 2015 other procurement funds in the amount of $11,805,043 were obligated at the time of the award. Army Corps of Engineers, APO AE, is the contracting activity (W912GB-15-C-0010).
356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a not-to-exceed $64,000,000 modification (P00629) undefinitized contract action to the previously awarded contract FA8611-08-C-2897 for the repair of an F-22A aircraft. Contractor will provide aircraft damage repair and depot throughout, and touch labor. Work will be performed at Hill Air Force Base, Utah, and is expected to be complete by Aug. 31, 2019. Fiscal 2015 operations and maintenance funds in the amount of $31,936,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.

Integrated Data Services, El Segundo, California, has been awarded a $16,946,000 indefinite-delivery/indefinite-quantity contract for the Web Comprehensive Cost and Requirements (WCCAR) system. Contractor will provide onsite subject matter expert support for WCCAR and acquire services for the deployment and maintenance of the WCCAR application. Work will be performed at Wright-Patterson Air Force Base, Ohio; Hanscom Air Force Base, Massachusetts; Warner Robins Air Force Base, Georgia; Hill Air Force Base, Utah; Tinker Air Force Base, Oklahama; Peterson Air Force Base, Colorado; Joint-Base San Antonio-Lackland, Texas; and Offutt Air Force Base, Nebraska. It is expected to be complete by July 31, 2018. This award is the result of a sole-source acquisition. Fiscal 2015 operations and maintenance and research and development funds in the amount of $ 3,551,743 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8604-15-D-7001).

General Dynamics Ordnance and Tactical Systems Aerospace, Bothell, Washington, has been awarded a $7,238,385 cost-plus-fixed-fee contract for heated and mobile munitions employing rockets. Contractor will provide phase 1A prototype design, development and subsystem tests. Work will be performed at Orlando, Florida, and is expected to be complete by April 29, 2016. This award is the result of a competitive acquisition; one offer was received. Fiscal 2015 research, development, test and evaluation funds in the amount of $5,098,142 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8681-C-15-0020).

DEFENSE LOGISTICS AGENCY

Draeger Medical Inc., Telford, Pennsylvania, has been awarded a maximum $59,264,434 modification (P00006) exercising the first one-year option period of a one-year base contract (SPE2D1-14-D-0004) with nine one-year option periods for patient monitoring systems, subsystems, accessories, consumables, spare/repair parts and training. This is a fixed-price with economic-price-adjustment contract. Location of performance is Pennsylvania, with an Aug. 5, 2016, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
NAVY

PAE Aviation and Technical Services LLC, Marlton, New Jersey, is being awarded a $49,848,102 modification to a previously awarded cost-plus-fixed-fee contract (N00421-11-C-0031) to exercise an option for organizational level maintenance, with limited intermediate level maintenance, in support of current and future aircraft assigned to the Naval Test Wing Pacific, Point Mugu, California; and China Lake, California. Work will be performed in China Lake, California (78 percent); and Point Mugu, California (22 percent), and is expected to be completed in July 2016. Fiscal 2015 research, development, test and evaluation (Navy) funds in the amount of $3,211,748 and working capital (Navy) funds, in the amount of $8,077,900 are being obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Weapons Division, Point Mugu, California, is the contracting activity.

Donjon Marine Co. Inc., Hillside, New Jersey, is being awarded a $44,500,000 modification to previously awarded contract N00024-11-D-4002 for salvage, salvage-related towing, harbor clearance, ocean engineering, and point-to-point towing services to support the director of ocean engineering, supervisor of salvage and diving. Work will be performed in the Atlantic Ocean (80 percent) and the Gulf of Mexico (20 percent) and is expected to be completed by August 2016. No funding is being obligated at time of award. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Huntington Ingalls Inc., Pascagoula, Mississippi, is being awarded a $16,614,562 cost-plus-award-fee modification to previously awarded contract N00024-12-C-4323 to provide long lead-time material procurement, management services, and incremental level of effort for CG-47-class cruisers. The contract is for planning yard services for CG-47-class cruisers and DD 963-class destroyers. Huntington Ingalls provides necessary engineering, technical, planning, ship configuration, data, and logistics efforts for CG 47 and DD 963 lifetime support for both maintenance and600px-US-DeptOfNavy-Seal.svg modernization. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by September 2016. Fiscal 2015 operation and maintenance, Navy funding in the amount of $14,603,907, and fiscal 2015 other procurement, Navy funding in the amount of $2,010,655 will be obligated at time of award, and funds in the amount of $14,603,907 will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Gulf Coast, Pascagoula, Mississippi, is the contracting activity.

Raytheon Co., Dulles, Virginia, is being awarded a $15,521,711 modification to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N00189-11-C-Z038) for operation and maintenance services in support of the Navy Fleet Surveillance Support Center Relocatable Over-the-Horizon Radar system. This modification includes an eight-month base period and four one-month options, which if exercised, will bring the total value of the contract to $23,402,200. Work will be performed in Kent, Virginia (20 percent); Chesapeake, Virginia (20 percent); Freemont, Texas (15 percent); Freer, Texas (15 percent); Juana Diaz, Puerto Rico (15 percent); and Vieques, Puerto Rico (15 percent), and will be completed by March 2016. Fiscal 2015 operation and maintenance, Navy in the amount of $15,521,711 will be obligated at the time of award and funds will not expire before the end of the current fiscal year. This contract was a sole source pursuant to the authority set forth in 10 U.S.C. 2304(C)(2). One company was solicited and one offer was received. Naval Supply Systems Command, Fleet Logistics Center Norfolk Contracting Department, Philadelphia, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $9,083,000 modification to previously awarded contract N00024 13 C-5407-P00017 for Standard Missile-2 (SM-2) and Standard Missile-6 (SM-6) fiscal 2015-16 full-rate production. Work will be performed in Tucson, Arizona (99 percent); and Huntsville, Alabama (1 percent), and is expected to be completed by October 2016. Fiscal 2015 Missile Defense Agency funding in the amount of $1,800,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Tetra Tech EC Inc., San Diego, is being awarded a $7,063,884 modification to a previously awarded cost-plus-award-fee task order JP02, indefinite-delivery/indefinite-quantity contract for source area remedial action at the Navy Exchange gas station operational unit located at the Jackson Park Housing Complex, Bremerton, Washington. The work to be performed provides for construction of the remedy, installation and decommissioning of all groundwater monitoring and vapor wells, removing the pump island, operating the system until cleanup is complete, and restoring the site. This action is being performed in accordance with the Comprehensive Environmental Restoration, Conservation, and Liability Act and the National Oil and Hazardous Substances Pollution Contingency Plan. The task order modification also contains two unexercised options, which if exercised would increase cumulative task order value to $7,259,618. Work will be performed in Bremerton, Washington, and is expected to be completed by September 2016. Fiscal 2015 environmental restoration, (Navy) contract funds in the amount of $7,063,884 is obligated at time of award and will not expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N62473-13-D-4808).

DEFENSE HEALTH AGENCY

PricewaterhouseCoopers Public Sector LLP, McLean, Virginia, is being awarded an $12,191,500 delivery order (HT0011-15-F-0029) under the General Services Administration blanket purchase agreement GS10FAA069 to provide performance management and continuous process improvement support for the Assistant Secretary of Defense (Health Affairs), the Defense Health Agency’s Healthcare Operations Directorate, and all of its associated divisions. Work will be performed in Virginia, with an estimated completion date of Aug. 31, 2016. Fiscal 2015 operations and maintenance funds in the amount of $12,191,501 are being obligated at award. This was a competitive acquisition, and five offers were received. The Defense Health Agency, Contract Operations Division, Falls Church, Virginia, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

DynCorp International LLC, Fort Worth, Texas, is being awarded a $104,085,696 modification to a previously awarded cost-plus-fixed-fee contract (N00421-11-C-0033) to exercise an option for organizational level maintenance and logistics support for all aircraft and support equipment for which the Naval Test Wing Atlantic has maintenance responsibility. This includes all rotary, fixed, lighter-than-air, and unmanned aircraft on-site for project testing, transient aircraft, loaner aircraft, leased aircraft, and tested civilian aircraft assigned to the Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland. In addition, this option provides supportability/safety studies and off-site aircraft safety/spill containment patrols and aircraft recovery services. Work will be performed in Patuxent River, Maryland, and is expected to be completed in July 2016. Fiscal 2015 working capital, Navy funds in the amount of $15,534,900 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Exelis Inc., Clifton, New Jersey, a wholly owned subsidiary of Harris Corp., is being awarded a $97,303,380 cost-plus-fixed-fee, fixed-price-incentive-firm contract for the manufacture and delivery of 46 full-rate production Lot XII integrated defensive electronic countermeasures AN/ALQ-214(V)4/5 onboard jammer systems. This effort also includes the repair of test assets and field support for the AN/ALQ-214(V)4/5. Work will be performed in Clifton, New Jersey (31 percent); San Jose, California (26 percent); San Diego, California (11 percent); Rancho Cordova, California (5 percent); Mountain View, California (4 percent); Hudson, New Hampshire (2 percent); and various locations within the U.S. (21 percent), and is expected to be completed in December 2017. Fiscal 2015 aircraft procurement (Navy) funds in the amount of $97,303,380 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-C-0104).

Huntington Ingalls Inc., Pascagoula, Mississippi, is being awarded a $93,034,622 modification to previously awarded contract (N00024-12-C-4323) to provide incremental level of effort, long lead-time material procurement, and management services for CG-47-class cruisers. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by September 2016. Fiscal 2015 operation and maintenance Navy funding in the amount of $11,399,088 will be obligated at time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Gulf Coast, Pascagoula, Mississippi, is the contracting activity.

Honeywell Technology Solutions Inc., Jacksonville, Florida, is being awarded a $78,637,476 modification to previously awarded cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract (M67004-09-D-0020, P00036) to exercise Option Year Seven for prepositioning and Marine Corps logistics support services for Blount Island Commandlogistics support services for the Marine Corps’ Prepositioning Program. Work will be performed at the Blount Island Command in Jacksonville, Florida (85 percent); aboard 12 maritime prepositioning ships (12 percent); six locations in Norway (2 percent); and one location in Kuwait (1 percent), and is expected to be completed by September 2016. No funding will be obligated at time of award. U. S. Marine Corps, Blount Island Command, Jacksonville, Florida, is the contracting activity.

Hensel Phelps Construction Co., Irvine, California, is being awarded a $66,737,000 firm-fixed-price contract for the design and construction of a bachelor enlisted quarters at Naval Base Coronado. The work to be performed provides for the design and construction of a multi-story, bachelor enlisted quarters of market style modules at Naval Base Coronado. The project will house single sailors on shore rather than on board ships. This project includes pile foundations, wall-to-wall carpeting, lounge and game room, vending areas, a sports court, and parking lot. The planned modifications, if issued, provide for furniture, fixtures, and equipment, and audio-visual equipment. The contract also contains two planned modifications, which if issued, would increase cumulative contract value to $76,708,505. Work will be performed in San Diego, and is expected to be completed by July 2017. Fiscal 2011 and 2013 military construction (Navy) contract funds in the amount of $66,737,000 are being obligated at time of this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with 13 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-15-C-1614).

Electric Boat Corp., Groton, Connecticut, is being awarded a $42,492,474 modification to previously awarded contract N00024-10-C-2118 for additional lead yard services and development studies and design efforts related to Virginia-class submarines. Work will be performed in Groton, Connecticut (98.4 percent), Newport, Rhode Island (0.9 percent); and Quonset, Rhode Island (0.65 percent), and is expected to be completed by October 2015. fiscal 2008 shipbuilding and conversion, Navy contact funds in the amount of $2,312,262; fiscal 2009 shipbuilding and conversion, Navy contract funds in the amount of 60,000; fiscal 2010 shipbuilding and conversion, Navy contract funds in the amount of $9,337,738; fiscal 2011 shipbuilding and conversion, Navy in the amount of $2,000,000; fiscal 2012 shipbuilding and conversion, Navy contract funds in the amount of $400,000; fiscal 2013 shipbuilding and conversion, Navy contract funds in the amount of $6,465,000; fiscal 2014 research, development, test and evaluation funding in the amount of $1,685,186, and shipbuilding and conversion, Navy contract funds in the amount of $6,147,386; fiscal 2015 research, development, test and evaluation funding in the amount of $9,092,162, and shipbuilding and conversion, Navy contract funds in the amount of $1,150,000, will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured. The statutory authority for this sole source award is in accordance with FAR 6.302-1(a)(2)(iii). Only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

WR Systems Ltd., Fairfax, Virginia, is being awarded a $25,194,253 ceiling increase modification to a previously awarded cost-plus-fixed-fee, competitive award contract (N65236-10-D-2839) to provide the U.S. fleet and U.S.-supported foreign military fleets with comprehensive programmatic and technical support for navigation and geospatial information systems. This contract is currently in its fourth and final option period. With this ceiling increase modification, it would bring the cumulative value of this contract from $140,601,392 to $165,795,645. Work will be performed in Norfolk, Virginia, and is expected to continue via award of the follow-on contract in September 2015. This contract was previously procured on a competitive basis with only one offer received from WR Systems Ltd. via the Commerce Business Daily’s Federal Business Opportunities website, and the Space and Naval Warfare Systems Center e-Commerce Central website. Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity.

Lockheed Martin Mission Systems & Training, Moorestown, New Jersey, is being awarded a $24,928,445 modification to previously awarded contract N00024-10-C-5125 for AEGIS combat systems engineering, computer program development, in-country support, technical manuals, integrated logistics support, and staging for the Australian air warfare destroyer (AWD) shipbuilding program in support of AEGIS foreign military sales (FMS). The government of Australia selected the Navy/Lockheed Martin Aegis combat system for its Australian AWD program (Ship 1 shipbuilding program in support of AEGIS FMS case AT-P-LCQ Amendment 6). These requirements include the necessary combat systems engineering, computer program development, ship integration and test, logistics technical services, technical manuals and staging support to design and build an Aegis weapon system baseline to support the AWD Program. Work will be performed in Moorestown, New Jersey (80.23 percent); Camden, New Jersey (8.18 percent); Pureland, New Jersey (6.18 percent); and Adelaide, Australia (5.41 percent), and is expected to be completed by July 2017. Foreign military sales funding in the amount of $24,594,814 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is being awarded a $20,517,876 delivery order (0061) against a previously issued basic ordering agreement (N68335-10-G-0012) for peculiar support equipment for the initial outfitting of the Navy emerging squadron stand-ups of the EA-18G aircraft and intermediate level (I-Level) support for the Royal Australian Air Force. The Navy-related peculiar support equipment is required to perform both organizational level and I-level maintenance on the Navy aircraft. The Royal Australian Air Force-related peculiar support equipment (will support an additional 12 EA-18G aircraft). Work will be performed in St. Louis, Missouri, and is expected to be completed in July 2017. Fiscal 2014 aircraft procurement (Navy) and foreign military sales funds in the amount of $20,517,876 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the Navy ($15,240,978; 75 percent); and the government of Australia ($5,276,898; 25 percent) under the Foreign Military Sales program. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

LC Industries, Durham, North Carolina, is being awarded an estimated $19,000,000 fixed-price requirements contract for the consignment of office supplies for the Consolidated Material Service Center, Marine Corps Base, Camp Pendleton, California. The scope of this contract is to provide office supplies to the Consolidated Material Service Center “Serv-Mart” store. This contract includes a four-month base period and four three-month option periods which, if exercised, would bring the contract value to an estimated $19,000,000. Work will continue through November 2016. Work will be performed at Camp Pendleton, California, and is expected to be completed by November 2015. This contract was competitively procured via the Navy Electronic Commerce Online website, with one offer received. Navy working capital funds in the amount of $1,000,000 are obligated on this award. The contract will be funded through quarterly delivery orders that begin on Aug. 1, 2015. Navy working capital contract funds in an estimated amount of $1,000,000 will expire at the end of the current fiscal year. The Regional Contracting Office-Marine Corps Installation West, Marine Corps Base, Camp Pendleton, California, is the contracting activity (M00681-15-D-0005).

Science Applications International Corp., McLean, Virginia, is being awarded an $11,435,596 cost-plus incentive fee contract (N00039-15-C-0222) for development of the Global-Theater Security Cooperation Management Information System (G-TSCMIS) Release 3 (R3). The scope of this contract includes software development, design, integration, technical and engineering support, configuration management, testing, data management, program management, contract administration and logistics, leading to the delivery of G-TSCMIS R3.  This contract has options which, if exercised, would bring the cumulative value of this contract to an estimated $11,744,596. Work could continue until July 2017. Work will be performed in San Diego, and is expected to be completed in January 2017. Fiscal 2014 research, development, test and evaluation funding in the amount of $598,231 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This requirement was solicited using full and open competition via the Space and Naval Warfare Systems Command E-Commerce Central website and the Federal Business Opportunities website, with one offer received. Space and Naval Warfare System Command, San Diego, is the contracting activity.

Lockheed Martin Corp., Manassas, Virginia, is being awarded an $8,426,711 modification to a previously awarded hybrid, cost-plus-fixed-fee, and firm-fixed price contract (N00039-14-C-0035) for the Integrated Common Processor program. The organization will be providing software and hardware development, production, installation, training, maintenance and provisioned items under the Maritime Surveillance Systems Program Office, PMS-485, Program Executive Office Submarines, Naval Sea Systems Command. This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $97,843,498. Other procurement, Navy funding in the amount of $141,500 will be obligated at the time of award. This contract combines purchases for the Navy (90 percent) and the government of Japan (10 percent) under the Foreign Military Sales program. Work will be performed in Manassas, Virginia, and is expected to be completed by Dec. 19, 2015. If all options are exercised, work could continue until December 2017. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured because it is a sole-source acquisition. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-14-C-0035).

ARMY

Lockheed Martin Corp., Orlando, Florida, was awarded a $50,941,902 fixed-price-incentive contract for a modernized laser range finder designator (M-LRFD) Lot 4 production contract, inclusive of M-LRFD kits and spares, with an estimated completion date of Dec. 31, 2017. One bid was solicited with one received. Work will be performed in Orlando, Florida. Fiscal 2015 other procurement funds in the amount of $21,778,761 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-C-0057).

Point Blank Enterprises, Pompano Beach, Florida (W91CRB-15-D-0024); Short Bark Industries,* Vonore, Tennessee (W91CRB-15-D-0025); and Carter Enterprises,* Brooklyn, New York (W91CRB-15-D-0026), were awarded a shared $49,000,000 firm-fixed-price multiyear contract for the Soldier Protection System torso and extremity protection ballistic combat shirt with an estimated completion date of Jan. 29, 2019. Bids were solicited via the Internet with seven received. Funding and work location will be determined with each order. Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

NCI Information Systems was awarded a $40,468,270 cost-plus-fixed-fee, multi-year, incrementally-funded contract with options for systems engineering and technical assistance and logistics support for Program Executive Officer (PEO) headquarters and subordinate PEO programs at Ft. Belvoir, Virginia, with an estimated completion date of Sept. 28, 2020. Bids were solicited via the Internet with six received. Fiscal year 2014 and 2015 other procurement (Army) and research, development, testing, and engineering funds in the amount of $13,580,926 wereDepartment of the Army obligated at the time of the award. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W91CRB-15-C-0035).

Capco Inc.,* Grand Junction, Colorado, was awarded a $32,870,329 firm-fixed-price contract for 40mm M320/M320A1 grenade launchers and non-functional training displays with an estimated completion date of July 30, 2020. Bids were solicited via the Internet with five received. Funding and work location will be determined with each order. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-15-D-0063).

Trax International Corp., Las Vegas, Nevada, was awarded a $23,022,014 modification (P00151) to contract W9124R-09-C-0003 for test support to the Yuma Proving Ground. Work will be performed in Yuma, Arizona; and Ft. Greely, Alaska, with an estimated completion date of Oct. 31, 2015. Fiscal 2016 research, development, testing, and evaluation funds in the amount of $23,022,014 were obligated at the time of the award. Army Contracting Command, Yuma Proving Ground, Arizona, is the contracting authority.

General Dynamics Information Technology, Herndon, Virginia, was awarded a $20,208,718 modification (F405549) to contract W91QUZ-06-D-0012 for command, control, communications and computer information operations and maintenance. Work will be performed in Korea with an estimated completion date of Sept. 29, 2016. Fiscal 2015 operations and maintenance (Army) funds in the amount of $17,000,000 were obligated at the time of the award. Army Contracting Command, Yongsan, Korea APO AP, is the contracting authority.

Pride Industries, Roseville, California, was awarded a $16,335,086 modification (P00060) to contract W9124J-09-C-0014 to support the Ft. Polk, Louisiana, directorate of public works, with an estimated completion date of April 30, 2016. Fiscal 2015 operations and maintenance (Army) funds in the amount of $16,335,086 were obligated at the time of the award. Army Contracting Command, Ft. Polk, Louisiana, is the contracting authority.

Sam O. Hirota Inc.,* Honolulu, Hawaii (W9128A-15-D-0006); and Pacific Geotechnical Engineers Inc.,* Waipahu, Hawaii (W9128A-15-D-0007), were awarded a $9,900,000 indefinite-delivery, firm-fixed-price contract with options for architectural and engineering services for Pacific region projects. Funding and work location will be determined with each order with an estimated completion date of July 29, 2020. Bids were solicited via the Internet with eight received. Army Corps of Engineers, Ft. Shafter, Hawaii, is the contracting activity.

Avox Systems, Lancaster, New York, was awarded a $7,585,922 fixed-price-incentive contract with options for joint service aircrew masks with an estimated completion date of July 31, 2017. Work will be performed in Lancaster, New York; and Abingdon, Maryland. One bid was solicited with one received. Fiscal 2015 other procurement (Army) funds in the amount of $7,585,922 were obligated at the time of the award. Army is the contracting activity (W911SR-15-C-0007).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Burns Dirt Construction Inc., Columbus, Mississippi, has been awarded a $35,000,000 indefinite-delivery/indefinite-quantity contract for Columbus Air Force Base Paving and Civil Works. Contractor will provide for repair and construction of asphalt and concrete pavements including sub-base and base course, installation of associated utilities, drainage structures, sidewalks, curb and gutters, rubber removal and painting of runways, taxiways, and aprons and turf. Work will be performed at Columbus Air Force Base, Mississippi; and Auxiliary Field, Shuqualak, Mississippi, and is expected to be complete by July 30, 2020. This award is the result of a competitive acquisition and five offers were received. Fiscal 2015 operations and maintenance funds in the amount of $300,000 are being obligated at the time of award. The 14th Contracting Squadron, Columbus Air Force Base, Mississippi, is the contracting activity. (FA3022-15-D-0002).

Northrop Grumman Technical Services, Herndon, Virginia, has been awarded an $18,286,137 modification (04) to a firm-fixed-price and cost-reimbursable delivery order (0036) for the KC-10 contractor logistic support program. Contractor will provide for engine maintenance and overhauls for the KC-10 contractor logistic support program. Work will be performed worldwide to include McGuire Air Force Base, New Jersey; Travis Air Force Base, California; and Tinker Air Force Base, Oklahoma, and is expected to be complete by Sept. 30, 2015. Fiscal 2015 operations and maintenance funds in the amount of $18,286,137 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8106-10-D-0001).

Avosys Technology Inc., San Antonio, Texas, has been awarded a not to exceed $48,000,000 firm-fixed-price contract for clinical healthcare services. Contractor will provide healthcare workers who will perform a full range of clinical support services. Work will be performed at Davis-Monthan Air Force Base, Arizona, and is expected to be complete by July 8, 2021. This award is the result of a competitive acquisition with 15 offers received. Fiscal 2015 operations and maintenance funds in the amount of $799,964 are being obligated at the time of award. The 355th Contracting Squadron, Davis-Monthan Air Force Base, Arizona, is the contracting activity (FA4877-15-D-B001). (Awarded July 16, 2015)

DEFENSE LOGISTICS AGENCY

IBM Corp., Reston, Virginia, has been awarded a maximum $23,068,058 firm-fixed-price, cost-plus-incentive-fee contract for technical and functional services in support of the Defense Agencies Initiatives program. This was a competitive acquisition with two responses received. This is a one-year base contract with two one-year, and one three-month option periods. The maximum dollar amount includes the base contract and all the option periods. The obligated amount in fiscal 2015 is $6,723,671. Location of performance is Virginia, with an Aug. 1, 2016, performance completion date. Using service is federal civilian agencies. Type of appropriation is fiscal 2015 operations and maintenance, and research, development, test and evaluation funds.Defense_Logistics_Agency The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SP4701-15-C-0060).

Valley Apparel,* Knoxville, Tennessee, has been awarded a maximum $7,958,275 modification (P00005) exercising the first one-year option period of a one-year base contract (SPE1C1-14-D-1067) with three one-year option periods for summer and cold-weather jackets. This is a firm-fixed-price contract. Location of performance is Tennessee, with an Aug. 5, 2016, performance completion date. Using military services are Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

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

Fifth Gait Technologies Inc., is being awarded a Small Business Innovation Research (SBIR) Phase III contract with a ceiling of $9,975,755.38. Under this new indefinite-delivery/indefinite-quantity contract, the contractor will update existing or develop new test procedures for testing components for Missile Defense Agency or other Department of Defense systems. These procedures provide early input on component performance for the decision makers and support full-scale operational tests. The work will be performed in Santa Barbara, California. The ordering period is from July 27, 2015, through July 26, 2018. This contract was competitively procured in accordance with the SBIR program policy directive. Fiscal 2015 research, development, test and evaluation funds in the amount of $2,100,000 are being obligated on this award. This is not a Foreign Military Sales acquisition. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-15-D-7006).

NAVY

Leidos, Inc., Reston, Virginia was awarded a ceiling $4,336,822,777 indefinite-delivery/indefinite-quantity contract, with firm-fixed-price, cost-plus-fixed-fee, cost-plus-incentive fee, and fixed-price incentive pricing arrangements, for the Defense Healthcare Management System Modernization program. As a service provider integrator, the contractor will provide an electronic health record off-the-shelf solution, integration activities and deployment across the Military Health System. This contract has a two-year initial ordering period, with two 3-year option periods, and a potential two-year award term, which, if awarded, would bring the total ordering period to 10 years. Work will be performed at locations throughout the United States and overseas. If all options are exercised, work is expected to be completed by September 2025. Fiscal 2015 Defense Health Program Research, Development, Test and Evaluation funds in the amount of $35,000,000 will be obligated at the time of award. Additional funds will be obligated as individual delivery orders are issued. This was a competitive acquisition, with six offers received. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-15-D-0044).

C4 Planning Solutions, LLC*, Blythe, Georgia (N00039-15-D-0036); Cambridge International Systems, Inc.*, Arlington, Virginia (N00039-15-D-0037); Envistacom, LLC*, Atlanta, Georgia (N00039-15-D-0038); Forward Slope, Inc.* San Diego (N00039-15-D-0039); and SOLUTE Consulting*, San Diego (N00039-15-D-0040) are being awarded a $232,068,059 indefinite-delivery/indefinite-quantity, hybrid, cost-plus-fixed-fee, firm-fixed-price, cost-reimbursable-type, multiple-award contract for command, control, communications, computers, and intelligence (C4I) systems integration and engineering services in support of authorized and approved U.S. security assistance and security cooperation programs. Foreign Military Sale funds in the amount of600px-US-DeptOfNavy-Seal.svg $5,000 per contract awardee (for a total of $25,000) will be placed on contract and obligated at the time of award via a delivery order to each awardee. This contract involves utilizing Foreign Military Sales to various security cooperation partners to be identified as individual delivery orders are issued. Work will be performed in various overseas locations based on the requirement for each individual delivery order placed. The ordering period is three years for the base period up to the contract award amount. The base ordering period expires July 2018. The multiple-award contract was competitively procured with small business proposals solicited and 22 offers received via the Commerce Business Daily’s Federal Business Opportunities and the SPAWAR e-Commerce Central websites. Space and Naval Warfare Systems Command, San Diego, California is the contracting activity.

Bell Boeing Joint Program Office, California, Maryland, is being awarded a $64,227,368 contract modification to a previous basic contract (N00019-09-D-0008) for various repair parts for the V-22 aircraft. Work will be performed in Fort Worth, Texas (80 percent); and Ridley Park, Pennsylvania (20 percent), and will be completed by December 2017. No funds will be obligated at the time of award. Fiscal 2015 and 2016 Navy working capital funds will be provided through Delivery Order 0006 and will not expire at the end of the current fiscal year. One firm was solicited for this sole-source requirement, and one offer was received under authority 10 U.S.C. 2304 (c)(1). Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

General Dynamics Advanced Information Systems, Inc., Fairfax, Virginia is being awarded a $32,721,919 modification to previously awarded contract (N00024-09-C-6250) for AN/BYG-1 Tactical Control Systems (TCS) Technology Insertion (TI-14) Advanced Processing Build (APB-15) software for delivery to multiple submarine platforms. General Dynamics Advanced Information Systems will complete AN/BYG-1 Tactical Control Systems (TCS) Technology Insertion (TI-14) Advanced Processing Build (APB-15) software for delivery to multiple Submarine platforms. They will commence migration of TCS from TI-14 baseline to TI-16 and integrate APB-15 to support the lead variant Test Readiness Review (TRR) during FY16. Additionally, this contract continues maintenance activities for TI-14 APB-13 and earlier baselines. Work will be performed in Fairfax, Virginia and is expected to be completed by July 2016. Fiscal 2015 research, development test and evaluation funding in the amount of $3,872,306; fiscal 2015 other procurement, Navy funding in the amount of $1,802,252; Fiscal 2015 Armaments Cooperation Projects, Royal Australian Navy in the amount of $766,324 and Fiscal 2013 shipbuilding and conversion, Navy contract funds in the amount of $283,275, will be obligated at time award. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia is the contracting activity.

Swinerton Builders, Arvada, Colorado, is being awarded a $26,509,003 firm-fixed-price contract for the construction of an aircraft maintenance hangar at the Naval Air Station Whidbey Island. The contract also contains one unexercised option and one planned modification, which if exercised, would increase cumulative contract value to $27,355,463. The work to be performed provides for the construction of a Type III high bay aircraft maintenance hangar with multi-story spaces for administration, maintenance shops and aircraft parts storage. Special features will include steel framed gravity and lateral system; pile foundation; metal decking with concrete fill; metal deck roof; trench grate nozzle for aqueous film forming foam; compressed air; uninterruptible power supply and back-up generators; and Leadership in Energy and Environmental Design Silver and Anti-Terrorism/Force Protection features. Work will be performed in Oak Harbor, Washington, and is expected to be completed by September 2016. Fiscal 2011 and 2015 military construction reserve force, (Navy) contract funds in the amount of $26,509,003 are obligated at time of award; $2,012,893 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-15-C-6005).

Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $20,580,879 delivery order under indefinite-delivery/indefinite-quantity contract N4523A-15-D-5016-0001 for ship repair support on USS Nimitz (CVN 68). Huntington Ingalls Inc. will provide management, material support services, labor, supplies, and equipment deemed necessary to perform nuclear and nuclear-related work on the USS Nimitz (CVN 68). Work will be performed in Bremerton, Washington, and is expected to be completed by February 2016. Fiscal 2015 operation and maintenance Navy contract funds in the amount of $20,580,879 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1, “Only one responsible source and no other supplies or services will satisfy the agency requirement.” Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity.
Correction: Contract awarded on July 28, 2015, to PAE Applied Technologies, LLC, doing business as Defense Support Services, LLC, Marlton, New Jersey should read “PAE Aviation and Technical Services, LLC doing business as Defense Support Services, LLC” and the contract number should read (N00421-15-D-0007) instead of (N00421-15-C-0007).

Department of the ArmyARMY

BAE Systems Aerospace and Defense Group Inc., Phoenix, Arizona, was awarded a $45,070,161 modification (P00011) to contract W91CRB-13-C-0045 for four variants of hard armor protective inserts. Work will be performed in Phoenix, Arizona, with an estimated completion date of Sept. 2, 2016. Fiscal 2015 operations and maintenance (Army) funds in the amount of $45,070,161 were obligated at the time of the award. Army Contracting Command, Aberdeen, Maryland, is the contracting authority.

Ceradyne Inc., Cost Mesa, California, was awarded a $34,112,608 modification (P00010) to contract W91CRB-13-C-0046 for four variants of hard armor protective inserts. Work will be performed in Costa Mesa, California, with an estimated completion date of Sept. 2, 2016. Fiscal 2015 operations and maintenance (Army) funds in the amount of $34,112,608 were obligated at the time of the award. Army Contracting Command, Aberdeen, Maryland, is the contracting authority.

Honeywell Technology Solutions Inc., Columbia, Maryland, was awarded an $8,093,534 modification (0002) to contract W52P1J-12-G-0061 for logistics support to the Army Prepositioned Stocks-3. Work will be performed in Charleston, South Carolina, with an estimated completion date of Aug. 14, 2020. Fiscal 2015 operations and maintenance (Army) funds in the amount of $5,000,000 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting authority.

General Dynamics Ordnance and Tactical Systems Inc., St. Petersburg, Florida, was awarded a $7,842,528 modification (P00019) to contract W52P1J-12-C-0026 for M1002 120mm tank training ammunition. Work will be performed in St. Petersburg, Florida, with an estimated completion date of July 31, 2017. Fiscal 2014 and 2015 other procurement funds in the amount of $7,842,528 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting authority.

Aegis Defense Services LLC, McLean, Virginia, was awarded a $7,652,289 firm-fixed-price, incrementally-funded contract with options for armed guards at Bagram and Jalalabad airfields in Afghanistan, with an estimated completion date of July 31, 2016. Bids were solicited via the Internet with 15 received. Fiscal 2015 operations and maintenance (Army) funds in the amount of $7,345,299 were obligated at the time of the award. Army Contracting Command, Bagram AE, is the contracting activity (W91B4N-15-C-5005).

Orbital Alliant Techsystems Operations LLC, Plymouth, Minnesota, was awarded a $7,039,930 modification (P00028) to contract W52P1J-12-C-0027 for M1002 120mm tank training ammunition. Work will be performed in Plymouth, Minnesota, with an estimated completion date of April 7, 2017. Fiscal 2014 and 2015 other procurement funds in the amount of $7,039,930 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting authority.

MISSILE DEFENSE AGENCY

SciTec Inc., Princeton, New Jersey, is being awarded an indefinite-delivery/indefinite-quantity contract with a ceiling of $9,978,244 for space data exploitation (SDE). This contract will supportMissile Defense Agency the development, application, and transition of SDE software development, test support, and data analysis. The work will be performed in Princeton, New Jersey; Fairborn, Ohio; Huntsville, Alabama; and Boulder, Co+956lorado. The estimated ordering period is from July 24, 2015, through July 23, 2018. This is a Small Business Innovation Research Phase III contract. Fiscal 2015 research, development, test and evaluation funds in the amount of $476,441 are being obligated on this award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-15-D-7003).

160px-Special_Operations_Specops_Army.svgSPECIAL OPERATIONS COMMAND

Booz Allen Hamilton Inc. (H92222-15-D-0022) and CACI-WGI Inc. (H92222-15-D-0025), Tampa, Florida; Raytheon Blackbird Technologies Inc.(H92222-15-D-0023), Herndon, Virginia; and MacAulay-Brown Inc. (H92222-15-D-0024), Dayton, Ohio, were awarded an indefinite-delivery/indefinite-quantity, multiple-award contract with a combined ceiling value of $900,000,000 for Special Operations Command Wide Mission Support services. The place of performance is multiple locations both in the U.S. and overseas. The anticipated period of performance is not to exceed five years. Each company will be awarded a $2,500 minimum guarantee, and additional funding will be obligated on individual task orders. Fiscal 2015 operations and maintenance funds shall be used to satisfy the minimum of the contract The contracts were competitively awarded using Federal Acquisition Regulation Part 15 procedures. Seventeen proposals were received. U.S. Special Operations Command is the contracting activity.

NAVY

PAE Applied Technologies LLC, doing business as Defense Support Services LLC, Marlton, New Jersey, is being awarded a $68,351,721 indefinite-delivery/indefinite-quantity contract for organizational, selected intermediate and limited depot level maintenance services for F-5 F/N aircraft. Work will be performed in Naval Air Station (NAS) Key West, Florida (40 percent); NAS Fallon, Nevada (30 percent); and Marine Corps Air Station, Yuma, Arizona (30 percent), and is expected to be completed in July 2016. Fiscal 2015 operations and maintenance (Navy Reserves) funds in the amount of $4,000,000 are being obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals, and six offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-15-C-0007).

Booz Allen Hamilton Engineering Services LLC, Linthicum, Maryland (N65236-15-D-4804); CSSI Inc., Washington, District of Columbia (N65236-15-D-4805); and SERCO Inc., Reston, Virginia (N65236-15-D-4806), are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, with provisions for firm-fixed-price task orders, performance-based multiple award contract. The cumulative, estimated ceiling value of the base year is $38,028,800. The contracts are for the procurement of air traffic control (ATC) engineering and technical support services including specialized ATC engineering, specialized ATC technical and integration support, configuration data management, and systems maintenance for a broad range of complex ATC, meteorology and oceanography and aviation command, control, communications, computers, combat, intelligence, surveillance, and reconnaissance systems. These contracts include options, which if exercised, would bring the cumulative ceiling value of these contracts to an estimated $199,901,400. Work will be performed at multiple locations in the continental U.S., Southwest Asia,600px-US-DeptOfNavy-Seal.svg Southeast Asia and Africa. Work is expected to be completed by July 2016. If all options are exercised, work could continue until July 2020. Space and Naval Warfare Systems Command Systems Center Atlantic Navy working capital funds in the amount of $25,000 will be obligated at the time of award as the minimum guarantee and will be split among the three awardees; these funds will not expire at the end of the current fiscal year. This contract action establishes a potential ceiling value in which funds are obligated on individual task orders. The multiple award contracts were competitively procured by full and open competition via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with six offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $37,538,800 undefinitized contract action modification for a delivery order (5507) against a previously issued basic ordering agreement (N00019-14-G-0020). This modification authorizes engineering change proposals for air vehicle retrofit modifications to be incorporated into designated aircraft and supporting subsystems in support of the F-35 aircraft Block 3F requirements. This modification also includes retrofit modification kits, installation, and labor to incorporate the modification kits. Work will be performed in Fort Worth, Texas (90 percent); Marietta, Georgia (9 percent); and Palmdale, California (1 percent), and is expected to be completed in August 2018. Fiscal 2014 and 2015 aircraft procurement and research, development, test and evaluation (Navy, Marine Corps, and Air Force) funds in the amount of $13,093,580 are being obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Bristol General Contractors LLC,* Anchorage, Alaska, is being awarded a $17,923,026 firm-fixed-price task order 0002 at under a multiple award construction contract for repairs to the aircraft maintenance hangar building 3757, at Naval Air Station, Kingsville, Texas. The work to be performed provides for repair deficiencies in the building. Exterior repairs include replacement of roof, repairs to roof decking, sealing roof penetrations and repair roof drains. The interiors of the hangar bays will be cleaned and painted. Other repairs include structural, plumbing, heating, ventilation and air conditioning, fire protection and electrical system deficiencies in the hangar. Work will be performed in Kingsville, Texas, and is expected to be completed by July 2017. Fiscal 2015 operation and maintenance, (Navy) contract funds in the amount of $17,923,026 are obligated at the time of award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-13-D-1771).

Green Contracting Company Inc.,* Baltimore, Maryland, is being awarded an $8,847,346 firm-fixed-price contract for the replacement of Cooling Tower, Building 77H, at the Philadelphia Naval Business Center. The work to be performed provides for construction that shall provide a 25,000 gallons/minute fiberglass reinforced plastic cooling tower, including cooling water distribution system; process control system; concrete foundations; concrete piles; concrete water basin; steel pipe bridge to support fire suppression system; relocate existing electrical utility duct bank; and site civil/mechanical utilities. Site demolition and improvements include demolition of existing 25,000 gallons/minute wood cooling tower, including concrete foundation, and concrete basin. Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed by September 2016. Fiscal 2015 Navy working capital contract funds in the amount of $8,847,346 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-15-C-7516).

PricewaterhouseCoopers Public Sector LLP, McLean, Virginia, is being awarded a $7,543,502 firm-fixed-price contract for real property audit preparation support. This effort is to provide a review of an estimated 300 properties at Marine Corps Base Camp Mujuk, Korea; and an estimated 6,560 properties within Marine Corps Base Camp Butler’s jurisdiction at Okinawa and Shizuoka (Camp Fuji), Japan, and perform critical corrective actions required to assist the installations to become audit ready. This contract includes options which, if exercised, would bring the cumulative value of this contract to $7,543,502. Work will be performed Shizuoka and Okinawa, Japan (90 percent); and in Mujuk, Korea (10 percent), and work is expected to be completed by February 2017. Fiscal 2015 operation and maintenance funds in the amount of $6,013,762 will be obligated at the time of contract award. Contract funds in the amount of $6,013,762 will expire at the end of the current fiscal year. This contract was competitively procured. Proposals were solicited via the One Acquisition Solution for Integrated Services through the General Service Administration. Three offers were received. The Marine Corps Installation Pacific Regional Contracting Office, Okinawa, Japan, is the contracting activity (M67400-15-F-0105).

Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $6,737,083 cost-plus-fixed-fee task order under previously awarded basic ordering agreement N00024-14-G-2114 for repair of the number two ship’s service turbine generator on USS Nimitz (CVN 68). Huntington Ingalls Inc. will provide management, labor and support services. Work will be performed in Bremerton, Washington, and is expected to be completed by October 2015. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $6,737,083 will be obligated at time of award and will expire at the end of the current fiscal year. Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

BAE Systems, Rockville, Maryland, has been awarded a $48,700,246 fixed-price level of effort modification (P00073) to exercise an option on previously awarded contract FA8214-13-C-0001 for integration support. Contractor will provide systems engineering, technical assistance support, training, and development in performing integration, sustaining engineering and program management support functions for the Minuteman III weapon system. Work will be performed at Hill Air Force Base, Utah, and is expected to be complete by July 31, 2016. Fiscal 2015 operations and maintenance and research and development funds in the amount of $16,723,542 are being obligated at the time of award. Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity.

Aircraft Engineering and Installation Services Inc., Orlando, Florida, has been awarded a $28,593,344 firm-fixed-price, cost-reimbursable no-fee travel contract for the C-130 electronic propeller control system. Contractor will provide manufacture, integration and installation of the C-130 electronic propeller control system on 48 Air Force Reserve Command C-130H aircraft, and modify 25 spare Quick Engine Change (QEC) kits. Work will be performed at Orlando, Florida, and is expected to be complete by May 31, 2016. This award is the result of a competitive acquisition with nine offers received. Fiscal 2013 and 2014 National Guard and Reserve equipment account funds in the amount of $28,593,344 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8504-15-C-0008).

ARMY

General Dynamics Ordnance and Tactical Systems Inc., St. Petersburg, Florida, was awarded a $16,098,186 cost-plus-fixed-fee, incrementally-funded contract with options for the 120mm Advanced Multi-Purpose (AMP), XM1147 High Explosive Multi-Purpose with Tracer (HEMP-T) cartridges, with an estimated completion date of July 28, 2022. Bids were solicited via the Internet with four received. Fiscal 2015 research, development, testing and engineering funds in the amount of $5,345,000 were obligated at the time of the award. Work will be performed in St. Petersburg Florida; Red Lion, Pennsylvania; Hampton, Arizona; New York, New York; Niceville, Florida; Forest Lake, Minnesota; Totowa, New Jersey; North Canton, Ohio; East Camden, Arizona;Department of the Army and Germany. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-15-C-0067).

Alliant Techsystems Operations, Plymouth, Minnesota, was awarded a $15,997,541 cost-plus-fixed-fee incrementally funded contract with options for the 120mm Advanced Multi-Purpose (AMP), XM1147 High Explosive Multi-Purpose with Tracer (HEMP-T) cartridges, with an estimated completion date of July 28, 2022. Bids were solicited via the Internet with four received. Fiscal 2015 research, development, testing and engineering funds in the amount of $5,345,000 were obligated at the time of the award. Work will be performed in Plymouth, Minnesota; Middletown, Iowa; Mt. Carmel, Tennessee; Louisville, Kentucky; Camden, Arizona; Coachella, California; Rocket Center, West Virginia; Clear Lake, South Dakota; and Germany. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-15-C-0066).

Critical Solutions International,* Carrollton, Texas, was awarded a $12,702,031 firm-fixed-price foreign military sales contract (Iraq) for Husky Mark III 2-Operator 2G vehicles with manuals and spare parts, with an estimated completion date of Dec. 20, 2015. One bid was solicited with one received. Funding will be determined with each order. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-C-0157).

bmg logo(R)2

 

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

DEFENSE LOGISTICS AGENCY

CAMSS Shelters,* Kirkland, Washington, has been awarded a maximum $200,000,000 firm-fixed-price, indefinite-delivery contract for commercial shelters. This was a competitive acquisition with 20 responses received. This is a one-year baseDefense_Logistics_Agency contract and three one-year option periods. Location of performance is Washington, with an Aug. 6, 2016, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-15-D-1081).

600px-US-DeptOfNavy-Seal.svgNAVY

AECOM Services Inc., Arlington, Virginia, is being awarded a maximum amount $30,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract for architect-engineer services for preparation of Navy and Marine Corps planning and engineering services for work predominantly located in the continental U.S. (CONUS), Europe, Africa and Southwest Asia, but also worldwide. No task orders are being issued at this time. Work will be performed in CONUS, Europe, Africa and Southwest Asia, but also worldwide. The term of the contract is not to exceed 60 months with an expected completion date of August 2020. Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $5,000 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-15-D-5018).

Seaward Marine Services Inc., Norfolk, Virginia, is being awarded a $9,500,000 modification to previously awarded contract N00024-09-D-4219 for waterborne hull cleaning and associated work on the underwater portion of ships and crafts to support the director of ocean engineering, supervisor of salvage and diving. Work will be performed in various locations around the world as needed and is expected to be completed by February 2016. No funding is being obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Seaward Marine Services Inc., Norfolk, Virginia, is being awarded a $7,500,000 modification to previously awarded contract (N00024-10-D-4170) for waterborne hull cleaning and associated work on the underwater portion of ships and crafts to support the director of ocean engineering, supervisor of salvage and diving. Work will be performed in various locations around the world as needed and is expected to be completed by February 2016. No funding is being obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

AIR FORCE

Lockheed Martin Corp., King of Prussia, Pennsylvania, has been awarded an $11,495,833 firm-fixed-price delivery order against a previously awarded General Services Administration Schedule (GS-23F-0150S) for pre-engineering and manufacturing development efforts intended for the Joint Surveillance Target Attack356px-Seal_of_the_US_Air_Force.svg Radar System recapitalization program. Contractor activities will help assess maturity of subsystem technology, reduce weapon system integration risk, and lower life cycle cost by virtue of design. Work will be performed at King of Prussia, Pennsylvania, and is expected to be complete by July 31, 2016. This award is the result of a competitive acquisition with four offers received. Fiscal 2015 research and development funds in the amount of $11,495,833 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-15-F0054).

Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, has been awarded a $10,000,000 firm-fixed-price delivery order against a previously awarded General Services Administration Schedule (GS-23F-0058K) for pre-engineering and manufacturing development efforts intended for the Joint Surveillance Target Attack Radar System recapitalization program. Contractor activities will help assess maturity of subsystem technology, reduce weapon system integration risk, and lower life cycle cost by virtue of design. Work will be performed at Melbourne, Florida, and is expected to be complete by July 31, 2016. This award is the result of a competitive acquisition with four offers received. Fiscal 2015 research and development funds in the amount of $10,000,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-15-F0053).

Boeing Service Co., Richardson, Texas, has been awarded a $9,945,179 firm-fixed-price delivery order against a previously awarded General Services Administration Schedule (GS-23F-0183K) for pre-engineering and manufacturing development efforts intended for the Joint Surveillance Target Attack Radar System recapitalization program. Contractor activities will help assess maturity of subsystem technology, reduce weapon system integration risk, and lower life cycle cost by virtue of design. Work will be performed at Seattle, Washington, and is expected to be complete by July 31, 2016. This award is the result of a competitive acquisition with four offers received. Fiscal 2015 research and development funds in the amount of $9,945,179 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-15-F0052).

Atlantic Icon Corp., Hallandale Beach, Florida, will be awarded an $8,000,000 fixed-price, indefinite-delivery/indefinite-quantity for simplified acquisition of base engineering requirements. Contractor will provide construction services under the simplified acquisition of base engineering requirements. Work will be performed at Patrick Air Force Base, Florida, and is expected to be complete by Aug. 6, 2018. This award is the result of a competitive acquisition and 12 offers were received. Fiscal 2015 operations and maintenance funds in the amount of $50,000 will be obligated at the time of award. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity (FA2521-15-D-0003).

Lockheed Martin Aeronautics Co., Marietta, Georgia, has been awarded a $7,474,096 modification (P00286) to previously awarded contract FA8625-07-C-6471 for C-5 Reliability Enhancement and Re-Engining Program (RERP) sustainment. Contractor will provide support to manage the procurement and fabrication of the initial spares identified from RERP O-Level provisioning activity. Work will be performed at Dover Air Force Base, Delaware, and is expected to be complete by June 26, 2017. Fiscal 2013 aircraft procurement funds in the amount of $7,474,096 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Cardinal Health 200 Inc., McGaw Park, Illinois, has been awarded a maximum $1,019,313,488 modification (P00055) exercising the second 20-month option period of a 20-month base contract (SPM2DV-11-D-0001) with two 20-month option periods, which makes medical and surgical supplies available for purchase in various TRICARE regions throughout the U.S. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Illinois, Massachusetts, Maine, New Jersey, New York, Pennsylvania, Maryland, North Carolina, Georgia, Florida, Alabama, Missouri, Kentucky, Ohio, Indiana, Michigan, Minnesota, Mississippi, Kansas, Nebraska, Louisiana, Texas, Colorado, Utah, Arizona, California, Hawaii, Washington, and Alaska, with an April 16, 2017, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Owens and Minor Distribution Inc., Mechanicsville, Virginia, has been awarded a maximum $240,332,793 modification (P00051) exercising the second 20-month option period of a 20-month base contract (SPM2DV-11-D-0002) with two 20-month option periods, which makes medical and surgical supplies available for purchase in various TRICARE regions throughout the U.S. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Virginia, New Mexico, Pennsylvania, Georgia, Texas, Maryland, Massachusetts, North Carolina, Illinois, Kentucky, Ohio, Colorado, Iowa, Michigan, Florida, Indiana, Mississippi, Missouri, Tennessee, California, Minnesota, Louisiana, Nebraska, Arizona, Oregon, Utah, Washington, Oklahoma, and New Jersey, with an April 16, 2017, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

ARMY

Walsh Gilbane JV, Chicago, Illinois, was awarded a $206,445,000 firm-fixed-price contract with options for a replacement laboratory. Work will be performed at the Aberdeen Proving Ground, Maryland, with an estimated completion date of Jan. 10, 2019. Bids were solicited via the Internet with five received. Fiscal 2011 and fiscal 2014 military construction funds in the amount of $206,445,000 were obligated at theDepartment of the Army time of the award. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-15-C-0015).

DynCorp International LLC, Ft. Worth, Texas, was awarded a $45,470,349 cost-plus-fixed-fee foreign military sales contract (Iraq) with options for technical support for multiplatform vehicles. Work will be performed in Iraq with an estimated completion date of Sept. 4, 2018. One bid was solicited with one received. Fiscal 2010 other procurement funds in the amount of $45,470,349 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-C-0146).

Weldin Construction LLC,* Palmer, Alaska, was awarded a $ 20,000,000 modification (P00004) to contract W912D0-12-D-0007 for sustainment, restoration, and modernization to real property with an estimated completion date of May, 23, 2016. Funding and work location will be determined with each order. Army Contracting Command, Ft. Wainwright, Alaska, is the contracting activity.

Pro-Mark Services Inc.,* West Fargo, North Dakota (W9128F-15-D-0042); Mirador-NASCO JV,* El Paso, Texas (W9128F-15-D-0043); Complete Concrete Inc.,* Black Hawk, South Dakota (W9128F-15-D-0044); CMGC Catamount,* Golden, Colorado (W9128F-15-D-0045); and JE Hurley Construction Inc.,* Colorado Springs, Colorado (W9128F-15-D-0046), were awarded a $19,000,000 firm-fixed-price, multi-year, multiple award task order contract with options for construction projects in North and South Dakota and Montana, with an estimated completion date of Aug. 5, 2020. Bids were solicited via the Internet with nine received. Funding will be determined with each order. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.

Boeing Co., Ridley Park, Pennsylvania, was awarded a $14,579,980 modification (P00027) to foreign military sales contract (Turkey, United Arab Emirates) W58RGZ-13-C-0002 for Chinook helicopters, with an estimated completion date of Dec. 31, 2020. Fiscal 2011 and fiscal 2012 other procurement funds in the amount of 14,579,980. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Computer Sciences Corp., Falls Church, Virginia (N00189-15-D-Z034); and Serco Inc., Reston, Virginia (N00189-15-D-Z035), are being awarded a multiple award cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity task order contract to provide support to Naval Supply Systems Command Business Systems Center for program management and technical support services for the Ordnance Information System. Computer Sciences Corp. is being awarded $39,911,571, and Sercom Inc. is being awarded $45,981,714. Work will be performed in Indian Head, Maryland (15 percent); Mechanicsburg, Pennsylvania (20 percent); Norfolk, Virginia (20 percent); Yorktown, Virginia (20 percent); Reston, Virginia (12.5 percent); and Virginia Beach, Virginia (12.5 percent), and will be completed by August 2020. Funding in the amount of $10,000 will be obligated at the time of award. Fiscal 2015 operation and maintenance (Navy ) funds will be obligated at the time of award and funds will expire before the end of the current fiscal year. This contract was competitively procured through the Federal Business Opportunities website, with two offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk Contracting Department, Philadelphia, Pennsylvania, is the contracting activity.

AIR FORCE

PreTalen Ltd., Columbus Grove, Ohio, has been awarded a $15,000,000 indefinite-delivery/ indefinite-quantity, Small Business Innovation Research Phase III contract356px-Seal_of_the_US_Air_Force.svg for position navigation and time autonomous negotiator applying cognitive effects-based analysis. Contractor will provide the extension of the suite of custom software and hardware designed to simultaneously and autonomously test currently available Global Navigation Satellite System receivers across the threat spectrum. Work will be performed at Columbus Grove, Ohio; and Wright Patterson Air Force Base, Ohio, and is expected to be complete by Aug. 9, 2020. This award is the result of a sole-source acquisition. Fiscal 2015 defense business operation funds in the amount of $100,000 are being obligated at the time of award. Air Force Research Lab, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8650-15-D-1877).

BAE Systems Information and Electronic Systems Integration, Greenlawn, New York, has been awarded an estimated $248,200,000 requirements contract for various electronic warfare, automatic test and support equipment systems including, but not limited to, F-16, C-130, B-1B ATE, APX 113, ALQ-161 and ALM -288. Contractor will provide sustainment of spares/buys, repairs and engineering services related to various systems and components that are sole source to BAE. Work will be performed at primary locations San Diego, California; Austin, Texas; Greenlawn, New York; and Nashua, New Hampshire, and is expected to be complete by June 30, 2021. This award is the result of a sole-source acquisition. No funds are being obligated at the time of award. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8522-15-D-0012).

Bell Contracting Inc., Midwest City, Oklahoma, has been awarded a $43,615,953 firm-fixed-price and indefinite-delivery/indefinite-quantity contract for support of the paving program at Tinker Air Force Base, Oklahoma. Work is expected to be complete by Aug. 4, 2016. This award is the result of a competitive acquisition with three offers received. Fiscal 2015 operations and maintenance funds in the amount of $43,615,953 are being obligated at the time of award. Air Force Material Command, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8101-15-D-0004).

ARMY

Technovative Applications, Brea, California, was awarded a $22,586,082 cost-plus-fixed-fee contract for research and development of radar tactical fire control. Funding and work location will be determined with each order with an estimatedDepartment of the Army completion date of April 4, 2020. Bids were solicited via the Internet with one received. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting authority (W15QKN-15-D-0087).

Lagan Construction LLC, Woodbridge, Virginia, was awarded a $6,933,003 firm-fixed-price contract to repair Delta Hammerhead, Minot Air Force Base, North Dakota, with an estimated completion date of July 15, 2016. Fiscal 2015 operations and maintenance funds in the amount of $6,933,003 were obligated at the time of the award. Bids were solicited via the Internet with three received. Army Corps of Engineers, Omaha, Nebraska, is the contracting authority (W9128F-15-C-0020).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Bethel Industries Inc.,* Jersey City, New Jersey, has been awarded a maximum $22,099,000 firm-fixed-price contract for field jackets. This was a competitive acquisition with seven responses received. This is a one-year base contract with no option periods. Location of performance is New Jersey, with an Aug. 4, 2016, performance completion date. Using foreign military service is Afghanistan National Army. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-15-D-1077).

 bmg logo(R)2

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

$
0
0

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

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

FedBizOpps – Procurements

356px-Seal_of_the_US_Air_Force.svgDepartment of the Air Force, Air Mobility Command, 92 CONS, BLDG 2451 110 W ENT ST STE 200 FAIRCHILD AFB WA 99011-8568

R — Praise Team Leader FA4620-15-T-A086 082615 Jackson C. Woods, Phone 5092475767, Email jackson.woods@us.af.mil – Rebecca Hoyt, Phone 5092474865, Email rebecca.hoyt.1@us.af.mil Contractor will provide choral direction and leadership for the 1045 Protestant worship service, Holy Day services, funerals, and all Protestant Praise Team rehearsals.
Set-Aside: Total Small Business Place of Performance: Fairchild AFB , WA 99011 US URL: https://www.fbo.gov/spg/USAF/AMC/92CONS/FA4620-15-T-A086/listing.html

OutreachSystems Article Number: 150813/PROCURE/0121 Matching Key Words: naics!711510;

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

R VIDEO SHOOTER/EDITOR/PRODUCER – VOA PERSIAN – LOS ANGELES, CA BBG39-Q-15-PERSIAN-054 082715 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: VOA PERSIAN DIVISION – VIDEO SHOOTER/EDITOR/PRODUCER – LOS ANGELES, CA
(i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLYBroadcasting Board of Governors SOLICITATION; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

(ii) Solicitation No. BBG39-Q-15-PERSIAN-054 is issued as a Request For Quotation (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076.

(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 515120 with a small business size standard of $7M.

(v) The offeror shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The offeror shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months with one (1) option period of six (6) months. Multiple awards may be considered for this requirement at the discretion of the Government.

(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Multimedia services (Video Shooter/Editor/Producer) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in Los Angeles, CA and surrounding areas. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

(vii) The period of performance is anticipated to start September 7, 2015 through March 7, 2016 with an option to extend services one year from date of award.

(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The offeror shall demonstrate the ability and experience in providing the required services.
Offeror qualifications and Quotation Submission shall include but not be limited to:

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

2. Past Performance. See attachment B (Past Performance Reference).

3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal.
In addition, the offeror must agree to undergo a security background check. If the offeror fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.

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

1) Technical – Must be able to speak and write in Farsi and English. Must be familiar with latest computer and broadcast equipment . Must be advanced in using final cut pro and Dalet Plus

2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed.
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, and
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.

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

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

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

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)

(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.
52.252-1 -Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far).

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

(xv) Questions must be submitted in writing and only via email to Cheryl Nixon at Persian_Solicitations@voanews.com. Written questions must be submitted before 11:59 p.m. Eastern Daylight Time on August 17, 2015. Responses to questions will be posted to FedbizOps by COB August 19, 2015.

Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral quotations will not be accepted.

ALL TECHNICAL AND PRICE QUOTATIONS, AND PAST PERFORMANCE MUST BE SUBMITTED ELECTRONICALLY TO Persian_Solicitations@voanews.com BEFORE THE CLOSING DEADLINE BELOW to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1650, 330 Independence Ave., SW, Washington, DC 20237. CLOSING DEADLINE is before 11:59 p.m. Eastern Daylight Time on August 27, 2015.

(xvi) Contact: Cheryl Nixon, Contracting Officer, email:Persian_Solicitations@voanews.com. All responsible sources may submit an offer that will be considered by the Agency.

Set-Aside: Total Small Business Place of Performance: Broadcasting Board of Governors/VOA Persian Service Surrounding Areas of Los Angeles, CA US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-054/listing.html

OutreachSystems Article Number: 150813/PROCURE/0126 Matching Key Words: video*; edit*; produc*; website; web; education*; business*; produce?; instruct*; commercial?;

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

R — Legal Resources Professional Services 15-233-SOL-00573 082815 David D. Morgan, Phone 3014437078, Email david.morgan@psc.hhs.gov This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
OGC is the legal team of DHHS, providing quality representation and legal advice on a wide range of highly visible national issues. The OGC’s broad mission is to support the programs of the Department through litigation (mostly defense work), Federal Register drafting and legal advice and legislative services. OGC has an extraordinarily interesting agenda as a result of the breadth of the Department’s activities and the work involved with national issues. Recent issues addressed by OGC include health care reform, tobacco regulation, fetal tissue research, breast implants, Native American tribal self-determination, Head Start, needle exchange, organ donation and transplantation, federally-funded abortion, programs for the aging, affirmative action in science training and nursing home quality of care enforcement. Working for OGC provides individuals with the opportunity to serve the public and support its legal health care interests.

The Contractor shall provide experienced and qualified professionals to perform legal resources and additional services, which shall encompass, but are not limited to the following: Paralegal and Legal Administrative Support Services, Formal Facilitation of Focus and Other Types of Groups, Technical Writing and Editing, Human Resources Support, Information Technology Support and Budget Support.

THIS IS A NOTICE THAT THIS BLANKET PURCHASE AGREEMENT IS A TOTAL SMALL BUSINESS SET ASIDE. ONLY QUOTES SUBMITTED BY SMALL BUSINESS FIRMS WILL BE ACCEPTED BY THE GOVERNMENT. ANY QUOTE THAT IS SUBMITTED BY A CONTRACTOR THAT IS NOT A SMALL BUSINESS WILL NOT BE CONSIDERED FOR AWARD.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/HHS/PSC/DAM/15-233-SOL-00573/listing.html

OutreachSystems Article Number: 150813/PROCURE/0137 Matching Key Words: writ*; technical;

Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105 Bethesda MD 20894

99 — Professional Audiovisual Systems Engineering Services NIHLM2015622 081815 Keturah D. Busey, Phone 3014966546, Email buseyk@mail.nlm.nih.gov This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for market research.
This is a Small Business Sources Sought Notice. This is NOT a solicitation for proposals,dept of health and human services Quotation abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service– disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.
BACKGROUND

The National Library of Medicine (NLM) has an established long range goal of encouraging the use of high quality visual information by health professionals and the public. The Lister Hill National Center for Biomedical Communications (LHNCBC), through the Audiovisual Program Development Branch (APDB), has the requirement to perform research and development in the production, distribution, use and evaluation of audio and video materials and systems in support of this NLM goal. Given this mandate, the APDB plans and implements the development of prototype demonstration, instructional and informational projects. APDB also provides technical planning, engineering, and production support for NLM projects utilizing multimedia systems, technology and facilities. As the size and scope of these programs expand, the development of innovative information display and dissemination technologies integrating a wide variety of media becomes critical. Only through the use of current, digital media creation methods and advanced display and distribution systems, can the APDB continue to fulfill its role in meeting the growing demand for awareness and access to relevant biomedical visual information.
PURPOSE and OBJECTIVES
The purpose of this procurement is to obtain, as part of a quick-reaction tasking arrangement, professional audio and video systems planning, design, engineering, installation, integration, and related testing services, including installation materials and equipment, as required, to upgrade multimedia display systems, conference rooms, and production facilities in the NLM. These upgrades are required to continue to provide NLM with proven, state-of-the-art interactive, multimedia production and presentation systems.

The purpose is also to quickly obtain media IT design services, and asset management and multimedia systems expertise required for the final fabrication, installation, and testing of the systems tasked to meet the mandated objectives of the NLM.

PROJECT REQUIREMENTS

1) The contractor shall provide the required planning, design engineering, development, production, fabrication, installation and testing services and related equipment and installation materials required to accomplish specific tasks defined by the designated NLM project officer.

2) The contractor shall provide the required media IT design services, asset management methods, display system designs, and production systems engineering to allow full interactive multimedia capability of the specified facilities.

Potential contractors must bid on all of the services described in paragraph C. 1) and C. 2) above and clearly describe the services and equipment they could provide to address the requirements presented in any resulting task.

The Period of Performance for these services is for one year from the estimated date of award of August 31, 2015, with the right to exercise two successive one-year options. NLM may amend existing tasks and add new tasks, within the scope of this SOW, as necessary. NLM anticipates that it will make one award to the contractor with the required breadth of experience and depth of knowledge of the services required.

OTHER IMPORTANT CONSIDERATIONS

The National Library of Medicine anticipates making multiple awards. The proposed acquisition will be procured in accordance with the policies and procedures under FAR 13-Simplified Acquisition Procedures and FAR Part 12- Commercial Items. All responsible sources may submit a capability statement which will be considered by the National Library of Medicine. This Sources Sought Notice is not a Request for Quotation (RFQ), nor is an RFQ available. Interested firms responding to this Sources Sought Notice must adhere to the following:

(a) Provide a capability statement demonstrating relevant experience, skills and ability to fulfill the Government’s requirements for the above. The capability statement should contain enough sufficient detail for the Government to make an informed decision regarding your capabilities; however, the statement should not exceed 10 pages.

(b) The capability statement must identify the responder’s: small business type and size; DUNS number; NAICS code; and technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.

(c) All capability statements must be submitted electronically no later than 12:00pm eastern standard time on August 18, 2015 to Keturah Busey, at buseyk@mail.nlm.nih.gov.

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

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

Contracting Office Address:
6707 Democracy Blvd., Suite 105
Bethesda, Maryland 20894
United States

Anticipated Period of Performance:

September 2015

Set-Aside: Total Small Business Place of Performance: National Library of Medicine Bethesda, MD 20892 US URL: https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2015622/listing.html

OutreachSystems Article Number: 150813/PROCURE/0924 Matching Key Words: video; audiovisual; produc*; serv*;

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

R — Macedonian RFERL program BBG-73-R-15-0004 082515 Adam Gartner, Phone 420221123773, Email atgartne@bbg.gov – Dominika Porkertova, Phone 420221123780, Email porkertovad@bbg.gov The station should broadcast RFERL Macedonian program from Monday to Friday at 06:45 – 07:00 local time, RFERL Macedonian News program from Monday to Sunday at 19:00 – 19:15 local time and RFERL Macedonian News program from Monday to Sunday at 22:00-22:15 with the airing not varying more than two minutes from the time agreeddept of health and human services upon. Samples can be found here:
http://www.rferl.org/howtolisten/MA/ondemand.html

BBG is authorized to produce program in any way it sees fit, so long as it does not violate the laws of Macedonia.

URL: https://www.fbo.gov/notices/53b08e942f824a444dfdf5c8b2b900d4

OutreachSystems Article Number: 150812/PROCURE/0131 Matching Key Words: broadcast*; program?;

600px-US-DeptOfJustice-Seal.svgDepartment of Justice, Offices/Boards/Divisions, Executive Office for the United States Attorneys-EOUSA, 600 E Street Suite 2400 Washington DC 20530

R — Grand Jury and Depositions Court Reporting DJJ-15-RFP-EOA02-0161 062215 Nicole Green, Phone 2022525411, Email nicole.green@usdoj.gov Multiple Award Contract for Grand Jury and Depositions Court Reporting

Questions are due no later than Monday, June 8. 2015; 4pm est.
Place of Performance: U.S. Attorney’s Office Western District of Kentucky 717 West Broadway Louisville, KY 40202 US URL: https://www.fbo.gov/spg/DOJ/JMD/EOUSA-FMSS/DJJ-15-RFP-EOA02-0161/listing.html

OutreachSystems Article Number: 150812/PROCURE/0145 Matching Key Words: state!ky;

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

99–GRAVELINER FOR CAMP NELSON BASE PLUS FOUR-ONE YEAR OPTIONS, IF EXERCISED VA78615R0400 082615 KENNETH DOUGHERTY CO’S EMAIL VA786-15-R-0400
PRE SOLICITATION NOTICE FOR CONCRETE GRAVELINERS FOR CAMP NELSON NATIONAL CEMETERY, NICHOLASVILLE, KY 40204
Contractor to provide all labor, equipment, material and transportation (F.O.B. Destination within consignee premises) to Install Type I – Concrete Vaults, Style 1 – Box with Separate Lid at Camp Nelson National Cemetery, Nicholasville, KY 43506 forDepartment_of_Veterans_Affairs_Logo the base period October 1, 2016 through September 30, 2017, with up to four (4) one-year options to extend the term of the contract through September 30, 2020.
RFP VA786-15-R-0400 – Contractor shall provide all labor, equipment, material and supervision necessary to:
The project would be a base plus four-(1) year option periods.
Total estimated number of Graveliners annually is
(1) small liner 58″ x 30″ x 24″
(45) medium liners 86″ x 30″ x 24″
(5) extra-large liner 92″ x 36″ x 28″
This acquisition is for a 100% Service Disabled Veteran Owned Small Business Set-Aside. North American Industrial Classification System (NAICS) Code 327390 (size standard 500 employees) is applicable. Please reference Solicitation Number RFP VA786-15-R-0400 on remittances. An electronic solicitation will be available for download from http://www.FedBizOpps.gov on or about August 13, 2015. Responses to the solicitation are due by 2:00 p.m., August 26, 2015. Offerors are advised that they are responsible for obtaining amendments to the solicitation which is available at Fed Biz Opps.
Set-Aside: Service-Disabled Veteran-Owned Small Business Place of Performance: CAMP NELSON NATIONAL CEMETERY;6980 DANVILLE RD;NICHOLASVILLE, KY 40356 40356 USA URL: https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78615R0400/listing.html

OutreachSystems Article Number: 150812/PROCURE/0837 Matching Key Words: state!ky;

Department of the ArmyDepartment of the Army, Army Contracting Command, MICC, MICC – Moffett Field, MICC – Moffett Field, Bldg 4385, Moffett Field, CA 94035-0000

99–ACOE PSA Requirement W912CJ-15-T-0044 081415 Maria-Teresa Blessing, 650-969-0125 MICC – Moffett Field This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

Please see attached PWS.
Set-Aside: Total Small Business Place of Performance: MICC – Moffett Field Bldg 4385, Moffett Field CA 94035-0000 US URL: https://www.fbo.gov/notices/3c8c134c52dac060a8d7bb07b967ef36

OutreachSystems Article Number: 150812/PROCURE/0839 Matching Key Words: naics!512110;

Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105 Bethesda MD 20894

99 — ITK Algorithms, Extensibility, Integration, & Outreach for SimpleITK 2015 NIHLM2015597KB 081715 Keturah D. Busey, Contract Specialist, Phone 3014966546, Email buseyk@mail.nlm.nih.gov This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for market research.
This is a Small Business Sources Sought Notice. This is NOT a solicitation for proposals,dept of health and human services Quotation abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service- disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.

BACKGROUND

In 1999, the NLM Office of High Performance Computing and Communications awarded multiple contracts for the formation of a software development consortium to create and develop an application programmer interface (API) and first implementation of a segmentation and registration toolkit, subsequently named the Insight Toolkit (ITK). The original awards included six contractors: GE Global Research, Insightful, Inc., Kitware, Inc., the University of North Carolina at Chapel Hill, the University of Pennsylvania, and the University of Tennessee. The six contractors were partnered with five subcontractors: Harvard University Medical School, the University of Pennsylvania, the University of Pittsburgh, Columbia University, and the University of Utah. The period of performance for the original ITK awards began in 1999 and ended in 2003.
The resulting system was originally intended for computer-assisted exploration of the National Library of Medicine (NLM) Visible Human (VHP) Male and Female data sets. The final deliverable for this group was an open-source software library concentrating on segmentation and registration algorithms, directly released to the public that now helps support research worldwide in image analysis and in other domains.
In 2002 and later in 2004, NLM funded outreach efforts known as the program for “ITK Algorithms, Adapters, and Data Distribution” (ITK-A2D2). These programs promoted ITK, tested the ITK API, evaluated the coverage of the algorithm collection, and explored the versatility of the software architecture. In the past, twenty separate awards were made including funding for:
Kitware, Inc. Ken Martin, P.I.
Application of Segmentation and Registration Techniques to Volume Visualization
Georgetown Univ., Kevin Cleary, P.I.
Integrating ITK Segmentation Components into an Existing Software Application for RF Ablation Treatment Planning
Mayo Clinic, Rich Robb, P.I.
Interface for Direct and Seamless Use of ITK with Analyze and AVW
Cognita, Corp., Dan Fritsch, P.I.
Integrating the SNAP (Snake Automatic Partitioning) Segmentation Tool with the NLM Insight Toolkit
Imperial College of London, Derek Hill, P.I.
2D-3D Registration Software for X-ray-to-CT Alignment to the Visible Human Insight Toolkit
Univ. of Iowa, Vincent Magnotta, P.I.
Images, Landmarks, and ROIs
Univ. of Utah, Yarden Livnat, P.I.
Software Design and Development for Integration of the Insight Toolkit and the SCIRun Problem Solving Environment
Insightful, Inc., Lydia Ng, P.I.
Shape-based Level Set Segmentation
Univ. of Pittsburgh, George Stetten, P.I.
Real Time 3D Echocardiographic Data with Semi-Automated Boundary Tracking Algorithms
Harvard BWH Surgical Planning Laboratory, C.F. Westin, P.I.
Vascular Segmentation Using Level Sets for Image Guided Therapy
Kitware, Inc., W. Schroeder, P.I.
3D Widgets for Segmentation and Registration
Univ. of Pennsylvania, Jim Gee, P.I.
ITK Surface-based Analysis and Normalization Environment
Univ. of Pennsylvania, Jim Gee, P.I.
Graph-Based Methods of Energy Minimization in ITK
Univ. of North Carolina at Chapel Hill, Stephen Aylward, P.I.
Neural Networks and Clustering
Univ. of North Carolina at Chapel Hill, Stephen Aylward, P.I.
DICOM and Digital Libraries for Data Archiving
Univ. of North Carolina at Chapel Hill, Stephen Aylward, P.I.
BatchMake and Validation Dashboards
Univ. of North Carolina at Chapel Hill, Stephen Aylward, P.I.
Insight Software Consortium
Georgetown Univ., Kevin Wong, P.I.
ITK Implementation of Deformable Registration Methods for Time-Varying (4D) Imaging Data
Georgetown Univ., Kevin Cleary, P.I.
Tumor Volume Measurement and Volume Measurement Comparison Plug-in for ITK
Kitware, Inc., Bill Hoffman P.I.
The Insight Journal: an Open Access Repository for Technical Papers related to the Insight Toolkit (ITK)

In 2010, with funding from the American Recovery and Reinvestment Act, NLM sponsored a revision and redesign effort, IKT-version4 (ITK-v4), along with an outreach program to test and evaluate the revised API (ITK-A2D2-2010). Part of the ITK-v4 effort was a project to ease the burden of the steep learning curve of ITK, resulting in SimpleITK, an interface that allows multiple language bindings. We recognize that on of the most aggressive communities in scientific computing today include groups that development and use the NumPy and SciPy libraries with the Python programming language. Python is developed under an OSI-approved open source license, making it an attractive outlet for ITK integration and extension efforts.
Open-source initiatives such as ITK help to lower the barriers to entry in complex research fields by providing the foundations of the software infrastructure necessary to conduct advanced investigations. Expanding the use of ITK through SimpleITK to open-source-friendly communities such as Python programmers is considered a contribution to the nation’s infrastructure through software. Careful thought has been placed on the cultivation and maintenance of this software, assuring developers that the software will remain supported with new releases, bug fixes, and continuing growth.

PURPOSE and OBJECTIVES

The National Library of Medicine (NLM) is seeking to improve the position of its software libraries with respect to modern scientific computing software development environments. NLM has established projects to provide multiple language bindings for its open-source image processing application programmers interface (API) for image analysis, known as the Insight Toolkit (ITK). Notably, NLM supports SimpleITK, a simplified layer on tope of ITK, intended to facilitate its use in rapid prototyping and education and easing the learning curve for ITK by providing access to the library of algorithms and methods through scripting languages that are considered more facile and easier to use by the beginning programmer. We have noted that in recent years, the Python programming language has risen in prominence and is now being used in instruction for entry-level programmers at college-level, high-school-level, and even middle-school-level computer science education.
We propose a new outreach effort to help broaden the user community and raise the awareness and effectiveness of SimpleITK, and by association of ITK, through modest awards that will promote the addition of needed algorithms to ITK and SimpleITK, improvements in exposing data structures and buffers for sharing across programs, additional support for the building and installation of SimpleITK direct installation and use of SimpleITK with the Python interpreter or similar programming environment. The objective of this program is to update and modernize the use of ITK through SimpleITK by making our tools more accessible to a modern scientific programming community. The emphasis of this effort will be expanding the software framework, broadening application development efforts, and data sharing to promote open science.

PROJECT REQUIREMENTS

NLM is seeking proposals for:
1. programming that extends ITK through incorporating additional algorithm families not already represented in ITK or projects that incorporate ITK into software and hardware systems in support of clinical or medical research applications (with an emphasis on multidisciplinary, practical applications not yet covered by ITK such as microscopic image analysis, ultrasonography, video processing, and other topics). All work on these core algorithm developments should be executed in C++ in ITK, and the necessary JSON files and other metadata produced to generate the necessary language bindings for extended use through SimpleITK.
AND/OR
2. programming to overhaul and upgrade some valuable or necessary existing applications, examples, or algorithm family within ITK with the express purpose of improving compile and performance testing, enabling streaming for large data, out-of-core computing, promoting thread safety and encouraging multithreaded programming, and leveraging ITK hardware acceleration techniques. All work improving such core algorithm developments should be executed in C++ in ITK, and the necessary JSON files and other metadata produced to generate the necessary language bindings for extended use through SimpleITK.
AND/OR
3. extension of SimpleITK and ITK to other development environments, notably exposing data structures for easy access with NumPy/SciPy programming. Specifically, we are seeking integration improvements with the core scientific Python package NumPy by having the SimpleITK’s Image class directly export the “buffer interface”, while preserving the Image’s controlled access patterns to enable copy-on-write behavior. Alternately or additionally, to facilitate importing data from Numpy and other generic “buffers”, we would like more support for more complicated memory layouts which include strides should be explored for ITK’s ImportImageContainer class.
AND/OR
4. easing the use of SimpleITK with current scientific computing environments, namely Python-based NumPy/SciPy models, through automated CMake-supported building, installation and packaging of SimpleITK through Python’s standard distutils’ “setup” interface from the python setup script. This will enable Python users to use Python standards tools for package management such as pip with SimpleITK without directly using CMake. Additionally this should support automatic downloads and compilation of source code for installation directly from source code archives.
AND/OR
5. demonstration of SimpleITK and ITK by assembling image analysis suites from available algorithmic building blocks, for example constructing a framework for atlas-based segmentation through existing SimpleITK/ITK tools in segmentation of individual datasets and SimpleITK registration of unknown datasets to known atlas models.
AND/OR
6. planning and executing educational efforts to promote SimpleITK at conferences, professional societies, and within university curricula while building tutorials, examples, and teaching materials that can be incorporated into the SimpleITK web site and other portals for continuing outreach.
Some example concepts for this work include:
• Algorithms or families of methods not currently represented in ITK and without interface support through SimpleITK.
• Multiscale genome to physiological expression segmentation and visualization with SimpleITK/ITK support.
• Large data, out-of-core data processing applications including image analysis for microscopy
• An image analysis framework for comparing algorithm performance which might include measure computer-aided diagnosis tools or biomarker evaluation through ROC analysis
• ITK supportable software for creating PACS research archives with automatic scrubbing and de-identification of patient information across PACS vendors.
• A demonstration of ITK algorithms and the use of SimpleITK with Python in the development of a multi-atlas for atlas-based segmentation of medical image data.
• CMake programming and configuration to enable SimpleITK packaging and delivery through Python’s distutils facility.
• Integration with the core scientific Python package NumPy by having the SimpleITK’s Image class directly export the “buffer interface”, while preserving the Image’s controlled access patterns to enable copy-on-write behavior.
• Support for more complicated memory layouts which include strides should be explored for ITK’s ImportImageContainer class to facilitate importing data from NumPy.
• Support for pickling of SimpleITK objects including Images and Transforms. This will add support for standard Python serialization enabling other scientific Python tools such as IPython’s Parallel module.
ANTICIPATED PERIOD OF PERFORMANCE

It is anticipated that the period of performance shall be between twelve (12) from the date of award. Awards are anticipated to be made in September of 2015.

OTHER IMPORTANT CONSIDERATIONS

The proposed acquisition will be procured in accordance with the policies and procedures under FAR 13-Simplified Acquisition Procedures and FAR Part 12- Commercial Items. All responsible sources may submit a capability statement which will be considered by the National Library of Medicine. This Sources Sought Notice is not a Request for Quotation (RFQ), nor is an RFQ available. Interested firms responding to this Sources Sought Notice must adhere to the following:

(a) Provide a capability statement demonstrating relevant experience, skills and ability to fulfill the Government’s requirements for the above. The capability statement should contain enough sufficient detail for the Government to make an informed decision regarding your capabilities; however, the statement should not exceed 10 pages.

(b) The capability statement must identify the responder’s: small business type and size; DUNS number; NAICS code; and technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.

(c) All capability statements must be submitted electronically no later than 12:00pm eastern standard time on August 17, 2015 to Keturah Busey, at buseyk@mail.nlm.nih.gov.

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

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

Contracting Office Address:
6707 Democracy Blvd., Suite 105
Bethesda, Maryland 20894
United States
Place of Performance:
TBD

United States
Primary Point of Contact.:
Keturah D. Busey,
Contract Specialist
buseyk@mail.nlm.nih.gov
Phone: 3014966546

URL: https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2015597KB/listing.html

OutreachSystems Article Number: 150812/PROCURE/0992 Matching Key Words: writ*; script?; copy; technical; standard;

600px-US-DeptOfNavy-Seal.svgDepartment of the Navy, United States Marine Corps, MCAS Cherry Point, Cherry Point Satellite Contracting Office PSC Box 8018 MCAS Cherry Point NC 28533-0018

R — CATHOLIC PIANIST M00146-15-T-X529 082015 JAYNE M BELL, Purchasing Agent, Phone 2524665317, Email jayne.bell@usmc.mil – Joseph A Schwarz, Contract Specialist, Phone 2524667726, Fax 2524663571, Email joseph.schwarz@usmc.mil ;
Th The Station Chapel, Building 100,   MCAS Cherry Point, NC has a requirement for a Catholic Pianist Services.

It is the Government’s intention to issue a firm-fixed price contract. The proposed acquisition is a Brand Name Only acquisition. The North American Industry Classification System (NAICS) code for this requirement is 711510. The Government will solicit and award this contract using simplified acquisition procedures, in accordance with FAR subpart 13.5. The Government intends to award to the lowest price technically acceptable offer. Award will be issued on an all or none basis.

The solicitation, (No. M00146-15-T-X529) will be posted on or about  10 August 2015 and made available on the Federal Business Opportunities (FBO) web site at https://www.fbo.gov. It is the responsibility of the quoter to continually view the website for the solicitation and any amendments. Contractors interested in doing business with the Government must be registered with the SAM website accessed through https://www.acquisition.gov. Contractor must also ensure annual representations and certifications are current or complete them at the SAM website as well. All prospective offerors interested in submitting a quote must have a commercial and government entity code (CAGE code). Contractors must be registered with Wide Area Workflow at https:/ /wawf.eb.mil/ .

The point of contact for this solicitation is Jayne Bell, Purchasing Agent (252) 466-5317, jayne.bell@usmc.mil. Alternate point of contact is Joseph Schwarz, Contracting Officer, (252) 466-7726, joseph.schwarz@usmc.mil. All responsible sources may submit an offer, which will be considered

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DON/USMC/M00146/M00146-15-T-X529/listing.html

OutreachSystems Article Number: 150811/PROCURE/0103 Matching Key Words: naics!711510;

Department of the Interior, Bureau of Land Management, Idaho Region, BLM ID-BOISE DIST OFC(IDB00) 3948 DEVELOPMENT AVE
BOISE ID 83705 US

R — Payrolling Service for Technical Writer III L15PS00902 081915600px-US-DeptOfTheInterior-Seal.svg Bachman, Nikki IGF::OT::IGF
Payrolling Service for Technical Writer III
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOI/BLM/ID/L15PS00902/listing.html

OutreachSystems Article Number: 150811/PROCURE/0109 Matching Key Words: writ*; technical;

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

99–CAMP NELSON (EVERGREEN SOLDIERS LOT) GROUNDS MAINTENANCE BASE WITH 4 OPTIONS YEARS VA78615R0380 082615 MR. TWILLIE L CURRY III twillie.curry@va.gov twillie.curry@va.gov 100% SERVICE DISABLE VETERAN OWN SMALL BUSINESS SET ASIDE
The National Cemetery Administration is soliciting offers under Solicitation No. VA786-15-R-0380 to provide all labor, supervision, equipment, and materials necessary to furnish and deliver, F.O.B. Destination, and perform Grounds Maintenance Service at Evergreen Cemetery Soldiers’ Lot, 25 South Alexandria Pike, Southgate, KY 41071. All work shall be performed in accordance with the specifications, terms and conditions of the contract.
Electronic solicitations will be available for download from http://www.FedBizOpps.gov on or around August 11, 2015. Responses to the solicitation are due by 2:00 p.m. EDT, August 26, 2015. Offerors are advised that they are responsible for obtaining amendments to the solicitation which is available at Federal Business Opportunities (http://www.FedBizOpps.gov).
Evaluation criteria for this award will be in Lowest Price Technically Acceptable (LPTA).
All proposals must be submitted through the Department of Veterans Affairs – Electronic Management System (eCMS) Vendor Portal website in order to be considered for award. https://www.vendorportal.ecms.va.gov. Please go to the VA eCMS Vendor Portal website at https://www.vendorportal.ecms.va.gov to register. Once on the webpage, proceed to the Vendor Portal Login section located on the far left side of the webpage and click on ‘Request a user account’ to register. In the event an Offeror is unable to submit a proposal through the Vendor Portal domain, prior to the proposal closing date, contact the VAAS helpdesk at 1-877-634-3739, or via email at VA.Acquisition.Systems@va.gov. Submission of proposals through email will not be accepted. Proposal transmission/uploads must be completed by the date/time specified. Late or incomplete Proposals will not be considered.
No telephone requests will be accepted. Any questions should be sent via email to twillie.curry@va.gov by.
Set-Aside: Service-Disabled Veteran-Owned Small Business Place of Performance: EVERGREEN CEMETERY SOLDIERS’ LOT;25 SOUTH ALEXANDRIA PIKE;SOUTHGATE, KY 41071 USA URL: https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78615R0380/listing.html

OutreachSystems Article Number: 150811/PROCURE/0604 Matching Key Words: state!ky

Department of Veterans Affairs, VA Amarillo Health Care System, Department of Veterans Affairs Amarillo Health Care System, 00504;Department of Veterans Affairs;Contracting Section;7201 I-40 West Suite 100;Amarillo TX 79106

99–AMARILLO ARMORED CAR SERVICE VA25815R0499 081015 Garland D. Nichols SAO West, VISN 18 Contracting Office 7201 I-40 West, Suite 100 Amarillo, Texas 79106 phone: 806.354.7831 email: garland.nichols@va.gov email: garland .nichols@va.gov This is a SOLICITATION. It is a request for proposals but does not obligate the Government to award a contract. Responses to this SOLICITATION mustDepartment_of_Veterans_Affairs_Logo be in writing. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional expertise and experience to compete for this acquisition. Responses to this solictation shall include the following:
(a) company name,
(b) address
(c) point of contact
(d) phone, fax and email
(e) DUNS number
(f) type of small business, e.g, Veteran owned
(g) a capability statement or product specifications and shop drawings that addresses qualifications and ability to perform as a contractor for the work described below
The Amarillo VA Health Care System, located in Amarillo, Texas has a requirement for an Armored Car Service for the pick-up and delivery of currency. The contractor shall provide all personnel, supervision, transportation (armored car vehicles), and labor (armed professional guards) and other items and services necessary to perform the driving, pick-up, and delivery of cash and other monetary documents (i.e. checks, change orders, etc.) from the location(s) specified. The contractor will also need to provide all equipment, supplies, personnel, and tools necessary to complete the required task.
The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this SOLICITATION request. This notice is issued by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The North American Industry Classification System (NAICS) code for this acquisition is 561613, and the Size Standard is $20.5 million. All offerors who provide goods or services to the U.S. Federal Government must be registered in the System for Award Management (SAM) located on the web at https://www.sam.gov/portal/public/SAM/
All interested offerors should submit their qualifications by email to: garland.nichols@va.gov no later than August 24, 2015 at 10:00 CST. After review of the responses to this announcement, the Government intends to award.
Place of Performance: Amarillo Veterans Affairs Healthcare System;Fiscal Service;6010 Amarillo Blvd West;Amarillo, Texas 79106 79106 USA URL: https://www.fbo.gov/spg/VA/VAAHCS/VAAHCS/VA25815R0499/listing.html

OutreachSystems Article Number: 150811/PROCURE/0615 Matching Key Words: writ*; technical; standard;

Department of the ArmyDepartment of the Army, Army Contracting Command, ACC-APG – Edgewood, ACC-APG – Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424

T–Sources Sought Notice quote mark THIS IS A MARKET RESEARCH EFFORT ONLY quote mark THERE IS NO SOLICITATION AT THIS TIME W912JY15R1111 082115 BRIAN COSGRIFF, 7035454975 ACC-APG – Edgewood quote mark THIS IS A MARKET RESEARCH EFFORT ONLY quote mark
The Army Multimedia and Video Information Directorate, Production Acquisition Division (AMVID / PAD) is conducting market research in an effort to identify Small Businesses that are interested in and have the resources and capability in producing professional broadcast quality Video Information (VI) productions utilizing NAICS 512110, Motion Picture and Video Production.
All productions shall comply with Department of Defense Instruction (DoDI) 5040.07 dated 21 February 2013
THERE IS NO SOLICITATION AT THIS TIME. This request is for capability information only and does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. Inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to parties regarding their submissions.
Interested parties shall provide a Capabilities Briefing as follows:
SUBMITTAL INFORMATION:
The Government will not review general capability statements, please ensure submissions are tailored to the information requested below. There is no page limit, however, vendors are encouraged to provide concise responses specifically responding to the capabilities. Responses shall be submitted in PDF or MS Word Format. In order to achieve a thorough understanding of capabilities, please provide a short but detailed explanation for each of the below (if applicable):
Cover Page. The cover page shall include the following information:
-Respondent Name
-Mailing Address
-Point of Contact (POC)
-Title
-POC Phone
-POC E-Mail
-Link to Company Website
-DUNS (if applicable)
-CAGE Code (if applicable)
-Active Registration/Certification in the System for Award Management (https://www.sam.gov/)
-Identify Size and Type of Small Business/Socio economic categories as applicable based on the assigned NAICS of 512110 (Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) small business, Small Disadvantaged Business (SDB)/8a Business Concerns, and Women-Owned Small Business/Economically Disadvantaged WOSB (EDWOSB) etc.

Capability Statements should include information on:

-Staffing: Tailored capability statements addressing your organizational staffing, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

-Education and experience of Script Writers, Producers and Directors

Past performance information on previous video productions that include:
-Links to Video Samples
-Sample Treatments
-Sample Scripts
-Direct experience with military projects
-Budget Management (levels handed and how many time within budget)
-Awards Received (Emmy, Cine, Academy)
-Client Comments

Submittals sent via email to:

Brian.m.cosgriff.civ@mail.mil & Latoya.hall.civ@mail.mil

Submittals Due by: 3:00 pm EST, 20 Augusts 2015

Thank you for your interest!

Set-Aside: Total Small Business Place of Performance: NONE NONE NONE VA 000000 US URL: https://www.fbo.gov/notices/8a8eca3a660befb4be112cc64de40e9d

OutreachSystems Article Number: 150811/PROCURE/0643 Matching Key Words: video*; produc*; you; website; page?; education*; business*; documentation; production?; instruct*; naics!512110; writ*; script?; technical;

FedBizOpps – Awards

600px-US-DeptOfJustice-Seal.svgDepartment of Justice, Offices/Boards/Divisions, Executive Office for the United States Attorneys-EOUSA, 600 E Street Suite 2400 Washington DC 20530

R — Grand Jury and Depositions Court Reporting DJJ-15-RFP-EOA02-0161 Nicole Green, Phone 2022525411, Email nicole.green@usdoj.gov DJJ-15-D-EOA02-0293 $299,512.50 081115 Denise L. Cline, P.O. Box 197616, Louisville, KY 40259 US The period of performance for this award begins 9/1/15-8/31/16 with 4 additional ordering periods.

URL: https://www.fbo.gov/spg/DOJ/JMD/EOUSA-FMSS/DJJ-15-RFP-EOA02-0161/listing.html

OutreachSystems Article Number: 150812/AWARDS/1250 Matching Key Words: state!ky;

Department of Justice, Offices/Boards/Divisions, Executive Office for the United States Attorneys-EOUSA, 600 E Street Suite 2400 Washington DC 20530

R — Grand Jury and Depositions Court Reporting DJJ-15-RFP-EOA02-0161 Nicole Green, Phone 2022525411, Email nicole.green@usdoj.gov DJJ-15-D-EOA02-0161 $559,680.00 081115 Taylor Court Reporting Kentucky, 2901 Six Mile Lane, Louisville, KY 40220 US The Period Of Performance for this award begins 9/1/2015-8/31/2016 with 4 additional ordering periods.
URL: https://www.fbo.gov/spg/DOJ/JMD/EOUSA-FMSS/DJJ-15-RFP-EOA02-0161/listing.html

OutreachSystems Article Number: 150812/AWARDS/1251 Matching Key Words: state!ky;

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

T–BPA Call Smolinski, Peter L15PA00028/L15PB00644 $7,273.95 081115 CARTER600px-US-DeptOfTheInterior-Seal.svg PICTURES, LLC 1202 N VENICE
TUCSON AZ 85712-4630
US IGF::CT::IGF BPA CALL: FIREHOUSE – SAGE GROUSE
URL: https://www.fbo.gov/spg/DOI/BLM/NCR/Awards/L15PA00028/L15PB00644.html

OutreachSystems Article Number: 150812/AWARDS/1260 Matching Key Words: naics!512110;

National Endowment for the Arts, Grants & Contracts Office, Contracts Division, National Endowment for the Arts 1100 Pennsylvania Avenue, N.W., Room 618 Washington DC 20506

T — Video Production (& Supporting) Services NEARFP15-29 Usmaan Chaudhry, Contracting Officer, Phone 2026825494, Email chaudhryu@arts.gov NEAC15-61 $946,605.53 081015 Solaris Media Group, LLC, 445 S. Figueroa St., Ste. 3116, Los Angeles, CA 90071 US
URL: https://www.fbo.gov/spg/NEA/DCMB/GC/NEARFP15-29/listing.html

OutreachSystems Article Number: 150811/AWARDS/0948 Matching Key Words: video*; produc*; production?; naics!512110;

FedBizOpps – Special Notes

Department of the ArmyDepartment of the Army, Army Contracting Command, ACC-APG – Edgewood, ACC-APG – Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424

T–Beneficiary Communication and Outreach Video Productions W912JY15R0001 BRIAN COSGRIFF, 7035454975 ACC-APG – Edgewood The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to produce professional broadcast quality video productions for the United States Army, Regional Health Command-Atlantic (RCH-A), as defined in this SOW.
URL: https://www.fbo.gov/notices/308048504404610b4ac3c9df5a6a1073

OutreachSystems Article Number: 150813/SPECIAL/1604 Matching Key Words: video*; produc*; produce?; production?; naics!512110;

USABID State and Local Purchases

Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/online/vss/AltSelfService

U – Percussion Instructor RFP : 1600000026 Department Of SOL Percussion Instructor RFP : 1600000026 Department Of Education Published On : 8/12/15 Amended On : Closing On : 8/19/15 4:00 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150813/BID/0024 Matching Key Words: age:state!ky; state!ky;

Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/online/vss/AltSelfService

R – Assistance with Legal Services RFP : 1600000033 Audit SOL Assistance with Legal Services RFP : 1600000033 Auditor Of Public Accounts Legal Services Published On : 8/11/15 Amended On : Closing On : 8/17/15 3:30 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150812/BID/0050 Matching Key Words: age:state!ky; state!ky;

New Mexico Press Association http://www.publicnoticeads.com/NM/search/searchnotices.asp PO Box 95198; Albuquerque, NM 87199; (505) 275-1241

R – REQUEST FOR PROPOSALS Notice is hereby given by the Board of E SOL Public Notice ID: 22708199 REQUEST FOR PROPOSALS Notice is hereby given by the Board of Education of the Roswell Independent School District of Roswell, New Mexico that sealed RFPs for the furnishing of the following services will be received by Yajaira Alvarez in the Support and Transportation Services Office, 300 N. Kentucky, Suite 201, Roswell, New Mexico 88201, unti1 September 15, 2015 @ 2:00 pm RFP #16-02 Construction of Parkview Early Learning Center A mandatory Pre-Bid Conference will be held on August 19, 2015 from 10:00am at 300 N. Kentucky, Roswell, NM 88201 in the Boardroom. Specifications and instructions for RFP’s may be obtained from the Roswell Independent School District’s website and the above office. The Board of Education reserves the right to reject all bids and to waive technicalities and irregularities. /s/Peggy Brewer Peggy Brewer, President Board of Education Journal: August 11, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150812/BID/0305 Matching Key Words: state!ky;

Ohio – City of Cleveland http://vss.city.cleveland.oh.us/webapp/VSSAPPP/Advantage DIVISION OF PURCHASES & SUPPLIES 601 Lakeside Ave., Room 128 Cleveland, Ohio 44114 216-664-2620 Fax: 216-664-2177

T Video Production Equipment SOL RFB-2001-201500000000610-2 Due Date: 08/20/2015 Video Production Equipment For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150812/BID/0356 Matching Key Words: video*; produc*; production?;

Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/online/vss/AltSelfService

R – Jenny Wiley SRP Zip Line, Rock Climbing, Rappelling Attract. RFB SOL Jenny Wiley SRP Zip Line, Rock Climbing, Rappelling Attract. RFB : 1600000107 Facilities & Support Services Published On : 8/10/15 Amended On : Closing On : 9/3/15 2:00 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150811/BID/0009 Matching Key Words: age:state!ky; state!ky;

Kentucky – Fayette County Public Schools https://fcps.economicengine.com The Purchasing Office Louie Mack Building Room 101 460 Springhill Drive Lexington, Kentucky 40503

R – Tutoring Services SOL RFQ 081015 Due Date: 08/21/2015 Tutoring Services For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150811/BID/0195 Matching Key Words: age:state!ky; state!ky;

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

99 – Glass, plastic & Glazing Compounds #7145Bid closes @ 11:00 a.m. SOL Glass, plastic & Glazing Compounds #7145Bid closes @ 11:00 a.m. on August 31, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150811/BID/0197 Matching Key Words: age:state!ky; state!ky;

Kentucky State Procurement

Fayette County Public Schools , The Purchasing Office, Louie Mack Building Room 101, 460 Springhill Drive, Lexington, Kentucky 40503

U — Tutoring Services. SOL RFQ 081015 DUE 08/21/2015 Phone: (859) 381-4100; Website: https://fcps.economicengine.com For more information about this opportunity please contact the buyer directly. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150812/KY/0280 Matching Key Words: age:state!ky; state!ky;

City of Anchorage , Anchorage City Hall, 1306 Evergreen Rd. Anchorage, KY 40223

99 — Business District Street Signs and Posts. SOL DUE 09/03/2015 Website: http://www.cityofanchorage.org The City of Anchorage is accepting sealed bids for the production and installation of custom-made cast aluminum City street signs each with aluminum posts. Sign specifications sheets can be obtained online at http://www.cityofanchorage.org, at Anchorage City Hall, or by contacting the City at 502-245-4654. Sealed bids clearly marked “City Street Signs” are due by 12:00 Noon on Thursday, September 3, 2015, at the Anchorage City Hall, 1306 Evergreen Rd. Anchorage, KY 40223. Bids will be opened at 12:15 pm and presented to City Council for approval at the next public meeting. The City reserves the right to accept or reject any bid. The successful bidder will be required to show evidence of adequate workers’ compensation and liability insurance by supplying the City with a certificate of insurance naming the City co-insured. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150811/KY/0205 Matching Key Words: age:state!ky; state!ky;

Northern Kentucky Independent District Health Department , 610 Medical Village Drive Edgewood, KY 41017

R — SUBSTANCE USE RESEARCH & COMMUNICATIONS CAMPAIGN. SOL DUE 08/26/2015 Proposals will be received by the Northern Kentucky Independent District Health Department on the date listed for the following: PROPOSAL ITEM: SUBSTANCE USE RESEARCH & COMMUNICATIONS CAMPAIGN OPENING TIME:12:00 PM Eastern Standard Time (synchronized at the following web-site): http://www. time.gov LOCAL TIME DATE: August 26, 2015 LOCATION NORTHERN KENTUCKY HEALTH DEPT – Upper Level 610 Medical Village Drive Edgewood, KY 41017. Specifications can be obtained from Emily Gresham Wherle by phone at (859) 344-5470, by fax at (859) 578-3689 or by e-mail at Emily.Gresham-Wherle@nkyhealth.org. Sealed proposals must be clearly marked “SUBSTANCE USE RESEARCH & COMMUNICATIONS CAMPAIGN PROPOSAL” on the outside of the envelope. Proposals will be opened and read aloud. The Health Department reserves the right to reject any and all bids, to waive any informalities and to negotiate for the modifications of any proposal or accept that proposal which is deemed the most desirable and advantageous from the standpoint of customer value and may not, on its face, appear to be the lowest and best price. No proposal may be withdrawn for a period of thirty (90) days after the scheduled proposal opening date. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150811/KY/0207 Matching Key Words: age:state!ky; state!ky;

Anderson Township , 7850 Five Mile Road, Anderson Township, OH 45230

R — ANDERSON TOWNSHIP COMPREHENSIVE PLAN UPDATE. SOL DUE 09/02/2015 Website: http://www.andersontownship.org/ The Township will conduct a pre-submittal conference two weeks prior to the submittal deadline. This will allow proposers to present any oral inquiries. The Township will respond to oral inquiries only at the pre-submittal conference, which will be held on Friday August 21, 2015 at 10:00 am, 7850 Five Mile Rd, Anderson Township, Ohio 45230. Specifications can be obtained from the Planning and Zoning Department at 7850 Five Mile Rd, Anderson Township, Ohio 45230, Telephone: (513) 688-8400, or downloaded at http://www.andersontownship.org. Proposals may be either mailed or hand delivered to Paul Drury, Director of Planning and Zoning, 7850 Five Mile Rd, Anderson Township, Ohio 45230. The Board of Township Trustees reserves the right to waive any informalities or minor irregularities, reject any and all proposals which are incomplete, conditional, obscure, or which contain additions not allowed for, accept or reject any proposal in whole or in part with or without cause, and accept the proposal which best serves Anderson Township. Anderson Township is an Equal Opportunity/Affirmative Action Employer. For further information on this Request for Proposals, please call (513) 688-8400 or email pdrury@andersontownship.org. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150811/KY/0208 Matching Key Words: age:state!ky; state!ky;

Housing Authority of Newport (HAN) , 30 East 8th. St., Newport, KY 41071

R — Commercial Insurance services. SOL DUE 08/27/2015 The Housing Authority of Newport (HAN) is requesting proposals from firms and/or individuals to provide Commercial Insurance services for our Grand Towers 139 unit elderly highrise building located at 1359 Grand Ave., Newport, KY 41071. Proposals are due no later than 4:00 p.m., local time, August 27, 2015, at the offices of the Housing Authority of Newport, located at 30 East 8th. St., Newport, KY 41071. Responses are to be marked “Commercial Insurance Services Grand Towers”. RFP packets can be requested by contacting Randy Schweinzger at (859) 581-2533, ext. 217 or at rschweinzger@neighborhoodfoundations.com. The hearing and/or speech-impaired may call our TDD line at (859) 581-3181. The Housing Authority of Newport reserves the right to waive any informality, irregularity, or defect in any request for qualification, and to reject any/or all proposals should it be deemed in the best interest of The Housing Authority of Newport to do so. The Housing Authority of Newport, Kentucky is an Equal Opportunity Employer. MBE/WBE firms are encouraged to respond. Randy Schweinzger, Procurement Director, Housing Authority of Newport, Kentucky (859) 581-2533, ext. 217 rschweinzger@neighborhoodfoundations.com This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150811/KY/0211 Matching Key Words: age:state!ky; state!ky;

Northern Kentucky Water District , 2835 Crescent Springs Road, P.O. Box 18640, Erlanger, KY 41018

R — Electronic Bill Presentment and Payment. SOL DUE 08/21/2015 PROJECT: Electronic Bill Presentment and Payment. SEALED BIDS WILL BE RECEIVED AT: Northern Kentucky Water District, 2835 Crescent Springs Rd., P.O. Box 18640, Erlanger, Kentucky 41018 UNTIL: Date: August 21, 2015 Time: 2:00 p.m., local time. At said place and time, and promptly thereafter, all Bids that have been duly received will be publicly opened and read aloud. The proposed services are generally described as follows: Provide a fully hosted system for real-time and/or batch integration of electronic presentation and payment of bills to customers of the Northern Kentucky Water District and/or the Sanitation District No. 1 of Northern Kentucky (individually “Owner” and collectively “Owners”) in a format identical to the current paper statement each Owner uses. Services will be provided to one or both of the Owners over a one-year period beginning October 1, 2015 with the term ending September 30, 2016. There will be optional one-year extensions at the same unit prices bid for up to four additional one-year terms beginning October 1, 2016 with extensions possible through September 30, 2020. All Bids must be in accordance with the Bidding Documents on file, and available for examination at: Northern Kentucky Water District, 2835 Crescent Springs Rd., Erlanger, Kentucky 41018. Copies of the Bidding Documents may be obtained from the office at the address indicated herein by contacting Denise Manning at 859-426-2718. Questions regarding the bid documents should be directed to Chris Bryant at 859-426-2708. There is no charge for these documents. Bids will be received on a unit price basis as described in the Contract Documents. Evaluation of Bids and the awarding of a final contract are subject to the reciprocal preference for Kentucky resident bidders pursuant to KRS45A490 to 45A.494 and KAR2005:400. Each Bid must contain evidence of Bidder s qualifications to transact business in the State of Kentucky or covenant to obtain such qualifications prior to award of the Contract. The Bidder s Organization Number from the Kentucky s Secretary of State and principal place of business as filed with Kentucky s Secretary of State must be included where applicable. Each Owner reserves the right to reject any or all Bids, including without limitation the right to reject any or all nonconforming, non-responsive, incomplete, unbalanced, or conditional Bids, to waive informalities, to reject the Bid of any Bidder if Owner believes that it would not be in the best interest of Owner to make an award to that Bidder, and/or to accept a Bid that is deemed the most desirable and advantageous from the standpoint of customer value and service and concept of operations, even though such bid may not, on its face, appear to be the lowest price. The Owners reserve the right for each of the Owners to award a contract to a separate Bidder and the right to have only one Owner award a contract. Minority Bidders are encouraged to bid. Bids shall remain subject to acceptance for 90 days after the day of bid opening or for such longer period of time to which a Bidder may agree in writing upon request of the Owner. If one or more Contracts are to be awarded, the Owner(s) will give the successful Bidder a Notice of Award during the period of time during which the successful Bidder s bid remains subject to acceptance. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150811/KY/0213 Matching Key Words: age:state!ky; state!ky;

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

R — Community Corrections Grant Audit – Addendum #1 – NEW DUE DATE. SOL RFP 527 1600000005 2 DUE 08/14/2015 Nikki James, email: NikkiJ.James@ky.gov Phone: (502) 782-2246; Website: https://emars.ky.gov/online/vss/AltSelfService For more information about this opportunity please contact the buyer directly. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150811/KY/0231 Matching Key Words: age:state!ky; state!ky;

City of Danville , 445 West Main Street, Danville, KY

R — RFP for Investment Management Services for Police & Fire Pension Fund. SOL DUE 09/15/2015 Website: http://danvilleky.org/bids.aspx This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150811/KY/0238 Matching Key Words: age:state!ky; state!ky;

KCTCS , Purchasing, 300 North Main Street, Versailles, KY 40383

69 — Breathing Simulator. SOL KCT-00966 DUE 08/21/2015 Website: http://www.kctcs.edu/en/Vendor_Information/Opportunities_to_Bid.aspx For more information about this opportunity please contact the buyer directly. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150811/KY/0244 Matching Key Words: age:state!ky; state!ky;

Kentucky Lottery Corporation , 1011 West Main Street, Louisville, KY 40202-2623

R — Web-Based Payroll & Human Resources Integrated Solution and Related Services. SOL KL-16-001 DUE 08/26/2015 Website: http://www.kylottery.com/apps/about_us/procurement/solicitations.html This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150811/KY/0261 Matching Key Words: age:state!ky; state!ky;

FedBid.com , Register for free at http://www.FedBid.com and enter the Buy number to find out more about the bid solicitation below.

99 — Stethoscopes with Gift Boxes, PPI 519. SOL 742136 DUE 08/14/2015 FedBid.com-8500 Leesburg Pike, Vienna, Virginia 22182; Phone: 877.933-3243: Email: Info@FedBid.com Category: 65 – Medical, Dental, and Veterinary Equipment and Supplies; Buy: 742136; Buy Name: Stethoscopes with Gift Boxes, PPI 519; Buy Setaside: Women-Owned Small Business; Subcategory: 6515 – Medical and Surgical Instruments, Equipment, and Supplies; Buyer Organization: MICC Fort Knox; Buy Shipping Address State: Kentucky; Open Date: 8/10/2015; End Datetime: 8/14/2015 14:00. This notice is provided courtesy of the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150811/KY/0266 Matching Key Words: age:state!ky; state!ky;

 bmg logo(R)2

 

BMG AD (fv)


Viewing all 149 articles
Browse latest View live