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

BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

DEFENSE LOGISTICS AGENCY

Science Application International Corp., Fairfield, New Jersey, has been awarded a maximum $315,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for maintenance, repair and operations for the tailored logistics support prime vendor program for Zone 1 of the Northeast region. This was a competitive acquisition with 10 responses received. This is a five-year base contract with no option periods. Location of performance is New Jersey, with an Aug. 17, 2020, performance completion date. Using services are Army, Navy, Air Force, Marine CorpsDefense_Logistics_Agency 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 (SPE8E3-15-D-0032).

Noble Supply and Logistics,* Rockland, Massachusetts, has been awarded a maximum $262,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for maintenance, repair and operations for the tailored logistics support prime vendor program for Zone 2 of the Northeast region. This was a competitive acquisition with 10 responses received. This is a five-year base contract with no option periods. Location of performance is Massachusetts, with an Aug. 17, 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 (SPE8E3-15-D-0033).

600px-US-DeptOfNavy-Seal.svgNAVY

Bell Helicopter Textron Inc., Fort Worth, Texas, is being awarded an $85,498,093 indefinite-delivery/indefinite-quantity contract to conduct research for, and develop updates to, weapons systems as part of a system configuration set (SCS) in support of the H-1 aircraft and the Navy and government of Pakistan.  This effort is for SCS work to include creating prototypes of system capability improvements to the fleet in support of emerging needs.  Work will be performed in Fort Worth, Texas, and is expected to be completed in August 2020. This contract combines purchases for the Navy ($80,498,093; 94.12 percent) and the government of Pakistan ($5,000,000; 5.88 percent) under the Foreign Military Sales program.   Fiscal 2014 research and development (Navy) funds in the amount of $626,000 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-0022).

Methuen Construction Co., Inc., Salem, New Hampshire, is being awarded a $29,443,899 firm-fixed-price contract for structural shops consolidation at Portsmouth Naval Shipyard.  The work to be performed provides for a new addition in the center of Building 76 and will include shop space, personnel support areas, and storage.  Facility and infrastructure renovations for buildings 75 and 76 will meet industrial shop equipment requirements and bring facilities up to current building codes.  Renovations will include upgrades to the following systems: electrical (e.g., power, grounding, etc.); mechanical (e.g., ventilation, dust collection, etc.); plumbing (e.g., compressed air, gases, water, etc.); and fire protection and life safety (e.g., fire separation, sprinklers, and storage and venting of hazardous materials, etc.).  Work will be performed in Kittery Maine, and is expected to be completed by January 2018.  Fiscal 2011 and 2014 military construction (Navy), and fiscal 2015 direct site contract funds in the amount of $29,443,899 are being obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with four proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-15-C-8746).

GE Aviation, Cincinnati, Ohio, is being awarded a $13,085,000 firm-fixed-price contract for three LM2500 engine overhauls.  The engine overhaul services are for up to six LM2500 engines. Three engines will be included in the basic award, and the remaining three engines will be three options, one of which will be exercised concurrent with award. All overhaul work performed shall be in accordance with Navy LM2500 depot-level technical manuals.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $19,705,000.  Work will be completed in Brindisi, Italy, and is expected to be completed by August 2016.  Fiscal 2015 operations and maintenance (Navy) funding in the amount of $13,085,000 will be obligated at time of award. Contract funds will expire at the end of the current fiscal year.  This contract was competitively procured amongst limited sources in accordance with Federal Acquisition Regulation 6.302-2 and 10 U.S. Code 2304 (C)(2);  three proposals were solicited and three offers were received via U.S. mail.  The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pennsylvania, is the contracting activity (N65540-15-C-5015).

The Whiting-Turner Contracting Co., Baltimore, Maryland, is being awarded $9,128,684 for firm-fixed-price task order 0012 under a previously awarded multiple award construction contract (N40085-10-D-5330) for construction of an intelligence operations expansion complex at Marine Corps Base, Camp Lejeune.  The work to be performed provides for the construction of an administration facility and miscellaneous supporting structures, utilities, and infrastructure.  The facility will be divided into two connected areas: headquarters and intelligence/operations (Intel/Ops).  The headquarters portion of the building consists of a single-story steel framed building with brick veneer over metal studs, and standing seam metal roof.  The Intel/Ops portion will be a one-story pre-engineered metal building.  Work will be performed in Jacksonville, North Carolina, and is expected to be completed by March 2017.  Fiscal 2015 military construction (Defense) contract funds in the amount of $9,128,684 are being obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

SRI International, Menlo Park, California, is being awarded an $8,520,257 cost-plus-fixed-fee contract to provide research and development services for the Defense Advanced Research Projects Agency.  Support includes innovative research proposals in the areas of data privacy and privacy science to provide tools to capture, test and evaluate technologies.  Work will be performed in Menlo Park, California, and is expected to be completed Feb. 16, 2020.  Fiscal 2015 research, development, test and evaluation funds in the amount of $959,000 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with 89 proposals received.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-C-4071).

ARMY

Northrop Grumman Systems Corp., McLean, Virginia, was awarded a $13,586,965 modification (0002) to contract W91RUS-14-D-0002 for non-personalDepartment of the Army information technology for the Army Regional Cyber Center-Europe, 5th Signal Command (Theater), with an estimated completion date of July 18, 2016.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $6,508,863 were obligated at the time of the award.  Army Contracting Command, Ft. Huachuca, Arizona, is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Thales-Raytheon Systems Co. LLC, Fullerton, California, has been awarded a $12,481,823 modification (P00031) to the previous award (FA8722-10-C-0001) for Battle Control System Sustainment. Contractor will provide for the replacement and integration of the Technical Data Link Interface Device within the Battle Control System. Work will be performed at Fullerton, California, and is expected to be complete by May 17, 2018. Fiscal 2013 and 2014 Air Force other procurement funds in the amount of $12,481,823 are being obligated at the time of award. Air Force Lifecycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

 

NAVY

Huntington Ingalls Industries, Newport News Shipbuilding, is being awarded a $57,889,458 cost-plus-fixed-fee, delivery-incentive-fee contract to perform planning600px-US-DeptOfNavy-Seal.svg efforts needed to conduct maintenance, upgrades and modernization efforts on USS Columbus (SSN 762) during the engineered overhaul period. This scope of work encompasses planning as well as maintenance and modernization necessary to maintain full unrestricted operations and ensure the submarine is operating at full technical capability. This contract includes options which, if exercised, would bring the cumulative value of this contract to $288,642,249. Work will be performed in Newport News, Virginia, and is expected to be completed in May 2019. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $6,434,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with two offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-C-4301).

Northrop Grumman Systems Corp., Bethpage, New York, is being awarded a $38,541,198 cost-plus-fixed-fee, sole-source contract to provide integration services for mission packages that will deploy from and integrate with littoral combat ships. Mission package capabilities are currently focused on primary mission areas of mine warfare emphasizing mine countermeasures, littoral anti-submarine warfare, and littoral surface warfare operations, including prosecution of small boats. This contract includes options which, if exercised, would bring the cumulative value of this contract to $78,329,142. Work will be performed in Bethpage, New York (51 percent); Oxnard, California (16 percent); Washington, District of Columbia (10 percent); San Diego, California (10 percent); Panama City, Florida (7 percent); Dahlgren, Virginia (3 percent); Hollywood, Maryland (1 percent); Andover, Massachusetts (1 percent); and Middletown, Rhode Island (1 percent), and is expected to be completed by July 2016. Fiscal 2015 operations and maintenance (Navy); fiscal 2014 research, development, test and evaluation; fiscal 2013 other procurement (Navy); and fiscal 2013 shipbuilding and conversion (Navy) contract funds in the amount of $6,869,776 will be obligated at time of award. Funds in the amount of $6,757,576 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)(ii)(B) – supplies or services required are available from only one source, and no other types of supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-C-6311).

General Dynamics, Bath Iron Works, Bath, Maine, is being awarded a $13,061,015 cost-plus-award-fee modification to previously awarded contract (N00024-14-C-4313) to provide littoral combat ship (LCS) planning yard services. This option is for planning yard services for both LCS variants. Bath Iron Works will be the single planning yard providing engineering, planning, ship configuration, material and logistics support to maintain and modernize both variants of the LCS class. Work will be performed in Bath, Maine, and is expected to be completed by August 2016. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $3,472,000 will be obligated at the time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity.

BAE Systems Norfolk Ship Repair, Norfolk, Virginia, is being awarded a $12,424,042 firm-fixed-price contract for USS Oscar Austin (DDG 79) fiscal 2016 selected restricted availability. This selected restricted availability will include hull, machinery, electrical, electronics, ship alterations, and piping alteration and repair work. The primary focus of this repair package is to accomplish structural repairs and habitability upgrades. Work will be performed in Norfolk, Virginia, and is expected to be completed by April 2016. Fiscal 2015 operations and maintenance (Navy) and fiscal 2015 other procurement (Navy) contract funds in the amount of $12,424,042 will be obligated at time of award. Funds in the amount of $9,069,550 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 Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity (N50054-15-C-0005).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Wright State Applied Research Corp., Beavercreek, Ohio, has been awarded a $42,500,000 indefinite-delivery/indefinite-quantity contract for human-machine teaming for intelligence, surveillance and reconnaissance (ISR) analysis. Contractor will provide research in three areas: (1) ISR knowledge elicitation; (2) ISR concept design and development; and (3) ISR performance assessment. These advancements will further enable research encompassing the science and technology development, experimentation and demonstration in the area of improving intelligence operators’ perception, understanding and analysis through the application of a cognitive systems engineering design cycle that ensures technology solutions accommodate work. Work will be performed at Dayton, Ohio, and is expected to be complete by Feb. 7, 2022. This award is the result of a competitive acquisition with three offers received. Fiscal 2015 research, development, test and evaluation in the amount of $1,180,828 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-15-D-6583).

Oklahoma Gas and Electric Co., Oklahoma City, Oklahoma, has been awarded a $19,180,548 modification (01) to previously awarded contract F34650-74-D-0035-1402 for Phase III project implementation of the energy conservation measure and energy conservation program. Contractor will provide construction services to install chilled water, thermal energy storage, steam and heating hot water, heating, ventilating, and air conditioning, water treatment and lighting systems at the central utility plant at the Tinker Aerospace Complex. Work will be performed at Tinker Air Force Base, Oklahoma, and is expected to be complete by Dec. 31, 2016. Fiscal 2017 Depot Maintenance Activity Group working capital funds will be obligated by modification to the delivery order. Air Force Sustainment Center, Operational Contracting, Tinker Air Force Base, Oklahoma, is the contracting activity.

Vectrus Systems Corp., Colorado Springs, Colorado, has been awarded a not-to-exceed $11,989,972 modification (P00017) to previously awarded contract FA5641-15-C-0001 for base maintenance and operations services in Turkey and Spain. Contractor will provide Turkey Spain Base Maintenance Contract contingency support of Operation Inherent Resolve contingency personnel surge in Turkey. Work will be performed at Incirlik Air Base, Turkey, and is expected to be complete by March 27, 2016. Fiscal 2015 Air Force operations and maintenance funds in the amount of $3,000,000 are being obligated at the time of award. Air Force Installation Contracting Agency, 764th Specialized Contracting Squadron, Kapaun Air Station, Germany, is the contracting activity.

DEFENSE THREAT REDUCTION AGENCY

Computer Sciences Corp., Alexandria, Virginia, is being awarded an $10,258,894 cost-plus-fixed-fee contract to provide technical expertise, policy knowledge, operational proficiency, a collective training capability, deployed assistance teams, and600px-US-DefenseThreatReductionAgency-Seal.svg advocacy for process creation or improvement for Countering WMD, addressing challenges from conventional proliferation threats, and enhancing national preparedness to manage the consequences of chemical, biological, radiological, nuclear, and high-yield explosives (CBRNE) events. Work will be performed in Virginia with an estimated completion date of August 2016. Fiscal 2015 operations and maintenance funds in the amount of $3,157,000 and fiscal 2015 cooperative threat reduction funds in the amount of $1,500,000 are being obligated at award. The contracting activity is Defense Threat Reduction Agency, Ft. Belvoir, Virginia (HDTRA1-15-C-0061).

 

NAVY

M.C. Dean Inc., Sterling, Virginia, is being awarded an $853,777,308 costs-plus-incentive-fee, fixed-price-incentive (firm target), firm-fixed-price, and cost-plus-fixed-fee multiple award contract (N00039-15-D-0035). Task orders under this multiple award contract will achieve the successful installation and operational certification of command, control, communications, computers, intelligence, surveillance and reconnaissance (C4ISR) systems by the program executive office for600px-US-DeptOfNavy-Seal.svg C4I, Space and Naval Warfare Systems Command, and other prospective U.S. government and Foreign Military Sales customers. The C4ISR systems are produced under various production contracts (separate from this contract) and are delivered as government furnished equipment to this contract for installation onboard surface ships, submarines and shore stations located worldwide. Work will be performed aboard Navy platforms on the East and West Coasts, as well as locations worldwide, and is expected to be completed by February 2019. Fiscal 2015 operations and maintenance (Navy) funds in the amount of the minimum guarantee, which is $5,000, will be placed on contract and obligated at the time of award. The contract funds will expire at the end of the current fiscal year. This contract was competitively procured with full and open competition via the Commerce Business Daily’s Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with two offers received. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-15-D-0035).

Honeywell Technology Solutions Inc., Columbia, Maryland, is being awarded an $805,170,296 costs-plus-incentive-fee, fixed-price-incentive (firm target), firm-fixed-price and cost-plus-fixed-fee multiple award contract (N00039-15-D-0034). Task orders under this multiple award contract will achieve the successful installation and operational certification of command, control, communications, computers, intelligence, surveillance and reconnaissance (C4ISR) systems for the program executive office for C4I, Space and Naval Warfare Systems Command and other prospective U.S. government and Foreign Military Sales customers. The C4ISR systems are produced under various production contracts (separate from this contract) and are delivered as government furnished equipment to this contract for installation onboard surface ships, submarines and shore stations located worldwide. Work will be performed aboard Navy platforms on East and West Coasts, as well as locations worldwide, and is expected to be completed by February 2019. Fiscal 2015 operations and maintenance (Navy) funds in the amount of the minimum guarantee, which is $5,000, will be placed on contract and obligated at the time of award. The contract funds will expire at the end of the current fiscal year. This contract was competitively procured with full and open competition via the Commerce Business Daily’s Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with two offers received. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-15-D-0034).

Electric Boat Corp., Groton, Connecticut, is being awarded a $22,257,347 not-to-exceed, undefinitized contract action against a previously awarded contract (N00024-09-C-2104) for the planning and execution of USS North Dakota (SSN 784) post-delivery work period. Electric Boat Corp. will perform planning and execution efforts, including long lead time material procurement, in preparation to accomplish the maintenance, repair, alterations, testing, and other work on USS North Dakota during its scheduled post-delivery work period. Work will be performed in Groton, Connecticut (99 percent); and Quonset Point, Rhode Island (1 percent), and is scheduled to be completed by April 2016. Fiscal 2014 and 2015 shipbuilding and conversion (Navy) contract funds in the amount of $22,257,347 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, Groton, Connecticut, is the contracting activity.

Rockwell Collins-ESA Vision Systems, Fort Worth, Texas, is being awarded a $20,864,770 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Joint Helmet Mounted Curing system Night Vision Cueing and Display (NVCD) systems in support of the Aircrew Systems program. This contract provides procurement for non-recurring engineering, testing, technical data, support and production of 120 NVCD systems and modified support equipment, 30 helmet mounted display test sets, and 120 interim spares. Work will be performed in Merrimack, New Hampshire (79 percent); Wilsonville, Oregon (15 percent); Atlanta, Georgia (4 percent); and Fort Worth, Texas (2 percent), and is expected to be completed in August 2019. No funding will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-D-0024).

Department of the ArmyARMY

AECOM Technical Services Inc., Los Angeles, California (W912DQ-15-D-3011); ARCADIS U.S. Inc. Highlands Ranch, Colorado (W912DQ-15-D-3012); CDM Federal Programs Corp., Kansas City, Missouri (W912DQ-15-D-3013); CH2M Hill Inc. Englewood, Colorado (W912DQ-15-D-3014); Ecology and Environment Inc., Lancaster, New York (W912DQ-15-D-3015); HDR O’Brien & Gere JV, Kansas City, Missouri (W912DQ-15-D-3016); and The Louis Berger Group Domestic Inc., Morristown, New Jersey (W912DQ-15-D-3017), were awarded a $90,000,000 cost-plus-fixed-fee contract with options for architect and engineering services in support of the Multiple Environmental Government Acquisition program for the Northwestern Division, Army Corps of Engineers, and the Environmental Protection Agency Region 2, with an estimated completion date of Aug. 12, 2020. Funding and work location will be determined with each order. Bids were solicited via the Internet with nine received. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity.

Laboratory Corp. of America, Burlington, North Carolina, was awarded a $57,595,500 modification (P00016) to contract W81K04-12-0017 for laboratory testing services. Funding and work location will be determined with each order, with an estimated completion date of Sept. 30, 2016. Army Medical Command, Ft. Sam Houston, Texas, is the contracting activity.

Advanced IT Concepts Inc.,* Winter Springs, Florida, was awarded a $45,000,000 firm-fixed-price contract for procurement, delivery, installation, and testing of hardware to promote total life cycle support at the combat training centers and Joint Pacific Multinational Readiness Capability. Funding and work location will be determined with each order, with an estimated completion date of Aug. 13, 2021. Bids were solicited via the Internet with eight received. Army Program Executive Office, Simulation, Training and Instrumentation, Orlando, Florida, is the contracting activity (W900KK-15-D-0006).

Kiewitt Infrastructure Co., Omaha, Nebraska, was awarded a $36,175,000 firm-fixed-price contract with options for tunnel construction and affiliated projects in Willow Springs, Illinois, with an estimated completion date of Sept. 10, 2017. Bids were solicited via the Internet with two received. Fiscal 2015 other procurement funds in the amount of $43,100,000 were obligated at the time of the award. Army Corps of Engineers, Chicago, Illinois, is the contracting activity (W912P6-15-C-0013).

BAE Systems Land & Armaments LP, York, Pennsylvania, was awarded an $8,666,962 firm-fixed-price contract with options for 49 Fire Support Sensor System (FS3) mod kits and five authorized stockage list spares. Work will be performed in York, Pennsylvania, with an estimated completion date of Aug. 14, 2016. Bids were solicited via the Internet with one received. Fiscal 2013 other procurement funds in the amount of $8,666,962 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-C-0117).

Intuitive Research and Technology Corp.,* Huntsville, Alabama, was awarded a $7,619,996 modification (000763) to contract W31P4Q-09-A-0016 for technical and engineering services for the M1A2SEPV2 Abrams tank modernization. Work will be performed in Huntsville, Alabama, with an estimated completion date of July 31, 2016. Fiscal 2015 other and research, development, testing, and evaluation funds in the amount of $7,619,996 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

AIR FORCE

MCT Industries Inc., Bernalillo, New Mexico, has been awarded a $13,739,050356px-Seal_of_the_US_Air_Force.svg modification (P00005) to exercise the option to previously awarded contract FA8533-13-D-0002 for articulating staircase maintenance stands and hydraulic scissor lift maintenance stands. Work will be performed at Bernalillo, New Mexico, and is expected to be complete by Nov. 16, 2019. No funds were obligated with issuance of the modification. Air Force Lifecycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

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

The Boeing Co., Huntsville, Alabama, is being awarded a $9,800,000, competitive cost-plus-fixed-fee contract for the Multi-Object Kill Vehicle. Under this new contract, the contractor will define a concept that can destroy several objects within a threat complex by considering advanced sensor, divert and attitude control and communication concepts. The contractor will define a proof-of-concept prototype plan and demonstrate risk mitigation steps and critical functional aspects of the concept (Concept Definition, CLIN 0001). The contractor will assess the technical maturity of their concept, prioritize and nominate risk reduction tasks for all critical components and describe how the tasks will reduce risk (Risk Reduction, CLIN 0003). The work will be performed in Huntsville, Alabama; Huntington Beach, California; and Albuquerque, New Mexico, with an estimated completion date of May 2016. This contract was competitively procured via publication on the Federal Business Opportunities website through an Advanced Technology Innovation broad agency announcement with three proposals received. Fiscal 2015 research, development, test and evaluation funds in the amount of $4,076,521 are being obligated on this award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-15-C-0014).

DEFENSE LOGISTICS AGENCY

Maytag Aircraft/TK&K, Colorado Springs, Colorado, has been awarded a maximum Defense_Logistics_Agency$8,018,112 firm-fixed-price contract for receipt, storage and issue services for bulk and retail aviation and ground fuel. This was a competitive acquisition with four responses received. This is a four-year base contract with one five-year option period and six one-month extensions. Locations of performance are Colorado and various locations in Germany, with a Dec. 31, 2019, performance completion date. Using service is Army. Type of appropriation is fiscal 2016 through fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-15-C-5019).

*Small business

 

 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 DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $311,399,980 contract for undefinitized delivery order 5503 against a previously issued basic ordering agreement (N00019-14-G-0020) for the F-35 Lighting II Block 3F upgrade for the Air Force, Marine Corps, Navy, and the government of the United Kingdom.  This order procures retrofit modification hardware necessary for the Block 3F upgrades, as well as engineering tasks supporting600px-US-DeptOfNavy-Seal.svg modification kit installation.  Work will be performed in Fort Worth, Texas (90 percent); and Baltimore, Maryland (10 percent), and is expected to be completed in September 2021.  Fiscal 2014 aircraft procurement (Marine Corps, and Air Force); fiscal 2015 aircraft procurement (Navy, Marine Corps, and Air Force); fiscal 2015 research, development, test and evaluation (Navy, Marine Corps, and Air Force); and Joint Strike Fighter Partner funds in the amount of $84,064,987 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract combines purchase for the Air Force ($142,699,986; 46 percent); Marine Corps ($86,199,996; 27 percent); Navy ($61,000,000; 20 percent); and the government of the United Kingdom $21,499,998; 7 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Identity Theft Guard Solutions LLC, doing business as ID Experts*, Portland, Oregon, is being awarded a $133,263,550 firm-fixed-price contract for commercially available data breach recovery services in response to the Office of Personnel Management (OPM) data breach affecting 21.5 million individuals. Data breach recovery services include credit and identity monitoring services, identity theft insurance, identity restoration services, as well as website services and call center services. These services will be offered to individuals impacted by the OPM background investigation records cyber incident. This contract includes options which, if exercised, would bring the cumulative value of this contract to $329,825,588. Work will be performed in Portland, Oregon and is expected to complete in December 2018 if all options are exercised. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $133,263,550 will be obligated at time of award. Contract funds in the amount of $133,263,550 will expire at the end of the current fiscal year. This contract was competitively procured via the General Services Administration’s electronic request-for-quote system, eBuy, with five offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-F-2123).

Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $109,436,020 modification to previously awarded contract N00024-15-C-2105 to exercise options for engineering, technical, design, configuration management, integrated logistics support, database management, research and development, modernization, and industrial support for nuclear submarines.  This contract provides support for Los Angeles-, Seawolf-, Virginia-, and Ohio-class submarines; special mission submersible interfaces; submarine support facilities; as well as potential foreign military sales programs.  Work will be performed in Newport News, Virginia, and is expected to be completed by September 2017.  Fiscal 2015 other procurement (Navy) funding in the amount of $8,555,061 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.

Austin Brockenbrough and Associates LLP,* Richmond, Virginia (N39430-15-D-1676); Argus Consulting Inc.,* Leawood, Kansas (N39430-15-D-1677); Enterprise Engineering Inc.,* Anchorage, Alaska (N39430-15-D-1678); GTP Consulting Engineers Inc.,* Duluth, Georgia (N39430-15-D-1679); Robert and Co.,* Atlanta, Georgia (N39430-15-D-1680); Burns and McDonnell Engineering Co. Inc., Kansas City, Missouri (N39430-15-D-1696); Enterprise-Brockenbrough JV LLC,* Anchorage, Alaska (N39430-15-D-1697); and Pond and Co., Norcross, Georgia (N39430-15-D-1698), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for engineering and design services for petroleum, oils, and lubricants (POL) systems, and supporting facilities at various Navy and Marine Corps installations  worldwide.  The maximum dollar value including the base period and four option years for all eight contracts combined is $99,000,000.  The work to be performed provides for the preparation of design-build request for proposals, cost estimates and planning documents; fully designed plans and specifications; preparation of reports, evaluations, studies or analyses on any or all components of a POL system and its support facilities, and related site visits/investigations; and integrity assessments that include American Petroleum Institute inspection and/or testing of storage tanks, pipelines, pressure vessels, pumps, control systems, all associated fuel equipment and electrical systems supplying POL equipment and ancillary support facilities.  Work will be performed at various Navy and Marine Corps installations within the Naval Facilities Engineering Command’s area of responsibility worldwide.  The term of the contract is not to exceed 60 months, with an expected completion date of August 2020.  Fiscal 2015 defense working capital funds in the amount of $40,000 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with 12 proposals received.  These eight 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.

AMSEC LLC, Virginia Beach, Virginia (N00189-15-D-0031); Life Cycle Engineering, Charleston, South Carolina (N00189-15-D-0032); and URS Federal Services Inc., Germantown, Maryland (N00189-15-D-0033), are being awarded a combined $83,795,876 multiple task order, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity multiple award contract for services that include hull mechanical and electrical engineering, analytical, logistics, and technical support to Navy ships on behalf of Mid-Atlantic Regional Maintenance Center.  Each contract includes a 12-month base period and one one-year option period.   These three contractors shall compete for task orders under the terms and conditions of the awarded contract.  Work will be performed in Norfolk, Virginia (75 percent); other sites in the U.S. (San Diego, California; Mayport, Florida; Pascagoula, Mississippi; Groton, Connecticut; Bremerton, Washington; and Pearl Harbor, Hawaii) (20 percent); and out of the continental U.S. (Spain; Italy; Bahrain; United Arab Emirates; and Guam) (5 percent).  Work is expected to be completed by September 2016. If all options are exercised, work will be completed by September 2017.  Fiscal 2015 operation and maintenance (Navy) funds in the amount of $40,000 will be obligated evenly among the three to fund the contract’s minimum amount and funds will expire at the end of the current fiscal year.  This contract was competitively procured with the solicitation posted to the Navy Electronic Commerce On-line and Federal Business Opportunities websites, with four offers received.  Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk, Virginia, is the contracting activity.

Nan Inc., Honolulu, Hawaii, is being awarded a $41,850,962 firm-fixed-price contract for construction and renovations of the facilities for the Marine Unmanned Aerial Vehicle Squadron; Marine Wing Support Detachment; and CH53E helicopter squadron at the Marine Corps Base Hawaii.  The work to be performed provides for the construction of an automobile organizational shop with steel framed structures with shallow foundation system, concrete exterior walls and composite roof structure with fluid-applied roof coating, jib crane and wash racks with concrete framed storage and water recycling building.  The project will also construct a weight handling equipment shop with steel framed structure, shallow foundation system, concrete exterior wall and composite roof structure with fluid-applied roof coating.  Project includes the modernization of administrative and automobile organizational shop maintenance and administrative spaces within Building 373; improvement to Hangar 102 including modernization of the existing two-story administrative spaces and creation of secure spaces; improvements to Building 271 to include modernization of general and climate controlled storage and administrative spaces; and improvements of administrative spaces within Buildings 388, 3085 and 6082.  The contract also contains one unexercised option, which if exercised, would increase cumulative contract value to an estimated $43,798,712.  Work will be performed in Kaneohe Bay, Hawaii, and is expected to be completed by August 2018.  Fiscal 2011 and fiscal 2015 military construction, (Navy) contract funds in the amount of $41,850,962 are being obligated on this award; of which $13,313,500 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, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-15-C-1305).

Sippican/GSM Submarine Antenna JV, Marion, Massachusetts, is being awarded a not-to-exceed $30,890,543 cost-plus-incentive-fee, cost-plus-fixed-fee, firm-fixed-price letter contract for the development of an OE-538B antenna upgrade and procurement of OE-538 and OE-538A antennas, provisioning items and engineering services. The contract provides for existing and upgraded capabilities to the OE-538 antenna system. The OE-538 antenna system is a single-service (submarine-unique), mast-mounted, multi-function antenna system that provides a radio frequency communication capability in the very low frequency to ultra high frequency; and identification, friend or foe and Global Positioning System (GPS) capabilities for all submarine classes. The OE-538A antenna system is a modified OE-538 antenna system with added capabilities to support Mobile Users Objective Systems Tactical Data Link via Link 16 and iridium capabilities. The OE-538B antenna system will be a modified OE-538A antenna system with added capabilities to support the requirements for anti-jam and GPS military-coded capabilities.  This contract includes options, which if exercised, would bring the cumulative not-to-exceed value of this contract to an estimated $68,900,772.  Work will be performed in Marion, Massachusetts, and is expected to be completed by Aug. 30, 2018. If all options are exercised, work could continue until December 2020.  Fiscal 2014 and 2015 shipbuilding and conversion (Navy); and fiscal 2015 research, development, test and evaluation (Navy) funds in the amount of $9,082,879 will be placed on the contract and obligated at the time of award.  The contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) – only one responsible source and no other supplies or services will satisfy agency requirements (Federal Acquisition Regulation Subpart 6.302-1).   The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-15-C-0225).

General Electric Aviation, Cincinnati, Ohio, is being awarded $29,283,964 for task order M801 against a previously awarded indefinite-delivery/indefinite-quantity contract (N00014-10-D-0010) for thermal management and advanced controls design and development programs efforts in support of the Variable Cycle Advanced Technology Phase II, Technology Development for the next generation of engines.  Work will be performed in Evendale, Ohio, and is expected to be completed in September 2019.  Fiscal 2015 research, development, test and evaluation (Navy) funds in the amount of $3,501,500 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 Missile Systems, Tucson, Arizona, is being awarded a $15,000,000 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for lifecycle management and technical services in support of the Tomahawk cruise missile depot facility.  This contract includes Tomahawk depot maintenance, system test operations, foreign military sales maintenance, spares and repairs and associated support requirements for the Navy ($14,700,000; 98 percent) and the United Kingdom ($300,000; 2 percent).  Work will be performed in Tucson, Arizona, and is expected to be completed in August 2017.  Fiscal 2015 operations and maintenance (Navy) and foreign military sales funds in the amount of $4,795, 889 will be obligated at time of award, $4,692,788 of which will expire at the end of the current fiscal year.  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-D-0031).

WEB LLC,* Springfield, Virginia, is being awarded $8,693,000 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N69450-15-D-0612) for construction of a Visitor’s Quarters Navy Gateway Inns and Suites facility at Naval Air Station Joint Reserve Base, Belle Chasse.  The work to be performed provides for construction of a new two-story structure, steel frame with brick veneer and a standing seam metal roof.  Facility systems will include:  heating, ventilation and air conditioning, electrical, cable television, internet access, connection to the base central fire alarm system, an automatic fire sprinkler and a mass notification system.  Work will be performed in New Orleans, Louisiana, and is expected to be completed by March 2017.  Fiscal 2011 and 2013 military construction, (Navy Reserve) contract funds in the amount of $8,693,000 are obligated on this award and $2,261,116 will expire at the end of the current fiscal year.  Seven proposals were received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

600px-US-TRANSCOM-Emblem.svgU.S. TRANSPORTATION COMMAND

Three companies are each being awarded an estimated $51,040,549 first option-year modification P00004 under an indefinite-delivery/indefinite-quantity, fixed-price, economic-price-adjustment contract for Total Delivery Services (TDS) international commercial air express package delivery service.  The three companies are:  Alaska Airlines Inc., Seattle, Washington (HTC711-15-D-C001); National Air Cargo Group Inc., Orlando, Florida (HTC711-15-D-C003); and Polar Air Cargo, Purchase, New York (HTC711-15-D-C004). For these companies, the modification brings the total cumulative face value of the contract to $121,627,343 from $70,586,794.  In addition, two companies have each been awarded an estimated $166,849,291 first option-year modification P00004 under this contract modification for international and domestic commercial air express package delivery service.  The companies are: Federal Express Corp., Memphis, Tennessee (HTC711-15-D-C002); and United Parcel Service Co., Louisville, Kentucky (HTC711-15-D-C005).  For these companies, the modification brings the total cumulative face value of the contract to $349,872,698 from $183,023,407.  Work will be performed worldwide as specified on each individual order and is expected to be completed Sept. 30, 2016.  Funds will be obligated through decentralized orders.  The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Oregon Freeze Dry Inc.,* Albany, Oregon, has been awarded a maximum $38,896,200 fixed-price with economic-price-adjustment contract for boil-in-bag dehydrated egg mix for Unitized Group Ration Heat and Serve and Unitized Group Ration M programs. This was a competitive acquisition with one response received. This is a five-year base contract with no option periods. Locations of performance areDefense_Logistics_Agency Oregon, with an Aug. 31, 2020, performance completion date. Using services are Army, Navy, and Marine Corps. Type of appropriation is fiscal 2016 through fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-15-D-Z207).

Avfuel Corp.,* Ann Arbor, Michigan, has been awarded a maximum $6,674,754 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 with no option periods. Locations of performance are Michigan and New Mexico, 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 (SPE600-15-D-0006).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Pride Industries, Roseville, California, has been awarded an $18,400,000 fixed-price contract for base operations maintenance services. Contractor will provide all resources and management necessary to perform operation and maintenance services in support of installation activities for Joint Base McGuire-Dix-Lakehurst, New Jersey. Work will be performed at Joint Base McGuire-Dix-Lakehurst, New Jersey, and is expected to be complete by Aug. 31, 2016.  This award is the result of a sole-source acquisition. Fiscal 2015 funds in the amount of $4,600,000 are being obligated at the time of award. The 87th Contracting Squadron, Joint Base McGuire-Dix-Lakehurst, New Jersey, is the contracting activity (FA4484-15-C-0025).

ARMY

Manson Construction Co., Seattle, Washington, was awarded a $15,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract with options for Ataachafalaya Basin and Gulf Intracoastal Waterway projects and cutterhead dredge rental.  Funding and work location will be determined with each order, with an estimated completion date of March 31, 2016.  Bids were solicited via the Internet withDepartment of the Army four received.  Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-15-D-0024).

DONJON Marine Co., Inc. Hillside, New Jersey was awarded a $13,848,672 firm-fixed-price contract with options for maintenance dredging New Bay, New Jersey with an estimated completion date of Dec. 6, 2015.  One bid was solicited with four proposals received.  Fiscal 2015 other procurement funds in the amount of $13,848,672 were obligated at the time of the award. Army Corps of Engineers, New York, N.Y. is the contracting activity (W912DS-15-C-0012).

The Atlantic Group LLC,* Huntsville, Alabama, was awarded a $12,500,000 firm-fixed-price multi-year contract for architectural and engineering services for photogrammetric, LiDAR surveying and mapping.  Funding and work location will be determined with each order, with an estimated completion date of Aug. 31, 2020.  Bids were solicited via the Internet with 25 received.  Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-15-D-0513).

Tetra Tech Inc., Irvine, California, was awarded a $9,800,000 firm-fixed-price, multi-year, indefinite-delivery/indefinite-quantity contract for design analyses and reports; and plans and specifications for flood control, coastal, environmental restoration, and sustainable engineering design projects.  Funding and work location will be determined with each order, with an estimated completion date of Sept. 1, 2020.  Bids were solicited via the Internet with five received.  Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-15-D-0007).

Cleveland Biolabs Inc.,* Buffalo, New York, was awarded a $9,226,455 cost-plus-fixed-fee multi-year contract for advanced research into mitigating and treating the effects of ionizing radiation. Work will be performed Buffalo, New York; Bethesda, Maryland; and in Canada, with an estimated completion date of Nov. 30, 2017.  Bids were solicited via the Internet with 45 received.  Fiscal 2014 research, development, testing and evaluation funds in the amount of $9,226,455 were obligated at the time of the award. Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity (W81XWH-15-C-0101).

1280px-DARPA_LogoDEFENSE ADVANCED RESEARCH PROJECTS AGENCY

IBM Corp., Yorktown Heights, New York, has been award a $10,193,876 modification (P00006) exercising the second option to previously awarded HR0011-13-C-0022 for the Defense Advanced Research Projects Agency (DARPA) Power Efficiency Revolution For Embedded Computing Technologies (PERFECT) program. The modification brings the total cumulative face value of the contract to $17,056,647. Work will be performed in Yorktown Heights, New York (66 percent); Cambridge, Massachusetts (12 percent); Charlottesville, Virginia (12 percent); and Stanford, California (10 percent), with an expected completion date of March 2018. Fiscal 2015 research and development funds in the amount of $7,000,000 are being obligated at time of award. DARPA, Arlington, Virginia, is the contracting activity.

Leidos, Inc., Reston, Virginia, has been awarded a $7,890,740 cost-plus-fixed-fee contract for a research project under the Shared Spectrum Access for Radar and Communications (SSPARC) program (Coexistence Phase 2). The contractor will continue research in the area of spectrum sharing between radar and communications systems to build on prior work carried out in the coexistence thrust of Phase 1. Fiscal 2015 research and development funds in the amount of $5,352,607 are being obligated at the time of award. Work will be performed in Arlington, Virginia (53 percent); Linthicum, Maryland (22 percent); Rochester, New York (12 percent); Sterling, Virginia (5 percent); Ashburn, Virginia (4 percent); Bothell, Washington (2 percent); New York, New York (1 percent); Bowie, Maryland (1 percent) with an estimated completion date of August 2016. The Defense Advanced Research Projects Agency (DARPA), Arlington, Virginia, is the contracting activity (HR0011-15-C-0126).

*Small business

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $430,878,490 cost-plus-incentive-fee, fixed-price-incentive-firm contract 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 9 F-35 Lightning II Joint Strike Fighter aircraft for the Air Force, Marine Corps, Navy, non-Department of Defense participants, and foreign military sales (FMS) customers.  Work will be performed in Orlando, Florida (70 percent); Fort600px-US-DeptOfNavy-Seal.svg 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 January 2022.  Fiscal 2013 and 2014 aircraft procurement (Air Force, Marine Corps, and Navy); fiscal 2014 and 2015 other procurement (Navy); non-Department of Defense participants, and FMS funds in the amount of $430,878,490 will be obligated at time of award, $3,889,294 of which will expire at the end of the current fiscal year. This contract combines purchases for the Air Force ($136,308,496; 32 percent); Navy ($30,326,973; 7 percent); Marine Corps ($32,762,358; 8 percent); non-Department of Defense participants ($187,885,664; 44 percent); and FMS customers ($43,594,999; 10 percent) under the FMS program.  This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-C-0114).

Raytheon Technical Services Co. LLC, Indianapolis, Indiana, is being awarded $37,359,552 for firm-fixed-price delivery order 2100 against a previously issued basic ordering agreement (N00019-10-G-0006) for the procurement of 228 LAU-115 guided-missile launchers for the Navy (220) and the government of Switzerland (8) and 30 LAU-116 guided-missile launchers for the Navy.  These missile launchers will enable F/A-18 aircraft to carry and launch AIM-120 and AIM-9X missiles.  Work will be performed in Indianapolis, Indiana, and is expected to be completed in October 2018.  Fiscal 2013 and 2015 aircraft procurement (Navy) and foreign military sales funds in the amount of $37,359,552 are being obligated on this contract, $29,660,180 of which will expire at the end of the current fiscal year.  This contract combines purchases for the Navy ($36,281,000; 97 percent) and the government of Switzerland ($1,078,552; 3 percent) under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Co., Integrated Defense Systems, Portsmouth, Rhode Island, is being awarded a $33,000,000 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0012) for the procurement of 10 MH-60R full-rate production Airborne Low Frequency Sonar Lot XII systems.  Work will be performed in Brest, France (59 percent); Portsmouth, Rhode Island (37 percent); and Johnstown, Pennsylvania (4 percent), and is expected to be completed in February 2018.  Fiscal 2013 aircraft procurement (Navy) funds in the amount of $33,000,000 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.

Raytheon Integrated Defense Systems, Portsmouth, Rhode Island, is being awarded a $29,746,484 modification to previously awarded contract N00024-11-C-6410 to exercise option year four for the production of MK54 Mod 0 Lightweight Torpedo (LWT) kits and related engineering and repair services for upgrade of Navy LWTs.  This modification also involves foreign military sales to India, Turkey and Australia.  Although the MK54 Mod 0 LWT is primarily intended as an anti-submarine torpedo for littoral scenarios, its basic capabilities includes operation in both shallow and deep water acoustic environmental conditions, and exceeds MK46 Anti-Submarine Warfare capabilities in deep-water scenarios. This option exercise provides the Navy with a quantity of 100 MK54 Mod 0 LWT kits including warranty and a quantity of 68 foreign military sales MK54 Mod 0 LWT kits including warranty and spares.  Work will be performed in Keyport, Washington (80 percent); and Portsmouth, Rhode Island (20 percent), and is expected to be completed by September 2017.  Fiscal 2015 weapons procurement (Navy), foreign military sales, and fiscal 2015 operation and maintenance (Navy) funding in the amount of $54,218 is being obligated, and will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Booz Allen Hamilton, McLean, Virginia, is being awarded a $26,765,034 cost-plus-fixed-fee, cost-reimbursable contract to provide services in support of the Naval Air Warfare Center Aircraft Division’s Special Communications Mission Solutions Division.  Services to be provided include engineering, research, design, development, integration, installation, test and evaluation, fielding, analysis, maintenance, material procurements, training, and logistics services for communications-electronics advanced technology systems.  Work will be performed in St. Inigoes, Maryland (98 percent); and Indiana, Pennsylvania (2 percent), and is expected to be completed in March 2017.  Fiscal 2015 Navy working capital funds in the amount of $4,288,803 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.Code 2304(c)(1).  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-15-C-0027).

MEB General Contractors, Chesapeake, Virginia, is being awarded a $22,944,000 firm-fixed-price contract to replace and alter fuel distribution facilities at Craney Island and Defense Fuel Support Point (DFSP) Yorktown.  The work to be performed provides for the required infrastructure improvements at the Craney Island facility to accommodate the F-24 fuel including changing out pumping and piping from existing dual JP-5 bulk storage tanks (numbers 501 and 502), distribution of the new F-24 product, and relocation of equipment that is currently being used at DFSP Yorktown.  The contract also contains two unexercised options, which if exercised, would increase the cumulative contract value to $24,541,000.  Work will be performed in Yorktown, Virginia, and is expected to be completed by June 2017.  Fiscal 2015 military construction, (Defense Logistics Agency) contract funds in the amount of $22,944,000 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-15-C-0022).

The Whiting-Turner Contracting Co., Baltimore, Maryland, is being awarded $22,856,626 for firm-fixed-price task order 0014 under a previously awarded multiple award construction contract (N40085-10-D-5330) for construction of a special operations training complex at Marine Corps Base, Camp Lejeune.  The work to be performed provides for the construction of a multi-story building which includes a simulated entry point, headquarters, embassy offices, a tactical exercise control group center, weapons storage and instructor spaces.  The building requires a hardened exterior shell, which can be used for repelling and training purposes and a passenger/freight elevator.  Construction also includes two separate single-story buildings with interior concrete masonry unit walls on pile foundations with structural steel framing, reinforced masonry walls, brick veneer, reinforced concrete foundation and floors, and standing seam metal roofs.  Twelve small single-story buildings will be demolished as part of this project.  Work will be performed in Jacksonville, North Carolina, and is expected to be completed by March 2017.  Fiscal 2014 military construction, (Navy) contract funds in the amount of $22,856,626 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Insight Pacific LLC,* Anaheim, California, is being awarded $13,385,000 for firm-fixed-price task order 0005 under a previously awarded multiple award construction contract (N62478-14-D-4000) for repair of exterior windows throughout Building 67 at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility at Joint Base Pearl Harbor-Hickam.  The work to be performed provides for replacement of deteriorated/damaged metal window frames, clerestory and low monitor window frames, glazing, window hardware operators and sealant.  Project will also remove hazardous materials; repair supporting walls, sills, metal panels, and steel framing; restore openings with translucent corrugated panels back to fixed glazed windows; prepare, patch, and repaint interior and exterior surfaces; remove and reinstall obstructions and penetrations as needed.  Construction scope of work includes providing a clear heat-resistant film on the south and east elevation windows, which would allow Building 67 equipment (lathes) to operate within tolerances.  Work will be performed in Oahu, Hawaii, and is expected to be completed by July 2017.  Fiscal 2015 operation and maintenance, (Navy) contract funds in the amount of $13,385,000 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, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

Northrop Grumman Systems Corp., Falls Church, Virginia, is being awarded a $14,150,405 cost-plus-incentive-fee, cost-plus-fixed-fee, cost, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Advanced Explosive Ordnance Disposal Robotic System Increment 1, dismounted operations variant.  Northrop Grumman will procure and integrate the handheld operator control unit, communications link, mobility capability module, master capability module, power capability module, manipulator capability module, end effector capability module, visual sensors capability module, autonomous behaviors capability module and other minor components that comprise the dismounted operations system.  The contract includes options which, if exercised, would bring the cumulative value of the contract to $483,328,860.  Work will be performed in Huntsville, Alabama, and is expected to be complete in August 2017.  Fiscal 2015 research, development, test and evaluation (Navy) funding in the amount of $3,482,667 is being 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 five offers received.  The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-15-D-0011).

DDL OMNI Engineering LLC,* McLean, Virginia, is being awarded $10,900,000 for cost-plus-fixed-fee delivery order 0001 against a previously issued basic ordering agreement (N68335-14-G-0057) for work associated with Phase III Small Business Innovation Research (SBIR) efforts. These efforts include SBIR Topic N00-123, entitled “Ship Mission Readiness Measurement System.”  Work will be performed in McLean, Virginia, and is expected to be completed in August 2018.  Fiscal 2015 operation and maintenance (Navy) funds in the amount of $600,000 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Technology and Supply Management LLC,* Fairfax, Virginia, is being awarded an $8,165,877 cost-plus-fixed-fee contract for configuration management, integration, and training on the Army’s Persistent Ground Surveillance System programs in support of the Naval Air Warfare Center Aircraft Division’s Special Surveillance Programs Division.  Work will be performed in Point Mugu, California (44 percent); Ridgecrest, California (36 percent); Huntsville, Alabama (10 percent); Rio Grande Valley, Texas (3 percent); Fairfax, Virginia (2 percent); Patuxent River, Maryland (1 percent); and at various locations outside the continental U.S. (4 percent), and is expected to be completed in September 2016.  Fiscal 2015 working capital funds (Navy) in the amount of $1,225,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1).  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-15-C-0369).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Raytheon Co. – Integrated Defense Systems, Tewksbury, Massachusetts, has been awarded a not-to-exceed $175,081,326 undefinitized contract action contract for Phase II of the Qatar Air and Missile Defense Operations Center (ADOC) program. Contractor will provide for the procurement, delivery, and installation of the Qatar ADOC as well as the future integration of multiple air and missile systems into the ADOC. Contract types associated with this effort will be cost-plus-incentive-fee, firm-fixed-price, cost-plus-fixed-fee, cost-plus-fixed-fee level-of-effort, and cost-reimbursable. This is a Foreign Military Sales acquisition between the U.S. government, Air Force Life Cycle Management Center, and the state of Qatar described in the letter of offer and acceptance dated July 14, 2014. Work will be performed at Tewksbury, Massachusetts; and the State of Qatar, and is expected to be complete by Feb. 28, 2022. This award is the result of a sole-source acquisition and will use fiscal 2015 foreign military sales funds. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-15-C-0002).

Northrop Grumman Technical Services, Herndon, Virginia, has been awarded a $13,143,496 cost-reimbursable contract line-item number delivery order (0049) for the Forward Fuel Cell Tank Reliability Improvement Program. Contractor will fund material and transportation for the Forward Fuel Cell Tank Reliability Improvement Program to 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 $13,143,496 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).

Telecommunication Support Services Inc., Melbourne, Florida, has been awarded an $8,865,684 firm-fixed-price modification to exercise Option 1 of FA4890-14-C-0013-P0009 for Mobile Air Surveillance System technical support. Contractor will provide operations and support at the Joint Inter-Agency Task Force-South satellite communications facility in Key West, Florida; and Mobile Air Surveillance System mission support activities throughout the Southern Command area of responsibility, primarily in Colombia. Work will be performed in multiple locations and is expected to be complete by Sept. 16, 2016.  This award is the result of a competitive acquisition and five offers were received. Fiscal 2016 operations and maintenance funds are being used and no funds were obligated at the time of award. Headquarters Air Combat Command, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-14-C-0013-P0009).

United Paradyne Corp., Santa Maria, California, has been awarded an $8,536,102 option modification (P00149) to previously awarded contract FA4610-10-C-0008 for aerospace support services. Contractor will provide provides management, operations, maintenance and services to support launch programs for unconventional propellants, cryogenics and fuels accountability, personnel safety equipment, hazardous operations support, fleet management, systems and safety engineering, transient aircraft maintenance/aerospace ground equipment, and precision measurement equipment laboratory services. Work will be performed at Vandenberg Air Force Base, California, and is expected to be complete by Sept. 30, 2016.  Fiscal 2016 funds are being used and no funds were obligated at the time of award. The 30th Space Wing contracting office, Vandenberg Air Force Base, California, is the contracting activity.

ARMY

Navistar Defense LLC, Lisle, Illinois, was awarded a $368,932,767 firm-fixed-price foreign military sales contract (Afghanistan) for 2,293 medium tactical vehicles. Work will be performed in West Point, Mississippi; Ooltewah, Tennessee; Marion, Wisconsin; Springfield, Ohio; and Mercer, Pennsylvania, with an estimated completion date of Nov. 30, 2019.  One bid was solicited with one received.  Fiscal 2014 other procurement funds in the amount of $368,932,767 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-C-0207).

PAE Professional Services, Falls Church, Virginia, was awarded a $90,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for construction security monitoring services. Funding and work location will be determined with each order, with an estimated completion date of April 17, 2020.  Bids were solicited via the Internet with 12received.  Army Corps of Engineers, Far East, APO AP, is the contracting activity (W912UM-15-D-0022).

Granite Construction Co., Watsonville, California, was awarded a $71,902,340 firm-fixed-price, incrementally-funded multi-year contract with options for dam modification and ancillary projects in Harris and Ft. Bend counties, Texas, with an estimated completion date of May 17, 2019.  Bids were solicited via the Internet with two received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of Department of the Army$18,644,000 were obligated at the time of the award. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W9126G-15-C-0037).

Raytheon, Lockheed Martin Javelin JV, Tucson, Arizona, was awarded a $41,566,755 modification (P00029) to foreign military sales contract W31P4Q-13-C-0129 (Jordan, Estonia) for Javelin Block 1 tactical rounds (quantity 354), tripods (quantity 36), and golden units (quantity 1).  Work will be performed in Tucson, Arizona, with an estimated completion date of Aug. 31, 2023.  Fiscal 2015 other procurement funds in the amount of $41,566,755 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Raytheon Co., McKinney, Texas, was awarded a $38,157,300 firm-fixed-price foreign military sales contract (Morocco) for 200 thermal receiver units. Work will be performed in McKinney, Texas, with an estimated completion date of Aug. 27, 2017.  One bid was solicited with one received.  Fiscal 2010 other procurement funds in the amount of $18,697,077 were obligated at the time of the award. Army Contracting Command, Alexandria, Virginia, is the contracting activity (W909MY-15-C-0024).

Ames Construction Inc., Burnsville, Minnesota, was awarded a $36,266,560 firm-fixed-price, incrementally-funded contract for irrigation and bypass construction on the Yellowstone River, Glendive, Montana, with an estimated completion date of Feb. 16, 2018.  Bids were solicited via the Internet with nine received.  Fiscal 2015 other procurement funds in the amount of $19,400,000 were obligated at the time of the award.  Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-15-C-0024).

NetCentrics Corp., Herndon, Virginia, was awarded an $18,062,724 firm-fixed-price, incrementally-funded contract with options for information technology support to the Army Information Technology Agency, Washington, District of Columbia, with an estimated completion date of Aug. 29, 2018.  Bids were solicited via the Internet with four received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $11,440,763 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-F-4021).

Textron Systems Marine and Land Systems, New Orleans, Louisiana, was awarded a $17,434,922 cost-plus-fixed-fee foreign military sales contract (Afghanistan) for Mobile Strike Force Vehicle (MSFV) training support the Afghan National Army.  . Work will be performed in Afghanistan with an estimated completion date of Aug. 31, 2016.  Bids were solicited via the Internet with one received.  Fiscal 2014 other procurement funds in the amount of $17,434,922 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-C-0108).

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $14,813,184 firm-fixed-price foreign military sales contract (Taiwan) for trained pilots and maintenance operations for the UH-60M to support the fielding of new aircraft as well as the storage of four UH60s. Work will be performed in West Palm Beach, Florida, with an estimated completion date of Aug. 27, 2016.  Bids were solicited via the Internet with one received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $14,813,184 were obligated at the time of the award. Army Contracting Command, Ft. Bragg, North Carolina, is the contracting activity (W91247-15-C-0028).

The Dutra Group, San Rafael, California, was awarded a $14,329,929 firm-fixed-price, multi-year contract with options for maintenance dredging in the inner and outer harbors of Oakland, California, with an estimated completion date of Jan. 25, 2016.  Bids were solicited via the Internet with two received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $14,329,929 were obligated at the time of the award.  Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-15-C-0015).

Inland Dredging Co. LLC,* Dyersburg, Tennessee, was awarded a $12,621,950 firm-fixed-price contract with options maintenance dredging of the Calcasieu River, Louisiana, with an estimated completion date of May 27, 2016.  Bids were solicited via the Internet with five received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $12,621,950 were obligated at the time of the award.  Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-15-C-0058).

Fidelity Technologies Corp.,* Reading, Pennsylvania, was awarded a $8,948,799 firm-fixed-price contract to devise technical and maintenance training materials for the PC-12NG aircraft used by the Afghan National Security Force . Work will be performed in Reading, Pennsylvania, with an estimated completion date of Aug. 31, 2016.  Bids were solicited via the Internet with four received.  Fiscal 2015 other procurement (Army) funds in the amount of $8,948,799 were obligated at the time of the award.  Army Program Executive Office Simulation, Training & Instrumentation, Orlando, Florida, is the contracting activity (W900KK-15-C-0039).

E.P. Doyle & Son LLP,* Wheaton, Illinois, was awarded a $8,887,648 firm-fixed-price contract for construction of a power distribution building facility and installation of a standby power system at the Chicago Sanitary and Ship Canal Barrier I Backup Power and Control Gear Building, Romeoville, Illinois, with an estimated completion date of  July 20, 2016.  Bids were solicited via the Internet with six received.  Fiscal 2015 other procurement funds for $8,887,648 were obligated at the time of the award. Army Corps of Engineers, Chicago, Illinois, is the contracting activity (W912P6-15-C-0014).

BAE Systems Technology Solutions & Services, Rockville, Maryland, was awarded a $7,763,747 cost-plus-fixed-fee, incrementally-funded contract with options for material maintenance, transportation, and supply services, of U.S. Army Garrison-Hawaii, and all subordinate organizations and units. Work will be performed at Schofield Barracks, Hawaii, with an estimated completion date of Feb. 28, 2016.  One bid was solicited with one received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $1,700,000 were obligated at the time of the award. Army Contracting Command, Ft. Shafter, Hawaii, is the contracting activity (W912CN-15-C-0015).

Lakeview Center Inc., Pensacola, Florida, was awarded a $7,737,646 firm-fixed-price contract with options under the Ability One Program for dining facility attendant and contingency cook services, Joint Base Lewis-McChord, Washington, with an estimated completion date of May 31, 2020.  Bids were solicited via the Internet with one received.  Funding and work location will be determined with each order.  Army Contracting Command, Joint Base Lewis-McChord, Washington, is the contracting activity (W911S8-15-D-0005).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Exelis Inc., Clifton, New Jersey, has been awarded a maximum $38,209,265 cost-plus-fixed-fee contract for electronic countermeasures set line replacement units for aircraft. This was a sole-source acquisition using the justification of 10 U.S. Code 2304(c)(1). This is a three-year base contract with no option periods. Location of performance is New Jersey, with an Aug. 30, 2018, performance completion date. Using service is Air Force. Type of appropriation is fiscal 2015 through fiscal 2018 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia (SPRWA1-15-C-0011).

Coachys and Associates,** Canton, Georgia, has been awarded a maximum $14,318,625 modification (P00005) exercising the first one-year option period of a one-year base contract (SPE1C1-15-D-1010) with one one-year option period for extreme cold/wet weather parkas and jackets. This is a firm-fixed-price contract. Locations of performance are Georgia and Tennessee, with an Aug. 30, 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.

Tennier Industries Inc.,* Boca Raton, Florida, has been awarded a maximum $13,247,410 modification (P00007) exercising the first one-year option period of a one-year base contract (SPE1C1-15-D-1011) with one one-year option period for extreme cold/wet weather parkas and jackets. This is a firm-fixed-price contract. Locations of performance are Florida and Tennessee, with an Aug. 30, 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.

*Small business

**Service-disabled, veteran-owned small business

AIR FORCE

Baker-Stanley-Cardno JV, Moon Township, Pennsylvania (FA8903-15-D-0003); Merrick-Atkins Joint Venture LLP, Greenwood Village, Colorado (FA8903-15-D-0010); and Parsons Government Services Inc., San Antonio, Texas (FA8903-15-D-0013), have been awarded an indefinite-delivery/indefinite-quantity contract with a program ceiling of $950,000,000 for Architect-Engineering 2013 Design and Construction Services. Contractor will provide architect- engineering services to support military construction, military family housing and sustainment, restoration and modernization programs worldwide.  The work includes efforts to perform Title I,356px-Seal_of_the_US_Air_Force.svg Title II, and other architect-engineering services to administer, coordinate, and technically support the Air Force Civil Engineer’s military construction, military family housing (to include Military Housing Privatization Initiatives), sustainment, restoration and modernization program areas, and other areas of essential support worldwide. Work will be performed at various government installations worldwide and is expected to be complete by Aug. 27, 2022.  This award is the result of a competitive acquisition and 83 offers were received. Fiscal 2015 operations and maintenance funds in the amount of $9,000 are being obligated at the time of award. The 772nd Enterprise Sourcing Squadron, Joint Base San Antonio-Lackland, Texas, is the contracting activity.

Aleut O&M Services LLC, Colorado Springs, Colorado, has been awarded a $395,000,000 indefinite-delivery/indefinite-quantity for Cape launch operations and infrastructure support. Contractor will provide for operations, maintenance and engineering support for facilities and systems. Work will be performed at Cape Canaveral Air Force Station, Florida, and is expected to be complete by Nov. 30, 2021. This award is the result of a competitive acquisition and eight offers were received. Fiscal 2016 operations and maintenance funds in the amount of $810,223 are being obligated at the time of award. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity (FA2521-15-D-0008).

The Boeing Co., Oklahoma City, Oklahoma, has been awarded a $46,719,474 fixed-price-incentive-firm, cost-plus-fixed-fee, and cost-no-fee contract for seven full-rate production Combat Network Communication Technology upgrade kits for the B-52 bomber. Contractor will provide seven upgrade kits along with associated support equipment, and installation engineering support for the Air Force program depot maintenance line.  This contract also provides for 21 retrofit kits to convert previously purchased B-52 Combat Network Communication Technology kits from a low-rate initial production configuration to the full-rate production configuration. Work will be performed at Oklahoma City, Oklahoma, and is expected to be complete by May 30, 2017. This award is the result of a sole-source acquisition and fiscal 2015 aircraft procurement funds in the amount of $46,719,474 are being obligated at the time of award. The Air Force Lifecycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8628-15-C-2251).

Wolf Creek Federal Services Inc., Anchorage, Alaska, has been awarded a $19,050,151 option modification (P00003) to the previously awarded contract FA2521-15-C-0063 for range operations support. Contractor will provide for non-mission support communications for the Eastern Range and Western Range; and base operating support and logistics for the Eastern Range, primarily Ascension Auxiliary Air Field. Work will be performed at Patrick Air Force Base, Florida; Cape Canaveral Air Force Station, Florida, and Ascension Auxiliary Air Field, Florida, and is expected to be complete by Sept. 30, 2016. Fiscal 2015 operations and maintenance funds are being used and no funds were obligated at the time of award. 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity.

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, has been awarded a $15,121,851 modification (P00148) to the previously awarded contract FA8625-12-C-6598 for the Large Aircraft Infrared Counter Measures Viper 2.1 lasers. The contractor will provide 106 Viper 2.1 lasers as a part of this contract effort. Work will be performed at Rolling Meadows, Illinois, and is expected to be complete by April 29, 2017. This contract involves foreign military sales. Fiscal 2013, 2014, and 2015 aircraft procurement, National Guard, Navy and overseas contingency operations funds in the amount of $15,121,851 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Range Generation Next LLC, Sterling, Virginia, has been awarded a $6,511,600 cost-plus-fixed-fee modification (P00012) to the previously awarded contract FA8806-15-C-0001 for launch and test range system support function to the Western Range in support of the Building 7000 relocation task. Contractor will execute pre-staging efforts, initiate a portion of the range system relocations, and ensure completion of all infrastructure installation prior to initiating range downtime scheduled from March 8, 2016, through August 28, 2016. Work will be performed at Vandenberg Air Force Base, California, and is expected to be complete by April 4, 2016. Fiscal 2015 operations and maintenance funds in the amount of $6,511,600 are being obligated at the time of award. Headquarters Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

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

Microsoft Corp. Redmond, Washington, was awarded an increased ceiling modification to the established firm-fixed-price, single award, indefinite-delivery/indefinite-quantity contract for Microsoft enterprise technical support services, necessary to obtain highly trained Microsoft Blue Badge Cardholder support.  These services require access rights to Microsoft’s proprietary (closed-source) code, which is licensed under exclusive legal right of Microsoft, and are required to support the Department of Defense’s mission.  The total cumulative of the contract was increased by $162,760,000 from $412,240,000 to $575,000,000. The period of performance remains as a one-year base period and four one-year option periods for a total period of five years.  Performance will predominantly be within the continental U.S.; however, support services may also be required at multiple locations outside the continental U.S. A proposal was solicited via electronic means to Microsoft and received. The notice of intent was posted on Aug. 6, 2015, on the Federal Business Opportunity portal. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1028-13-D-0013-P00008). (Awarded Aug. 27, 2015)

ARMY

Thales Raytheon Systems Co. LLC, Fullerton, California, was awarded a $82,606,668 cost-plus-fixed-fee, multi-year, foreign military sales contract (Finland, Lithuania, Netherlands, Chile) for sentinel radar technical/logistical services.  Funding and work location will be determined with each order, with an estimated completion date of Dec. 31, 2018.  One bid was solicited with one received.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-15-D-0058).

Vectrul Systems Corp., Colorado Springs, Colorado, was awarded a $46,795,818 modification (P00013) to foreign military sales contract W52P1J-15-C-0016 (Egypt, Iraq, Spain, United Arab Emirates) for receiving, repairing, maintaining, storing, preparing for issue, and issuing Army Prepositioned Stock-5 equipment in Southwest Asia in support of the 401st Army Field Support Battalion in Kuwait with an estimatedDepartment of the Army completion date of Feb. 28, 2017.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $24,948,540 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, was awarded a $35,372,762 cost-plus-fixed-fee, fixed-price incentive, and firm-fixed-price hybrid contract with options for engineering and manufacturing development and low-rate initial production of the Common Infrared Countermeasure program.  Work will be performed in Rolling Meadows, Illinois, with an estimated completion date of Oct. 28, 2017.  Bids were solicited via the Internet with two received.  Fiscal 2015 research, development, testing, and evaluation funds in the amount of $35,372,762 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-C-0067).

Rockford Corp.,* Anchorage, Alaska, was awarded a $33,977,042 firm-fixed-price contract to construct a jet fuel (JP-8) hydrant system at Grissom Air Reserve Base, Peru, Indiana, with an estimated completion date of May 31, 2017.  Bids were solicited via the Internet with three received.  Fiscal 2015 military construction funds in the amount of $33,977,042 were obligated at the time of the award. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-15-C-0026).

Sheffield Korte JV,* Lawton, Oklahoma, was awarded a $21,427,802 firm-fixed-price, multi-year contract to design and build an Army Reserve center in Waldorf, Maryland, with an estimated completion date of Sept. 30, 2017.  Bids were solicited via the Internet with 14 received.  Fiscal 2015 military construction, and operations and maintenance (Army) funds in the amount of $21,427,802 were obligated at the time of the award. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-15-C-0027).

Southern Contracting LLC, Newbern, Tennessee, was awarded a $19,394,506 firm-fixed-price contract for the Grand Prairie Widen Canal Reservoir project. Work will be performed in Davis Bluff, Arkansas, with an estimated completion date of July 6, 2018.  Bids were solicited via the Internet with four received.  Fiscal 2015 other procurement funds in the amount of $19,394,506 were obligated at the time of the award. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-15-C-0009).

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $17,200,000 firm-fixed-price foreign military sales contract (Morocco) for removal and disposal of 50 M1A1 frontal turret armor packages, and installation of M1A1 situational awareness frontal turret armor packages. Work will be performed in Lima, Ohio; and Sterling Heights, Michigan, with an estimated completion date of Nov. 30, 2016.  One bid was solicited with one received.  Fiscal 2010 other procurement funds in the amount of $10,724,907 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-C-0227).

Atlantic Diving Supply Inc.,* Virginia Beach, Virginia, was awarded a $6,593,520 firm-fixed-price, multi-year contract with options for the SAROS battlefield oxygen system and accessories.  Funding and work location will be determined with each order, with an estimated completion date of Aug. 27, 2019.  Bids were solicited via the Internet with two received.  Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity (W81XWH-15-D-0046).

600px-US-DeptOfNavy-Seal.svgNAVY

Northrop Grumman Systems Corp., Linthicum, Maryland, is being awarded a $58,706,242 cost-plus-incentive-fee contract for the procurement of Ground/Air Task Oriented Radar Increment II Ground Weapons Locating Radar software, along with technical data packages, anti-tamper planning and developmental testing support.  Work will be performed in Linthicum, Maryland, and is expected to be completed by Aug. 31, 2018.  Fiscal 2015 research, development, test and evaluation (Marine Corps) funds in the amount of $19,920,025 will be obligated at the time of award.  No contracts funds will expire the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1).  The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-15-C-0230).

General Dynamics Information Technology Inc., Fairfax, Virginia, is being awarded a $39,777,752 indefinite-delivery/indefinite-quantity contract to provide engineering and technical services for the operations, maintenance and repair required for acoustic data acquisition, test range/support systems, and acoustic data analysis conducted at the Naval Surface Warfare Center Carderock Division Acoustic Research Detachment.  Work will be performed in Bayview, Idaho, and is expected to complete by August 2020.  Fiscal 2015 research, development, test and evaluation (Navy) funding; working capital funds; and fiscal 2015 other procurement (Navy) funding in the amount of $2,775,000 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, West Bethesda, Maryland, is the contracting activity (N00167-15-D-0005).

L-3 Vertix Aerospace LLC, Madison, Mississippi, is being awarded a $21,371,269 firm-fixed-price, cost reimbursement, indefinite-delivery/indefinite-quantity contract for the procurement of business jet training services in support of contracted air services basic training, large national exercises, and small, single unit training exercises.  Missions include maritime air patrol, low/slow terrorist aircraft, air interdiction training, helicopter maritime strike weapons school, laser training, fixed-wing ground control approach training, lost homing direction training, and air intercept/anti-submarine training.  These services support training requirements through air intercept control, anti-submarine tactical attack control, tracking exercises, electronic warfare missions, banner tows and target tows.  Work will be performed in Virginia Beach, Virginia (51 percent); and the Naval Air Station North Island, California (49 percent), and is expected to be completed in August 2016.  Fiscal 2015 operation and maintenance (Navy) funds in the amount of $1,856,903 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 proposal; and one offer was received.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-D-0022).

Phoenix International Holdings Inc., Largo, Maryland, is being awarded a $15,155,333 modification to previously awarded contract N00024-14-C-4107 to exercise options for management, technical, engineering, and logistics support services and associated supplies and equipment necessary to operate and maintain the Navy’s submarine rescue system.  The contractor is responsible for providing appropriate and sufficient personnel and services necessary for the mobilization, operation, storage, logistic support, repair and maintenance of the rescue systems that support response requirements. The contractor is responsible to ensure the rescue systems are maintained in a high state of readiness to support a rapid worldwide deployment on a 24-hour-per-day, 7-day-a week basis.  Work will be performed in San Diego, California, and is expected to be completed by August 2016.  Fiscal 2015 operations and maintenance (Navy), and fiscal 2015 other procurement (Navy)  funding in the amount of $5,288,972 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.

Puglia Engineering Inc., Bellingham, Washington (N4523A-12-D-0005); Pacific Ship Repair and Fabrication Inc., San Diego, California (N4523A-12-D-0006); Delphinus Engineering Inc., Eddystone, Pennsylvania (N4523A-12-D-0009); Q.E.D. Systems Inc., Virginia Beach, Virginia (N4523A-12-D-0008); Walashek Industrial and Marine, Tukwila, Washington (N4523A-12-D-0004); and Propulsion Controls Engineering, Everett, Washington (N4523A-12-D-0007), are each being awarded $15,000,000 modifications to a previously awarded multiple award contract to exercise an option for accomplishment of the repair and maintenance requirements on Navy waterborne vessels, surface ships and submarines.  Exercising option year four will provide continued ship and vessel repair projects that may include: docking the ship/vessel and accomplishing the required ship/vessel husbandry; welding; blasting; mechanical systems repair; and electrical/electronic alterations.  The contractors will provide and are responsible for all labor, management, supervision, coordination, quality control, quality assurance, quality management, safety management, environmental management, material, equipment and transportation.  Work will be performed in ship homeports in the northwestern U.S. or at contract facilities as needed, and is expected to complete by September 2016.  No funding is being obligated at time of award.  Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity.

Northrop Grumman Systems Corp., ES Power/Control Systems, Sykesville, Maryland, is being awarded a $7,595,000 firm-fixed-price modification to previously awarded contract N00024-04-C-4201 for the procurement of 14 automatic voltage regulator production units required for the replacement of obsolete and unreliable turbine generator voltage regulators for Nimitz-class aircraft carriers.  Work will be performed in Sykesville, Maryland, and is expected to be completed by August 2017.  Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $7,595,000 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.

Computer Sciences Corp., Stafford, Virginia, is being awarded $20,711,981 for modification P00012 to previously awarded cost-plus-fixed-fee contract M00264-14-C-1014.  This modification increases the basic value of the contract and provides for the exercise of an option for continued services to support the Headquarters, Marine Corps, programs and resources, Technology Services Organization-required contractor services as an enterprise business systems integrator for the Marine Corps.  These services include development, design, production and sustainment support of enterprise-class information technology systems; particularly business systems including, but not limited to, pay, personnel, budget execution, orders writing, accounting and installation systems for the Marine Corps, as well as Department of Defense components, services and agencies on a reimbursable basis.  Work will be performed in Arlington, Virginia, and work is expected to be completed Feb. 28, 2016.   Fiscal 2015 operations and maintenance funds in the amount of $11,227,014 will be obligated at the time of award and will expire at the end of the current fiscal year.  Regional Contracting Office, National Capital Region, Quantico, Virginia, is the contracting activity.

Alpha Marine Services LLC, Galliano, Louisiana, was awarded a $6,965,712 firm-fixed-priced contract for the time charter of six tractor-like tugs in support of Navy bases at Kings Bay, Georgia; and Mayport, Florida.  This contract includes three 12-month options and one 11-month option which, if exercised, would bring the cumulative value of this contract to $35,918,232.  Work will be performed in Kings Bay, Georgia (50 percent); and Mayport, Florida (50 percent), and is expected to be completed by July 2020.   Working capital funds in the amount of $6,965,712 are obligated.  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 Military Sealift Command, Washington, District of Columbia, is the contracting activity (N62387-15-C-2100). (Awarded April 22, 2015)

DEFENSE LOGISTICS AGENCY

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a maximum $10,304,533 modification (P00002) for a two-year base contract (SPE7MX-15-D-0094) with three one-year option periods adding heads-up display units for aircraft. Location of performance is Iowa, with a Sept. 1, 2017, performance completionDefense_Logistics_Agency date. Using military service is Air Force. Type of appropriation is fiscal 2016 through fiscal 2017 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio.

*Small business

600px-US-DeptOfNavy-Seal.svgNAVY

The Boeing Co., Seattle, Washington, is being awarded a $1,489,387,310 modification to a previously awarded firm-fixed-price contract (N00019-14-C-0067) for the manufacture and delivery of nine Navy full-rate production (FRP) Lot II P-8A aircraft, and four Royal Australian Air Force FRP Lot II P-8A aircraft.  In addition, this modification provides for the procurement of long-lead parts associated with the manufacture of 20 P-8A FRP Lot III aircraft for the Navy (16) and the government of Australia (4).  This modification also provides for FRP Lot II segregable efforts including unknown obsolescence, class I change assessment, obsolescence monitoring, integrated baseline/program management reviews, two advance airborne sensor A-kits, and life-of-type buy items associated with the electronic support measure.  Work will be performed in Seattle, Washington (80 percent); Baltimore, Maryland (3 percent); Greenlawn, New York (2.8 percent); Cambridge, United Kingdom (1.7 percent); North Amityville, New York (1.1 percent); Rockford, Illinois (0.9 percent); Rancho Santa Margarita, California (0.7 percent); Salt Lake City, Utah (0.6 percent); and various other locations within the continental U.S. (9.2 percent), and is expected to be completed in December 2018.   Fiscal 2015 aircraft procurement (Navy) funds in the amount of $1,057,056,575, 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.  This contract combines purchases for the Navy ($1,057,056,575; 71 percent) and the government of Australia ($432,330,735; 29 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 not-to-exceed $89,265,000 modification to a previously awarded cost-plus-incentive-fee contract (N00019-12-C-0070).  This modification provides for the system development and demonstration Phase I Increment 2, for the first aircraft arrival and initial operations in support of the F-35A conventional take-off and landing (CTOL) air system for the government of Israel under the Foreign Military Sales program.  This modification includes the development and demonstration, integration and sustainment planning for the Israel F-35A CTOL Air System.  Work will be performed at Fort Worth, Texas (67 percent); Redondo Beach, California (12 percent); Orlando, Florida (10 percent); Samlesbury, United Kingdom (7); and Newtown, Pennsylvania (4 percent), and is expected to be completed in March 2020.  Foreign military sales funds in the amount of $10,000,000 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.

Marvin Engineering Inc., Inglewood, California, is being awarded $16,319,520 for firm-fixed-price delivery order 0014 against a previously issued basic ordering agreement (N00019-11-G-0009) for the procurement of 420 LAU-127 guided missile launchers to enable the F/A-18 aircraft to carry and launch AIM-120 and AIM-9X missiles.  Work will be performed in Inglewood, California, and is expected to be completed in May 2020.  Fiscal 2013 aircraft procurement (Navy) funds in the amount of $16,319,520 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Science Applications International Corp., McLean, Virginia, is being awarded an $11,838,878 cost-plus-fixed-fee definitive contract for MH-60 weapon systems support and sustainment.  The MH-60 weapon systems consist of the MH-60R and the MH-60S helicopters.  The MH-60R is the Navy’s primary anti-submarine and anti-surface warfare platform and the most advanced maritime multi-mission helicopter in operation and deployed globally. The MH-60S is the Navy’s maritime workhorse, performing missions from vertical replenishment to Medevac.  The anticipated contract will support MH60R and MH60S helicopter production efforts.  This contract combines purchases for the Navy (92 percent) and the governments of Denmark (2 percent), Australia (2 percent), Saudi Arabia (2 percent), and Brazil (2 percent) under the Foreign Military Sales program.  Work will be performed in Crane, Indiana (75 percent); Indianapolis, Indiana (25 percent), and is expected to be completed by September 2017.  Fiscal 2014 procurement aircraft (Navy) funds in the amount of $376,491 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 the statutory authority of 10 U.S. Code 2304(c) (1) as implemented by 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-C-JN32).

Insitu Inc., Bingen, Washington, is being awarded $8,810,938 for firm-fixed-price delivery order 0042 against a previously issued basic ordering agreement (N00019-12-G-0008) for interim contractor services in support of the RQ-21 Blackjack program.  Services include logistics, training and field service representative support.  Work will be performed at Marine Corps Air Station, Cherry Point, North Carolina (60 percent); and Bingen, Washington (40 percent), and is expected to be completed in February 2016.  Fiscal 2015 procurement (Marine Corps) funds in the amount of $4,596,890 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.

Science Applications International Corp., McLean, Virginia, is being awarded an $8,330,800 modification to previously awarded contract N00024-15-C-5103 to exercise option year two for engineering support services in support of Program Executive Office for Integrated Warfare Systems (PEO IWS).  This contract will provide engineering support services, specifically engineering analysis and expertise in support of the portfolio of programs which include Aegis, Aegis fleet readiness, DDG 1000, enterprise configuration management, future combat systems, training systems, systems engineering and information assurance.  This contract combines purchases for the U.S. government (81 percent), and the governments of Japan (8 percent), Australia (5 percent), Korea (3 percent), Spain (2 percent), and Norway (1 percent) under the Foreign Military Sales program.  Work will be performed in Washington, District of Columbia (85 percent); Dahlgren, Virginia (4 percent); Norfolk, Virginia (2 percent); Bath, Maine (1 percent); Mayport, Florida (1 percent); Moyock, North Carolina (1 percent); Moorestown, New Jersey (1 percent); New York, New York (1 percent); Honolulu, Hawaii (1 percent); Reno, Nevada (1 percent); San Diego, California (1 percent); and Yokosuka, Japan (1 percent), and is expected to be completed by November 2015.  Fiscal 2015 ship construction (Navy); fiscal 2015 operations and maintenance (Navy); fiscal 2015 research, development, test and evaluation (Navy); fiscal 2015 other procurement (Navy); and foreign military sales funding in the amount of $8,330,800 will be obligated at time of award. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $2,212,363 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

ARMY

Akima Construction Services LLC,* Anchorage, Alaska, was awarded a $46,000,000 modification (P00004) to contract W91ZLK-13-D-0026 for construction at Aberdeen Proving Ground, Maryland, with an estimated completion date of Sept. 15, 2016.  Funding will be determined with each order.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

Banneker Ventures LLC,* Baltimore, Maryland, was awarded a $46,000,000 modification (P00005) to contract W91ZLK-13-D-0027 for construction at AberdeenDepartment of the Army Proving Ground, Maryland, with an estimated completion date of Sept. 15, 2016.  Funding will be determined with each order.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

Bering Straits Technical Services LLC, Aberdeen Proving Ground, Maryland, was awarded a $41,550,745 modification (P00006) to contract W91ZLK-13-D-0028 for construction at Aberdeen Proving Ground, Maryland, with an estimated completion date of Sept. 15, 2016.  Funding will be determined with each order.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

Patriot Construction LLC, Dunkirk, Maryland, was awarded a $36,340,000 modification (P00004) to contract W91ZLK-13-D-0029 for construction at Aberdeen Proving Ground, Maryland, with an estimated completion date of Sept. 15, 2016.  Funding will be determined with each order.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

Wycliffe Enterprises Inc., Frederick, Maryland, was awarded a $36,340,000 modification (P00006) to contract W91ZLK-13-D-0030 for construction at Aberdeen Proving Ground, Maryland, with an estimated completion date of Sept. 15, 2016.  Funding will be determined with each order.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

GP Strategies, Columbia, Maryland, was awarded a $29,627,843 cost-plus-fixed-fee contract for life cycle logistics support and chemical demilitarization training facility operation and maintenance.  Funding and work location will be determined with each order, with an estimated completion date of Sept. 23, 2015.  Bids were solicited via the Internet with one received. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-D-0087).

Thalle Construction Co. Inc., Hillsborough, North Carolina, was awarded a $27,591,875 firm-fixed-price contract with options for excavation, construction, and reclamation work for the Ft. Worth Central City project.  Work will be performed in Ft. Worth, Texas, with an estimated completion date of Dec. 31, 2016.  Bids were solicited via the Internet with two received.  Fiscal 2014 and 2015 other procurement funds in the amount of $27,591,875 were obligated at the time of the award. Army Corps of Engineers, Ft. Worth, Texas, is the contracting activity (W9126G-15-C-0030).

BAE Systems Land & Armament LP, York, Pennsylvania, was awarded a $21,284,990 cost-plus-fixed-fee, multi-year contract for contact maintenance, technical inspections and functional testing and maintenance of Army Prepositioned Stock and Theater Sustainment Stock Bradley tracked vehicles. Work will be performed in Kuwait with an estimated completion date of Feb. 28, 2017.  One bid was solicited with one received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $14,492,384 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-C-0063).

Archer Western Federal JV, Chicago, Illinois, was awarded a $17,724,389 firm-fixed-price contract with options for unmanned aircraft systems hanger construction, Ft. Campbell, Tennessee, with an estimated completion date of May 2, 2017.  Bids were solicited via the internet with two received.  Fiscal 2015 military construction funds in the amount of $17,724,389 were obligated at the time of the award. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-15-C-0024).

Joyner-Keeny PLLC,* Rocky Mount, North Carolina (W91278-15-D-0069); Woolpert Inc., Dayton, Ohio (W91278-15-D-0070); Maptech Inc., Jackson, Mississippi (W91278-15-D-0071); and Cardno Inc., Clearwater, Florida (W91278-15-D-0075), were awarded a $10,000,000 firm-fixed-price, indefinite-delivery contract for surveying and mapping in the Mobile District and the South Atlantic Division, Army Corps of Engineers construction program. Funding and work location will be determined with each order, with an estimated completion date of Aug. 26, 2020.  Bids were solicited via the Internet with 23 received.  Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

Marton Technologies Inc.,* Newport News, Virginia, was awarded a $9,336,607 modification (0001) to contract W52P1J-14-G-0021 for logistics support, Ft. Riley, Kansas, with an estimated completion date of Aug. 28, 2020.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $65,356 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Lakeview Center Inc., Pensacola, Florida, was awarded a $7,737,646 firm-fixed-price contract with options for dining facility attendants and contingency cook support at Joint Base Lewis-McChord, Washington, with an estimated completion date of May 31, 2020.  Bids were solicited via the Internet with one received.  Funding will be determined with each order.  Army Contracting Command, Joint Base Lewis-McChord, Washington, is the contracting activity (W911S8-15-D-0005).

Magellan Behavioral Health, Columbia, Maryland, was awarded a $7,737,646 modification (P00017) to contract W81XWH-11-C-0542 for 24/7 operation of the Outreach Call Center for the Defense Centers of Excellence for Traumatic Brain Injury and Psychological Health, Maryland Heights, Missouri, with  an estimated completion date of Sept. 29, 2016 .  Fiscal 2015 operations and maintenance (Army) funds in the amount of $ 7,373,889 were obligated at the time of the award.  Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity.

General Dynamics Land Systems Customer Service and Support, Sterling Heights, Michigan, was awarded a $7,184,510 cost-plus-fixed-fee, multi-year contract for maintenance, technical inspections, and testing of the Army Prepositioned Stock and Theater Sustainment Stock Abrams tracked vehicles. Work will be performed in Kuwait with an estimated completion date of Feb. 28, 2017.  One bid was solicited with one received.  Fiscal 2015 operations and maintenance (Army) in the amount of $3,750,000 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-C-0062).

UPDATE:  Systems Technologies Inc., West Long Branch, New Jersey (W52P1J-15-D-0048); and Savantage Solutions, Rockville, Maryland (W52P1J-15-D-0083), have been added as awardees to a previously announced (March 21, 2014) maximum $461,000,000 indefinite-delivery/indefinite-quantity, task order contract for program management support services for the Program Executive Office Enterprise Information Systems headquarters, directorates, project/product offices and related organizations. These contractors are being added to the previously awarded suite of contracts due to reopening and corrective action. Funding and performance locations will be determined with each order. The estimated completion date is Aug. 24, 2020. Bids were solicited via the Internet with 22 received. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Ship Supply of Florida Inc.,* Miami, Florida, has been awarded a maximum $19,896,283 modification (P00002) for a four-year base contract (SP0600-15-D-0379) adding additional points of delivery for marine gas oil. This is a fixed-price with economic-price-adjustment contract. Locations of performance are Florida, Alaska, California, Hawaii, Louisiana, Maine, Minnesota, New York and Virginia, with an April 30, 2019, performance completion date. Using military services are Army, Navy and federal civilian agencies. Type of appropriation is fiscal 2016 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

AIR FORCE

nLogic LLC, has been awarded a $16,104,764 production contract for control and reporting center operation modules and associated support. The location of performance is Huntsville, Alabama, and is expected to be complete by Aug. 27, 2019.  This award is the result of a competitive acquisition and five offers were received. 2015 Air Force other procurement funds in the amount of $16,104,764 are being obligated at the time of award. Air Force Lifecycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-15-C-0036).

Lockheed Martin Space Systems Co., Sunnyvale, California, has been awarded a356px-Seal_of_the_US_Air_Force.svg $10,071,486 cost-plus-award-fee modification (P00097) to the previously awarded contract FA8810-08-C-0002 for the Neptune Common Ground Architecture Implementation Phase II change. Contractor will extend the Naval Research Laboratory’s Neptune Common Ground Architecture capabilities for surveillance tasking and refactoring of space-based infra-red systems mission management functions to provide planning data for external use and real-time schedule management. Work will be performed at Sunnyvale, California, and is expected to be complete by Sept. 30, 2018.  Fiscal 2015 Air Force and Department of Defense research, development, test and evaluation funds in the amount of $3,280,525 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

L-3 Communications Mission Integration Division, Greenville, Texas, has been awarded a $8,207,261 cost-plus-fixed-fee contract for enhanced electronic intelligence exploitation processor software, hardware, and reports; Nyquist folding receiver software and reports; and Timberline II software, hardware and reports. Contractor will research, develop, and demonstrate enabling technologies and algorithms for real-time and near-real time automatic detection and measurement, processing, and exploitation of radio frequency emissions in support of electronic intelligence. Work will be performed at Greenville, Texas, and is expected to be complete by Aug. 27, 2020.  This award is the result of a competitive acquisition and six offers were received. Fiscal 2015 research, development, test and evaluation funds in the amount of $213,256 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-15-C-0064).

*Small business

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

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

R — VOA ENGLISH DIVISION-LEARNING ENGLISH-TESOL INITIATIVE bbg50-Q-15-0101 091415 Patrice Abner, Phone 000-000-0000, Email pabner@bbg.gov – J.R. Hill, Contracting Officer, Phone 000-000-0000, Email chill@bbg.gov This is a notice to for talent services for VOA Learning English Division.
Talent Services:
•·         Bi-lingual Producer(s) (Sought after Languages: Mandarin, Vietnamese, French Turkish and Farsi)
•·         Digital Writer(s)
•·         Video Journalist(s)
•·         Multimedia and Television Producer(s)
PLEASE READ below under “proposal submission” and the attached Statements of Work for qualifications
IMPORTANT: All stateside contractors seeking to contract with the Federal Government must register in the Federal Government vetting system called SAM (System for Acquisition Management). Please see attached SAM registration start guide. Contact numbers are on the start guide. No SAM registration questions will be addressed through this solicitation.
________________________________________________________________________________
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 Blanket Purchase Agreement (contract) awarded will be for two years .

The Broadcasting Board of Governors, Office of Contracts intends to establish a Multiple Award Blanket Purchase Agreement for Combination services as described in further detail in the attached Statements of Work (SOW) for the Voice of America English Division in Washington D.C. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

SAM: System for Award Management (SAM) applies to this procurement. You must be registered in SAM in order to be eligible to receive an award from this solicitation. Information on SAM registration and annual confirmation requirements may be obtained via the Internet at http://www.sam.gov Prospective contractors must be registered in SAM database prior to award. Lack of registration in SAM database will make an offeror ineligible for award. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 System for Award Management (SAM) Registration (July 2013).

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.

Period of Performance:
September 2015-August 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.

Proposal Submission:
ALL PROPOSAL SUBMISSIONS MUST BE SUBMITTED ELECTRONICALLY TO pabner@bbg.gov
Proposals are due no later than Monday August 14, 2015 at 5 PM (EST)
Interested contractors are required to submit two (2) separate written documents (proposals) to the BBG.

1. A separate Price Proposal that states the Offeror’s proposed. Total annual Price based 2080 hours. Rates may be negotiated with the BBG. Price must be listed as:
“_______per hour x 2080 hours Total annual price I propose”

2. A separate 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.

PLEASE NOTE: Review attached Statements of Work for any required work product samples to submit under “Evaluation Factors/Qualifications” on Statement(s) of work

3. Eligibility to work in the United States: copy of US Citizenship, work permit, photo ID and/or visa.
4. References/Past Performance (3)

* 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

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 and the title from the appropriate Statement of Work on your proposal. If you are submitting proposals for multiple statements of work, you must submit a separate proposal for each statement of work.

QUESTIONS:
Deadline to submit questions: September 9, 2015 (12 NOON EST)
Questions must be submitted in writing and only via email to Patrice Abner at pabner@bbg.gov.
NOTE: E-MAILED QUESTIONS MUST HAVE STATEMENT OF WORK TITLE AND SOLICITATION NUMBER IN THE SUBJECT FIELD OF E-MAIL.
Responses to questions will be posted by September 10, 2015 by 5PM (EST)

Applicable legal   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.
Provisions incorporated by reference:
*FAR clause 52.212-4 (May 2015), Contract Terms and Conditions-Commercial Items, applies to this acquisition.
*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 (May 2015)* FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 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 as listed under Evaluation Factors/Qualifications on the Statements of Work
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.
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.
ALL TECHNICAL AND PRICE PROPOSALS MUST BE SUBMITTED ELECTRONICALLY BEFORE THE CLOSING DEADLINE to: pabner@bbg.gov
NO proposals will be accepted via mail nor fax nor by courier
Proposals are due no later than Monday August 14, 2015 at 5 PM (EST)
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-15-0101/listing.htm OutreachSystems Article Number: 20150905/PROCURE/0103
Matching keyword(s): naics!711510;

Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North PO Box 36600 Billings MT 59107

69 — HEALTHCARE COMPLIANCE SOFTWARE RFQ-CSU-16-KNA-7 092115 Kimberly Not Afraid, Purchasing Agent, Phone 4066383390, Fax 406-638-3571, Email kimberly.notafraid@ihs.gov This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The procurement is conducted pursuant to the authority of FAR Part 13,dept of health and human services Simplified Acquisition Procedures; FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)); and FAR 37.101, Nonpersonal Services Contract. This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award a fixed-price commercial item contract in response to Request for Quotation (RFQ)-CSU-15-KNA-7. The solicitation is issued on an unrestricted basis. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. The associated North American Industry Classification System code is 541519 and the small business size standard is $25.5 million.
PRICE SCHEDULE – HEALTHCARE COMPLIANCE SOFTWARE
Base Year: 12 months @ tiny_mce_marker_____________ per month tiny_mce_marker__________________;
Option Year One: 12 months @ tiny_mce_marker_____________ per month tiny_mce_marker__________________;
Option Year Two: 12 months @ tiny_mce_marker_____________ per month tiny_mce_marker__________________;
GRAND TOTAL: tiny_mce_marker_______________________.
PERIOD OF PERFORMANCE: The performance of this contract shall be for 12 months with two 12-month options (dates to be completed at time of award).
STATEMENT OF WORK: Provide and install healthcare compliance software at the Crow Service Unit, 1 Hospital Road, Crow Agency, Montana. The web-based software must include a policy management system with online library, an online learning management system, and regulatory information service.
1. Policy Management System:
• Policy Manager that maintains and updates new, revised and retired policies.
• Online library with policy templates.
• Customize with the Service Unit’s name and logo.
• Ensure policy format is 508 compliant.
• Includes CMS, FDA, OSHA and other relevant federal agency reference numbers for each policy.
• Provide two days of onsite training.
• Upload initial Service Unit policy/procedure manuals.
• Maintain and update website as needed.
• Free backups, upgrades, hosting, maintenance, and system security.
• Ability to upload in preferred format: Word, Excel, PDF, text, HTML, et cetera.
• All document and contents searchable in preferred format.

2. Learning Management System:
• Customize with the Service Unit’s name and logo.
• Website must be 508 compliant.
• Courses will be provided 24/7 online
– Ability to log in to system directly over the Internet anytime, anywhere.
– Easy-to-use student interface.
– Assigns students to courses and/or allows students to enroll themselves.
– Engaging course contents with secure timed posted tests.
– Allows students to print certificates for completed online courses.
– Courses with contact hours, student ability to print own CE certificates,
– System provides unlimited number of CE certificates at no additional charge.
– Allows Service Unit specific coursework to be uploaded and maintained with LMS coursework.
• User Administrative Module:
– Administrator(s) can add new employees, edit employee accounts, and enroll employees in courses.
– Ability to share data with HR Information System utilizing standard data import/export functions.
– Administrator(s) can assign employees to departments and designate department managers using the bulk import tools or the administration pages.
• Classroom Module:
– Create a catalog and schedule of offline classes and make available to students.
– Users ability to manage their own class enrollments.
– System handles registration, drops and waitlists.
– Assign and manage deadlines for class completion.
– Track attendance, grades, et cetera.
• Reports Module:
– Designated administrators and designated managers have access to reports.
– Numerous standard and customized reports available for use.
– Filter by time period, student or department.
– Advanced features allow user to add/delete fields, add/remove report section headers and control sort order.
– Allows managers, administrator and supervisors to print certificates of completion and CEU certificates.
– Prints HTML formatted reports or export to a spreadsheet.
• Course Creator Module – Online courses:
– Upload training courses using course builder and course import functions.
– Load content in any format (Word, PowerPoint, Excel, pdf, flash, video, et cetera) for viewing and download.
– Designated course creators(s) ability to create new course categories and courses, and edit the courses.
– Create lessons online using a lesion building tool.
– Create quizzes/tests online using a quiz building tool.
• Documentation and Support:
– Online documentation demonstrates step-by-step how to use the system.
– Online feedback provides support for technical issues.
• Initial Setup:
– Customized web portal for IHS system. Shall include client name and logo,client wording on site landing page, client choice of color scheme.
– Database setup, creation of all database tables and fields.
– Provide up to 4 hours of web conferencing for system training during the initial 90 days.
• Annual License:
– Creation of user accounts.
– User administration module.
– Course creator module, test creation tool, annual hosting of courses developed and loaded by facility (up to 300 MB of course material).
– Classroom management module (student enrollment, grades and reporting).
– Reports module.
– Ongoing updates to course content.
– Hosting, backups and system maintenance.
– Free IT support for applications.
– Access to all available modules and features.
– Free software upgrades.
– Unlimited free data exports at any time.
• Course Library:
– General education library, unlimited use.
– Patient safety and clinical staff competency library, unlimited use.
– Survey preparation library, unlimited use.
– Healthcare management professional library, unlimited use.
– Online video course library, unlimited use.
– Nursing continuing series, unlimited use.
– CME Courses for Physicians, unlimited use.
– Billing and Coding Courses Library, unlimited use
– CNA series Course Library, unlimited use
– SCORM wrap and uploading, unlimited use
CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. CONTRACTING OFFICER’S REPRESENTATIVE (COR): The COR shall be responsible for: (1) Monitoring the Contractor’s technical progress, including surveillance and assessment of performance and recommending technical changes; (2) Interpreting the Statement of Work; (3) Technical evaluation as required; (4) Technical inspections and acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during performance of the contract. INVOICE SUBMISSION AND PAYMENT: The contractor shall submit its invoice to the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107, with a courtesy copy to the Contracting Officer’s Representative (COR). The contractor agrees to include the following information on each invoice: (1) Contractor’s name, address, telephone number and e-mail address; (2) Contract Number; (3) Invoice number and date; (4) Dates of service and total amount due; and (5) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (JAN 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) HEALTHCARE COMPLIANCE SOFTWARE 50 POINTS. (The Contractor must provide literature with the price quote that identifies the features of the software as well as the requirements for installation, training, and technical support.); and (2) COMPANY PAST PERFORMANCE 50 POINTS. The offeror must demonstrate its record of successful performance in past contracts and/or jobs, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts/jobs. Offerors shall provide, at a minimum, three (3) references for their most recently performed contracts in which similar or the same services were performed by the offeror within the last two (2) years from the date of proposal submission. Please list contracts that your firm has held with Government and/or commercial accounts. The offeror shall provide the following information in an attachment: (a) Agency or Customer Name/Address; (b) Contract number (if applicable); (c) Contract Performance Period; (d) Contract description of services (location, and description of services); (e) Type (type and quantity of personnel provided); (f) Dollar Value of contract (g) Point of Contact including name, phone, facsimile, and Internet/E-Mail address. For each contract identified the offeror shall also provide a discussion of problems encountered and their correction, as well as their accomplishments during the performance of the contract. In evaluating past performance the Government may also use information from its own files, information provided by the offeror, or from any other sources it deems appropriate. Offerors will be given the opportunity to clarify information concerning the relevancy of an offeror’s past performance information, and any adverse past performance information to which the offeror has not previously had an opportunity to respond. If the offeror has no relative past performance they shall affirmatively state so. NOTE: The Government reserves the right to contact any reference provided by the offeror in evaluating the offeror’s past performance. Furthermore, the Government reserves the right to use any information that comes to the attention of the Government in evaluating the offeror. Technical and past performance, when combined, is approximately equal to cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-7, 52.204-9, 52.204-13, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.225-25, 52.227-14, 52.227-17, 52.228-5, 52.229-3, 52.232-11, 52.232-18, 52.232-39, 52.233-2, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 352.201-70, 352.202-1, 352.203-70, 352.215-1, 352.215-70, 352.222-70, 352.223-70, 352.224-70, 352.227-70, 352.231-71, 352.237-70, 352.239-70, 352.239-71, 352.239-72, 352.239-73, 352.242-71, 352.242-72, 352.242-73, and 352.270-2. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.204-10, 52.209-6, 52.209-10, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-18, 52.225-13 and 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at https://www.acquisition.gov and http://ecfr.gpoaccess.gov/cgi/t/text/text-idx;sid-3524d214210697effd2fd5c77848a806&rgn-div5&view-text&node-48:4.0.1.8.33&idno-48. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall provide evidence of, or submit a written response to, the technical evaluation factors in FAR 52.212-2. In addition, the Contractor shall submit a completed copy of FAR 52.212-3 with its offer. Contractors intending to conduct business with the Federal Government must register with the System for Award Management (SAM). SAM replaces the Department of Defense’s Central Contractor Registration (CCR) database. SAM is now the primary Government repository, which retains information on Government contractors. You may register via the Internet at http://www.sam.gov. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the the Crow Service Unit, PO Box 9, Crow Agency, Montana 59022, no later than 4:00 p.m., on September 21, 2015. The offer must be submitted in a sealed envelope, addressed to the Supply/Procurement Office, showing the time specified for receipt, the solicitation number, and your company name and address. Offers will also be accepted by e-mail at kimberly.notafraid@ihs.gov. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 90 days from the date of receipt by the Government.
Place of Performance: 1 Hospital Road Crow Agency, MT 59050 US URL: https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-CSU-16-KNA-7/listing.htm OutreachSystems Article Number: 20150905/PROCURE/0368
Matching keyword(s): writ*; copy; technical; standard;

360px-US_Department_of_Homeland_Security_Seal.svgDepartment 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 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 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.pd
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.htm OutreachSystems Article Number: 20150905/PROCURE/0464
Matching keyword(s): state!ky;

Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street Suite 1202 Arlington VA 22202-4371

T — Video Editing and Consulting HQ003415R0100 091815 Michael John Fanizzo, Phone 7035458991, Email michael.j.fanizzo.civ@mail.mil
The planned effort includes:
1. Edit approximately 500 separate film and/or audio clips, each between 30 seconds and 2 minutes long. The formats of original material include VHS tape, digital video, and cassette tapes of audio recordings.

2. Evaluate the quality of the material currently in the possession of the Government600px-WHS_Insignia.svg to ascertain whether it is of acceptable quality. If not, the contractor will be responsible, with cooperation from the Government, for obtaining the best available source material. This may require contacting the original sources for the audio or video.

4. Work with the Government to determine what material should be used to create individual films or audio clips. These clips are intended to depict events relating to individuals who were present at, or victims of, the terrorist attacks on September 11, 2001. Some of that material may contain graphic images of injury or death, and must be treated with respect and compassion for the persons depicted. Consequently, the contractor must ensure that these materials, which belong to the Government, are appropriately safeguarded from unauthorized disclosure.

5. Travel to New York, New York and Washington, DC National Capital Region. The contractor should minimize such costs, if possible.

URL: https://www.fbo.gov/spg/ODA/WHS/REF/HQ003415R0100/listing.htm OutreachSystems Article Number: 20150905/PROCURE/0574
Matching keyword(s): video*; film?; edit*; event?;

dept of health and human servicesDepartment of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105 Bethesda MD 20894

R — Development of a Task-related and Resting State Realistic fMRI Simulator for Benchmarking fMRI Data NIHLM2015600-SV 091415 Suet Vu, Phone 301-496-6546, Fax 301-402-0642, Email vus@mail.nih.gov The enclosed RFP is to provide support for the National Library of Medicine (NLM) Lister Hill Center (LHC). This acquisition is being conducted in accordance with FAR 13: Simplified Acquisitions and FAR Part 12: Commercial Items. Interested parties should submit their proposals in accordance with the following instructions. This solicitation document incorporates provisions and clauses that are in effect in the FAC 2005-83 FAR Revision effective August 5, 2015, including all FAR Circulars issued as of the date of this synopsis. This acquisition is a Full and Open and the North American Industry Classification System (NAICS) code is 541712, Research and Development in the Physical, Engineering, and Life Sciences (Except Biotechnology).
Offerors are required to submit both a written Technical Proposal and Business Proposal to Government officials for the purposes of acquiring supplies and/or services from the Contractor(s) that is fully cognizant of the scope of this requirement and has the capability to complete all requirements described in the solicitation. Proposals which merely offer to conduct a program in accordance with the requirements of the Government’s scope of work will not be eligible for award.
The Statement of Work for this requirement is included in the Attachments Section of this solicitation in a single file as Attachment 1.
FAR 52.216-1 TYPE OF CONTRACT (APR 1984)
The Government contemplates award of one AWARD firm-fixed price type purchase orders resulting from this solicitation. The Government intends to award without discussions with offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.
SOLICITATION TECHNICAL INQUIRIES AND QUESTIONS
All questions regarding the solicitation, of a contractual nature or technical nature, must be submitted in writing via e-mail to Suet Vu at vus@mail.nlm.nih.gov no later than Wednesday, September 11, 2015, 12:00 p.m. Eastern Standard Time. Please include the solicitation number “RFP_NIHLM2015600-SV” in the subject line.
Questions with the Government’s responses will be posted to Fedbizopps through an amendment. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective Offerors.
PROPOSAL SUBMISSION
NLM requires proposals to be submitted electronically through the NLM Electronic Contract Proposal System (eCPS) using the following link: https://ecps.nih.gov/nlm All proposals received via eCPS by September 14, 2015 at 12:00 p.m. Eastern Time will be considered by NLM.
For directions on using eCPS, go to https://ecps.nih.gov/nl and click on “How to Submit.”
NOTE: To submit your electronic proposal using eCPS, all offerors must have a valid NIH External Directory Account, which provides authentication and serves as a vehicle for secure transmission of documents and communication with the NLM. The NIH External Directory Account registration process may take up to 24 hours to become active. Submission of proposals by facsimile or e-mail is not accepted.
Firms interested in responding to this notice must be able to provide the professional services required by NLM outlined in the attached Statement of Work. The offeror shall include all information necessary to document and/or support the qualification criteria in one clearly marked section of its proposal. All responses from responsible sources will be considered.
INSTRUCTIONS FOR PREPARING TECHNICAL PORTION OF PROPOSAL:
The Technical Proposal for each response to the RFP shall be limited to 10 pages, single-spaced, 12 point font with 1-inch margins (top, bottom, left, and right). Beyond the 10 pages of technical proposal, resumes of key investigators, reprints of relevant technical papers, and other supplemental materials can be provided outside the page limit.
A cover page for the Technical Proposal is required. The cover page is not part of the 10-page limit for the technical proposal. The cover page should include the following information:
1. Title for the Proposal
2. Name of the Offering Institution
3. Name of the Principal Investigator
4. Expected cost (include direct and indirect/overhead costs) for the proposed work.
5. Short description or abstract of the proposed work (150 word limit)
6. Address of the Offering Institution (including e-mail, fax, phone, and surface-mail address).
7. List of all named personnel/investigators in the proposal along with their affiliations
INSTRUCTIONS FOR PREPARING BUSINESS PORTION OF PROPOSAL
The Business Proposal for each offer shall be limited to 10 pages, single spaced, 12 point font with 1-inch margins (top, bottom, left, and right). The Business Proposal should include a description of the offering firm or institution, its history, location, and the place of performance for the proposed work. Since the funding for this effort is being provided by the NLM, the majority of the proposed work must be completed in a place of performance within the United States.
A cover page for the Business Proposal is required. The cover page is not part of the 10-page limit for the business proposal. The cover page should include the following information:
1. Title for the Proposal
2. Name of the Offering Institution
3. Name of the Prinicipal Investigator
4. Expected cost (include direct and indirect/overhead costs) for the proposed work.
5. Short description or abstract of the proposed work (150 word limit)
6. Address of the Offering Institution (including e-mail, fax, phone, and surface-mail address).
7. List of all named personnel/investigators in the proposal along with their affiliations
TRANSMITTAL AND COVER LETTER
The offeror’s transmittal and cover letter for the proposal must contain the name, phone number, and e-mail address of the person to be contacted concerning any matter related to the solicitation. The National Library of Medicine may, for example, contact that individual to schedule and make arrangements for the offeror’s discussion meetings, if necessary.
Include the following information in your proposal
1. DUNS number and TIN;
2. Company Name mailing address, and website address;
3. Date submitted and proposal expiration date;
4. All of the above-cited information for each entity on the proposed team, if a team is proposed;
5. NAICS code appropriate to this Solicitation;
6. Do you have a Government approved accounting system? If so, please identify the agency that approved the system;
7. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, College, University, etc.) as validated via the System for Award Management (SAM). All offerors must register in SAM located at http://www.sam.gov;
8. Company Point of Contact, Phone and Email address.
EMAILS AND FACSIMILES WILL NOT BE ACCEPTABLE. Firms interested in responding to this notice must be able to provide the products and services described by NLM in the Statement of Work. Vendors shall comply with all applicable Federal, State and Local laws, executive orders, rules and regulations applicable to its performance under this order. The following clauses and provisions cited herein are incorporated by reference into this solicitation and maybe obtained from the website http://rcb.cancer.gov/rcb-internet/SAP/sap.ht: FAR 52.212-1, Instructions to Offerors-Commercial Items (April 2014), FAR 52.212-2, Evaluation-Commercial Items (October 2014). Offerors are advised to provide with their offer a completed copy of the following provisions: FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (March 2015)-With DUNS Number Addendum [52.204-6 (July 2013)]. The following FAR clauses apply to this acquisition: FAR 52.214-4, Contract Terms and Conditions-Commercial Items (December 2014)-With Addenda [Stop Work Order, FAR 52.242-15 (August 1989) and Year 2000 Compliance (July 1997)]; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (March 2015), as well as the following clauses cited therein: FAR 52.232-18, Availability of Funds, FAR 52.219-6, FAR 52.222-41, Service Contract Labor Standards (May 2014) FAR 52.232-18, Availability of Funds (April 1984); FAR 52.242-15, Stop Work Order (August 1989) with Alternate I (April 1984); FAR 52.242-17, Government Delay of Work (April 1984); and FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (July 2013).
ALL RESPONSIBLE SOURCES MAY SUBMIT A PROPOSAL WHICH, IF TIMELY RECEIVED, SHALL BE CONSIDERED BY THE GOVERNENT.
Place of Performance: Bethesda, MD 20894 US URL: https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2015600-SV/listing.htm OutreachSystems Article Number: 20150904/PROCURE/0160
Matching keyword(s): writ*; copy; technical; standard;

Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105 Bethesda MD 20894

R — Novel Classification Method Development for Biomedical Images NIHLM2015601 091415 Suet Vu, Phone 301-496-6546, Fax 301-402-0642, Email vus@mail.nih.gov The enclosed RFP is to provide support for the National Library of Medicine (NLM) Lister Hill Center (LHC). This acquisition is being conducted in accordance with FAR 13: Simplified Acquisitions and FAR Part 12: Commercial Items.dept of health and human services Interested parties should submit their proposals in accordance with the following instructions. This solicitation document incorporates provisions and clauses that are in effect in the FAC 2005-83 FAR Revision effective August 5, 2015, including all FAR Circulars issued as of the date of this synopsis. This acquisition is a Full and Open and the North American Industry Classification System (NAICS) code is 541712, Research and Development in the Physical, Engineering, and Life Sciences (Except Biotechnology).

Offerors are required to submit both a written Technical Proposal and Business Proposal to Government officials for the purposes of acquiring supplies and/or services from the Contractor(s) that is fully cognizant of the scope of this requirement and has the capability to complete all requirements described in the solicitation. Proposals which merely offer to conduct a program in accordance with the requirements of the Government’s scope of work will not be eligible for award.
The Statement of Work for this requirement is included in the Attachments Section of this solicitation in a single file as Attachment 1.

FAR 52.216-1 TYPE OF CONTRACT (APR 1984)
The Government contemplates award of one AWARD firm-fixed price type purchase orders resulting from this solicitation. The Government intends to award without discussions with offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.
SOLICITATION TECHNICAL INQUIRIES AND QUESTIONS
All questions regarding the solicitation, of a contractual nature or technical nature, must be submitted in writing via e-mail to Suet Vu at vus@mail.nlm.nih.gov no later than Wednesday, September 11, 2015, 12:00 p.m. Eastern Standard Time. Please include the solicitation number “RFP_NIHLM2015601-SV” in the subject line.
Questions with the Government’s responses will be posted to Fedbizopps through an amendment. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective Offerors.
PROPOSAL SUBMISSION
NLM requires proposals to be submitted electronically through the NLM Electronic Contract Proposal System (eCPS) using the following link: https://ecps.nih.gov/nlm All proposals received via eCPS by September 14, 2015 at 12:00 p.m. Eastern Time will be considered by NLM.
For directions on using eCPS, go to https://ecps.nih.gov/nl and click on “How to Submit.”
NOTE: To submit your electronic proposal using eCPS, all offerors must have a valid NIH External Directory Account, which provides authentication and serves as a vehicle for secure transmission of documents and communication with the NLM. The NIH External Directory Account registration process may take up to 24 hours to become active. Submission of proposals by facsimile or e-mail is not accepted.
Firms interested in responding to this notice must be able to provide the professional services required by NLM outlined in the attached Statement of Work. The offeror shall include all information necessary to document and/or support the qualification criteria in one clearly marked section of its proposal. All responses from responsible sources will be considered.
INSTRUCTIONS FOR PREPARING TECHNICAL PORTION OF PROPOSAL:
The Technical Proposal for each response to the RFP shall be limited to 10 pages, single-spaced, 12 point font with 1-inch margins (top, bottom, left, and right). Beyond the 10 pages of technical proposal, resumes of key investigators, reprints of relevant technical papers, and other supplemental materials can be provided outside the page limit.
A cover page for the Technical Proposal is required. The cover page is not part of the 10-page limit for the technical proposal. The cover page should include the following information:
1. Title for the Proposal
2. Name of the Offering Institution
3. Name of the Principal Investigator
4. Expected cost (include direct and indirect/overhead costs) for the proposed work.
5. Short description or abstract of the proposed work (150 word limit)
6. Address of the Offering Institution (including e-mail, fax, phone, and surface-mail address).
7. List of all named personnel/investigators in the proposal along with their affiliations
INSTRUCTIONS FOR PREPARING BUSINESS PORTION OF PROPOSAL
The Business Proposal for each offer shall be limited to 10 pages, single spaced, 12 point font with 1-inch margins (top, bottom, left, and right). The Business Proposal should include a description of the offering firm or institution, its history, location, and the place of performance for the proposed work. Since the funding for this effort is being provided by the NLM, the majority of the proposed work must be completed in a place of performance within the United States.
A cover page for the Business Proposal is required. The cover page is not part of the 10-page limit for the business proposal. The cover page should include the following information:
1. Title for the Proposal
2. Name of the Offering Institution
3. Name of the Prinicipal Investigator
4. Expected cost (include direct and indirect/overhead costs) for the proposed work.
5. Short description or abstract of the proposed work (150 word limit)
6. Address of the Offering Institution (including e-mail, fax, phone, and surface-mail address).
7. List of all named personnel/investigators in the proposal along with their affiliations
TRANSMITTAL AND COVER LETTER
The offeror’s transmittal and cover letter for the proposal must contain the name, phone number, and e-mail address of the person to be contacted concerning any matter related to the solicitation. The National Library of Medicine may, for example, contact that individual to schedule and make arrangements for the offeror’s discussion meetings, if necessary.
Include the following information in your proposal
1. DUNS number and TIN;
2. Company Name mailing address, and website address;
3. Date submitted and proposal expiration date;
4. All of the above-cited information for each entity on the proposed team, if a team is proposed;
5. NAICS code appropriate to this Solicitation;
6. Do you have a Government approved accounting system? If so, please identify the agency that approved the system;
7. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, College, University, etc.) as validated via the System for Award Management (SAM). All offerors must register in SAM located at http://www.sam.gov;
8. Company Point of Contact, Phone and Email address.
EMAILS AND FACSIMILES WILL NOT BE ACCEPTABLE. Firms interested in responding to this notice must be able to provide the products and services described by NLM in the Statement of Work. Vendors shall comply with all applicable Federal, State and Local laws, executive orders, rules and regulations applicable to its performance under this order. The following clauses and provisions cited herein are incorporated by reference into this solicitation and maybe obtained from the website http://rcb.cancer.gov/rcb-internet/SAP/sap.ht: FAR 52.212-1, Instructions to Offerors-Commercial Items (April 2014), FAR 52.212-2, Evaluation-Commercial Items (October 2014). Offerors are advised to provide with their offer a completed copy of the following provisions: FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (March 2015)-With DUNS Number Addendum [52.204-6 (July 2013)]. The following FAR clauses apply to this acquisition: FAR 52.214-4, Contract Terms and Conditions-Commercial Items (December 2014)-With Addenda [Stop Work Order, FAR 52.242-15 (August 1989) and Year 2000 Compliance (July 1997)]; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (March 2015), as well as the following clauses cited therein: FAR 52.232-18, Availability of Funds, FAR 52.219-6, FAR 52.222-41, Service Contract Labor Standards (May 2014) FAR 52.232-18, Availability of Funds (April 1984); FAR 52.242-15, Stop Work Order (August 1989) with Alternate I (April 1984); FAR 52.242-17, Government Delay of Work (April 1984); and FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (July 2013).
ALL RESPONSIBLE SOURCES MAY SUBMIT A PROPOSAL WHICH, IF TIMELY RECEIVED, SHALL BE CONSIDERED BY THE GOVERNENT.
Place of Performance: Bethesda, MD 20894 US URL: https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2015601/listing.htm OutreachSystems Article Number: 20150904/PROCURE/0161
Matching keyword(s): writ*; copy; technical; standard;

dept of health and human servicesDepartment of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105 Bethesda MD 20894

R — Computer Methods for Digitized Histology Image Analysis and Biomedical Classification NIHLM2015602-SV 091415 Suet Vu, Phone 301-496-6546, Fax 301-402-0642, Email vus@mail.nih.gov The enclosed RFP is to provide support for the National Library of Medicine (NLM) Lister Hill Center (LHC). This acquisition is being conducted in accordance with FAR 13: Simplified Acquisitions and FAR Part 12: Commercial Items. Interested parties should submit their proposals in accordance with the following instructions. This solicitation document incorporates provisions and clauses that are in effect in the FAC 2005-83 FAR Revision effective August 5, 2015, including all FAR Circulars issued as of the date of this synopsis. This acquisition is a Full and Open and the North American Industry Classification System (NAICS) code is 541712, Research and Development in the Physical, Engineering, and Life Sciences (Except Biotechnology).
Offerors are required to submit both a written Technical Proposal and Business Proposal to Government officials for the purposes of acquiring supplies and/or services from the Contractor(s) that is fully cognizant of the scope of this requirement and has the capability to complete all requirements described in the solicitation. Proposals which merely offer to conduct a program in accordance with the requirements of the Government’s scope of work will not be eligible for award.
The Statement of Work for this requirement is included in the Attachments Section of this solicitation in a single file as Attachment 1.
FAR 52.216-1 TYPE OF CONTRACT (APR 1984)
The Government contemplates award of one AWARD firm-fixed price type purchase orders resulting from this solicitation. The Government intends to award without discussions with offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.
SOLICITATION TECHNICAL INQUIRIES AND QUESTIONS
All questions regarding the solicitation, of a contractual nature or technical nature, must be submitted in writing via e-mail to Suet Vu at vus@mail.nlm.nih.gov no later than Wednesday, September 11, 2015, 12:00 p.m. Eastern Standard Time. Please include the solicitation number “RFP_NIHLM2015602-SV” in the subject line.
Questions with the Government’s responses will be posted to Fedbizopps through an amendment. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective Offerors.
PROPOSAL SUBMISSION
NLM requires proposals to be submitted electronically through the NLM Electronic Contract Proposal System (eCPS) using the following link: https://ecps.nih.gov/nlm All proposals received via eCPS by September 14, 2015 at 12:00 p.m. Eastern Time will be considered by NLM.
For directions on using eCPS, go to https://ecps.nih.gov/nl and click on “How to Submit.”
NOTE: To submit your electronic proposal using eCPS, all offerors must have a valid NIH External Directory Account, which provides authentication and serves as a vehicle for secure transmission of documents and communication with the NLM. The NIH External Directory Account registration process may take up to 24 hours to become active. Submission of proposals by facsimile or e-mail is not accepted.
Firms interested in responding to this notice must be able to provide the professional services required by NLM outlined in the attached Statement of Work. The offeror shall include all information necessary to document and/or support the qualification criteria in one clearly marked section of its proposal. All responses from responsible sources will be considered.
INSTRUCTIONS FOR PREPARING TECHNICAL PORTION OF PROPOSAL:
The Technical Proposal for each response to the RFP shall be limited to 10 pages, single-spaced, 12 point font with 1-inch margins (top, bottom, left, and right). Beyond the 10 pages of technical proposal, resumes of key investigators, reprints of relevant technical papers, and other supplemental materials can be provided outside the page limit.
A cover page for the Technical Proposal is required. The cover page is not part of the 10-page limit for the technical proposal. The cover page should include the following information:
1. Title for the Proposal
2. Name of the Offering Institution
3. Name of the Principal Investigator
4. Expected cost (include direct and indirect/overhead costs) for the proposed work.
5. Short description or abstract of the proposed work (150 word limit)
6. Address of the Offering Institution (including e-mail, fax, phone, and surface-mail address).
7. List of all named personnel/investigators in the proposal along with their affiliations
INSTRUCTIONS FOR PREPARING BUSINESS PORTION OF PROPOSAL
The Business Proposal for each offer shall be limited to 10 pages, single spaced, 12 point font with 1-inch margins (top, bottom, left, and right). The Business Proposal should include a description of the offering firm or institution, its history, location, and the place of performance for the proposed work. Since the funding for this effort is being provided by the NLM, the majority of the proposed work must be completed in a place of performance within the United States.
A cover page for the Business Proposal is required. The cover page is not part of the 10-page limit for the business proposal. The cover page should include the following information:
1. Title for the Proposal
2. Name of the Offering Institution
3. Name of the Prinicipal Investigator
4. Expected cost (include direct and indirect/overhead costs) for the proposed work.
5. Short description or abstract of the proposed work (150 word limit)
6. Address of the Offering Institution (including e-mail, fax, phone, and surface-mail address).
7. List of all named personnel/investigators in the proposal along with their affiliations
TRANSMITTAL AND COVER LETTER
The offeror’s transmittal and cover letter for the proposal must contain the name, phone number, and e-mail address of the person to be contacted concerning any matter related to the solicitation. The National Library of Medicine may, for example, contact that individual to schedule and make arrangements for the offeror’s discussion meetings, if necessary.
Include the following information in your proposal
1. DUNS number and TIN;
2. Company Name mailing address, and website address;
3. Date submitted and proposal expiration date;
4. All of the above-cited information for each entity on the proposed team, if a team is proposed;
5. NAICS code appropriate to this Solicitation;
6. Do you have a Government approved accounting system? If so, please identify the agency that approved the system;
7. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, College, University, etc.) as validated via the System for Award Management (SAM). All offerors must register in SAM located at http://www.sam.gov;
8. Company Point of Contact, Phone and Email address.
EMAILS AND FACSIMILES WILL NOT BE ACCEPTABLE. Firms interested in responding to this notice must be able to provide the products and services described by NLM in the Statement of Work. Vendors shall comply with all applicable Federal, State and Local laws, executive orders, rules and regulations applicable to its performance under this order. The following clauses and provisions cited herein are incorporated by reference into this solicitation and maybe obtained from the website http://rcb.cancer.gov/rcb-internet/SAP/sap.ht: FAR 52.212-1, Instructions to Offerors-Commercial Items (April 2014), FAR 52.212-2, Evaluation-Commercial Items (October 2014). Offerors are advised to provide with their offer a completed copy of the following provisions: FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (March 2015)-With DUNS Number Addendum [52.204-6 (July 2013)]. The following FAR clauses apply to this acquisition: FAR 52.214-4, Contract Terms and Conditions-Commercial Items (December 2014)-With Addenda [Stop Work Order, FAR 52.242-15 (August 1989) and Year 2000 Compliance (July 1997)]; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (March 2015), as well as the following clauses cited therein: FAR 52.232-18, Availability of Funds, FAR 52.219-6, FAR 52.222-41, Service Contract Labor Standards (May 2014) FAR 52.232-18, Availability of Funds (April 1984); FAR 52.242-15, Stop Work Order (August 1989) with Alternate I (April 1984); FAR 52.242-17, Government Delay of Work (April 1984); and FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (July 2013).
ALL RESPONSIBLE SOURCES MAY SUBMIT A PROPOSAL WHICH, IF TIMELY RECEIVED, SHALL BE CONSIDERED BY THE GOVERNENT.
Place of Performance: Bethesda, MD 20894 US URL: https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2015602-SV/listing.htm OutreachSystems Article Number: 20150904/PROCURE/0162
Matching keyword(s): writ*; copy; technical; standard;

Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105 Bethesda MD 20894

R — Advanced Computational Methods for Anatomical and Functional Brain Data Analysis NIHLM2015604-SV 091415 Suet Vu, Phone 301-496-6546, Fax 301-402-0642, Email vus@mail.nih.gov The enclosed RFP is to provide support for the National Library of Medicine (NLM) Lister Hill Center (LHC). This acquisition is being conducted in accordance with FAR 13: Simplified Acquisitions and FAR Part 12: Commercial Items. Interested parties should submit their proposals in accordance with the following instructions. This solicitation document incorporates provisions and clauses that are in effect in the FAC 2005-83 FAR Revision effective August 5, 2015, including all FAR Circulars issued as of the date of this synopsis. This acquisition is a Full and Open and the North American Industry Classification System (NAICS) code isdept of health and human services 541712, Research and Development in the Physical, Engineering, and Life Sciences (Except Biotechnology).
Offerors are required to submit both a written Technical Proposal and Business Proposal to Government officials for the purposes of acquiring supplies and/or services from the Contractor(s) that is fully cognizant of the scope of this requirement and has the capability to complete all requirements described in the solicitation. Proposals which merely offer to conduct a program in accordance with the requirements of the Government’s scope of work will not be eligible for award.
The Statement of Work for this requirement is included in the Attachments Section of this solicitation in a single file as Attachment 1.
FAR 52.216-1 TYPE OF CONTRACT (APR 1984)
The Government contemplates award of one AWARD firm-fixed price type purchase orders resulting from this solicitation. The Government intends to award without discussions with offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.
SOLICITATION TECHNICAL INQUIRIES AND QUESTIONS
All questions regarding the solicitation, of a contractual nature or technical nature, must be submitted in writing via e-mail to Suet Vu at vus@mail.nlm.nih.gov no later than Wednesday, September 11, 2015, 12:00 p.m. Eastern Standard Time. Please include the solicitation number “RFP_NIHLM2015604-SV” in the subject line.
Questions with the Government’s responses will be posted to Fedbizopps through an amendment. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective Offerors.
PROPOSAL SUBMISSION
NLM requires proposals to be submitted electronically through the NLM Electronic Contract Proposal System (eCPS) using the following link: https://ecps.nih.gov/nlm All proposals received via eCPS by September 14, 2015 at 12:00 p.m. Eastern Time will be considered by NLM.
For directions on using eCPS, go to https://ecps.nih.gov/nl and click on “How to Submit.”
NOTE: To submit your electronic proposal using eCPS, all offerors must have a valid NIH External Directory Account, which provides authentication and serves as a vehicle for secure transmission of documents and communication with the NLM. The NIH External Directory Account registration process may take up to 24 hours to become active. Submission of proposals by facsimile or e-mail is not accepted.
Firms interested in responding to this notice must be able to provide the professional services required by NLM outlined in the attached Statement of Work. The offeror shall include all information necessary to document and/or support the qualification criteria in one clearly marked section of its proposal. All responses from responsible sources will be considered.
INSTRUCTIONS FOR PREPARING TECHNICAL PORTION OF PROPOSAL:
The Technical Proposal for each response to the RFP shall be limited to 10 pages, single-spaced, 12 point font with 1-inch margins (top, bottom, left, and right). Beyond the 10 pages of technical proposal, resumes of key investigators, reprints of relevant technical papers, and other supplemental materials can be provided outside the page limit.
A cover page for the Technical Proposal is required. The cover page is not part of the 10-page limit for the technical proposal. The cover page should include the following information:
1. Title for the Proposal
2. Name of the Offering Institution
3. Name of the Principal Investigator
4. Expected cost (include direct and indirect/overhead costs) for the proposed work.
5. Short description or abstract of the proposed work (150 word limit)
6. Address of the Offering Institution (including e-mail, fax, phone, and surface-mail address).
7. List of all named personnel/investigators in the proposal along with their affiliations
INSTRUCTIONS FOR PREPARING BUSINESS PORTION OF PROPOSAL
The Business Proposal for each offer shall be limited to 10 pages, single spaced, 12 point font with 1-inch margins (top, bottom, left, and right). The Business Proposal should include a description of the offering firm or institution, its history, location, and the place of performance for the proposed work. Since the funding for this effort is being provided by the NLM, the majority of the proposed work must be completed in a place of performance within the United States.
A cover page for the Business Proposal is required. The cover page is not part of the 10-page limit for the business proposal. The cover page should include the following information:
1. Title for the Proposal
2. Name of the Offering Institution
3. Name of the Prinicipal Investigator
4. Expected cost (include direct and indirect/overhead costs) for the proposed work.
5. Short description or abstract of the proposed work (150 word limit)
6. Address of the Offering Institution (including e-mail, fax, phone, and surface-mail address).
7. List of all named personnel/investigators in the proposal along with their affiliations
TRANSMITTAL AND COVER LETTER
The offeror’s transmittal and cover letter for the proposal must contain the name, phone number, and e-mail address of the person to be contacted concerning any matter related to the solicitation. The National Library of Medicine may, for example, contact that individual to schedule and make arrangements for the offeror’s discussion meetings, if necessary.
Include the following information in your proposal
1. DUNS number and TIN;
2. Company Name mailing address, and website address;
3. Date submitted and proposal expiration date;
4. All of the above-cited information for each entity on the proposed team, if a team is proposed;
5. NAICS code appropriate to this Solicitation;
6. Do you have a Government approved accounting system? If so, please identify the agency that approved the system;
7. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, College, University, etc.) as validated via the System for Award Management (SAM). All offerors must register in SAM located at http://www.sam.gov;
8. Company Point of Contact, Phone and Email address.
EMAILS AND FACSIMILES WILL NOT BE ACCEPTABLE. Firms interested in responding to this notice must be able to provide the products and services described by NLM in the Statement of Work. Vendors shall comply with all applicable Federal, State and Local laws, executive orders, rules and regulations applicable to its performance under this order. The following clauses and provisions cited herein are incorporated by reference into this solicitation and maybe obtained from the website http://rcb.cancer.gov/rcb-internet/SAP/sap.ht: FAR 52.212-1, Instructions to Offerors-Commercial Items (April 2014), FAR 52.212-2, Evaluation-Commercial Items (October 2014). Offerors are advised to provide with their offer a completed copy of the following provisions: FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (March 2015)-With DUNS Number Addendum [52.204-6 (July 2013)]. The following FAR clauses apply to this acquisition: FAR 52.214-4, Contract Terms and Conditions-Commercial Items (December 2014)-With Addenda [Stop Work Order, FAR 52.242-15 (August 1989) and Year 2000 Compliance (July 1997)]; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (March 2015), as well as the following clauses cited therein: FAR 52.232-18, Availability of Funds, FAR 52.219-6, FAR 52.222-41, Service Contract Labor Standards (May 2014) FAR 52.232-18, Availability of Funds (April 1984); FAR 52.242-15, Stop Work Order (August 1989) with Alternate I (April 1984); FAR 52.242-17, Government Delay of Work (April 1984); and FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (July 2013).
ALL RESPONSIBLE SOURCES MAY SUBMIT A PROPOSAL WHICH, IF TIMELY RECEIVED, SHALL BE CONSIDERED BY THE GOVERNENT.
URL: https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2015604-SV/listing.htm OutreachSystems Article Number: 20150904/PROCURE/0163
Matching keyword(s): writ*; copy; technical; standard;

VADepartment of Veterans Affairs, Bronx VAMC (NAL), Department of Veterans Affairs, Janice Brooks

U–Relationship-Based Holistic Self-Care Training for Nurses VA24315Q1458 091015 Janice Brooks Janice.Brooks@va.gov STATEMENT OF WORK
RELATIONSHIP- BASED HOLISTIC SELF CARE TRAINING FOR NURSES
Veterans Administration New Jersey Healthcare System (VA NJHCS)
3 September 2015
Title of Project
VA New Jersey Health Care System (VA NJHCS) is requesting education and support for the Nursing Staff in self-care practices based on the facility focus on human interactions, adoption of relationship-based care and ability to advance self-care from within the healthcare system.
1. Description of Need/Background
a. As a VA Center of Innovation for Patient-Centered Care and Cultural Transformation, VANJHCS looks to demonstrate excellence in the delivery of patient care. VANJHCS recognizes the importance of the healthcare provider’s healing relationship with the self as an intricate part of the healing process and an important component of providing excellence in patient care.
b. This Relationship-Based Holistic Self Care educational program reinforces the provider’s relationship to “the self” and care of the self as an essential component of nursing practice. Relationship to self involves a “sense of knowing” and a commitment to taking care of one’s self in a holistic way -physically, mentally, emotionally and spiritually. Self-knowing implies an inner awareness of the healer’s or healthcare provider’s personal needs, goals, values, beliefs, choices and confidence. A lack of self-knowing may adversely affect personal growth and interpersonal relationships including the expression of compassion or empathy for others. Without a clear understanding of “self”, the healthcare provider may not realize her/his full potential as a healing agent or her/his effect on other team members. This lack of understanding could negatively affect a healthy or healing relationship with other team members and affect team work. The therapeutic relationship between nurse and patient can also be affected.
c. In the Holistic Nurse framework, wholeness and healing exists when the healer or healthcare provider is able to establish meaningful relationships with patients, colleagues and self. Acceptance of self however, is not only dependent on recognition of needs but also on the doing of the work to meet those needs. “Self-care work “includes holistic mind-body-spirit practices and/or techniques that address physical, mental, emotional and spiritual wounds.
d. Nurses need to learn how to care for the self. Restoring caring and compassion for self will restore caring and compassion to the nurse’s nursing practice. Nurses need to be supported in that journey as they walk down the self-care path of wellness and self-healing. Learning holistic and resilient mind-body-spirit practices will help nurses to restore and renew the self, avoid burn out, promote compassion for self and others and model a personal wellness path for their patients and colleagues.
e. The healing relationship to self will be strengthened by the holistic and self-care practices of a Relationship Based Holistic Self Care Program and will be reflected in a number of metrics. Nurses will approach nursing practice with renewed mindful awareness, presence and intentionality.
2. Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverable described in the statement of work (SOW), except as may otherwise be specified. VANJHCS seeks to continue using the Relationship Based Care (RBC) Model and provide RBC Self Care training to staff. The strategic plan for Patient Care Services at VANJHCS is to continue to move patient centered care culture by optimally utilizing the RBC initiatives. The anticipated results are to increase patient satisfaction throughout the medical centers in the inpatient and outpatient settings.
Description of work is as follows but not limited to:
a. A sufficient number of credentialed educators/practitioners to conduct all educational sessions.
b. The learning curriculum provides instruction in the following areas: holistic nursing philosophy; the theory of healing relationships including relationship based care; the concept of self-care in healing and nursing; self-care exercises that can be incorporated into daily nursing practice.
c. All VA participants in the educational program receive the appropriate educational tools for learning, both printed and electronic.
d. All learning material, print and screen, are of the highest quality and meet ADA standards.
e. Presenters provide the mind-body-spirit tools/equipment necessary to ensure hands on practice by participants.
f. VA participants are given adequate time for mastery and confidence in the utilization of mind-body-spirit techniques/ practices during the educational session.
g. Support services to assist participants in successfully implementing techniques learned and resolving any barrier to practice.
h. Nursing Continuing Education Credits (CEUs) be awarded to all nurse participants.
Permission to videotape training sessions for advertisement of program during future nursing events.
i. Each session will accept a minimum of 30 participants
j. Flexibility in training schedules, no more than 3 consecutive days of training (unit staffing needs take priority). Preferable schedule is from Tuesday to Thursday beginning at 8:00am until 4:30pm.
k. Availability for nursing staff to attend “train the trainer” sessions including coaching and mentoring.
l. Options to complete other training when available
m. Education session are provided for all disciplines
n. Education sessions are provided at the VANJHCS main campuses.
3. Proposal Submission
The proposal submitted must include the following:
a. Description of program methodology and concepts
b. Schedule of didactic course work over day(s) of training
c. Biographies and credentials of educators/presenters
d. Identification of expected outcomes and learning goals
e. Identification of learning tools and /or equipment used or needed
4. Deliverable Require
a. Deliverable one: A 3 day (preferably Tuesday through Thursday) Relationship Based Holistic Self-Care seminar for at least 30 VANJHCS staff members of all disciplines. There should be at least two instructors with the credentialing as noted in bullets 1 and 2 under description of work. Participants gain insight and deepen their knowledge and skills in how to care for themselves, each other, and patients and families. It culminates with the development of a shared vision for caring in their department and an exploration of how to bring that vision to life. The outcomes should include but are not limited to: relating the balancing of body, mind and spirit to personal and professional growth; identify personal and professional choices that create desired results; apply principles of healthy interpersonal relations to strengthen and promote teamwork; strengthen and implementing patient and family care in daily practice; identify a vision and key strategies for transforming your work environment to optimize self-care and compassionate care for patients and families; and, recognizing and celebrating the power of appreciation and caring for self and others. These education sessions will take place at one of the medical centers in VANJHCS. Also, any educational material should be provided. CEUs are provided for staff in attendance.
b. Deliverable two: Upon completion of training, selected staff may attend a “train the trainer” seminar. Staff members will be allowed to travel for this training when it is available.
c. Deliverable three: Coaching and mentoring is provided to VANJHCS staff members during the first trainings held at VANJHCS. These “facilitators” will train other VANJHCS staff and VANJHCS will no longer need to pay for educations sessions. However, as described in deliverable one, the outcomes remain the same.
d. Deliverable four: Licensing fees if and when applicable will be as needed for training to be held at VANJHCS by facilitators as well as for educational materials.
Set-Aside: Total Small Business Place of Performance: New Jersey VA Healthcare System;385 Tremont Avenue;East Orange, NJ 07018 USA URL: https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24315Q1458/listing.htm

OutreachSystems Article Number: 20150904/PROCURE/0203
Matching keyword(s): video*; train*; seminar?; education*; business*; event?; instruct*;

Department of the Army, Army Contracting Command, ACC – Orlando, 12211 Science Drive Orlando FL 32826-3224

69–Close Combat Tactical Trainer (CCTT) Manned Module Modernization W900KK15R0045 101615 Graham K. Oliff, Phone 4072083450, Email graham.k.oliff.civ@mail.mil INTRODUCTION:

The U.S. Army Program Executive Office Simulation, Training and Instrumentation (PEO STRI) is seeking capability information from industry to provide a solution for modernization of the Close Combat Tactical Trainer (CCTT). The Army requires new and agile hardware and software solutions to facilitate current and future collective training that the CCTT provides. Information is requested about potential solutions that leverage existing investments and provides opportunities for early refinement ofDepartment of the Army emerging products. Also, this RFI is intended to gather information about technology and affordability bounds, and seek market information on businesses able to provide the capabilities described in the sections below. The CCTT solution must be compatible and interoperable with the Synthetic Environment (SE-Core) terrain databases, One Semi-Automated Forces (OneSAF), the Live, Virtual Constructive – Integrating Architecture (LVC-IA), and Aviation Combined Arms Tactical Trainer (AVCATT).

INDUSTRY DAY:

Attendees shall pre-register for a CCTT industry day, providing the company name, attendees (main Point Of Contact), organization, phone number, and email address via email to the Contracts point of contact (POC) no later than 4:00 p.m. Eastern Standard Time (EST) on 4 Sep 2015. The CCTT industry day is scheduled for 16 Sep 2015 from 8:00am to 11:00am in the Partnership III Building, Conference Room 321 located at 3039 Technology Parkway, Orlando, FL 32826. The briefing shall begin at 8:30am.  Due to limited parking in the Partnership III parking lot, all visitors are requested to park in large parking lot on the corner of Science Drive and Technology Parkway.

When pre-registering, please indicate your firm’s desire to participate in a 30-minute one-on-one session which will be scheduled on 16 Sep 2015 between 12:00pm and 5:00pm or on 17 Sep 2015 between 8:00am to 12:00pm. Your company’s POC will be notified of your scheduled one-on-one discussion with members of the Government’s integrated project team. The one-on-one sessions will be held in person and/or via telecon.

As of 1:00pm on 3 Sep 2015, all Industry Day one-on-one session timeslots have been claimed; therefore, further requests for Industry Day one-on-one sessions will not be accepted.

CCTT TECHNICAL DATA compact disc:

During the industry day, the Government intends to make available a data CD containing CCTT Technical Data Supporting the M3 and the Post Development Software Support (PDSS) efforts.  All contractors requesting these materials must be cleared DOD contractors by the Defense Security Services (DSS), if foreign ownership, controlled or influenced (FOCI) companies, you must provide a copy of the appropriate DSP-5 license agreement from the U.S. States department before dissemination can be made.

If you would like the data CD containing CCTT Technical Data Supporting M3/PDSS, provide your company name, CAGE code, company address associated with CAGE code, DUNS number as well as the applicable documentation regarding foreign ownership, controlled or influenced (FOCI) companies. Submit required information to the Contracts point of contact (POC) no later than 4:00 p.m. Eastern Standard Time (EST) on 4 Sep 2015.

PROGRAM DESCRIPTION:

The CCTT system consists of computer-driven, manned module (MM) simulators replicating the vehicles found in close combat units such as the M1 Abrams Tank, M2 Bradley Fighting Vehicle (BFV), Bradley Fire Support Team Vehicle (BFIST), Reconfigurable Vehicle Simulator (RVS), and the High Mobility, Multipurpose, Wheeled Vehicle (HMMWV). Semi-Automated Forces (SAF) populate the battlefield and function through emulators to work interactively with the manned modules. These simulators and SAFs are connected via a local area network to provide real-time, fully interactive collective task training on computer generated terrain. The CCTT system provides a collective training environment where units conduct multiple platoon level training events or company and team collective training up to battalion task force level.

OVERVIEW:

The CCTT modernization will result in a current, sustainable hardware and software system, based on relevant computing technologies and design approaches, while meeting all existing functional requirements. The overriding goal of this effort is to increase sustainability, reduce the hardware footprint, diminish complexity, improve cybersecurity, and prepare the system for any future Army simulation architectures. Mature but modern commercial-off-the-shelf (COTS) hardware and software technologies must be considered for the solution. Many constraints imposed by legacy CCTT architectures and implementations should be ignored for the purposes of this modernization. The only legacy system constraints that will not be altered are: the utilization of Distributed Interactive Simulation (DIS) protocol as the backbone protocol for subsystem to subsystem communication; the utilization of OneSAF as the Semi-Automated Forces (SAF)/Computer Generated Forces (CGF); and the utilization of the OneSAF Environment Runtime Component (ERC) Services as the basis of manned module terrain reasoning. Any solutions that meet the stated goals of this effort will be considered.

The following identifies the business areas for which the requirements apply:

*Systems architecture design, engineering, and modeling activities supporting development and maintenance

*Cybersecurity

*Image Generators Hardware

*Image Generators Real Time Software

*Virtualization and Cloud computing technologies (to include thin/zero clients)

*Digital Display Devices

*Analog and digital Input/Output (I/O)

*Service oriented architecture

*Web Services and HTML5 interface development

*User Interface design and implementation

*Software and Hardware deployment

The specific objectives in each area fall under three major categories:

–Manned Module (MM) Development–

PEO STRI is seeking to understand current and emerging methods/technologies with the intent to modernize the I/O subsystem, reduce hardware footprint, decrease maintenance cost, and provide a platform capable of supporting future Army capabilities.

Consider the CCTT Manned Module as a basic I/O interface between the Soldier and the virtual simulation. Analog and digital input is transmitted, ingested, and interpreted by the software, which in turn provides feedback to all users. This RFI seeks information that will provide CCTT with a solution for a new generic I/O processing subsystem that can replace the current CCTT I/O subsystem.

As a part of the I/O solution, provide input on the development of a service based manned module Application Program Interface (API) that will support existing CCTT requirements and enable rapid integration into emerging Army simulation architectures. Discuss methods to host existing software applications in a streamlined platform.

CCTT would like to decrease the current CCTT maintenance cost. Offer suggestions or information that can provide guidance for reduced maintenance personnel, increased ease of use, a longer mean time between failures (MTBF) and a better use of commodity Information Technology (IT) assets to enable rapid repair and/or replacement.

Provide and explain concepts that demonstrate potential reduction in the current CCTT MM footprint. These must satisfy the current requirements and address scalability for future needs.

–System Infrastructure Development–

PEO STRI is seeking information about current technologies with the goals of reducing hardware footprint, increasing system flexibility, reducing time spent on software maintenance, improving the quality and preservation of cybersecurity and improving end user usability in the CCTT infrastructure. This infrastructure includes the applications, workstations, servers, and networks used by site personnel to conduct training in CCTT.

Many CCTT software components run on similar or identical computer hardware and operating systems. Examples include the Master Control Console (MCC), SAF, CGF, and Leaders Digital Workstation (LDWS). These commonalities provide opportunities to consolidate and simplify the architecture.

CCTT seeks to implement more flexible workstation environments to allow for multi-purpose use. This can include, based on your design, updates to the User Interface (UI) / User Experience (UX) to support multiple applications and greater productivity.

As these items are considered, discuss how the existing CCTT applications might be modified or replaced to streamline the infrastructure, reduce long term software maintenance, and enable enhanced connectivity with external systems.

The government is also requesting any information on recommended hardware and/or software enhancements to improve the CCTT Systems infrastructure to support overall system vision. New elements may include workstations, thin or zero clients, server class hardware, and various network capabilities.

–Visual Development–

PEO STRI is seeking a modernization of the CCTT visual subsystem. Over the years, various visual components have accumulated into a system that is increasingly incompatible with developing graphics technologies. Our goal is to update and streamline these components with the objectives of increasing performance, reducing hardware footprint, consolidating video transmission standards, and decreasing hardware and software maintenance requirements.

This new visual subsystem architecture will support the incorporation of local and remote cloud-based rendering technologies. Possibilities include multiple Graphics Processing Unit (GPU) servers, GPU virtualization, network distribution of video feeds, and thin/zero clients. As software technologies are incorporated into the overall CCTT infrastructure, the new visual architecture must support the overall system vision.

As part of the design, new video distribution methods should also be considered. The distribution system must be compatible with all accepted Video Electronics Standards Association (VESA) standards. The intent is to enable the rapid selection and deployment of standard COTS displays without undergoing a complex qualification process.

ADDITIONAL RESPONSES/REQUIREMENTS:

1. What recent relevant performance (past five (5) years) and/or current work experience does your company have performing a program of this type, complexity, and of a similar nature? Please indicate whether or not you were a prime contractor. Please describe your effort and role.

2. Describe your company’s understanding of cloud-based technologies supporting multi-location distributed systems, and provide an example of a capability that you’ve developed that highlights this knowledge.

3. For the CCTT Manned Modules, discuss current or emerging I/O technologies that meet the stated goals. Review potential benefits of implementing each technology described.

4. Discuss a high level API design that allows for integration of each CCTT module into a cloud or web based system. Describe any relevant experience with this type of development.

5. Suggest infrastructure improvements that reduce the total computer count and hardware footprint in CCTT. Describe any relevant experience with the recommended implementation.

6. Present potential improvements to the existing CCTT user interface that support a cloud or web based system, reduce maintenance costs, and/or increase operator productivity.

7. For the visual subsystem, provide information on emerging GPU technologies that minimize the amount of hardware required to generate the concurrent real-time rendered views found in the CCTT manned modules.

8. Recommend display technologies and video distribution methods suited to meet CCTT visual requirements while reducing hardware and maintenance costs. Consider support for network video distribution.

9. Discuss any emerging graphics software capabilities that could be applied to CCTT requirements to improve overall visual fidelity.

10. Describe your company’s understanding and experience with Cybersecurity. This program has Information Assurance Vulnerability Management (IAVM) requirements. Explain your ability to maintain/meet current IAVM requirements.

INFORMATION SUBMISSION INSTRUCTIONS:

All capability statements sent in response to this Request for Information must be submitted electronically (via email) to the Contract Specialist identified below.

Response shall include documentation of technical expertise and capability in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition.

It is imperative that business concerns responding to this Request for Information articulate their capabilities clearly and adequately.

1. Only email submission will be accepted.

2. Use MSOffice 2013 compatible (.xlsx, .docx or .pptx) or Adobe Acrobat 9 Pro (.pdf) formats.

3. Classified material will not be accepted.

4. Material samples will not be accepted.

5. Information papers may be submitted in a White Paper Format and will count towards the total number of pages allowed.

The cover sheet shall include the following company information: name, address, URL, POC name and email address, Commercial Government Entity (CAGE) code number, Data Universal Numbering System (DUNS) Number, business type and size, and a statement if your firm is or is not foreign owned, foreign controlled, or has foreign influence.

6. Limit responses to 10 pages of technical content, including graphs/charts or pictures. The cover sheet and a single page of general corporate information, including past performance and key personnel, are not included in the 10 page limit.

7. Minimum acceptable font size is 12 Times Roman.

8. All documents should be typed in single space, single sided pages.

9. The deadline for submitting capability statements is 4:00 P.M. Eastern Standard Time (EST) on 16 Oct 2015. All email responses shall be sent to: graham.k.oliff.civ@mail.mil.

CONFIDENTIALITY:

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

DISCLAIMER:

This notice is issued solely for information and planning purposes and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this notice is strictly voluntary and will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this notice or the Government use of such information. This Request for Information is not tied to any current request for proposals (RFP).

Not responding to this notification does not preclude participation in any future RFP or other solicitation, if any is issued.

The information provided in this notice is subject to change and is not binding on the Government.

The Government does not intend to award a contract on the basis of this notice.

Feedback and/or evaluation information will not be provided to any firm regarding their individual capability statements.
URL: https://www.fbo.gov/notices/027d9e398ed651b8148396dabfdd7b1

OutreachSystems Article Number: 20150904/PROCURE/1447
Matching keyword(s): video*; produc*; train*; conference?; you; web; site?; page?; business*; documentation; event?; distribut*; instruct*; commercial?;

Kenton County Airport Board , Cincinnati/Northern Kentucky International Airport, P.O. Box 752000, Cincinnati, OH 45275-2000

R — SEASONAL DECORATION DESIGN, INSTALLATION & MAINTENANCE. SOL #15-100RFP DUE 09/17/2015 Website: http://www.cvgairport.com/about/biz/procur Pursuant to the provisions of KRS 424.260, the Kenton County Airport Board (“KCAB”) will receive proposals for Seasonal Decoration Design, Installation & Maintenance at the Cincinnati/Northern Kentucky International Airport (“CVG”). Proposals will be received no later than September 17, 2015 at 2:00 P.M. ET. No proposals will be accepted after that time unless such date or time is extended pursuant to an addendum issued by KCAB. A pre-bid meeting will be held on September 10, 2015 at 1:00 p.m. ET at Admin Offices, 2nd floor, 2939 Terminal Drive, Hebron, KY 41048. Please RSVP by Wednesday, September 9, 2015 through KCAB’s online bidding system which can be accessed at http://www.cvgairport.com/bid under “Current Opportunities”. Select the project titled “Seasonal Decoration Design, Installation & Maintenance” (Invitation #15-100RFP) and provide the name of the person(s) attending. NOTE: Although attendance at the pre-proposal meeting is not limited, the subsequent walkthrough is limited to a maximum of two (2) persons per company. per company. KCAB reserves the right to waive any informality or irregularity in any proposal or bid guaranty, to reject any or all proposals, to award or refrain from awarding a contract for the work, and to negotiate with the apparent qualified responsible proposer to such extent as may be beneficial to KCAB. Preference for Kentucky resident proposers will be applied in accordance with Kentucky law. KCAB in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. Further information and copies of the Request for Proposal (RFP) may be downloaded from our website http://www.cvgairport.com under Business Opportunities – Procurement. The RFP may also be obtained by calling (859) 767-7900.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: 20150904/KY/1160
Matching keyword(s): age:state!ky; state!ky;

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

R — Improvement Study – Allen Field. SOL RFP-17-16 DUE 10/01/2015 Phone: (606) 783-2018, Website: http://www.moreheadstatebids.com Proposals are being accepted for firms to serve as a strategic consultant to a Baseball Stadium Improvement Study for MSU Allen Field. Scope of Work: Resurface the baseball field with either natural grass or field turf -depending on cost estimates and shift home plate back as far as possible in order to provide a deeper right field. Include as a part of this work the demolition and reconstruction of the metal barn indoor hitting cage. Look at the feasibility of shifting the right field fence back as far as possible without affecting the existing site drainage/ dry stream. Included as a part this work would be the demolition and replacement of the right field lighting standard. Also included would be the reworking of the left center fence to provide a more workable fence line. Look at the feasibility (and cost) of covering and tiling a portion of the existing site drainage./ dry stream beyond the right field fence to allow the fencing to be shifted to provide a proper depth right field. Develop a cost analysis for the demolition and replacement of the current stands as necessary to allow for a complete reworking of the ball field. This option would not require work on the existing site drainage/ dry stream. 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: 20150904/KY/1195
Matching keyword(s): age:state!ky; state!ky;

bmg logo(R)2BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

The Aerospace Corp., El Segundo, California, has been awarded an $828,255,889 modification (P00037) to the previously awarded contract FA8802-14-C-0001 for systems engineering and integration support for the national space community. Contractor will provide systems engineering, integration management, technical performance analysis and assessment, monitoring of launch vehicle and satellite processing, and verifying launch readiness. Work will be performed at El Segundo, California, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 research and development funds are being used, and no funds were obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $105,875,594 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for KC-135 Block 45 cockpit analog/digital upgrade Group B kits. Work will be performed at Cedar Rapids, Iowa, and is expected to be complete by Sept. 29, 2024. This contract involves foreign military sales. This award is the result of a sole-source acquisition. Fiscal 2015 aircraft procurement funds in the amount of $25,371,321 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8105-15-D-0002).

Newport Materials LLC, Westford, Massachusetts, has been awarded an $18,300,189 firm-fixed-price, single award, indefinite-delivery/indefinite-quantity contract for Hanscom Air Force Base paving projects. Contractor will provide management, labor, material, equipment, transportation, supervision, and minor designs to accomplish simultaneous pavement maintenance, water line repairs, storm drainage line repairs, sanitary sewer line repairs, and other miscellaneous repair and minor construction work on real property. Work will be performed at Hanscom Air Force Base, Massachusetts; Hamilton, Massachusetts; Humarock, Massachusetts; and Cape Cod Air Force Station, Massachusetts, and is expected to be complete by Sept. 17, 2020.  This award is the result of a competitive acquisition with five offers received. Fiscal 2015 operations and maintenance funds in the amount of $2,500 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA2835-15-D-0006).

Wolf Creek Federal Services Inc., has been awarded an $8,000,000 indefinite-delivery/indefinite-quantity contract to repair various facilities at Joint Base Charleston, South Carolina. The contractor will provide all labor, materials, equipment, transportation and supervision necessary to perform numerous specified projects. Work will be performed at Joint Base Charleston, South Carolina, and is expected to be complete by Aug. 16, 2016. This award is a sole-source 8(a) acquisition. Fiscal 2015 operation and maintenance funds in the amount of $186,671 are being obligated at the time of award. The 628th Contracting Squadron, Joint Base Charleston, South Carolina, is the contracting activity (FA4418-15-D-0008).

CORRECTION: The Amherst Systems Inc. contract listed on Sept. 3, 2015, for $9,100,822 was actually awarded on Sept. 16, 2015. All other contract information is accurate (FA8523-15-D-0001).

ARMY

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland (W911NF-15-D-0001); Battelle Memorial Institute, Columbus, Ohio (W911NF-15-D-0002); Booz Allen Hamilton Inc., McLean, Virginia (W911NF-15-D-0003); Bowhead System Management LLC,* Alexandria, Virginia (W911NF-15-D-0004); ByLight, Professional IT Services Inc., Arlington, Virginia (W911NF-15-D-0005); Charles Stark Draper Laboratory Inc., Cambridge, Massachusetts (W911NF-15-D-0006); Envistacom LLC,* Atlanta, Georgia (W911NF-15-D-0007); Exelis Inc., Herndon, Virginia (W911NF-15-D-0008); Georgia Tech Applied Research Corp., Atlanta, Georgia (W911NF-15-D-0009); Hickory Ground Solutions LLC,* Heathsville,Department of the Army Virginia (W911NF-15-D-0010); Ideal Innovation Inc.,* Arlington, Virginia (W911NF-15-D-0011); Janus Research Group Inc.,* Appling, Georgia (W911NF-15-D-0012); K2 Solutions Inc.,* Southern Pines, North Carolina (W911NF-15-D-0013); Leidos Inc., Reston, Virginia (W911NF-15-D-0014); STS International Inc.,* Berkeley Springs, West Virginia (W911NF-15-D-0015); and WinTec Arrowmaker Inc.,* Fort Washington, Maryland (W911NF-15-D-0016), were awarded an $800,000,000 cost-plus-fixed-fee multiple award task order contract with options for research and development to counteract asymmetrical threats, with an estimated completion date of Sept. 17, 2020.  Bids were solicited via the Internet with 16 received.  Funding and work location will be determined with each order. Army Contracting Command, Research Triangle Park, North Carolina, is the contracting activity.

Cool Roofing Systems Inc.,* Manteca, California (W912BV-15-D-0025); and Doyon Project Services,* Federal Way, Washington (W912BV-15-D-0028), were awarded a $10,000,000 firm-fixed-price, multi-year, multiple award task order contract with options for Tinker Aerospace Complex roof program, Building 9001, Tinker Air Force Base, Oklahoma, with an estimated completion date of Sept. 17, 2020.  Bids were solicited via the Internet with seven received.  Funding and work location will be determined with each order.  Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity.

Agile Infrastructure Services, Inc.*, Kellogg, Idaho, was awarded a $10,000,000 firm-fixed-price contract for minor construction projects.  Work locations and funding will be determined with each order, with an estimated completion date of Sept. 17, 2020.  Bids were solicited via the internet with nine received.  Army Contracting Command, Fort Jackson, South Carolina, is the contracting activity (W9124C-15-D-0005).

Value Recovery Holding, LLC*, Columbus, Ohio, was awarded an $8,570,405 modification (P00007) to contract (W912DY-14-C-0008) for support services to the Office of Energy Initiatives.  The contract provides assistance with the planning and execution of large scale renewable energy, wind, solar, biomass, and geothermal projects leveraging third party financing.  The contractor provides both technical and financial subject matter expertise. The Office of Energy Initiatives is the central management office for the planning and execution of large scale renewable energy project leveraging third party finance. Work will be performed in Arlington, Virginia, with an estimated completion date of Sept. 18, 2016.  Fiscal 2015 operations and maintenance funds in the amount of $4,315,616 were obligated at the time of the award.  Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

Heritage Disposal & Storage LLC,* Alda, Nebraska, was awarded a $6,671,296 firm-fixed-price contract for demilitarization and disposal of 504,644 HC smoke canisters and 61,400 HC smoke pots. Work will be performed in Alda, Nebraska, with an estimated completion date of Sept. 15, 2018.  Bids were solicited via the Internet with three received.  Fiscal 2014 operations and maintenance funds in the amount of $6,671,296 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-C-0088).

600px-US-DeptOfNavy-Seal.svgNAVY

Manu Kai LLC,* Honolulu, Hawaii, is being awarded $76,269,409 for modification P00051 under a previously awarded fixed-price-award-fee, indefinite-quantity provision, and cost-plus-award-fee, contract (N00604-09-D-0001) to exercise the seventh option for range operations support and base operations support services.  Work will be performed in at the Pacific Missile Range Facility, Island of Kauai, Hawaii, and is expected to be completed by September 2016.  If all options on the contract are exercised, work will be completed by September 2018.  Subject to the availability of funds, fiscal 2016 operations and maintenance (Navy) funds in the amount of $43,480,615 will be obligated at the time of award.  Funds will not expire at the end of the current fiscal year.  Funds in the amount of $32,788,794 will be obligated as individual task orders are issued.  This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website as a 100 percent 8(a) set-aside requirement, with four offers received.  Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, Hawaii, is the contracting activity.

FLIR Surveillance Inc., North Billerica, Massachusetts, is being awarded a $49,900,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Combatant Craft Forward Looking Infrared variant 2 (CCFLIR2).  The CCFLIR2 is a day/night and infrared imaging system that provides operators the capability to detect visible light or infrared radiation reflected or emitted by surface targets at tactically significant ranges in all operational environments.  CCFLIR2 provides increased detection, recognition and identification ranges in all conditions; constant interrogation of targets across the spectrum of operations; and greater situational awareness with high-definition imaging and zoom capability. CCFLIR2 incorporates improved optics and image processing that allows the user to see the same target in multiple wavelengths, highlighting the target features and discriminators.  CCFLIR2 integrates with embedded navigational systems and other shipboard systems to provide target and way-point geolocation and tracking functionality. CCFLIR2 is part of a collection of intelligence, surveillance and reconnaissance systems available for use on Special Operations Force maritime craft.  Work will be performed in North Billerica, Massachusetts, and is expected to be completed by September 2025.  Fiscal 2014 and 2015 research, development, test and evaluation (Navy) funds in the amount of $2,845,444 will be obligated at time of award.  Contract funds will expire at the end of the current fiscal year. This contract was competitively procured and solicited via the Federal Business Opportunities website, with one offer received.  The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity (N00164-15-D-JQ76).

United Technologies Corp., Pratt & Whitney, Military Engines, East Hartford, Connecticut, is being awarded a $10,642,496 modification to a previously awarded cost-plus-incentive-fee contract (N00019-14-C-0026) to retrofit the F-35B F-135 propulsion system for the Navy/Marine Corps and the international partners, including the installation of a redesigned lift fan inter-stage vane.  Work will be performed in Indianapolis, Indiana, and is expected to be completed in December 2016.  Fiscal 2015 aircraft procurement (Navy) and international partner funds in the amount of $10,642,496 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/Marine Corps ($10,447,740; 98 percent) and the international partners ($194,756; 2 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is being awarded $8,822,412 for modification P00009 under a previously awarded firm-fixed-price contract (N00604-13-C-3000) to exercise the third option for a full range of ordnance handling and management services including labor, materials, equipment, inventory management, transportation, supervision and management to receive inspect, store, issue, transport, load, and manage all types of ammunition, explosives, expendable and technical ordnance material and weapons.  Additionally, the contractor shall perform all tasks related to peacetime and wartime munitions operations.  Work will be performed at Navy Munitions Command East Asia Division Detachment Pearl Harbor, Ewa Beach, Hawaii, and work is expected to be completed September 2016.  If all options on the contract are exercised, the total value of this contract will be $43,077,190 and work will be completed by September 2017.  Subject to the availability of funds, fiscal 2016 operations and maintenance (Navy) funds in the amount of $8,822,412 will be obligated at the time of award.  Funds will not expire at the end of the current fiscal year.  This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with two offers received.  Naval Supply Systems Command Fleet Logistics Center, Pearl Harbor, Hawaii, is the contracting activity.

Bethel-Webcor JV-1,* Anchorage, Alaska, is being awarded $8,617,000 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N62478-14-D-4001) for repair of Building 17 at Bishop Point, Joint Base Pearl Harbor-Hickam.  The work to be performed provides for renovation of Building 17, which is a Category II historic facility built in 1941.  Repair work includes replacing the deteriorated and termite damaged mezzanine and ground floor rooms in the west section, which includes administrative and medical offices, physical treatment area, storage, restrooms and locker rooms; removing hazardous material; installing fire rated exits, stairways, a fire alarm with mass notification system, and a fire sprinkler system; and refinishing the existing hyperbaric chamber.  Proposed construction work includes installing a central air conditioning system, upgrading the electrical system, reconstructing the flyaway dive locker area (clean room), and providing primary electrical utilities for temporary trailers.  Seismic safety standards, Leadership in Energy and Environmental Design, and antiterrorism/force protection work is required.  Personal property equipment installation includes rental of four trailers with temporary walkways, stairs, and an accessible ramp.  The task order also contains one unexercised option, which if exercised, would increase cumulative task order value to $9,166,776.  Work will be performed in Oahu, Hawaii, and is expected to be completed by June 2017.  Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $8,617,000 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, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

U.S. TRANSPORTATION COMMAND

American President Lines Ltd., Scottsdale, Arizona (HTC711-12-D-R009/P00017); Farrell Lines Inc., Norfolk, Virginia (HTC711-13-D-R001/P00014); Liberty Global Logistics LLC, Lake Success, New York (HTC711-12-D-R008/P00017); and National Air Cargo Group Inc., Orlando, Florida600px-US-TRANSCOM-Emblem.svg (HTC711-12-D-R010/P00017), are each being awarded a $45,370,266 maximum ceiling modification exercising the extension of services for commercial multimodal transportation.  The modifications bring the total cumulative face value of each of the contracts to $1,499,988,948 from $1,454,618,682.  These contracts provide for international commercial multimodal transportation services.  Work will be performed worldwide, with an expected completion date of Oct. 31, 2015.  Fiscal 2015 and 2016 transportation working capital funds will be obligated on individual task orders.  The estimated program value for the extension of services is $136,110,798.  The contracting activity is the U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Pentaq Manufacturing Corp.,* Sabana Grande, Puerto Rico, has been awarded a maximum $31,895,125 modification (P00133) exercising the second one-year option period of a one-year base contract (SPM1C1-13-D-1073) with four one-year option periods for Army combat uniform trousers with permethrin. This is a firm-fixed-price contract. Locations of performance are Puerto Rico, Mississippi, Alabama and North Carolina, with a Sept. 23, 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.

Boeing Co., St. Louis, Missouri, has been awarded a maximum $20,542,960 delivery order (THJD) against a five-year base basic ordering agreement (SPE4A1-14-G-0007) for right inner wing panels for Navy aircraft. This is a firm-fixed-price contract. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1). Location of performance is Missouri, with an Aug. 31, 2017, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2015 through fiscal 2017 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Boeing Co., St. Louis, Missouri, has been awarded a maximum $20,537,077 delivery order (THJC) against a five-year base basic ordering agreement (SPE4A1-14-G-0007) for left inner wing panels for Navy aircraft. This is a firm-fixed-price contract. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1). Location of performance is Missouri, with an Aug. 31, 2017, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2015 through fiscal 2017 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Pentaq Manufacturing Corp.,* Sabana Grande, Puerto Rico, has been awarded a maximum $18,499,173 modification (P00129) exercising the second one-year option period of a one-year base contract (SPM1C1-13-D-1074) with four one-year option periods for Army combat uniform trousers with permethrin. This is a firm-fixed-price contract. Locations of performance are Puerto Rico, Mississippi, Alabama and North Carolina, with a Sept. 23, 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.

McRae Industries,** Mount Gilead, North Carolina, has been awarded a maximum $7,119,315 modification (P00108) to a one-year base contract (SPM1C1-13-D-1075) with four one-year option periods for hot-weather boots. This is a firm-fixed-price contract. Location of performance is North Carolina, with a Sept. 22, 2016, performance completion date. Using 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.

UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES

Henry M. Jackson Foundation for the Advancement of Military Medicine, Bethesda, Maryland has been awarded $18,259,392 task order 0052 under a previously awarded indefinite-delivery/indefinite-quantity contract (HU0001-10-D-0006) for research equipment to support the genome sequencing center, biomedical instrumentation center, and radiology department. Contractor will provide a genome sequencing system, magnetic resonance imaging system, super resolution microscope, and support equipment. Delivery and installation will be performed at the Uniformed Services University and Walter Reed National Military Medical Center in Bethesda, Maryland, and is expected to be completed by Jan. 12, 2016. Fiscal 2013, 2014 and 2015 procurement funds, and fiscal 2014 and 2015 research, development, test and evaluation funds, were obligated at the time of the award. The Uniformed Services University of the Health Sciences, Bethesda, Maryland is the contracting activity. (Awarded Sept. 4, 2015)

*Small business

**Historically underutilized business zones

 

NAVY

Alliant Techsystems Operations LLC, Plymouth, Minnesota, is being awarded a $425,729,000 ceiling-priced, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for FMU-139D/B fuzes and fuze accessory kits, including qualification and first article testing activities.  Work will be performed in Rocket Center, West Virginia (93 percent); and Plymouth, Minnesota (7 percent), and is expected to be completed in600px-US-DeptOfNavy-Seal.svg May 2024.  Fiscal 2015 procurement ammunition (Navy and Marine Corp) funds in the amount of $24,330,980 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposals; five offers were received.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-D-0030).

Pave-Tech Inc.,* Vista, California  (N62473-15-D-2441); Coffman Specialties Inc., San Diego, California (N62473-15-D-2442); Baldi Bros. Inc,* Beaumont, California (N62473-15-D-2443); Granite Construction Co., Watsonville, California (N62473-15-D-2444); and Reyes Construction Inc., Pomona, California (N62473-15-D-2445), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for airfield paving (new construction, renovation, and repair) 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 $240,000,000.  Types of projects may include, but are not limited to:  runway, taxiway, apron, and support areas for use by aircraft.  Pave-Tech Inc. is being awarded task order 0001 at $277,108 for repair of the helicopter simulated flight deck at Marine Corps Air Station Miramar, San Diego, California.  Work for this task order is expected to be completed by September 2016.  All work on these contracts will be performed within the NAVFAC Southwest AOR including, but not limited to, California (80 percent); Arizona (16 percent); Nevada (1 percent); Utah (1 percent); Colorado (1 percent); and New Mexico (1 percent).  The terms of the contracts are not to exceed 60 months, with an expected completion date of September 2020.  Fiscal 2015 operation and maintenance (Navy and Marine Corps) contract funds in the amount of $297,108 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured as a full and open unrestricted procurement with a Historically Underutilized Business Zone price evaluation preference in accordance with Federal Acquisition Regulation 52.219-4 and one reserve for small business via the Navy Electronic Commerce Online website, with eight proposals received.  The reserve was met by award to Pave-Tech Inc.  These five contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $47,259,408 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for mission support and sustainment for AIM-9X Sidewinder activities for the Navy, Air Force,  and the governments of Australia, Denmark, Finland, Korea, Poland, Saudi Arabia, Singapore, Switzerland, and Turkey under the Foreign Military Sales program.  Work will be performed in Tucson, Arizona, and is expected to be completed in March 2017.  No funds will be obligated at time of award.  Funds will be obligated on individual delivery orders as they are issued.  This contract combines purchases for the Navy ($20,295,913; 42.94 percent); Air Force ($20,295,912; 42.94 percent); and the governments of  Australia ($741,292; 1.57 percent); Denmark ($741,292; 1.57 percent); Finland ($741,292; 1.57 percent); Korea ($741,292; 1.57 percent); Poland ($741,292.00; 1.57 percent); Saudi Arabia ($741,292; 1.57 percent); Singapore ($741,292; 1.57 percent); Switzerland ($741,292; 1.57 percent); and Turkey ($737,247.00; 1.56 percent).  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-D-0028).

S & R Construction JV, San Diego, California, is being awarded a $35,899,825 firm-fixed-price contract for steam distribution system decentralization at Naval Base San Diego.  The work to be performed provides for construction of localized mechanical heating systems for 32 buildings and three piers, allowing the base to discontinue use of the current centralized steam distribution system.  Work will be performed in San Diego, California, and is expected to be completed by October 2017.  Fiscal 2011 and 2015 military construction (Navy) contract funds in the amount of $35,899,825 are being obligated on this award; of which $636,855 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 11 proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-15-C-1604).

BergerABAM, Federal Way, Washington, is being awarded a maximum amount $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for architectural projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR).  The work to be performed provides primarily for the preparation of design/build requests for proposal (including fully designed plans, specifications, and cost estimates) for the bidding of contracts for design/build or fully designed renovation, or new facility/new construction contracts.  Anticipated projects include a wide range of facilities, structures, and utility infrastructure, which may in some cases be located near an active waterfront.  Other representative projects may include: aircraft runways, and related facilities and utilities; structural designs for new and existing facilities including seismic upgrades and foundations in locations susceptible to liquefaction and differential settlement; inspection and evaluation of earthquake damage; ordnance handling and storage facilities; cranes and elevators in buildings; utilities and site development; storage tank systems; storm and sanitary drainage; street and landscape improvements; parking facilities; and fire protection and alarm systems.  Services may also include cost estimating, economic analysis, engineering studies, and seismic analysis of existing structures using current Department of Defense seismic criteria, design using Navy Anti-Terrorism Force Protection criteria, topographic surveys, sub-surface investigations, utility studies, construction support, cathodic protection, and identifying environmental concerns.  No task orders are being issued at this time.  Work will be performed primarily within the NAVFAC Northwest AOR including, but not limited to, Washington (92 percent); Oregon (2 percent); Alaska (2 percent); Idaho (1 percent); Montana (1 percent); and Wyoming (1 percent).  Work may also be performed in the remainder of the U.S. (1 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of September 2020.  Fiscal 2015 Navy working capital funds in the amount of $10,000 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with three proposals received.  The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-15-D-0011).

Wyle Laboratories Inc., Huntsville, Alabama, is being awarded a $16,584,611 modification to a previously awarded cost-plus-fixed-fee contract (N00421-13-C-0032) to exercise an option for operational services in support of the Naval Test Wing (NTW) squadrons, to include aircrew.  This option ensures completion of mission-essential testing and evaluation for all manned air vehicles for which the NTW has operational responsibility.  Work will be performed at the Naval Air Station (NAS), Patuxent River, Maryland (94 percent); NAS Pt. Mugu, California (5 percent); and NAS China Lake, California (1 percent), and is expected to be completed in September 2016.  Fiscal 2015 working capital funds (Navy) in the amount of $8,450,000 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Helix Electric Inc., San Diego, California, is being awarded a $14,232,000 firm-fixed-price contract for Building 308 essential bus and generator system equipment installation at Naval Support Activity Mechanicsburg.  The work to be performed provides for facilities repair and construction work in support of the Defense Information Systems Agency (DISA), equipment installation which includes new paralleling switchgear, and new substation switchgear for DISA mission upgrades.  Work will be performed in Mechanicsburg, Pennsylvania, and is expected to be completed by February 2018.  Fiscal 2015 Navy working capital contract funds in the amount of $14,232,000 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-15-C-8719).

The Boeing Co., St. Louis, Missouri, is being awarded a $9,218,776 modification to previously issued cost-plus-fixed- fee delivery order 1510-01 placed against basic ordering agreement N00019-11-G-0001 for full non-recurring engineering in support of the T-45 training system. This effort will consist of the design, development, and manufacture of two validation/verification Service Life Extension Program kits, support equipment and the technical data package required for the installation of the kits.  This effort will also conduct a fatigue test of the main landing gear cylinder.  Work will be performed in St. Louis, Missouri (47 percent); Yorkshire, United Kingdom (39 percent); and Seattle, Washington (14 percent), and is expected to be completed in September 2016.  Fiscal 2015 aircraft procurement (Navy) funds in the amount of $9,218,776 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.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Raytheon Missile Systems, Tucson, Arizona, has been awarded a $100,000,000 indefinite-delivery/indefinite-quantity contract for Miniature Air Launched Decoy (MALD) production support. Contractor will provide MALD system upgrades, integration, sustainment, management, and logistical support. Work will be performed at Tucson, Arizona, and is expected to be complete by Sept. 30, 2020. This award is the result of a sole-source acquisition. Funds will be obligated on individual orders. Air Force Lifecycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8682-15-D-0082).

Canadian Commercial Corp., Ottawa, Canada, has been awarded a $61,800,621 firm-fixed-price contract for rotary wing airlift services for the North Warning System (NWS) in Canada. Contractor provide air transportation services to 47 NWS radar sites across the Canadian Arctic, via contractor-furnished, rotary-winged air transportation services for cargo and personnel movement. Rotary-wing air transportation is required for the delivery of bulk petroleum, oil, and lubricant; outsized cargo; and supplies to Canadian and U.S. government NWS sites. Work will be performed at remotely located NWS sites throughout the arctic region of Canada, and is expected to be complete by March 31, 2020. This award is the result of a competitive acquisition with five offers received. Air Combat Command, Langley Air Force Base, Virginia, is the contracting activity (FA4890-15-C-0026).

General Automics Aeronautical Systems Inc., Poway, California, has been awarded a $29,527,049 modification (0105) to previously awarded contract FA8620-10-G-3038 for retrofit of medium-altitude unmanned aerial systems Block 30 ground control stations. Work will be performed at Poway, California, and is expected to be complete by July 31, 2019. Fiscal 2013 and 2015 aircraft procurement funds in the amount of $9,372,348 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

RoboTeam, Gaithersburg, Maryland, has been awarded a $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for an explosive ordnance disposal small robot. Contractor will deliver a robot system with logistics and maintenance support. Work will be performed world-wide as necessary and is expected to be complete by Sept. 16, 2022.  This award is the result of a competitive acquisition with three offers received. Fiscal 2015 operations and maintenance (O&M) funds in the amount of $4,800,000 are being obligated at the time of award. The 772nd Enterprise Sourcing Squadron, Tyndall Air Force Base, Florida, is the contracting activity (FA8051-15-D-0009).

Essex Electro Engineers Inc., Schaumburg, Illinois, has been awarded a $16,789,836 delivery order (0003) on previously awarded contract FA8533-11-D-0005 for the purchase of 72kW generators. Contractor will provide 72kW ground power units that will provide 400Hz, 28VDC, and 270 VDC power for various aircraft maintenance tasks on Air Force aircraft. Work will be performed at Schaumburg, Illinois, and is expected to be complete by Jan. 31, 2018.  Fiscal 2014 and 2015 investment funds; and 2015 operations and maintenance funds in the amount of $16,789,836, are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

Hawker Beechcraft Co., Wichita, Kansas, has been awarded a $13,782,355 modification (P00043) to prevously awarded contract FA8620-11-C-3000. Contractor will provide contractor logistics support and basic life support and security to the Iraq King Air 350 program. This contract is 100 percent foreign military sales. Work will be performed in Iraq, and is expected to be complete by March 31, 2016. Air Force LifeCycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Raytheon Co., Missile Systems, Tucson, Arizona, has been awarded a $10,793,422 contract modification (P00018) for the repair of legacy control sections for the High-Speed Anti-Radiation Missile (HARM) missile (AGM-88). Contractor will provide repair of government-furnished parts reused in HARM control section modification production that failed during the acceptance testing. Work will be performed at Tucson, Arizona, and is expected to be complete by April 30, 2017. Fiscal 2013 missile procurement funds in the amount of $10,793,422 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8675-10-C-0011).

Noble Supply & Logistics, Rockland, Massachusetts, has been awarded a $9,000,000 indefinite-delivery/indefinite-quantity contract for a contractor operated civil engineer supply store. Contractor will provide a simplified method for authorized civil engineer personnel and self-help customers to purchase materials, equipment and supplies including, but not limited to, electrical, plumbing, sheet metal, welding, landscaping, heating/air conditioning/refrigeration/ventilation, pipe fitting and carpentry. These items shall be used for work orders, construction, recurring maintenance and repair and self-help type work. Work will be performed at Eglin Air Force Base, Florida, and is expected to be complete by Sept. 30, 2016. This award is the result of a competitive acquisition with five offers received. Fiscal 2016 operations and maintenance funds in the amount of $3,000 are being obligated on the first delivery order at the time of award. Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2823-16-D-4007).

Hydraulics International Inc., Chatsworth, California, has been awarded an $8,835,210 firm-fixed-price requirements type contract. Contractor will provide manufacture and delivery of a best estimated quantity of 62 MJ-1E aerial stores lift trucks. Work will be performed at Chatsworth, California, and is expected to be complete by Dec. 31, 2016. This award is the result of a sole-source acquisition. Funds will be obligated on individual orders. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8532-15-D-0004).

ADC Engineering Inc., Hanahan, South Carolina, has been awarded a $7,500,000 indefinite-delivery/indefinite-quantity contract for the vertical construction architect and engineer services. Contractor will provide vertical construction architecture and engineer design and study services. Work will be performed at Joint Base Charleston, South Carolina, and is expected to be complete by Sep. 16, 2020. This award is the result of a competitive acquisition and nine offers were received. Fiscal 2015 operation and maintenance funds in the amount of $98,303 are being obligated at the time of award. The 628th Contracting Squadron, Joint Base Charleston, South Carolina, is the contracting activity (FA4418-15-D-0006).

WASHINGTON HEADQUARTERS SERVICES

National Industries for the Blind, Alexandria, Virginia, has been awarded a $75,000,000 indefinite-delivery/indefinite-quantity (IDIQ) contract. The objective of this contract action is to acquire specific contract management support for contract closeout services. Services provided shall encompass non-inherently governmental functions in support of contract closeout; other post-award contract administrative services in support of contract completion and closeout, to include, functions associated600px-WHS_Insignia.svg with auto-closeout actions; digital imaging of contracts and acquisition related documentation; and document destruction. Work performance will take place in the following locations: Philadelphia, Pennsylvania; Richmond, Virginia; San Antonio, Texas; Chicago, Illinois; Fayetteville, North Carolina; Clearwater, Florida; Kansas City, Missouri; and all geographical locations included in the Department of Defense 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 Sept. 16, 2020. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

Department of the ArmyARMY

Walsh Federal JV, Chicago, Illinois, was awarded a $70,086,000 firm-fixed-price contract to construct the Common Mission Control Center, Beale, Air Force Base, California, with an estimated completion date of Sept. 6. 2017.  Bids were solicited via the Internet with three received.  Fiscal 2013 military construction funds in the amount of $70,086,000 were obligated at the time of the award. Army Contracting Command Sacramento, California, is the contracting activity (W91238-15-C-0020).

Sikorski Aircraft Corp., was awarded a $10,877,381 modification (P00290) to contract W58RGZ-12-C-0008 to exercise an option for one UH-60M aircraft for the Army Best Program.  Work will be performed in Stratford, Connecticut, with an estimated completion date of Dec. 30, 2015.  Fiscal 2015 other procurement funds in the amount of $10,877,381 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

American International Contractors Inc., Arlington, Virginia, was awarded a $9,848,000 firm-fixed-price contract with options to design and construct a furnishings warehouse and medical administration building, al-Udeid Air Base, Qatar, with an estimated completion date of March 29, 2017.  Bids were solicited via the Internet with three received.  Fiscal 2012 military construction funds in the amount of $9,848,000 were obligated at the time of the award.  Army Corps of Engineers, Transatlantic Program Center, Winchester, Virginia, is the contracting activity (W912ER-15-C-0008).

Raytheon Co., Marlborough, Massachusetts, was awarded a $9,352,322 modification (P00048) to contract W31P4Q-14-C-0060 to procure and install 15 Version 8 upgrade kits to the Air Traffic Navigation Integration Coordination System and a test station.  Work will be performed in Nashua, New Hampshire; and Marlborough, Massachusetts, with an estimated completion date of Sept. 30, 2017.  Fiscal 2015 other procurement funds in the amount of $9,218,345 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Edifice-Schlosser JV LLC,* Beltsville, Maryland, was awarded a $8,410,000 firm-fixed-price contract with options for security fence and equipment, and Entry Control Point 9, Army Medical Research Institute of Infectious Diseases, National Inter-Agency Biodefense Campus, Ft. Detrick, Maryland, with an estimated completion date of March 10, 2017.  Bids were solicited via the Internet with four received.  Fiscal 2011 and 2012 military construction funds in the amount of $8,410,000 were obligated at the time of the award. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-15-C-0025).

DEFENSE LOGISTICS AGENCY

General Electric Co., Lynn, Massachusetts, has been awarded a maximum $21,035,556 delivery order (THAD) against a five-year base basic ordering agreementDefense_Logistics_Agency(FA8122-14-G-0001) for T-64 engine combustion chambers. This is a firm-fixed-price contract. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1). Location of performance is Massachusetts, with a July 31, 2018, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2015 through fiscal 2018 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Defense_Commissary_Agency_logoDEFENSE COMMISSARY AGENCY

Summit Construction Inc., Santa Rosa Beach, Florida, is being awarded a firm-fixed- price contract (HDEC03-15-C-0001) for the architectural and refrigeration upgrade to the commissary at Fort Myer, Virginia.  The award amount is $6,902,588.  The contract is for a 379-day period based on the issuance of the notice to proceed which is expected in October 2015.  Offers were solicited via full and open competition and three offers were received.  The contracting activity is the Defense Commissary Agency, Enterprise Acquisition Division, Construction and Design Branch, Joint Base San Antionio Lackland, Texas.

*Small business

 

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

AECOM Technical Services Inc, Los Angeles, California (FA8903-15-D-0001); AMEC Programs Inc., Alpharetta, Georgia (FA8903-15-D-0002); and CDM Smith – Tigerbrain JV, Fairfax, Virginia (FA8903-15-D-0004), have been awarded an indefinite-delivery/indefinite-quantity contract with a program ceiling of $950,000,000 for design and construction services. Contractor will provide Architect-Engineering 2013 (A-E13) design and construction service including A-E services to support military construction (MILCON), military family housing (MFH), and sustainment, restoration and modernization programs worldwide.  The work includes efforts to perform Title I, Title II, and other A-E services to administer, coordinate, and technically support the Air Force Civil Engineer’s MILCON and MFH to include Military Housing Privatization Initiatives. Work will be performed at government locations worldwide, and is expected to be complete by Sept. 15, 2022. This award is the result of a competitive acquisition with 83 offers received. Fiscal 2015 operation and maintenance funds in the amount of $9,000 are being obligated at the time of award. Air Force Installation Contracting Agency, 772nd Enterprise Sourcing Squadron, Joint Base San Antonio-Lackland, Texas, is the contracting activity.

Sabreliner Aviation LLC, Sainte Genevieve, Missouri, has been awarded a $98,840,000 indefinite-delivery/indefinite-quantity contract for engineering and research activities. Contractor will provide engineering and research activities related to material degradation due to aging, initiated by external customers, Center for Aircraft Structural Life Extension (CAStLE), other government agencies and non-government entities. In general, the research and engineering activities performed by CAStLE cover a variety of work that follows aircraft and other structures through their life-cycle from cradle to grave. CAStLE efforts span a wide range of material degradation-related topics, including basic development and characterization of materials, mechanical testing of structures, material corrosion susceptibility, and mitigation and computer modeling. Work will be performed at Sainte Genevieve, Missouri, and the U.S. Air Force Academy, Colorado, and is expected to be complete by Sept. 15, 2020. This award is the result of a competitive acquisition with three offers received. Fiscal 2015 operations and maintenance funds in the amount of $1,016,998 are being obligated at the time of award for the first two task orders. The 10th Contracting Squadron, U.S. Air Force Academy, Colorado, is the contracting activity (FA7000-15-D-0006).

Northrop Grumman Systems Corp., St. Augustine, Florida, has been awarded a $32,458,183 contract for F-5 avionics upgrade and maintenance repairs. Work will be performed at St. Augustine, Florida, and Tunisia, and is expected to be complete by Dec. 30, 2018. This contract is 100 percent foreign military sales. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8220-15-C-0001).

M1 Support Services, Denton, Texas, has been awarded a $20,029,841 fixed-price, cost-reimbursable modification (P00097) to exercise the option on previously awarded contract FA4890-11-C-0005. Contractor will provide program support of the Air Combat Command’s T-38 companion trainer program. Work will be performed at Langley Air Force Base, Virginia; Holloman Air Force Base, New Mexico; Beale Air Force Base, California; Tyndall Air Force Base, Florida; and Whiteman Air Force Base, Missouri, and is expected to be complete by Sept. 30, 2016. No funds are being obligated at the time of award. Air Combat Command, Joint Base Langley-Eustis, Virginia, is the contracting activity.

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a not-to-exceed $12,066,646 undefinitized contract action modification (0140-03) to previously awarded contract FA8620-10-G-3038. Contractor will provide an additional 60 MQ-9 electrical safety improvement program retrofit kits on 60 Air Force Special Operations Command, Air Combat Command, and Air National Guard aircraft. Work will be performed at Poway, California, and is expected to be complete by Sept. 15, 2017. Fiscal 2015 procurements funds in the amount of $6,029,323 are being obligated at the time of award. Air Force Lifecycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

United Launch Services LLC, Littleton, Colorado, has been awarded a $7,801,038 cost-plus-fixed-fee and firm-fixed-price modification (P00092) to previously awarded contract FA8811-13-C-0003 for mission unique launch support services under the Evolved Expendable Launch Vehicle (EELV) program for the Air Force Space Command-11 mission. Contractor will provide auxiliary payload integration, geosynchronous orbit insertion capability, and primary space vehicle mission unique hardware. Work will be performed at Centennial, Colorado, and is expected to be complete by June 1, 2017. Fiscal 2014 and 2015 missile procurement; and 2015 research, development, test, and evaluation funds in the amount of $7,801,038, are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

Scientific Systems Co. Inc., Woburn, Massachusetts, has been awarded a $6,600,242 firm-fixed-price Small Business Innovation Research III contract for advanced navigation common capability (ANCC). Contractor will expand upon ANCC previous work by generalizing the process of integrating the technology into weapon systems. Work will be performed at Woburn, Massachusetts, and is expected to be complete by Sept. 14, 2017. This award is the result of a sole-source acquisition. Fiscal 2015 research and development funds in the amount of $6,600,242 are being obligated at the time of award. Air Force Lifecycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8656-15-C-0124).

600px-US-DeptOfNavy-Seal.svgNAVY

General Dynamics Electric Boat Corp., Groton, Connecticut, is being awarded a $321,747,465 modification to previously awarded contract N00024-14-C-2104 to exercise the option for design agent, planning yard, engineering and technical support for active nuclear submarines.   The efforts provide for drawings and related technical data; design change documentation; logistics technical data; configuration management; hull, mechanical and electrical engineering; submarine safety design review; non-propulsion plant electrical system engineering; propulsion plant engineering; maintenance engineering; refit/availability technical support; on-site support; configuration change program design and installation support; configuration change program material support; submarine technical trade support; training and facility support; research and development program support; research and development submarine/submersibles support; miscellaneous special studies; temporary alteration support; modernization of submarine/submersible systems and subsystems; and affordability/cost reduction technical support.  Work will be performed in Groton, Connecticut (73 percent); Bangor, Washington (9 percent); Norfolk, Virginia (6 percent); Newport, Rhode Island (4 percent); Quonset, Rhode Island (3 percent); Kings Bay, Georgia (3 percent); and Pearl Harbor, Hawaii (2 percent), and is expected to be completed by September 2017.  Fiscal 2015 other procurement (Navy) funding in the amount of $300,000 will be obligated at the time of award and will not expire at the end of the fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Cardno GS Inc., Charlottesville, Virginia (N62742-15-D-1821); HDR Environmental Operations and Construction Inc., Englewood, Colorado (N62742-15-D-1822); Sundance-EA Associates JV,* Pocatello, Idaho (N62742-15-D-1823); Sustainable Resources Group International Inc.,* Kailua, Hawaii (N62742-15-D-1824); and SWCA Inc., doing business as SWCA Environmental Consultants, Honolulu, Hawaii (N62742-15-D-1825), are each being awarded an indefinite-delivery/indefinite-quantity multiple award natural resources management services contract for the Naval Facilities Engineering Command (NAVFAC), Pacific, area of responsibility (AOR).  The maximum dollar value including the base period and four option years for all five contracts combined is $49,000,000.  The work to be performed provides for natural resources management services but is not limited to vegetation surveys, forest restoration, invasive species trapping, and ungulate fence construction.  Work will be performed primarily within the NAVFAC Pacific AOR which includes Guam (81 percent); Hawaii (18 percent); and the Commonwealth of the Northern Mariana Islands (CNMI) (1 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of September 2020.  Japanese fiscal 2015 government of Japan (GOJ) direct cash contributions; and fiscal 2015 supervision, inspection, and overhead contract funds in the amount of $25,000, are obligated on this award and will not expire at the end of the current fiscal year.  Future task orders will be primarily funded by GOJ direct cash contributions for Guam and CNMI work and operation and maintenance  (Navy and Marine Corps) for all other locations.  This contract was competitively procured via the Federal Business Opportunities website, with seven 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 Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

Straub Construction Inc., Fallbrook, California, is being awarded $22,680,000 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N62473-15-D-2427) for construction of the air wing facility at Naval Air Station, Fallon.  The facility will be a multi-story space for classrooms, brief/debrief rooms, security, administrative, technical and support areas.  Constructed adjacent to Building 465, the facility shall provide a new common building security entrance with Building 465.  This building consists of interior concrete masonry unit (CMU) bearing and shear walls, and exterior non-bearing CMU shear walls with steel roof and composite floor framing.  The building requires a special foundation that addresses geotechnical conditions at the site.  It shall be constructed as a secure compartmentalized information facility, and the building program contains secret internet protocol router network; non-secure – unclassified but sensitive — internet protocol network, and autonomic logistics information system and simultaneous mission playback capabilities.  The task order also contains one unexercised option and one planned modification, which if exercised, would increase cumulative task order value to $31,471,000.  Work will be performed in Fallon, Nevada, and is expected to be completed by November 2017.  Fiscal 2015 military construction, (Navy) contract funds in the amount of $22,680,000 are 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.

Phoenix International Holdings Inc., Largo, Maryland, is being awarded a $15,000,000 modification to previously awarded contract N00024-14-D-4102 for undersea operations and associated services to support the Director of Ocean Engineering, Supervisor of Salvage and Diving.  This contract allows the Navy to meet its responsibility for deep ocean search and recovery established under the Salvage Facilities Act. In addition to providing support for a wide variety of search, recovery, and rescue operations, the contract includes services to warehouse, maintain, deploy and operate a wide variety of Navy-owned equipment. The contract also provides a vehicle for the Director of Ocean Engineering, Supervisor of Salvage and Diving to obtain commercial systems, as needed, to supplement the Navy’s equipment capabilities.  Work will be performed in Largo, Maryland, and is expected to be completed by September 2016.  No funding is being obligated at the 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.

The Boeing Co., St. Louis, Missouri, is being awarded $11,130,573 for cost-plus-incentive fee delivery order 2063 against a previously issued basic ordering agreement (N00019-11-G-0001) for four flight critical engineering change proposals that will address fracture critical and maintenance critical areas in support of the F/A-18A-D service life extension program (Phase C2).  Work will be performed in St. Louis, Missouri (51 percent); and El Segundo, California (49 percent), and is expected to be completed in December 2016.  Fiscal 2015 aircraft procurement (Navy) funds in the amount of $11,130,573 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.

BAE Systems Spectral Solutions LLC, Honolulu, Hawaii, is being awarded an $8,897,938 cost-plus-fixed-fee contract for an effort titled Passive Electro-Optics/Infrared and Light Detection and Ranging (LIDAR) Environment for In-stride Classification and Neutralization.  The contractor proposes to develop and demonstrate a multi-sensor suite and an onboard processor to detect, classify, and localize moored and drifting sea mines from an airborne vehicle.  The sensor suite will consist of a visible-to-near-infrared (VNIR) multi-spectral imaging (MSI) sensor, a broadband long-wave infrared sensor, and a 2D light detection and ranging LIDAR sensor.  The prototype demonstration system built and tested under this effort will consist of two identical pods, each housing a VNIR MSI sensor, a broadband LWIR sensor, a 2D LIDAR sensor, a commercial off the shelf laser, and associated control, storage, and processing electronics.  The pods will be demonstrated at a Navy test range location on an MH-60 or Fire Scout provided by Naval Air Systems Command.  This contract contains options, which if exercised, will bring the contract value to $12,322,559.  Work will be performed in Honolulu, Hawaii (89 percent); Hudson, New Hampshire (6 percent); Greenlawn, New York (3 percent); and Manassas, Virginia (2 percent), and work is expected to be completed Sept. 15, 2017.  Exercised options will run concurrent and will be completed the same date.  Fiscal 2014 research, development, test and evaluation funds in the amount of $2,000,000 are being obligated at the time of award, and will expire at the end of the current fiscal year.  This contract was competitively procured under Office of Naval Research long range broad agency announcement (BAA) 15-001, dated Sept. 29, 2014.  Since proposals will be received throughout the year under the long range BAA, the number of proposals received in response to the solicitation is unknown.  The Office of Naval Research, Washington, District of Columbia, is the contracting activity (N00014-15-C-5073).

KTU+A,* San Diego, California, is being awarded a maximum amount $7,500,000 indefinite-delivery/indefinite-quantity architect-engineering contract for professional planning and engineering services in the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR).  Task order 0001 is being awarded at $106,190 for developing basic facility requirements and Department of Defense 1391s (DD Form 1391s) for the Naval School Explosive Ordnance Disposal at Eglin Air Force Base, Valparaiso, Florida.  The work to be performed provides for plans, studies, and project and facility planning documents.  Work for this task order is expected to be completed by September 2016.  All work on this contract will be performed primarily at various activities within the NAVFAC Southeast AOR, but may also be used for professional planning services within the entire NAVFAC AOR (worldwide).  The term of the contract is not to exceed 36 months with an expected completion date of September 2018.  Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $106,190 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 26 proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-15-D-0131).

CEMS Engineering Inc.,* Ladson, South Carolina, is being awarded a maximum amount $7,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract for architectural design and engineering services for billeting and community support facilities within the eastern North Carolina area.  Task order 0001 is being awarded at $8,229 for the design for repairs to Building AS811 at Marine Corps Air Station, New River, North Carolina.  The work to be performed provides for the design of new construction housing and community facilities; and total renovation of the interior and exterior of existing housing and community facilities, including the evaluation, repair, and replacement of the structural, plumbing, mechanical, fire protection, electrical, and communication systems of such facilities.  Work for this task order is expected to be completed by December 2015.  All work on this contract will be performed within the Marine Corps Installations East area of responsibility which includes North Carolina (90 percent); Georgia (3 percent); South Carolina (3 percent);and Virginia (3 percent).  Work may also be performed in the remainder of the U.S. (1 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of September 2020.  Fiscal 2015 operation and maintenance, (Marine Corps) contract funds in the amount of $8,229 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 24 proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-15-D-0858).

ARMY

Department of the Army Reston, Virginia, was awarded a $71,857,231 undefinitized firm-fixed-price contract for continued operations and sustainment of the Saturn Arch aerial system.  Work will be performed in Reston, Virginia, with an estimated completion date of Sept. 16, 2016.  One bid was solicited with one received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $24,475,446 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-C-0085).

Trumbull Corp., Pittsburgh, Pennsylvania, was awarded a $56,735,642 firm-fixed-price contract with options for construction of the Charleroi Locks and Dam River Chamber completion on the Monongahela River, Pennsylvania.  Work will be performed in Monessen, Pennsylvania, with an estimated completion date of Oct. 15, 2018.  Bids were solicited via the internet with three received.  Fiscal 2015 other procurement funds in the amount of $56,735,642 were obligated at the time of the award.  Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity (W911WN-15-C-0009).

University of Alabama, Huntsville, Alabama, was awarded a $32,374,508 cost contract for mission support of the Army Aviation and Missile Research, Development, and Engineering Center for weapon systems, sub-systems, components and manufacturing technology. Funding and work location will be determined with each order with an estimated completion date of March 16, 2017.  One bid was solicited with one received.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-15-D-0062).

Whiting-Turner Contracting Co., Baltimore, Maryland, was awarded a $24,554,985 firm-fixed-price contract to design and construct a stand-alone facility for cryptographic assurance operations, Ft. Gordon, Georgia, with an estimated completion date of Dec. 31, 2016.  One bid was solicited with one received.  Fiscal 2015 military construction funds in the amount of $24,554,985 were obligated at the time of the award. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-15-C-0026).

Harper Construction Co. Inc., San Diego, California, was awarded a $22,397,265 firm-fixed-price contract to design and build a four-bay F-35 maintenance hangar and aircraft maintenance unit at Nellis Air Force Base, Nevada, with an estimated completion date of Aug. 5, 2017.  Bids were solicited via the Internet with eight received.  Fiscal 2015 military construction funds in the amount of $22,397,265 were obligated at the time of the award. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-15-C-0017).

Avon Protective Systems Inc., Cadillac, Michigan, was awarded a $13,140,130 firm-fixed-price multi-year contract for 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 Sept. 16, 2018.  One bid was solicited with one received.  Army Contracting Command Warren, Michigan, is the contracting activity (W56HZV-15-D-0047).

Ashridge Inc.,* St. Stephen, South Carolina, was awarded a $11,797,397 firm-fixed-price contract with options for Eagle Island Dike disposal area improvements, New Hanover and Brunswick Counties, North Carolina, with an estimated completion date of Dec. 14, 2017.  Bids were solicited via the Internet with three received.  Fiscal 2014 and 2015 other procurement funds in the amount of $11,797,397 were obligated at the time of the award.  Army Corps of Engineers, Wilmington, Delaware, is the contracting activity (W912PM-15-C-0016).

Mohawk Northeast Inc.,* Plantsville, Connecticut, was awarded a $10,545,000 firm-fixed-price contract for repair of the east and west jetties, Nantucket harbor, Massachusetts, with an estimated completion date of Oct. 31, 2016.  Bids were solicited via the Internet with four received.  Fiscal 2014 other procurement funds in the amount of $10,545,000 were obligated at the time of the award. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity (W912WJ-15-C-0026).

University of Alabama, Birmingham, Alabama, was awarded a $10,064,138 cost contract for clinical research support to guide 17a-ethynylestradiol-3-sulfate, sodium salt (EE-3-SO4) through Federal Drug Administration investigational new drug submission and good clinical practice compliant Phase 1a and potentially 1b clinical trials for an indication as a viable infusion therapy for the treatment of critical patients with significant blood loss.  Work will be performed in Birmingham, Alabama, with an estimated completion date of Sept. 20, 2021.  Three bids were solicited with two received.  Fiscal 2014 research, development, testing, and evaluation funds in the amount of $9,678,287 were obligated at the time of the award. Army Contracting Command, Natick, Massachusetts, is the contracting activity (W911QY-15-C-0134).

Fung Associates Inc.,* Honolulu, Hawaii (W9128A-15-D-0003); and Bowers + Kubota Management Inc.,* Hawaii (W9128A-15-D-0004), were awarded a $9,900,000 firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award task order contract with options for architectural and engineering services for miscellaneous Pacific region projects, with an estimated completion date of Sept. 15, 2020.  Bids were solicited via the Internet with 20 received.  Funding and work location will be determined with each order.  Army Corps of Engineers, Ft. Shafter, Hawaii, is the contracting activity.

Henry M. Jackson Foundation for the Advancement of Military Medicine, Bethesda, Maryland, was awarded a $7,777,466 cost-plus-fixed-fee contract for advanced development of gamma-tocotrienol as a radiation countermeasure. Work will be performed in Bethesda, Maryland, with an estimated completion date of Sept. 20, 2019.  Bids were solicited via the Internet with 45 received.  Fiscal 2014 and 2015 research, development, testing and evaluation funds in the amount of $7,777,466 were obligated at the time of the award.  Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity (W81XWH-15-C-0117).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Honeywell International Inc., Torrance, California, has been awarded a maximum $25,290,600 delivery order (5069) against a 21-month basic ordering agreement (SPRPA1-14-G-001Y) for panel assembly in support of the MV-22.  This is a firm-fixed-price contract. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1). Location of performance is California, with a May 31, 2017, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2015 through fiscal 2017 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Sterlingwear of Boston Inc.,** East Boston, Massachusetts, has been awarded a maximum $6,787,669 modification (P00011) exercising the second one-year option period of a one-year base contract (SPE1C1-15-D-1008) with four one-year option periods for Afghanistan national police field jackets. This is a firm-fixed-price contract. Location of performance is Massachusetts, with a Sept. 19, 2016, performance completion date. Using foreign customer is Afghanistan national police. 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.

DEFENSE COMMISSARY AGENCY

Nelson Refrigeration Inc., La Vista, Nebraska, is being awarded a $10,068,158 firm-fixed-price contract to add/alter an existing commissary at Fort Jackson, South Carolina. .  The contract is for a 450-day period based on the issuance of the notice to proceed, which is expected on Oct. 6, 2015.  Offers were solicited via full and open competition and five offers were received.  The contracting activity is the Defense Commissary Agency, Enterprise Acquisition Division, Construction Design Branch, Joint Base San Antonio-Lackland, Texas.

*Small business

**Service-disabled-veteran-owned small business

 

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

 

600px-US-DeptOfNavy-Seal.svgDepartment of the Navy, Chief of Naval Installations, Chief of Naval Installations Command-MWR/VQ, 5720 Integrity Drive Bldg 457 Millington TN 38055

R — Video Production Services HDQMWR-15-R-0033 101915 Jackie Primer, Contract Specialist, Phone 901-874-6900, Fax 901-874-2073, Email Jackie.Primer@navy.mil – Troy L Milburn, Phone 901.874.6681, Fax 901.874-2073, Email troy.milburn@navy.mil ;
Th This is a Solicitation notice (synopsis) for a competitive procurement to the maximum extent practical. The Commander, Navy Installations Command (CNIC) Fleet and Family Readiness (FFR) organization is a United States Department of Defense (DoD) agency that provides Quality of Life (QOL) support services for Military Departments, Military Members and their families under conditions of peace and war.

The FFR Marketing has a requirement for a contractor within the local Memphis, Tennessee commuting area to provide High Definition Video Production Services per the performance work statement. The contractor will be responsible for pre-production, production and post-production services of both short and long videos. This requirement may include work on multiple videos at multiple locations within CONUS and OCONUS. Video production services include, but are not limited to, writing, directing, shooting, arranging for talent, narration, music and sound effects, duplication, video scoring and editing. The contractor may be required to film in studios, on locations, live shows or events. The contractor shall provide qualified personnel, services, material and supplies necessary to perform the requirements described in the performance work statement.
This Non-Appropriated Fund Instrumentality (NAFI) intends to award a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) type contract for this requirement.   Any resulting contract from this requirement will allow for the placement of Firm-Fixed Price or Time and Materials Task Orders using the labor categories, equipment prices, and ceiling rates defined in the contract.
The NAICS code for this requirement is 512110. The RFP is available electronically at the http://www.fbo.gov website only. It is the responsibility of interested parties to monitor the FedBizOpps website for any amendments to the RFP package.
Place of Performance: SEE SOLICITATION US URL: https://www.fbo.gov/notices/31586209fe3c1c37cefe395fcb73fadOutreachSystems Article Number: 20150925/PROCURE/0051
Matching keyword(s): video*; film?; edit*; duplicat*; produc*; website; event?; production?; naics!512110;

Environmental Protection Agency, Office of Acquisition Management (OAM), EPA/Headquarters (HPOD & SRRPOD), SRRPOD
US Environmental Protection Agency William Jefferson Clinton Building 1200 Pennsylvania Avenue, N. W. Mail Code: 3805R
Washington DC 20460 USA

R–NEW SSC CONTRACT TO PROVIDE TECHNICAL LABORATORY S RFQ-DC-15-00265 102315 Bell, Ron REQUEST FOR QUOTE # RFQ-DC-15-00265

ANNOUNCEMENT AND SOW FOR STUDENT SERVICES CONTRACTS
U.S. Environmental Protection Agency
Office of Research and Development
National Exposure Research Laboratory
Las Vegas, Nevada
SECTION I GENERAL INFORMATION
This solicitation is being issued pursuant to the personal services contracting authority granted by Congress in the Consolidated Appropriation Resolution for 2003 (P.L. 108-7). A firm-fixed-price606px-Environmental_Protection_Agency_logo.svg purchase order will be issued to the successful student or recent graduate selected for the position. The base period of performance for this purchase order is twelve months with two twelve month options to extend the period of performance.
This solicitation includes the following four attachments:
ATTACHMENT 1 – Statement of Work (SOW) and Associated Attachments
ATTACHMENT 2 – Evaluation Factors
ATTACHMENT 3 – Student Proposal Form
ATTACHMENT 4- Applicable Clauses ¿ Additional Terms and Conditions of the Order
In an effort to clarify the terms student and recent graduate, the definitions of each are provided below.
A student is an individual, at least 18 years of age, who is enrolled, in good standing, in a degree program (actively seeking a degree) at a recognized educational institution. A student is not required to carry a full course load, as long as the individual is a bona fide student, not merely someone who signed up for a class in order to work under these contract arrangements.
A recent graduate is an individual, at least 18 years of age, who has graduated with a degree from a college or university within the last two years.
The Government will make contract award based on evaluation factors other than price which will consider the following: Total months of relevant employment/volunteer service; Total years of study (includes undergraduate and graduate) in Biology, Chemistry, and/or Molecular Biology subjects; Total course hours in biology/chemistry laboratory training; and Cumulative grade point average.
Submissions in response to this solicitation must be submitted before 5:00 p.m. EST, Thursday, October 23, 2015 via e-mail to Contracting Officer Claudia Armstrong, at Armstrong.claudia@epa.gov and Contract Specialist, Ron Bell at bell.ron@epa.gov. All email submissions must have ¿RFQ-DC-15-00265¿ in the subject line. Late submissions will not be considered eligible for award and incomplete submission may not be considered at the Contracting Officer¿s discretion. No telephone inquiries will be accepted in response to this solicitation.
Prior to applying for this position, applicants are encouraged to visit the following web page to access information related to this announcement: https://www.fedconnect.net/FedConnect/ Please follow the link located under the ¿Announcements¿ header, entitled ¿RFQ-DC-15-00265¿Student Services Contract¿ and review all of the attached documents. You are encouraged to visit this webpage periodically to check the status of this announcement and to see whether or not any amendments (changes to the requirement of the posted position) have been issued. Foreign national students are required to fulfill all of the requirements outlined in the eligibility section of this announcement.
SPECIAL NOTE:
Upon receipt of the contract award, the student contractor must go immediately to link http://cdx.epa.gov/warning.as and register with the Central Data Exchange (CDX) and complete the iBoard application. The student contractor must enter the COR as the point on their iBoard application. The student contractor should notify the COR when they have completed their iBoard application. The student must complete iBoard before beginning work. The contract may be terminated if the background check reveals a risk to the interest of the U.S. Environmental Protection Agency and national security.
In addition, the individual(s) selected will be required to register with System for Award Management (SAM) and Dun & Bradstreet to obtain a Data Universal Number System (DUNS number) or DUNS +4 number. To obtain a DUNS number, students or recent graduate contractors can call Dun & Bradstreet 1-866-705-5711 or contact D&B athttp://www.dnb.com/updte To register with SAM, contractors can call 1866-606-8220. There is no charge to register for DUNS or SAM. In addition, students or recent graduates who have been selected for this position will be required to sign an Acknowledgement of Special Terms before work can begin and are subject to these terms as outlined in Attachment 4 of this solicitation.
Application Package Checklist for Applicants
Submissions in response to this announcement MUST include the following:
¿ Resume or Statement of Qualification (not to exceed 2 pages)
¿ Completed Student Proposal Form (refer to Attachment 3)
¿ Copy of college/university transcripts (unofficial copies are acceptable, if it is apparent from the transcript copy that is a copy of an official document and that the school is identified)
¿ One letter of Recommendation (not to exceed 2 pages per letter )
¿ Hourly Rate Certification (refer to Attachment 3)
Failure to submit the required documents may be determined nonresponsive and eliminated from consideration.
This contract is expected to begin approximately (January 2016). The hourly rate is $18.47 per hour for a student who has 3 years of college or greater. The student contractor must be currently enrolled in a degree program at an accredited University/College or a recent graduate within the last 24 months. The student contractor will be paid the basic hourly rate only for the number of hours worked and will not receive overtime pay for any hours worked beyond the 40-hour work week. The student contractor does not accrue leave or holiday benefits and are not paid for any non-work days, regardless of the reason. The student contractor is considered an independent contractor; therefore, Federal, State, Local, Social Security, and Medicare taxes will not be withheld. The student contractor is responsible for reporting income to authorities and paying all taxes.
The student contractor is responsible for all costs of transportation to and from the principal duty station location. EPA does not provide housing, meals or other living expenses while working at the principal duty station. Non-U.S. citizens may be eligible to participate, depending on their immigration status and the applicable regulations of the United States Citizenship and Immigration Service (USCIS). All non-US citizens must submit, as part of their proposal package, evidence of their immigration status that allows them to work in the United States. Students should possess a current US Visa and be able to obtain US work authorization in a timely manner if offered a contract. Students without a US Visa are not eligible.
Academic degrees fulfilled outside of the United States must be judged to be equivalent to that achieved in accredited U.S. education programs in order to be acceptable for this contract. More information about the evaluation of foreign education can be found at the U.S. Department of Education’s web site athttp://www2.ed.gov/about/offices/list/ous/international/usnei/us/edlite-visitus-forrecog.htm
If applicable, applicants shall submit all necessary documents to a recognized private U.S. organization that specializes in interpretation of foreign educational credentials, usually named a credential evaluation service. To be suitable, the foreign credential evaluation must include and describe (i) type of education received by the applicant (i.e., conventional, by mail, or online), (ii) degree of education relative to the U.S. education system, and testify that its comparability recommendations follow the general guidelines of the U.S. National Council for the Evaluation of Foreign Educational Credentials, (iii) the content of the applicant’s educational program earned abroad and the standard obtained, (iv) the ranking of the awarding foreign schools¿ credit and authenticity in its own country’s education system, (v) what the evaluation service did to obtain this information, (vi) the qualifications of the evaluator, and (vii) any indications as to other concerns such as falsification. Foreign credential evaluations that do not include all the above information or indicate there is not enough information on which to make a sound evaluation will not be accepted.
INTERESTED PARTIES MUST COMPLETE ATTACHMENT 3, ¿STUDENT PROPOSAL FORM FOR RFQ-DC-15-00265. Please provide a one or two page resume or statement of qualifications, this proposal form and attach a copy of all your college/university transcripts (unofficial copies are acceptable, if it is apparent from the transcript copy that is a copy of an official document and that the school is identified), and submit to Ron Bell, Contract Specialist, via email at bell.ron@epa.gov or fax to: 202-565-2558. The submission deadline will be listed at the website shown below.

Questions regarding this student contract should be directed to the Contract Specialist at bell.ron@epa.gov. Questions regarding the technical aspects of the contracted duties and responsibilities should be directed to Tammy Jones-Lepp, the EPA technical mentor for the contracted activities at jones-lepp.tammy@epa.gov, 702-798-2144. Tammy Jones-Lepp will serve as the Contracting Officer Representative (COR), and John Zimmerman as the Alternate COR.
SECTION II: ANNOUNCEMENT
Location Las Vegas, NV
Required Level of Education 3 Years of College or greater.
Anticipated Start Date of Contract January 2016
Rate of Pay $18.47/hour
Average Hours per week 20hrs per week during Academic Year and 40hrs per week during summer months
Response Date: October 23, 2015
1. Project Description
1. Project Description
The National Exposure Research Laboratory (NERL) is responsible for conducting studies of exposure of ecosystems and humans to environmental stressors. Emerging contaminants (ECs) are among the stressors of concern and NERL is developing methodologies to assess occurrence data. Occurrence data is necessary for developing risk assessments, whereby risk from a particular exposure is considered and estimated as to its impact on ecosystems and ultimately human health. As a part of this effort, the NERL-Environmental Chemistry Branch, Las Vegas, Nevada, is developing specific approaches to develop standardized methods where analytical gaps are identified for specific ECs in a variety of environmental matrices, and ground-truth those standardized methods.
2. Description of Student Services:
The student will work within a multi-disciplinary research team and will provide technical laboratory support for research projects characterizing emerging contaminants (i.e., algal toxins, pharmaceuticals, HF compounds, etc.) in a variety of environmental matrices (e.g., biosolids, wastewater, surface and ground water, soils, sediments, plants).
Specific duties will include assisting research staff in: (1) preparation of environmental samples, including hazardous environmental samples, for extraction; (2) perform environmental sample extractions using solid-phase liquid extractors, centrifuges, and accelerated solvent extractors; (3) operation and analyses of environmental extracts using a liquid chromatography/mass spectrometer (LC/MS), and/or gas chromatography/mass spectrometry (GC/MC)and/or ICP/MS, and/or scanning electron microscope (SEM); and (4) compilation and summarization of experimental data and literature references into organized computer files. General laboratory support duties may include maintaining research supplies and materials, routine maintenance of laboratory equipment, solution preparation, and other duties necessary to carry out the studies.
The student will perform duties, as requested, according to specifications and instructions provided by the mentor. Where appropriate, the student will maintain careful and accurate records in designated laboratory notebooks. These notebooks, and all other data produced under this order will be the property of the Environmental Protection Agency. The student contractor will be well-versed, and adhere to, proper quality assurance (QA) laboratory procedures.
The student contractor shall perform duties, as requested, according to specifications and instructions provided by the mentor. Where appropriate, the student contractor shall maintain careful and accurate records in designated laboratory notebooks. These notebooks and all other data produced under this order will be the property of the Environmental Protection Agency. All necessary instructions and training will be provided by the EPA mentor. As indicated in the Statement of Work, the student contractor may be expected to participate in conferences and seminars.
3. Required Expertise, Skills, Education and/or Experience:
The student needs to have completed three years of college in the areas of chemistry, biology, environmental sciences, or related field. The preferred student will have training and/or experience in advanced laboratory techniques, and/or environmental studies. The student should be familiar with solid-phase liquid extraction procedures using automated laboratory equipment, high pressure solid extraction procedures using automated laboratory equipment, and manual extraction procedures of animal tissue (i.e., fish and rat plasma) using manual extraction procedures (i.e., liquid/solid, liquid/liquid, and centrifugal operations). The student should also be familiar in operation of liquid chromatograph-mass spectrometers, such that the student can change the gases, pump oil, load the autosamplers, initiate and startup mass spectrometer for successful operation. The student will need to know basic laboratory safety requirements and will be given additional safety training at the Environmental Sciences Division.
4. Required Background Investigation and Suitability Determination:

Student contractors awarded a contract will have to undergo a background investigation, a check of FBI fingerprint files, and a suitability determination by the Environmental Protection Agency. Upon receipt of the contract award, go immediately to link http://cdx.epa.gov/warning.as and register with the Central Data Exchange (CDX) and complete the iBoard application. Notify the Contracting Officer¿s Representative (COR) as soon as this process is completed. (Tammy L Jones-Lepp, jones-lepp.tammy@epa.gov) The student contractor must review and complete the requirements before beginning work on-site at the EPA. If a background check reveals information to indicate the student contractor represents a risk to the interests of EPA and the national security, the contract may be terminated.
Students or recent graduates, who are EPA ORD employees, or the spouse or child of an EPA ORD employee, are not eligible to participate.
5. Description of Working Conditions:
Work will be performed in a laboratory. Students will be required to wear safety apparel and to closely observe safety requirements.
Quality Assurance/Quality Control: The student contractor will be governed by the USEPA Quality System, as described in the approved Quality Management Plan (QMP) for the organization where the student contractor is working. Approved QMPs and Quality Assurance Project Plans (QAPPs) must be in compliance with the US EPA¿s Quality System requirements as expressed in these two documents:
Policy and Program Requirements for the Mandatory Agency-wide Quality System, EPA Order 5360.1 A2, May 2000; and
EPA Quality Manual for Environmental Programs, EPA Order 5360 A1, May 2000.
Work performed by the student contractor must be in compliance with the following QMP: National Exposure Research Laboratory (NERL), Integrated Information and Quality Management Plan (IIQMP), published 2005; and an approved QAPP [and/or Standard Operating Procedures (SOPs)] which must be in place prior to the initiation of the students¿ research activities. The student contractor must complete the NERL online IIQMP training.
6. Duration and Compensation:
Work will begin on or about January 2016. The initial contract will be for one year, with an two options for an additional 24 months, in two option increments, if funds are available. It is anticipated that the student contractor will/may work up to 40 hours per week during the summer months and up to 20 hours/ week during the academic year. The rate of compensation includes the cost of self-employment taxes for Social Security and Medicare. The rate of compensation for this position includes the cost of self-employment taxes for social security and Medicare.
7. Resume and Other Application Requirements
Interested students and recent graduates shall provide a one or two page resume or statement of qualifications, including a copy of the transcripts and documentary evidence from USCIS, if applicable.
In addition to the resume and transcripts, individuals applying to this announcement must complete Attachment 3 of this solicitation, entitled ¿Student Proposal Form¿ and submit as a part of their application package. Students must also submit a statement certifying the student accepts hourly rate of is acceptable for the duration of their employment. A student or recent graduate is required to submit three letters of recommendation. The letters may be from an academic advisor, major professor, or other professional associate familiar with the applicant¿s skills and performance. Foreign National students must submit the required documents outlined in the eligibility section of this announcement.
8. Number of Awards Projected
This is only for a single student position. Only one position will be awarded.
9. Eligibility
Non-U.S. citizens may be eligible to participate, depending on their immigration status and the applicable regulations of the Bureau of Citizenship and Immigration Service (BIS), formerly known as the Immigration and Naturalization Service. All non-US citizens must submit, as part of their proposal package, evidence of their immigration status that allows them to work in the United States. Students should possess a current U.S. Visa and be able to obtain U.S. work authorization in a timely manner if offered a contract. Students without a U.S. Visa are not eligible.
Academic degrees fulfilled outside of the United States must be judged to be equivalent to that achieved in accredited U.S. education programs in order to be acceptable for this contract. More information about the evaluation of foreign education can be found at the U.S. Department of Education’s web site athttp://www2.ed.gov/about/offices/list/ous/international/usnei/us/edlite-visitus-forrecog.html If applicable, applicants shall submit all necessary documents to a recognized private U.S. organization that specializes in interpretation of foreign educational credentials, usually named a credential evaluation service. To be suitable, the foreign credential evaluation must include and describe (i) type of education received by the applicant (i.e., conventional, by mail, or online), (ii) degree of education relative to the U.S. education system, and testify that its comparability recommendations follow the general guidelines of the U.S. National Council for the Evaluation of Foreign Educational Credentials, (iii) the content of the applicant’s educational program earned abroad and the standard obtained, (iv) the ranking of the awarding foreign schools¿ credit and authenticity in its own country’s education system, (v) what the evaluation service did to obtain this information, (vi) the qualifications of the evaluator, and (vii) any indications as to other concerns such as falsification. Foreign credential evaluations that do not include all the above information or indicate there is not enough information on which to make a sound evaluation will not be accepted.
URL: https://www.fbo.gov/spg/EPA/OAM/HQ/RFQ-DC-15-00265/listing.htm

OutreachSystems Article Number: 20150925/PROCURE/0058

Broadcasting Board of GovernorsBroadcasting Board of Governors, Director, Office of Contracts, Office of Cuba Broadcasting, Office of Administration (OCB/A), 4201 NW 77th Avenue Miami FL 33166

R — Radio, Television and Multi-Media Services BBG45-Q-15-OCB00571 100915 Mary A. Amps, Contracting Officer, Phone 305-437-7031, Fax 305-437-7046, Email mamps@bbg.gov (i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Solicitation No. BBG45-Q-15-OCB00571 is issued as a Request For Quotation (RFQ) and a contract will be awarded using simplified acquisition procedures in FAR Part 13.
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-84, dated September 03, 2015
(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $29.5M.
(v) The contractor shall provide a Firm Fixed Price quotation showing an assignment for a base period of three (3) months and three (3) option period of three (3) months. Multiple awards will be considered for this requirement at the discretion of the Government.
(vi) The Broadcasting Board of Governors (BBG), Office of Cuba Broadcasting (OCB) located in Miami, FL anticipates establishing Non-Personal Services Purchase Orders with Independent Contractors for Radio, Television and Multimedia services as described in the attached Statements of Work (SOWs) for Office of Cuba Broadcasting (OCB) in Miami, Florida. Offerors may submit for more than one Statement of Work, however they must submit an individual quote i.e. technical and price for each SOW. The Offerors selected for an award must be able to successfully pass a BBG security investigation.
(vii) The period of performance is anticipated to start November 1, 2015 through October 31, 2016. The Contractor shall submit a monthly invoice electronically for services provided the preceding month.
(viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html Interested contractors who are capable of providing these services should submit a proposal identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.
Offeror qualifications shall include but not be limited to:
1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae that includes work experience, education and specialized training necessary to provide the required services under solicitation. Also, include evidence of the Offeror’s pertinent past performance that can be easily and quickly validated by the OCB. Dates (months/years) and locations for all field experience must also be detailed.
2. Contractors shall submit their price quotation for base and option periods on an hourly basis. Work will be on an as-needed basis, subject to availability of FY-2016 funds and mission consideration.
INTERESTED OFFERORS RESPONDING TO THIS SOLICITATION SHALL SUBMIT THE FOLLOWING ITEMS TO THE CONTRACTING OFFICER: (1) a Technical Proposal which addresses the technical factors described below in (ix) and (2) and a Price Proposal in accordance with (ix). A copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items or a statement that FAR 52.212-3 has been completed in the System for Award Management website. The technical and price proposals must be submitted separately. No price information should be contained within the technical proposal.
To ensure consideration for the intended position, please reference the solicitation number on your proposal and the position name on the individual Statement of Work the offeror is responding to. If responding to multiple SOWs, separate proposal packages are required for each SOW offeror is responding to.
(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services contract resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in the solicitation. When combined, technical evaluation factors are significantly more important than cost/price. The following factors listed in order of importance shall be addressed in the technical proposals and shall be used to evaluate proposals:
1) Contractor Qualifications – The Offeror shall provide their resume that includes work experience, education and specialized training. The Offeror must be able to demonstrate proficiency in writing and speaking Spanish and English;
2) Past Performance – See attachment A (Past Performance Reference)
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, and
3) A separate Price Quotation showing a breakdown of the price on an hourly basis. The prices shall be provided in in English and United States dollars. (See attachment B – Example Price Quotation). Price quote for base period shall be the same for each option period.
(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/ Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. OFFERORS MUST BE REGISTERED WITH SAM PRIOR TO CONTRACT AWARD.
(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
I. CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract. THE RESULTANT CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE COR TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER, MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED CHANGES. (End of Clause)
II. EXERCISING OF OPTIONS UNDER THIS CONTRACT: The Government reserves the right to unilaterally exercise the options. The Parties agree that the Government may partially exercise and fund any options and may do so multiple times up to the point that the option has been fully exercised and funded. The Contractor, however, will not be entitled to any additional compensation beyond that associated with the amount of the option exercise. In the event that BBG does not give written notice to exercise an option, the contract will expire at the end of the existing period of performance (the Base Period or Option Period) as applicable. Additionally, the parties agree that, in the event the BBG decides not to exercise any options, BBG will have no further obligation to the Contractor under this contract other than to pay for services actually rendered by the Contractor to BBG hereunder. (End of Clause)
III. AVAILABILITY OF FUNDS. Funds are not presently available for performance under this contract beyond the Base Period. The Government’s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond the Base Period, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause)
(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (31 U.S.C. 3332)
(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; 52.232-18 Availability of Funds; and, 52.242-17 Government Delay of Work; 52.243-1 Changes-Fixed Price.
(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.
(xv) Failure to provide any of the above-required Items may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/fa). Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Oral proposals will not be accepted.
Questions must be submitted in writing and only via email to Mary Amps at OCBTALENT@BBG.GOV. Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on September 28, 2015. Responses to questions will be posted to FedbizOps by COB on October 2, 2015, 2015
ALL TECHNICAL PROPOSALS (resumes), PRICE QUOTES AND PAST PERFORMANCE REFERENCES MUST BE SUBMITTED ELECTRONICALLY TO OCBTALENT@BBG.GOV BEFORE THE CLOSING DEADLINE BELOW to Mary Amps, Contracting Officer, Broadcasting Board of Governors, Office of Cuba Broadcasting. CLOSING DEADLINE is 5 PM, Eastern Standard Time on October 9. 2015.
(xvi) Contact: Mary Amps, Contracting Officer, email: OCBTALENT@BBG.GOV. All responsible sources may submit an offer that will be considered by the Agency.
Set-Aside: Total Small Business Place of Performance: 4201 NW 77th Avenue Miami, FL 33166 US URL: https://www.fbo.gov/spg/BBG/ADM/OCBAMIAMIFL/BBG45-Q-15-OCB00571/listing.htmOutreachSystems Article Number: 20150924/PROCURE/0091
Matching keyword(s): naics!711510;

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

R–LIFEGUARD SUPPORT SERVICES AND LIFEGUARD TRAINING PROGRAM N0018915T0597 MISTY ALVAREZ 7574431968 This is a COMBINED SYNOPSIS/SOLICITATION for commercial supplies prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil). The solicitation number is N00189-15-T-0597 and is issued as a Request for Quotes (RFQ). The Government intends to award a firm-fixed-price purchase order. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-84 and DFARS Change Notice 20150826.
It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.ht .
The Government intends to solicit and negotiate, on a TOTAL SMALL BUSINESS SET-ASIDE basis, a contract to supply service for lifeguard support services and lifeguard training for 30 midshipmen to become certified lifeguards. The contractor shall provide lifeguard support each week for one (1) session per weekday between 11:45 – 1:45 at the United States Naval Academy600px-US-DeptOfNavy-Seal.svg Lejeune Pool with the exception of construction or swimming championship meets with support being provided at Scott Pool or MacDonough Pool, Annapolis, Maryland.
The contractor shall train and re-certify, as required, up to 30 midshipman to become certified lifeguards once per academic year to include First Aid card combination with CPR/AED/PR. Services for lifeguard support and lifeguard training is for one year and three option years and shall be in accordance with the Performance Work Statement (PWS).
The NAICS code is 713940 and will be processed as a total small business set-aside. The Small Business Standard is $7.5M.
Performance Work Statement attached.
The required Period of Performance is 01 October 2015 to 30 September 2016, and three option years.
The following FAR provisions and clauses apply to this solicitation and are incorporated by reference and full text:
52.204-7 System for Award Management
52.204-9 Personal Identity Verification of Contractor Personnel
52.204-13 SAM Maintenance (July 2013)
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Representation (Dec 2014)
52.212-1 Instructions to Offerors–Commercial Items
52.212-3, Alt I Offeror Representations and Certifications – Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-6 Notice of Total Small Business Set-Aside (Nov 2011)
52.219-28 Post Award Small Business Program Rerepresentation
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
52.222-36 Affirmative Action for Workers with Disabilities.
52.222-50 Combating Trafficking in Persons
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13 Restriction on Foreign Purchases (June 2008)
52.232-33 Payment by Electronic Funds Transfer – SAM (July 2013)
52.222-41 Service Contract Labor Standards (May 2014)
52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014)
52.222-55 Minimum Wages Under Executive Order 13658 (Dec 2014)
52.217-5 Evaluation of Options
52.217-9 Option to Extend the Term of the Contract (March 2000)
52.222-99 Establishing a Minimum Wage for Contractors (Dev)
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran–Representation and Certifications.

52.232-18 Availability of Funds
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
52.237-1 Site Visit
52.237-2 Protection of Government Buildings, Equipment, And Vegetation
52.247-34 F.O.B. Destination
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference/full text in the order. Additional contract terms and conditions applicable to this procurement are:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7003 Control of Government Personnel Work Product
252.204-7004 Alt A System for Award Management Alternate A
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information
252.204-7011 Alternative Line-Item Structure
252.204-7012 Safeguarding of unclassified controlled technical information
252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014)
252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sept 2014)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area Workflow Payment Instructions (May 2013)
252.232-7010 Levies on Contract Payments
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
252.244-7000 Subcontracts for Commercial Items
252.247-7023 Transportation of Supplies by Sea (April 2014)
ADDENDUM TO FAR 52.212-1
In addition to FAR 52.212-1, “Instructions to Offerors – Commercial Items,” and shall be received by NAVSUP Fleet Logistics Center Norfolk NLT the closing date of the solicitation.
This requirement will be awarded using procedures under Federal Acquisition Regulation (FAR) Part 12 – Acquisition of Commercial Items and FAR Subpart 13, Simplified Acquisition Procedures.

1) Interested vendors may send the quotation to the Navy by replying via email to misty.alvarez@navy.mil;
2) Proposal content and instructions when submitting a quote shall consist of:
a) Technical Capability:
All Quoters should ensure that the content of its technical capability descriptions are such that it demonstrates its understanding of and capability to meet all of the requirements of the PWS. The information provided should be presented in such a manner as to enable the Government to make a thorough and complete evaluation and arrive at a sound determination as to whether or not the products proposed and described will satisfy the requirements of the Government as stated in this request for quote.
b) Price Submission
Quotes submitted shall be in accordance with the Schedule and Performance Work Statement contained in the solicitation.
Quotes shall be held firm for sixty (60) days.
c) Acknowledgement of any amendments
Questions:
Offerors may submit questions regarding clarification of solicitation requirements to Ms. Alvarez by e-mail at misty.alvarez@navy.mil by Wednesday, September 24, 2015 at 11:00 a.m. EST. Any questions received after this date may not be answered.
Response to this solicitation is due 25 September 2015 at 11:00am local time, Norfolk, VA. Quotes shall be submitted via email to misty.alvarez@navy.mil. Please reference the solicitation number on your quote. Oral communications are not acceptable in response to this notice.

System for Award Management (SAM) [Formerly CCR – Central Contractor Registration].
Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov/portal/public/SAM/
All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, DUNS Number, business size and payment terms.
CLAUSES INCORPORATED BY FULL TEXT
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 shall be used to evaluate offers: Technical and Price.
Quotations will be evaluated as follows:
1) Technical<br>2) Price
The Technical evaluation factor is more important than the Price Proposal evaluation factor.

1) TECHNICAL<br>The Government will evaluate each vendor’s Written Technical submission acceptable (pass) or unacceptable (fail). <br>Technical Acceptability – Technical acceptability will be determined based on an evaluation of the vendor’s technical submission.
Written Technical Submittal:
Pass (P): Technical submission demonstrates that the information quoted meets the Government’s requirements as set forth in this Request for Quote.
Fail (F): Failing to provide any of the technical information and/or providing unclear or inadequate information proposed that does not meet the Government’s requirements.
Note: If the Contracting Officer determines that a vendor’s Written Technical Submission is “unacceptable,” that vendor’s entire submittal may be determined to be technically unacceptable and may no longer be considered for further competition or award.
2) PRICE
The vendor’s proposed price will be evaluated on the basis of price reasonableness.
The evaluation may include, but is not limited to:
i. Price comparison with other offerors;
ii. Comparison with independent Government cost estimates.
Vendors responding to this solicitation are advised that, prior to award, the government may request vendors to submit information/data to support price reasonableness such as copies of paid invoices for the same or similar items, sales history for the same or similar items, price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote.
Establishment of a competitive range is not anticipated; however, the Government reserves the right to establish a competitive range if determined by the Procuring Contracting Officer to be in the best interest of the Government.
(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 offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of provision)
Attachments:
Attachment I – Performance Work Statement (PWS)
******* End of Combined Synopsis/Solicitation ********
Place of Performance: UNITED STATES NAVAL ACADEMY, ANNAPOLIS, MD 21402 US URL: https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018915T0597/listing.htm

OutreachSystems Article Number: 20150924/PROCURE/0097

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

R — Supervisory Development Outreach and Communications 617-15-0010 102015 Grace W. Nakaddu, Administrative Specialist , Phone 256-41-4306-001, Fax 2546-41-4306-661, Email gnakaddu@usaid.gov – Alimo Florence, Acquisition and Assistance Assistant , Phone 000256414306001, Email falimo@usaid.gov 1. Position Title: Supervisory Development Outreach and Communications 2. Market Value: GS-14 Equivalent $86,399 to $112,319. Final compensation will be based upon the candidate past salary and work history, experience, and educational background of the successful candidate. 3. Place of Performance: Kampala, Uganda 4. Period of Performance: Two year Contract. 5. The U.S. Agency for International Development Mission in Uganda seeks to employ a U.S. (U.S. and Resident Aliens) Personal Services Contractor who will implement development, outreach, and communications efforts to increase awareness of USAID assistance programs in Uganda for a variety of audiences within and outside of Uganda. 6. Education: It is preferred, but not required, that the candidate hold a Master’s degree with significant coursework in relevant fields. Relevant fields include – but are not limited to – journalism, communications, public relations or affairs, international relations, international development, public administration, Development/area studies, and social studies. Eight to 10 years’ experience as a journalist, in public affairs or international relations is required. 7. Work Experience: At least five years’ relevant experience in a developing country. Relevant experience is defined as work in journalism, public relations, communications, and/or outreach. 8. Language Proficiency: The candidate must be fluent in both spoken and written English. 9. Skills and Abilities: The candidate must have a demonstrated capacity in the following skills and abilities: Demonstrated ability to exercise sound, independent, professional judgment; Excellent organizational and critical thinking skills; Excellent written and verbal communication skills with a demonstrated ability to translate highly technical material into easy to understand narrative; Exceptional interpersonal skills with the ability to influence relationships positively; Superior project management skills and the ability to take initiative working with the direction of management; must be able to take ownership of projects, creatively problem solve and see through to completion; Strong and demonstrated knowledge of the principles and practices of public relations, media relations, and journalistic writing and reporting techniques; Knowledge of technical aspects involved in the production of different public outreach activities, such as production of televised programs; Superior levels of professionalism while working under pressure in a fast-paced and sometimes difficult or dangerous environment; Willingness to assume duties and responsibilities in all communications areas, as needed; Strong, working knowledge of Microsoft Word, Excel, Power Point, and Internet applications; Familiarity using a digital camera and videotaping equipment; 10. Clearance: U.S. Secret clearance (or the ability to attain one) is required. 11. Applicants who meet the minimum qualifications will be evaluated and ranked based on the selection criteria. Applicants are strongly encouraged to address each of the criteria on a separate sheet describing specifically and accurately what experience, training, education, and/or awards that are relevant to each factor. 12. Notice to Applicants: USAID reserves the right to obtain from previous employers relevant information concerning the applicant’s past performance, technical knowledge, required skills, including teamwork and team-building experience and may consider such information in its evaluation. Shortlisted candidates may be required to submit writing samples and/or do a written test. USAID/Uganda shall not pay for any expenses associated with the interviews. Introduction: The S/DOC is an essential member of the Office of Program and Policy Development, responsible for producing and disseminating public information about mission activities for Ugandan and American consumption and to educate and promote a better understanding of USAID/Uganda programs. In this capacity, the incumbent is responsible for strategically planning, developing, implementing, and administering the DOC program to promote better awareness and understanding of U.S. foreign assistance to Uganda. S/he guides, coordinates, and oversees the mission’s communication practices and outreach efforts, helping to ensure that they reflect the U.S. Government’s (USG) priorities and promote USAID’s accomplishments to key audiences. S/he is also responsible for relaying related policies and achievements to key audiences of the host country, in the United States, and other countries. Major duties and responsibilities: The S/DOC will manage the full range of public information and outreach activities in support of USAID/Uganda’s programs and objectives, targeting information to specific audiences in both the US and (country), in accordance with the Mission’s public strategy and evolving circumstances. Specific duties include but are not limited to the following: Supervisory and Coordination: Lead the Mission’s Development Outreach and Communications (DOC) team comprised of one to two Foreign Service Nationals to ensure overall quality and coherence of the team’s communications and outreach products and initiatives. Lead the development and implementation of the Mission’s communications strategy and outreach plan. Represent the Mission at the senior level in all matters pertaining to public affairs and outreach activities with other branches of the USG, the Government of Uganda, implementing partners, other donor nations, the UN, World Bank and other groups or institutions. Train USAID’s technical staff in Uganda/Kampala and the regional offices in support of their public speaking and media outreach roles. Oversee the integration of communications in the project design and implementation processes. Serve as the senior advisor to Mission management regarding all public information, media relations, and outreach matters. Maintain up-to-date knowledge of all USAID/Uganda activities and processes, as well as a keen awareness of political and policy issues. Advise USAID staff and implementing partners on developing appropriate public information programs and initiatives.
Serve as a resident expert on USAID branding and style guidelines, ensuring regulations are followed by recommending revisions and appropriate application as outlined in ADS 320 and the Agency’s Graphic Standards Manual. Oversee and provide regular trainings to USAID staff and implementing partners on the appropriate use of branding and marking; work closely with Contracting/Assistance Officer Representatives (C/AOR) to ensure adherence to branding in the field; and, seek guidance from LPA on any disputes or waiver requests. Coordinate with the PAO, U.S. Military, other USG agencies (e.g. CDC, USDA), and USAID implementing partners to achieve maximum exposure and understanding of U.S. development and humanitarian assistance efforts and initiatives in Uganda, as defined by the Chief of Mission and USAID Mission Director. Establish and maintain contacts with donor representatives, implementing partners, and other USG agencies to collect information for reports. Public Information and Publicity Materials: Coordinate information dissemination, media outreach, and public events within the Mission; with the Mission’s offices, units and technical staff; and with all non-USG organizations. Oversee the drafting, editing, and dissemination of timely and accurate information, fact sheets, press releases, newsletters, brochures, presentations, responses for requests for information, and all other public information materials relating to USAID/Uganda’s activities. These must be written in clear, concise English, prepared with both the media and general audiences in mind, and designed for print, power points, and web use. Oversee the preparation of submissions for USAID Frontlines and other USAID public information platforms including the Administrator’s Blog, USAID Facebook, Twitter, YouTube and other new or emerging social media sites. Oversee the use of social media platforms as an engagement tool with a focus on digital advocacy and outreach; a social media strategy will be developed to align with the broader communications strategy. Oversee the submission of all social media materials to PAO for posting on the U.S. Embassy Facebook and Twitter sites. Manage the preparation and maintenance of an updated standard information package on the USAID program in Uganda for briefings and for distribution to the public and the media; and for USAID/W, LPA, State, Congress, etc.; including scene setters, program briefing papers, project status reports, maps, photos, information about other donors, and general information about Uganda. Oversees the content and posting of Uganda specific English-language materials on the USAID website to ensure they are accurate and up-to-date/he works closely with LPA webmaster to ensure the Uganda specific pages are creative and informative. Oversee the writing and distribution of press releases on program successes, project inaugurations, significant developments, etc. Follow up with media to encourage and support coverage of public events. Coordinate with technical offices, Embassy’s PAO, and LPA to produce and release timely, accurate, and useful written information to local and international media. Media and Public Relations: Promote separate, pro-active, targeted, information and media outreach activities. These activities are specifically designed to push accurate information about USAID programs deep into local, regional and national markets, through the selective use of radio, television, newspapers, magazines, public service announcements, advertisements, billboards, and traditional communications. This necessitates a close and transparent relationship with Mission implementing partners’ communication and outreach staff. Oversee all international and local media relations. Work closely with PAO on press relations and maintain contacts with high-level Western and local journalists from all media outlets. Advise and work with Embassy PAO to expand opportunities to keep media abreast of USAID/Uganda programs, including TV, radio and other media. This may include arranging interviews, briefings, media tours of USAID projects, etc. In collaboration with PAO, advise the Mission Director and USAID staff on press and media relations. Ensure a targeted, coherent, and consistent message from all USAID staff and implementing partners. Coordinate with Government of Uganda public relations offices, maintaining good relations and advising on working with Uganda and international media. Coordinate with PAO to monitor local and international press coverage, awareness, and attitudes concerning USAID programs and monitor effectiveness of the communications strategy. Provide feedback to inform ongoing activities and future programming. As directed by the Mission Director, Deputy Director, and Supervisory Program Officer and in collaboration with PAO, respond to inquiries from the general public, media, and other sources about USAID programs and projects. Publicity Events: Organize and coordinate press events for USAID projects in conjunction with the PAO, USAID Mission Director, USAID staff and implementing partners. This includes conferences, openings, ribbon-cuttings, and other ceremonies. Write press releases, speeches, and talking points; organize background briefings for media; compile and disseminate press packets; deal with protocol issues, site selection, staging, and logistical issues; identify and schedule speakers; liaise with U.S. and local government officials; write or edit Briefing Checklists (BCLs), scene setters, briefing materials and memorandums to the Ambassador or his/her deputies when participation in events is warranted; write or edit BCLs and Scene Setters for USAID’s Front Office when participation in events is warranted; provide on-site coordination of media. Follow up with media to ensure coverage of public events. Manage the posting of all event information and materials to the Mission website. Review and edit press releases, speeches, and talking points drafted by implementing partners for USAID events; review and edit BCLs and Scene Setters drafted by implementing partners for USAID events. Submit all press releases and interview requests – in-house and those drafted by implementing partners – to PAO (and LPA, when appropriate) for review and approval. Oversee the maintenance of a calendar of USAID program events and its distribution within USAID/Uganda, to Embassy stakeholders, and LPA in Washington. Photograph and/or shoot video of USAID events for the USAID and Embassy websites and for USAID/Uganda’s archives. Serve as the Mission’s primary point of contact for publicity events and site visits by official visitors from the U.S. Embassy, USAID/Washington, Congress, and other USG agencies or entities. Coordinate VIP site visits as necessary. Coordinate with Embassy on schedules and logistics. Lead the preparation of briefing materials, scene setters, and other information products and processes to support these visits. Maintain a diverse list of potential site visit locations appropriate for a variety of CODEL, STAFFDEL, and other high-level visitors to USAID/Uganda, coordinating closely with partners in advance. Perform other duties/activities that the US Ambassador, USAID Mission Director, Deputy Director, Supervisory Program Officer, USAID/Washington and circumstances may dictate. Supervision: The S/DOC will report to the Supervisory Program Officer/ Team Leader. For detailed scope of work and evaluation criteria, please send email to gnakaddu@usaid.gov and copy aocen@usaid.gov

Place of Performance: US Embassy Compound ? South Wing, Plot 1577 Ggaba Road Postal Office Box: 7856 Kampala UG URL: https://www.fbo.gov/spg/AID/OM/UGA/617-15-0010/listing.htmOutreachSystems Article Number: 20150924/PROCURE/0098

Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929 Fort Bragg NC 28310

99 — Media Production Video Storage and File Sharing W81RUC5154Q068 Lanora G. Means, Contract Specialist, Phone 9104321503, Fax 9104329345, Email lanora.means@soc.mil – C160px-Special_Operations_Specops_Army.svg Scott Phelps, Contracting Officer, Phone 9104326145, Fax 9104329345, Email conway-phelps@soc.mil H92239-15-P-0051 $50,235.17 092315 FCN, INC, 12315 Wilkins Ave , Rockville, MD 20852 US
URL: https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/W81RUC5154Q068/listing.htm

OutreachSystems Article Number: 20150924/AWARDS/1511
Matching keyword(s): video*; produc*; production?;

 

Navy Electronic Commerce Online https://www.neco.navy.mil/biz_ops/search_edi.asp NECO – Navy Electronic Commerce Online; Vendors must register with NECO. Once registered, agency information can be obtained directly from the website

T — Federal Supply Classification T013 SOL N00189-15-T-0554 Due Date: Quote to be Received By: Fri, Sep 25, 2015 Address: NORFOLK, VA 23511-3392 Contact: Buying Party (Purchaser) NAVSUP Fleet Logistics Center Norfolk General Desc: Technical Writer with SSBN ExpertiseDetail Desc: Please See Synopsis For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20150924/SMALL/3115
Matching keyword(s): writ*; technical;

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

T — Audio/Video and Broadcast Upgrades. SOL Website: http://www.georgetownky.gov/bidsolicitations.asp REQUEST FOR PROPOSALS Audio/Video and Broadcast Upgrades for City Council Chambers and Fiscal Court Chambers. The City of Georgetown is seeking proposals for the design and installation of upgrades to the audio/video and PEG cable broadcasting setup in the City Council Chambers in City Hall and the Fiscal Court Chambers in the County Courthouse. This is a joint city/county project. The City and County desire to provide greater quality of audio/video broadcast, more reliable recording, and increased citizen interactivity during meetings of their respective legislative bodies. The proposal shall be addressed and delivered to City Clerk, 100 North Court Street, Georgetown, KY 40324 prior to proposal opening scheduled for Friday, October 9, 2015 at 2:00 P.M. EST. http://www.georgetownky.gov/Assets/Files/Bid%20Solicitations/2015-09-14%20AV%20Rooms%20RFP.pd 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: 20150924/KY/1878
Matching keyword(s): video*; website; age:state!ky; state!ky;

Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/online/vss/AltSelfServic

R – Consulting services RFP : 1600000080 Board of Prosthe SOL Consulting services RFP : 1600000080 Board of Prosthetics, Orthotics and Pedorthics Pro Services Published On : 9/24/15 Amended On : Closing On : 10/28/15 4:00 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20150925/BID/0457
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/online/vss/AltSelfServic

R – Consulting services RFP : 1600000080 Board of Prosthe SOL Consulting services RFP : 1600000080 Board of Prosthetics, Orthotics and Pedorthics Pro Services Published On : 9/24/15 Amended On : Closing On : 10/28/15 4:00 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20150925/BID/0458
Matching keyword(s): age:state!ky; state!ky;

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

R — Improvement Study – Allen Field – Addendum #1. SOL RFP-17-16 DUE 10/01/2015 Phone: (606) 783-2018, Website: http://www.moreheadstatebids.com Proposals are being accepted for firms to serve as a strategic consultant to a Baseball Stadium Improvement Study for MSU Allen Field. Scope of Work: Resurface the baseball field with either natural grass or field turf -depending on cost estimates and shift home plate back as far as possible in order to provide a deeper right field. Include as a part of this work the demolition and reconstruction of the metal barn indoor hitting cage. Look at the feasibility of shifting the right field fence back as far as possible without affecting the existing site drainage/ dry stream. Included as a part this work would be the demolition and replacement of the right field lighting standard. Also included would be the reworking of the left center fence to provide a more workable fence line. Look at the feasibility (and cost) of covering and tiling a portion of the existing site drainage./ dry stream beyond the right field fence to allow the fencing to be shifted to provide a proper depth right field. Develop a cost analysis for the demolition and replacement of the current stands as necessary to allow for a complete reworking of the ball field. This option would not require work on the existing site drainage/ dry stream. 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: 20150925/KY/1912
Matching keyword(s): age:state!ky; state!ky;

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

99 – Carousel Parts and Service SOL IFB-3522-0-2016/KBM Due Date: 9/29/2015 3:00 PM Eastern Contact: Kim Henry Carousel Parts and Service For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20150924/BID/0154
Matching keyword(s): age:state!ky; state!ky;

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

R – Bid 3523 – Zoo Tram, Parts and Service Contract SOL IFB-3523-0-2015/PL Due Date: 9/29/2015 3:00 PM Eastern Contact: Peter Langlois Bid 3523 – Zoo Tram, Parts and Service Contract For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20150924/BID/0155
Matching keyword(s): age:state!ky; state!ky;

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

R – Planning Consultants SOL RFP47-2015 Due Date: 10/27/2015 Program Management Services – Town Branch Commons For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20150924/BID/0161
Matching keyword(s): 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

T – Printing and Delivery of Holographic Passes and Tickets (2016 & SOL RFQ SA-2139 Due Date: Oct 21, 2015 Printing and Delivery of Holographic Passes and Tickets (2016 & 2017) For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20150924/BID/0162
Matching keyword(s): 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

T – Printing and Delivery of TARC Transit Tickets (2016 & 2017) SOL RFQ SA-2140 Due Date: Oct 21, 2015 Printing and Delivery of TARC Transit Tickets (2016 & 2017) For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20150924/BID/0163
Matching keyword(s): 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

T – Printing and Delivery of “Passport” Transfer Tickets-2016 SOL RFQ SA-2141 Due Date: Oct 21, 2015 Printing and Delivery of “Passport” Transfer Tickets-2016 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20150924/BID/0164
Matching keyword(s): age:state!ky; state!ky;

Cleary Construction, Inc. , 2006 Edmonton Road, Tompkinsville, KY 42167

T — Potential Construction Subcontracting Opportunities. SOL Phone: (270) 487-1784; Fax: (270) 487-8029; website http://www.clearyconst.com BID Date: 10/13/15: BID TIME: 1:30 PM. Cleary Construction, Inc. is inviting quotes on the following. Project: EAST FORK CLARK S RIVER INTERCEPTOR SEWER REPLACEMENT CONTRACT NO. 2 Project Location: MURRAY, KENTUCKY Quotes Requested for the following subcontractors: Erosion, Trucking, Video Taping, Surveying, Restoration, Bore & Jack, etc. Quotes Requested for the following materials: Pipe and appurtenances, Manholes, Precast Structures, Stone, Concrete, etc. Additional Information (e.g. DBEs strongly encouraged to bid): 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: 20150924/KY/1890
Matching keyword(s): age:state!ky; state!ky;

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

AIR FORCE

Northrop Grumman Systems Corp., Northrop Grumman Aerospace Systems, San Diego, California, has been awarded a $203,559,738 modification (P00016) to exercise the option on previously awarded contract FA8528-15-C-0003 for Global Hawk contractor logistic services and Sustainment III. Contractor will provide additional material and services to include planning, operations support, and356px-Seal_of_the_US_Air_Force.svg maintenance support. Contracted support includes procurement of replenishment spares and consumables, repairs, contractor field teams, software, inventory control, sustaining engineering, diminishing manufacturing, reliability, maintainability, organizational maintenance manpower, and field service representatives to supplement blue suit maintenance. Work will be performed at San Diego, California, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operations and maintenance funds in the amount of $9,251,194 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

The Boeing Co., Clearfield, Utah, has been awarded a $110,109,415 modification (P00007) on previously awarded contract FA8414-15-C-0001 for replacement of the intercontinental ballistic missile Minuteman III telemetry, test and termination systems. Work will be performed at Clearfield, Utah; Huntington Beach, California; and Heath, Ohio, and is expected to be complete by Aug. 31, 2019. Fiscal 2015 research, development, test and evaluation funds in the amount of $4,840,000 are being obligated at the time of award. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity.

Northrop Grumman Technical Services, Herndon, Virginia, has been awarded a $46,845,562 delivery order (0053) on previously awarded contract FA8106-10-D-0001. Contractor will provide contractor logistic services for aircraft and spares in support of the KC-10 program. Work will be performed worldwide to include McGuire Air Force Base, New Jersey; Travis Air Force Base, California; Hickam Air Force Base, Hawaii; Yakota Air Base, Japan; and Tinker Air Force Base, Oklahoma, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operations and maintenance funds in the amount of $46,845,562 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

Northrop Grumman Technical Services, Herndon, Virginia, has been awarded a $33,251,174 delivery order (0054) to previously awarded contract FA8106-10-D-0001. Contractor will provide seven engine overhauls in support of the KC-10 program. Work will be performed at 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, 2016. Fiscal 2016 operations and maintenance funds in the amount of $33,251,174 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

Lockheed Martin Corp., Marietta, Georgia, has been awarded a $32,515,190 contract modification (P00315) to previously awarded contract FA8625-07-C-6471. Contractor will provide for the C-5 Galaxy reliability enhancement and re-engining program Lot 7 rapid repair and response over and above effort. They will provide the final lot of 11 aircraft to the C-5M fleet. Work will be performed at Marietta, Georgia, and is expected to be complete by April 17, 2018. Fiscal 2014 and 2015 aircraft procurement funds in the amount of $32,515,190 respectively are being obligated at the time of award. The Mobility Division, Wright Patterson Air Force Base, Ohio, is the contracting activity.

Goodrich Corp. – IRS Systems, UTC Aerospace Systems Co., Westford, Massachusetts, has been awarded a $24,500,000 indefinite-delivery/indefinite-quantity contract for Royal Saudi Air Force F-15S/SA DB-110. Contractor will provide courseware development and training services. Work will be performed at Westford, Massachusetts; Birmingham, United Kingdom; and the Kingdom of Saudi Arabia, and is expected to be complete by June 30, 2019. This award is the result of a sole-source acquisition. This contract is 100 percent foreign military sales for the government of Saudi Arabia. The 338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph Air Force Base, Texas, is the contracting activity (FA3002-15-D-0014).

Lockheed Martin Corp., Mission Systems and Training, Orlando, Florida, has been awarded a $16,332,360 modification (P00054) to previously awarded contract FA8621-11-C-6288 for C130J block 7.0/8.1 and capability management upgrade 1. Work will be performed at Tampa, Florida; and Little Rock Air Force Base, Arkansas, and is expected to be complete by July 2, 2018. Fiscal 2015 research, development, test and evaluation funds in the amount of $2,400,941 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

CORRECTION: The contract modification (P00090) awarded to United Launch Services LLC, Littleton, Colorado, on contract FA8811-13-C-0003 that was announced on Sept. 30, 2015 was actually awarded on Oct. 1, 2015. All other information is accurate.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Graybar Electric Co. Inc., St. Louis, Missouri, has been awarded a maximum $24,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, prime-vendor bridge contract for maintenance, repair, and operations for the Northeast Zone 2 region. This contract was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a four-month bridge contract. Location of performance is Missouri with a Feb. 8, 2016, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-16-D-0002).

Spacelabs Medical Inc., Issaquah, Washington, has been awarded a maximum $13,460,681 modification (P00104) exercising the sixth one-year option period of a one-year base contract (SPM2D1-09-D-8351), with nine one-year option periods for patient monitoring systems, subsystems, accessories, consumables and training. This is a fixed-price with economic-price-adjustment contract. Location of performance is Washington, with an Oct. 7, 2016, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. 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.

Science Applications International Corp., Fairfield, New Jersey, has been awarded a maximum $7,200,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, prime-vendor bridge contract for storefront operations support at Letterkenny Army Depot in the Northeast Zone 1 region. This contract was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a four-month bridge contract. Location of performance is New Jersey, with a Feb. 8, 2016, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-16-D-0001).

NAVY

American Bureau of Shipping, Houston, Texas is being awarded an $8,000,000 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N00033-13-D-8015) with firm-fixed-price task order to provide vessel classification services in accordance with statute 46 U.S. Code 3316. Work will be performed worldwide and is expected to be completed by Sept.30, 2016.  Working capital contract funds in the amount of $8,000,000 are subject to availability in fiscal600px-US-DeptOfNavy-Seal.svg 2016 funds, and will expire at the end of fiscal 2016. This contract was not competitively procured, in accordance with statue 46 U.S. Code 3316.  The Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-13-D-8015).

Head Inc./Ballew JV,* Columbus, Ohio, was awarded a $7,807,565 firm-fixed-price contract for airfield runway and taxiway repairs at Naval Station Mayport.  The work to be performed provides for repairs to the runway pavements, including cold recycling the width of the middle runway section, asphalt milling, crack seal, paving all asphaltic surfaces, complete joint seal replacement, isolated crack repair and isolated slab replacement of Runway 5-23.  The contract also contains two unexercised options, which if exercised, would increase cumulative contract value to $13,259,470.  Work will be performed in Jacksonville, Florida, and is expected to be completed by January 2017.  Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $7,807,565 are obligated on this award and expired at the end of fiscal 2015.  This contract was competitively procured via the Navy Electronic Commerce Online website, with two proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-15-C-1110). (Awarded Sept. 30, 2015)

*Small business

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

AAR Mobility Systems, Cadillac, Michigan, has been awarded a maximum $372,458,000 modification (P00011) exercising the first one-year option period of a two-year base contract (SPE8ED-14-D-0001) with three one-year option periods for shipping and storage containers, shelters and accessories. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Michigan, with an Oct. 30, 2016, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. 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.

AIR FORCE

Wyle Laboratories Inc., Camarillo, California (FA3002-16-D-0001); and CAE USA Inc. Military Simulation and Training, Tampa, Florida (FA3002-16-D-0002), have been awarded a combined $275,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for multi-aircraft flight training. Contractor will356px-Seal_of_the_US_Air_Force.svg provide for initial, recurrent, and instructor aircrew training for 43 different type aircraft. Work will be performed predominantly at Camarillo, California; and Tampa, Florida, and is expected to be complete by Sept. 30, 2022. This contract involves foreign military sales. This award is the result of a competitive acquisition with two offers received. The 338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity.

Vectrus Systems Corp., Colorado Springs, Colorado, has been awarded a $71,723,507 modification (P00022) to previously awarded contract FA5641-15-C-0001 for base maintenance and operations services in Turkey and Spain. The modification provides an equitable adjustment for the difference in labor cost between the actual employees on board at the time of award and the employee listings of incumbent Turkish and Spanish Nationals furnished by the government during the solicitation phase, as the costs are established by local labor laws. Work will be performed at Incirlik Air Base, Izmir Air Station, Office of Defense Cooperation, and Ankara Support Facility, Turkey; and Morón Air Base, Spain, and is expected to be complete by Dec. 19, 2021. Fiscal 2015 operations and maintenance funds in the amount of $6,325,949 are being obligated at the time of award. Air Force Installation Contracting Agency, Kaiserslautern, Germany, is the contracting activity. (Awarded Sept. 30, 2015)

DynCorp International LLC, Fort Worth, Texas, has been awarded a $44,322,646 modification (A00107) to exercise the option on previously awarded contract FA3002-09-C-0024 for aircraft maintenance services. Contractor will provide T-6, T-38 Unit Pilot Training (UPT) and T-38 introduction to fighter fundamentals aircraft maintenance services. Work will be performed at Sheppard Air Force Base, Texas, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operations and maintenance funds in the amount of $3,693,553 are being obligated at the time of award. The 82nd Contracting Squadron, Sheppard Air Force Base, Texas, is the contracting activity.

CAE USA Inc., Tampa, Florida, has been awarded a $33,931,498 modification (P00026) to previously awarded contract FA4890-13-C-0104 for exercising option year two for the MQ-1/9 aircrew training and courseware development contract. Work will be performed at Creech Air Force Base, Nevada; Holloman Air Force Base, New Mexico; March Air Reserve Base, California; and Hancock Air National Guard Base, New York, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operations and maintenance funds in the amount of $3,714,004 are being obligated at the time of award. Air Combat Command Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity.

Pacific Aviation and Technical Services LLC, Marlton, New Jersey, has been awarded a $20,187,935 modification (A00095) to exercise the option on previously awarded contract FA3002-09-C-0003 for civil engineering services. Work will be performed at Sheppard Air Force Base, Texas; Frederick Airfield, Oklahoma; and Lake Texoma, Texas, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operations and maintenance funds in the amount of $3,416,513 are being obligated at the time of award. The 82nd Contracting Squadron, Sheppard Air Force Base, Texas, is the contracting activity.

Northrop Grumman Electronic Systems, Azusa, California, has been awarded a $16,491,592 modification (P00004) to exercise two options on previously awarded contract FA8810-15-C-0001, Defense Support Program (DSP) sustainment contract. DSP satellite sustainment work will be performed at Azusa, California, and is expected to be complete by Sept. 30, 2017. Fiscal 2016 operations and maintenance funds in the amount of $3,322,000 are being obligated at the time of award. Remote Sensing Systems Directorate, Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

Delaware Resource Group of Oklahoma LLC, Oklahoma City, Oklahoma, has been awarded a $12,028,570 firm-fixed-price modification (P00049) to the previously awarded contract FA4890-12-C-0004 to exercise the option for F-15C/E, F-16 and F-22A aircrew training and courseware development. Work will be performed at Shaw Air Force Base, South Carolina; Mountain Home Air Force Base, Idaho; Langley Air Force Base, Virginia; Nellis Air Force Base, Nevada; Seymour Johnson Air Force Base, North Carolina; and Hill Air Force Base, Utah, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operations and maintenance funds in the amount of $2,786,198 are being obligated at the time of award. Air Combat Command Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity.

PKL Services Inc., Poway, California, has been awarded an $11,595,451 modification P00024 to exercise the option on previously awarded contract FA4897-12-C-2004 for Republic of Singapore aircraft maintenance and operation services. Work will be performed at Mountain Home Air Force Base, Idaho, and is expected to be complete by Sept. 30, 2017. This contract is 100 percent foreign military sales. The 366th Contracting Squadron, Mountain Home Air Force Base, Idaho, is the contracting activity.

BGI LLC, Akron, Ohio, has been awarded a $7,557,762 firm-fixed-price modification (P00024) to previously awarded contract FA4890-13-C-0008 for the EC-130H and A-10 aircrew training and courseware development. Work will be performed at Davis-Monthan Air Force Base, Arizona, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operations and maintenance funds in the amount of $734,499 are being obligated at the time of award. Air Combat Command Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity.

Champion Energy Services LLC, Houston, Texas, has been awarded a $7,600,000 task order (D409) to previously awarded contract FA3002-08-D-0026 for retail electricity. Work will be performed at Sheppard Air Force Base, Texas, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operations and maintenance funds in the amount of $1,266,666 are being obligated at the time of award. The 82nd Contracting Squadron, Sheppard Air Force Base, Texas, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Sikorsky Aircraft Corp., Stratford, Connecticut, is being awarded an $189,431,164 five-year, firm-fixed-price requirements, performance-based logistics contract for the repair coverage for 10 weapons replaceable assemblies in support of the CH-53 aircraft.  Work will be performed at Fleet Readiness Center East, Cherry Point, North Carolina (71 percent); and in Stratford, Connecticut (29 percent).  Work is expected to be completed by September 2020.  No contract funds will be obligated at the time of award, and will not expire at the end of the current fiscal year.  This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code  2304(C)(2).  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-16-D-001F).

American Scaffold, San Diego, California (N55236-15-D-0019); and W.V. Construction Co., Jamul, California (N55236-15-D-0020), were awarded a $148,437,685 firm-fixed-price, indefinite-delivery/indefinite-quantity, multi-award contract to provide scaffolding services to the Southwest Regional Maintenance Center’s commercial industrial services code in support of Navy ships and other government vessels within a 50-mile radius of San Diego, California.  These contracts are a follow-on to the previous commercial industrial services scaffolding contract awarded by Southwest Regional Maintenance Center in 2009 and utilized until the contractor went out of business in 2011.  Commercial industrial services include the provision of necessary management, material support services, labor, supplies, and equipment deemed necessary to provide scaffolding support onboard U.S. naval ships and other government vessels.  Work will be performed at Naval Station San Diego, and is expected to be completed by September 2020. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $3,000 was obligated at time of award and expired at the end of fiscal 2015. The contract was competitively procured via the Federal Business Opportunities website with two offers received. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.  (Awarded Sept. 30, 2015)

Al Larson Boat Shop,* Terminal Island, California (N55236-15-D-0013); Epsilon Systems Solutions Inc.,* San Diego, California (N55236-09-D-0014); Integrated Marine Services Inc.,* Chula Vista, California (N55236-15-D-0015); Marine Group Boat Works LLC,* Chula Vista, California (N55236-09-D-0016); Miller Marine Inc.,* San Diego, California (N55236-15-D-0017); and Nielsen Beaumont Inc.,* San Diego, California (N55236-15-D-0018), are each being awarded $75,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity, multiple-award contracts to provide marine boatyard services and industrial support for boats and vessels greater than or equal to 15 meters or 50 feet in length.  Work will be performed in San Diego, California, or at the contractor’s facility as needed, and is expected to complete in October 2020 if all options are exercised. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $18,000 was obligated at time of award and expired at the end of fiscal 2015.  These contracts were competitively procured via the Federal Business Opportunities website, with six offers received.  The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. (Awarded Sept. 30, 2015)

Interstate Electronics Corp., Anaheim, California, is being awarded $22,712,537 for modification P00019 to a previously awarded cost-plus-fixed-fee, cost-plus-incentive-fee contract (N00030-14-C-0006) for flight test instrumentation management and support, SSBN replacement program support, data recording subsystem operational support, engineered refueling overhaul support, and strategic weapon system training.  The work will be performed in Anaheim, California (76 percent); Cape Canaveral, Florida (18 percent); Washington, District of Columbia (3 percent); Norfolk, Virginia (1 percent); Bremerton, Washington (1 percent); Bangor, Washington (0.5 percent); and Kings Bay, Georgia (0.5 percent), with an expected completion date of Sept. 30, 2016.  Fiscal 2016 operations and maintenance (Navy) funds in the amount of $17,434,259; fiscal 2016 research, development, test, and evaluation funds in the amount of $3,249,278; United Kingdom funds in the amount of $1,279,000; and fiscal 2016 other procurement, Navy funds in the amount of $750,000 are being obligated on this award, none of which will expire at the end of the current fiscal year.  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

VersAbility Resources Inc., Hampton, Virginia, was awarded a $16,195,784 firm-fixed-price, indefinite-delivery requirements contract to provide provisioning support services to load and stow subsistence and supplies onboard Navy ships identified in individual task orders. This contract includes a one-year base and one-year option which if exercised, brings the total estimated value to $32,514,870. Work will be performed in Norfolk, Virginia (30 percent); San Diego, California (24 percent); Pearl Harbor, Hawaii (22 percent); Bremerton, Washington (8 percent); Mayport, Florida (5 percent); Everett, Washington (4 percent); Guam (4 percent); and Groton, Connecticut (3 percent). Work is expected to be completed by September 2017. No funds will be obligated at the time of award. No contract funds expire at the end of the fiscal year. Funds will be obligated as individual task orders are issued.   This contract was solicited as a direct procurement under the AbilityOne program. Naval Supply Systems Command Fleet Logistics Center, Jacksonville, Florida, is the contracting activity (N68836-15-D-0005). (Awarded Sept. 30, 2015)

Exelis Inc., Herndon, Virginia, is being awarded a $13,554,993 cost-plus-fixed-fee contract to provide services for ongoing technical services support for strategic systems programs reentry systems. .  This contract contains options, which if exercised, will bring the contract value to $70,918,089.   Work will be performed primarily in Colorado Springs, Colorado (69 percent); Washington, District of Columbia (28 percent); and Albuquerque, New Mexico (3 percent), with an expected completion date of March 31, 2017.  If options are exercised, work will continue through March 31, 2021.  Subject to availability, fiscal 2016 operations and maintenance (Navy) contract funds in the amount of $6,812,383; fiscal 2016 research, development, test and evaluation (Navy) contract funds in the amount of $4,194,648; and United Kingdom funds in the amount of $2,547,962, will be obligated at the time of award.  Contract funds in the amount of $6,812,383 will expire at the end of fiscal 2016.  This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1) and (4).  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-16-C-0016).

MISSILE DEFENSE AGENCY

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, has been awarded a $98,301,262 cost-plus-incentive-fee, cost-plus-award-fee, sole-source modification (P00180) to previously awarded contract number HQ0276-10-C-0001 for Aegis ballistic missile defense continuation of Baseline 5.1,600px-US-MissileDefenseAgency-Seal.svg Increment -2 development and the adaptation of Aegis ashore efforts. This modification brings the total cumulative face value of the contract to $2,132,598,845 from $2,034,297,583. Work will be performed at Moorestown, New Jersey, with an expected completion date of April 10, 2016. An increment of Fiscal 2015 research, development, test and evaluation funds in the amount of $16,189,591 are being obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

600px-US-TRANSCOM-Emblem.svgU.S. TRANSPORTATION COMMAND

Nine companies are being awarded a modification exercising an option year for domestic charter airlift services.  United Airlines, Elk Grove Village, Illinois, is being awarded modification (P00004) to previously awarded contract HTC711-14-D-CC05.  The modification ($18,066,800 estimated) brings the total cumulative face value of the contract to $36,133,850 from $18,067,050.  MN Airlines LLC, doing business as Sun Country Airlines, Mendota Heights, Minnesota, is being awarded modification (P00004) to previously awarded contract HTC711-14-D-CC06.  The modification ($26,804,623 estimated) brings the total cumulative face value of the contract to $53,609,496 from $26,804,873.  Sierra Pacific Airlines Inc., Tucson, Arizona, is being awarded modification (P00004) to previously awarded contract HTC711-14-D-CC08.  The modification ($8,028,926 estimated) brings the total cumulative face value of the contract to $16,058,103 from $8,029,177.  Southwest Airlines Co., Dallas, Texas, is being awarded modification (P00004) to previously awarded contract HTC711-14-D-CC09.  The modification ($24,812,370 estimated) brings the total cumulative face value of the contract to $49,624,990 from $24,812,620.  Miami Air International Inc., Miami, Florida, is being awarded modification (P00004) to previously awarded contract HTC711-14-D-CC10.  The modification ($8,104,683 estimated) brings the total cumulative face value of the contract to $16,209,616 from $8,104,933.  Omni Air International Inc., Tulsa, Oklahoma, is being awarded modification (P00004) to previously awarded contract HTC711-14-D-CC12.  The modification ($8,410,615 estimated) brings the total cumulative face value of the contract to $16,821,480 from $8,410,865.  Atlas Air Inc., Purchase, New York, is being awarded modification (P00004) to previously awarded contract HTC711-14-D-CC13.  The modification ($13,789,950 estimated) brings the total cumulative face value of the contract to $27,580,150 from $13,790,200. Delta Airlines Inc., Atlanta, Georgia, is being awarded modification (P00004) to previously awarded contract HTC711-14-D-CC14.  The modification ($13,196,800 estimated) brings the total cumulative face value of the contract to $26,393,850 from $13,197,050.  Phoenix Air Group Inc., Cartersville, Georgia, is being awarded modification (P00004) to previously awarded contract HTC711-14-D-CC22.  The modification ($6,721,810 estimated) brings the total cumulative face value of the contract to $10,054,928 from $3,333,118.  These contracts provide domestic charter airlift services.  Work will be performed at various locations within the U.S., with an expected completion date of Sept. 30, 2016.  Fiscal 2016 transportation working capital funds will be obligated on individual task orders.  The contracting activity is the U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.

Textainer Equipment Management (US) Ltd., San Francisco, California, is being awarded a $16,651,027 (estimated) option year modification (P00008) under previously awarded contract HTC711-14-D-R027 to extend services under an indefinite-delivery requirements-type, fixed-price with economic-price-adjustment contract.  The modification brings the total cumulative face value of the contract to $48,919,173 from $32,268,146.  The contract is for the program management, leasing, transportation, and repair of intermodal equipment.  Work will be performed at multiple continental U.S. and outside the continental U.S. locations, with an expected completion date of Sept. 30, 2016.  Program management is funded by fiscal 2016 transportation working capital funds, and the individual leasing task orders are funded by each individual Department of Defense requiring activity at the time the order is placed.  The contracting activity is the U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.

Computer Sciences Corp., Chantilly, Virginia, is being awarded a $10,457,956 cost-plus-fixed-fee task order modification (P00007) to previously awarded contract GS00Q-09-BG-D0025, task order HTC711-15-F-D014, for option period one for AT21 capability development, integration and sustainment services in support of the U.S. Transportation Command.  The modification brings the total cumulative face value of the contract to $15,536,010 from $5,078,054.  Fiscal 2016 transportation working capital funds (TWCF) operating; fiscal 2016 TWCF capital; fiscal 2016 research, development, test and Evaluation; and fiscal 2016 operations and maintenance funds in the total amount of $10,457,956 will be obligated at time of award.  Work will be performed at Scott Air Force Base, Illinois, and is expected to be completed Sept. 30, 2016.  Contract funds will expire at the end of fiscal 2016.  The contracting activity is the U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.

Harris IT Services Corp., Herndon, Virginia, has been awarded a $10,391,752 (estimated) fixed-price, labor hour, and cost-reimbursable task order modification (40) to previously awarded contract (W91QUZ-07-D-0001-6S02) to add one 12-month option period for customer services support: service delivery.  This modification brings the total cumulative face value of the contract to $46,192,838 from $35,801,086.  This contract action will provide continued support for selected command, control, communications, and computer systems and support functions to include exercise and contingency operations support; web support; test center support; network infrastructure engineering and support; command and control and business systems support; application support; and information protection and event analysis support.  Work will be performed at Scott Air Force Base, Illinois, and is expected to be completed Sept. 30, 2016.  Fiscal 2016 transportation working capital fund (TWCF) operating; fiscal 2016 TWCF working capital; fiscal 2016 Air Force operations and maintenance; and fiscal 2016 OSD operations and maintenance funds in the amount of $10,391,752 (estimated) are being obligated at time of award.  Contract funds will expire at the end of fiscal 2016.  The contracting activity is the U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.

Science Applications International Corp., McLean, Virginia, is being awarded a $9,376,024 labor hour task order modification (15) to previously awarded contract HC1028-08-D-2025-6S02 for option period two for Integrated Booking System software development services in support of the Army Surface Deployment and Distribution Command.  The modification brings the total cumulative face value of the contract to $18,991,611, from $9,615,587.  Work will be performed at Scott Air Force Base, Illinois, and is expected to be completed Sept. 30, 2016.  Fiscal 2016 transportation working capital funds (TWCF) operating; and TWCF capital funds in the amount of $9,376,024 will be obligated at time of award.  Contract funds will expire at the end of fiscal 2016.  The contracting activity is the U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.

Tapestry Solutions Inc., San Diego, California, is being awarded a $7,233,979 modification (P00011) to previously awarded fixed-price and cost contract HTC711-13-C-D006.  This modification brings the total cumulative face value of the contract to $23,591,991 from $16,358,012.  This modification is to add one 12-month option period and four 3-month option periods for sustainment of the current Integrated Computerized Deployment System (ICODES) Version 6 software while the ICODES Version 7 software (on a separate contract) is developed and implemented.  Work will be performed at San Diego, California; and Scott Air Force Base, Illinois, and is expected to be completed Sept. 30, 2016.  Fiscal 2016 transportation working capital fund operating funds in the amount of $7,233,979 are being obligated at time of award.  Contract funds will expire at the end of fiscal 2016.  The contracting activity is the U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.

*Small business

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

Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street Bldg #21, Room 2B218 Columbus OH 43218

R — Human Capital Consulting Services RFI871276 101915 Carrie Fairbanks, Phone 6147012753, Email carrie.e.fairbanks.civ@mail.mil Defense Finance and Accounting Service (DFAS) is issuing a Sources Sought Announcement for Human Captial consulting which includes strategic planning elements and data analystics to determine the interest, availability and capability as described below.
DFAS is conducting market research in compliance with Federal Acquisition Regulations, Part 10. Market research is being conducted to determine interest and160px-Special_Operations_Specops_Army.svg capability of potential sources for this requirement under NAICS code 541612. This notice is for planning purposes only and does not obligate the Government to any contractual agreement. This is not a request for proposal. The Government does not intend to award a contract on the basis of responses, nor otherwise pay for the preparation of any information submitted, nor will respondents be notified of the review of the information received. The information obtained from this Sources Sought notice will be utilized as market research for consideration in development of the Acquisition Strategy for this requirement. The Government will not reimburse interested sources for any costs incurred in preparation of a response to this notice. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract.
REQUIREMENT DESCRIPTION:
I. Develop and implement a Scenario Planning and Predictive Workforce Planning Modeling capability that measures if DFAS has the skills available in the workforce to meet future demands and business needs, and identify gaps
• Provide an analytics capability to utilize quantitative and qualitative data to identify needs in a specific product line
• Identify and include needed data elements into model that will enable effective Human Capital and Talent Management Planning
• Utilize HR data (i.e. turnover, retirement eligibility, hiring data, current and future headcount, etc.) Operational data (i.e. Accuracy, Timeliness, Volume, etc.), and Budgetary data that will enable effective data driven decision-making
• Create data pulling, reporting, and extracting capabilities within the model
• Build intuitive and user-friendly interface within the model
II. Support Development of the Human Capital Strategic Plan
• Possess a Human Capital or Human Resources background
• Provide technical writing support
• Conduct internal and external data analysis (private sector trends, risk analysis, etc.)
• Conduct workforce analysis (data driven trends, demographics, competency gap analysis, predictive analysis, etc.)
• Depict Human Capital linkages (mission, customer, budget, manpower, etc.) using visuals such as graphs or diagrams
• Identify performance management measures
The project will consist of an initial base year plus two option years.
RESPONSE DUE DATE: All responses must be received by Noon (EST), Monday October 19, 2015. Preferred delivery method for submission is via email: carrie.e.fairbanks.civ@mail.mil.
INSTRUCTIONS FOR RESPONSE SUBMISSION:
DFAS is seeking responses from all responsible sources. Interested respondents should submit a brief capabilities statement package clearly demonstrating the firm’s ability to perform the services listed. A generic capability statement is not acceptable. At a minimum, the package shall address the following:
1. Firm name, address, e-mail, telephone and fax numbers
2. Small business certification – 8(a), HubZone, Service Disabled Veteran or Women-owned, etc.
3. Applicable contract vehicles (i.e. DOC, GSA, NASA SEWP) available for Government-wide use.
4. Past Experience – describe your experience demonstrating a minimum of three (3) years experience providing a similar service as listed in the requirements section for the Federal Government. Statements should describe the dollar value, indicate whether your firm acted as the prime or subcontractor, list a customer Point of Contact with phone number, and provide description of the experience and how the referenced experience relates to the services described herein.
5. Estimated pricing for the scope presented (not a quote).
6. Your firms Data Universal Numbering System (DUNS)
7. System for Award Management (SAM) registered NAICS Codes.
8. Include any other relevant information that is not listed above, which the Government should consider in developing its minimum specifications and finalizing its market research.
Respondents shall provide a full description of their capability to meet the anticipated requirement. Feedback on this requirement is encouraged. Vendors are encouraged to provide estimated costs or pricing information for the services, which they can provide, within their response.
ADDITIONAL DISCLOSURES:
This notice is for information purposes only and is not a request to be placed on a solicitation mailing list, nor is it a Request for Proposal (RFP) or an announcement of a solicitation.
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. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
QUESTIONS AND INQUIRIES:
All questions and inquiries concerning any aspect of this announcement must be submitted in writing to carrie.e.fairbanks.civ@mail.mil for clarification sufficiently in advance of the response deadline. Telephone requests will not be honored. The Government’s response to inquiries will be made in writing.
Place of Performance: DFAS Indianapolis, IN 46216 US URL: https://www.fbo.gov/spg/ODA/DFAS/Columbus/RFI871276/listing.htm OutreachSystems Article Number: 20151006/PROCURE/0407
Matching keyword(s): writ*; technical;

600px-US-DeptOfAgriculture-Seal2.svgDepartment of Agriculture, Forest Service, National Interagency Fire Center, U.S. Forest Service, Contracting Owyhee Building – MS 1100 3833 S. Development Avenue Boise ID 83705-5354

T — Welcome to the Forest Service AG-024B-S-15-0033 Kay Steffey, Contract Specialist, Phone 208-387-5757, Fax 208-387-5384, Email ksteffey@fs.fed.us AG-024B-K-15-0033 $55,272.32 093015 001 EDP, 2730 Tremont Ave, Davnport, IA 52803 US
URL: https://www.fbo.gov/spg/USDA/FS/024B/AG-024B-S-15-0033/listing.htm

OutreachSystems Article Number: 20151003/AWARDS/0478
Matching keyword(s): naics!512110;

Department of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598

99 — Sale of Empty Scrap Ammunition Containers QRP16-0006 100915 Bridgette Caico, Clerk, Phone 502-624-5026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil – Daniel G Pearman, Program Manager, Phone 502-624-5673, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil The Fort Knox Qualified Recycle Program is issuing an invitation for sale of Empty Scrap Ammunition Containers. The duration of this is for 1 time sale.
Please open the attached document on this posting for the sale solicitation/agreementDepartment of the Army that is required for bidding. Sign, initial each page in the designated field, date and enter all of the required information in your bid. Send your bid to Daniel Pearman or Bridgette Caico by fax: 502-624-5672 or by email at bridgette.r.caico.naf@mail.mil. Respond due date is a 2pm Eastern Standard Time.
Please call Fort Knox QRP, if you have any questions or concerns. All Bids are welcome.
The contract performance location is bldg 2962, 309 Frasier Rd. Fort Knox Ky 40121
Bridgette Caico
Shipping, Sales, and Receiving Clerk
Fort Knox Qualified Recycle Program
Phone- 502-624-5026
Fax- 502-624-5672
Place of Performance: 309 Frazier Rd. Bldg 2962 Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP16-0006/listing.htm OutreachSystems Article Number: 20151003/SURPLUS/0816
Matching keyword(s): state!ky;

Department of the ArmyDepartment of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598

99 — Sale of Empty Scrap Ammunition Containers QRP16-0007 100915 Bridgette Caico, Clerk, Phone 502-624-5026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil – Daniel G Pearman, Program Manager, Phone 502-624-5673, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil The Fort Knox Qualified Recycle Program is issuing an invitation for sale of Empty Scrap Ammunition Containers. The duration of this is for 1 time sale.
Please open the attached document on this posting for the sale solicitation/agreement that is required for bidding. Sign, initial each page in the designated field, date and enter all of the required information in your bid. Send your bid to Daniel Pearman or Bridgette Caico by fax: 502-624-5672 or by email at bridgette.r.caico.naf@mail.mil. Respond due date is a 2pm Eastern Standard Time.
Please call Fort Knox QRP, if you have any questions or concerns. All Bids are welcome.
The contract performance location is bldg 2962, 309 Frasier Rd. Fort Knox Ky 40121
Bridgette Caico
Shipping, Sales, and Receiving Clerk
Fort Knox Qualified Recycle Program
Phone- 502-624-5026
Fax- 502-624-5672
Place of Performance: 309 Frazier Rd. Bldg 2962 Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP16-0007/listing.htm OutreachSystems Article Number: 20151003/SURPLUS/0817
Matching keyword(s): state!ky;

California – Orange County-CEO/Purchasing http://www.bidsync.com/DPX Orange County – CEO/Purchasing; 1300 S. Grand Bldg A; Santa Ana, CA 92705; Phone (714) 567-7300 Fax (714) 567-7307

T – Bid #027-C000052-AP – RFI – Video Production and Post-Production Due Date: Bid Bid #027-C000052-AP – RFI – Video Production and Post-Production Services For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151003/BID/0096
Matching keyword(s): video*; produc*; production?;

Cincinnati Metropolitan Housing Authority, 1627 Western Avenue, Cincinnati, OH 45214

R — Community Partnership Project. SOL 2015-8034 DUE 10/20/2015 Website: http://www.cintimha.com/business-opportunities.asp SCOPE OF WORK (SOW); TECHNICAL SPECIFICATIONS (T/S): CMHA is seeking quotes from qualified, licensed independent Contractor(s) with demonstrated professional competence and experience to partner with a community based organization to work collaboratively with law enforcement to reduce overall crime and street violence through implementation of an evidence-based, data-driven approach. The goal is to make communities safer through reduced crime without additional arrests, create a peaceful environment, and build and strengthen trust between law enforcement and the community. The selected contractor will utilize the SARA model (or equivalent) for performing this service. SARA incorporates the following steps for crime prevention: Scanning, Analysis, Response, and Assessment. 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: 20151001/KY/2028
Matching keyword(s): age:state!ky; state!ky;

Cincinnati Metropolitan Housing Authority, 1627 Western Avenue, Cincinnati, OH 45214

R — Housing Choice Voucher Inspection Services. SOL 2015-2024 DUE 10/28/2015 Website: http://www.cintimha.com/business-opportunities.asp A pre-proposal conference is scheduled for Wednesday, October 7, 2015 at 9:00 AM (local time) at 1627 Western Avenue, Cincinnati, OH 45214. Pursuant to HUD regulations, the pre-proposal conference is not mandatory, but is recommended. Potential proposers planning to attend should notify the Assistant Procurement Officer at janell.duncan@cintimha.com of their intention to do so by Tuesday, October 6, 2015, no later than 12:00 Noon. The purpose of the conference is to assist prospective proposers in having a full understanding of the RFP requirements so that he/she feels confident in submitting an appropriate proposal; therefore, at this conference the PO will conduct an overview of the RFP documents, including attachments. Whereas the purpose of this conference is to review the RFP documents, attendees should bring a copy of the RFP documents with them; however, the Authority will not distribute at this conference any copies of the RFP documents. SCOPE OF WORK (SOW)/TECHNICAL SPECIFICATIONS (T/S): The Cincinnati Metropolitan Housing Authority (CMHA) is seeking proposals from qualified entities that demonstrate the vendor s abilities to meet the following requirements in providing Housing Quality Standards (HQS) Inspections at approximately 200 CMHA owned properties throughout Hamilton County, Ohio on the Housing Choice Voucher Program. The types of Inspections include: Move-In Inspections; Routine Annual Inspections; Emergency Inspections; Tenant Complaint Inspections; Follow-Up Inspections for units found to be non-compliant . The selected offeror(s) shall submit proposals to provide any one, combination of, or all of the Inspection services that may result in the award of more than one contract for the Housing Choice Voucher Inspections. Further, as may be detailed herein, CMHA does not guarantee any minimum or maximum amount of work as a result of any award ensuing from this RFP, but will reserve the right to award work on an as-needed basis. 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: 20151001/KY/2032
Matching keyword(s): age:state!ky; state!ky;

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

R – Temporary Labor SOL 141-2015 Due Date: 10/22/2015 Temporary Labor Services for Waste Management For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151003/BID/0212
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Fayette County Public Schools https://fcps.economicengine.co The Purchasing Office Louie Mack Building Room 101 460 Springhill Drive Lexington, Kentucky 40503

R – Fiber Gigabit Network Services SOL 51-15 Due Date: 10/30/2015 Fiber Gigabit Network Services For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151003/BID/0203
Matching keyword(s): age:state!ky; state!ky;

Fayette County Public Schools, The Purchasing Office, Louie Mack Building Room 101, 460 Springhill Drive, Lexington, Kentucky 40503

R — Comprehensive District Diagnostic, Review and Action Plan. SOL SOL 52-15 DUE 10/19/2015 Phone: (859) 381-4100; Website: https://fcps.economicengine.co 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 (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 20151001/KY/2040
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/webapp/vssonline/AltSelfServic

R – RFP ATM KY HORSE PARK BUILDINGS RFP – 785 – 1600000090 SOL RFP ATM KY HORSE PARK BUILDINGS RFP – 785 – 1600000090 Facilities & Support Services Wendell Harris Request for Proposals(RFP) Published On : 10/2/15 Amended On : Closing On : 10/20/15 4:00 PM EDT Time Left: 17 Days, 20:56:54 Intent Posted On: For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151003/BID/0503
Matching keyword(s): age:state!ky; state!ky;

Transit Authority of Lexington (LexTran), 109 West Loudon Avenue, Lexington, KY 40508

R — Banking Services. SOL RFP 1509 DUE 11/12/2015 Website: http://www.lextran.com/business/procuremen Notice is hereby given that the Transit Authority of Lexington, Kentucky (Lextran) is requesting proposals for banking services. Copies of the Request for Proposals are available from the office of Keith Srutowski, Lextran, 109 West Loudon Avenue, Lexington, Kentucky 40508; (859) 255-7756 ext 408. Email requests for electronic copies of the RFPs should be made to KSrutowski@Lextran.com. All proposals must be submitted in accordance with requirements set forth in the RFPs and must be received in the Lextran offices at 109 West Loudon Avenue, Lexington, KY 40508 by or before 3:00 PM local time, on November 12, 2015. There will be a pre-proposal conference held at the Lextran Training Center at 105 Spruce Street, Lexington, KY 40507 at 1:00 PM on Wednesday, October 14, 2015. Lextran hereby notifies all proposers that in regard to any contract entered into pursuant to this RFP, advertisement or solicitation, disadvantaged business enterprises will be afforded full opportunity to submit proposals and no one will be subjected to discrimination on the basis of race, color, creed, religion, sex, disability, age, or national origin in consideration for an award. Lextran reserves the right to postpone, accept or reject any and all proposals and to waive any informality in the RFP process as Lextran deems in its own best interest. 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: 20151006/KY/2128
Matching keyword(s): age:state!ky; state!ky;

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

R — RFP ATM KY HORSE PARK BUILDINGS. SOL RFP 785 1600000090 version 1 DUE 10/20/2015 Kelly Hawkins, email: Kelly.Hawkins@ky.gov Phone: (502) 564-2319; Website: https://emars.ky.gov/online/vss/AltSelfServic RFP For the operation of multiple automated teller machines at the Ky Horse Park – Alltech Arena, Camp Ground Store, Paddock Cafe and Visitors Information Center. 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: 20151006/KY/2111
Matching keyword(s): age:state!ky; state!ky;

City of Bowling Green, PO Box 430; Bowling Green, KY-42102-0430

69 — Car Fire Training System. SOL 2016-14 DUE 10/21/2015 Purchasing Office Phone: 270-393-3000; Website: http://www.bgky.org/citymanager/bids.ph This specification defines the functional and performance characteristics of a propane fueled, portable, live Car Fire Training System. 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: 20151006/KY/2155
Matching keyword(s): age:state!ky; state!ky;

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

R — Actuarial Services for Kentucky Reclamation Guaranty Fund. SOL RFP 128 1600000078 DUE 11/04/2015 Phone: (502) 564-4510; Website: https://emars.ky.gov/online/vss/AltSelfServic Department for Natural Resources Request for Proposals(RFP) Published On : 10/1/15 Amended On : Closing On : 11/4/15 3:30 PM EST. 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: 20151005/KY/2097
Matching keyword(s): age:state!ky; state!ky;

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

99 – Storm Debris Cleanup SOL IFB-3535-0-2015/ES Due Date: 10/14/2015 3:00 PM Eastern Contact: Eugene Skeete Storm Debris Cleanup For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151002/BID/0181
Matching keyword(s): age:state!ky; state!ky;

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

99 – ADDENDUM #1 Lunchroom Commodities (Warehouse Delivery) #7155Bid SOL ADDENDUM #1 Lunchroom Commodities (Warehouse Delivery) #7155Bid closes @ 11:00 a.m. on October 6, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151002/BID/0182
Matching keyword(s): 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 – Starter Components SOL IFB P-2642 Due Date: Nov 12, 2015 Starter Components For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151002/BID/0184
Matching keyword(s): 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 – Farebox Components SOL IFB P-2645 Due Date: Nov 12, 2015 Farebox Components For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151002/BID/0185
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/webapp/vssonline/AltSelfServic

R – 555 Professional Consulting Svcs – Personal Service Contract RFP SOL 555 Professional Consulting Svcs – Personal Service Contract RFP – 555 – 1600000083 Department For Libraries & Archives Request for Proposals(RFP) Published On : 10/1/15 Amended On : Closing On : 10/30/15 3:30 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151002/BID/0424
Matching keyword(s): 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 LOGISTICS AGENCY

CPI Econco, Woodland, California, has been awarded a maximum $9,699,200 firm-fixed-price contract for weapon system electron tubes. This was a sole-source acquisition using justificationDefense_Logistics_Agency 10 U.S. Code 2304 (c)(1). Location of performance is California, with an Aug. 21, 2017, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2016 through fiscal 2017 Navy working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania (SPRMM1-16-C-WA08).

CORRECTION: The contract announced on Oct. 15, 2015, for Aloha Petroleum Ltd.,* Honolulu, Hawaii, (SPE600-16-D-4000), for $17,302,637 was announced with an incorrect estimated contract value. The correct estimated contract value is $23,214,071.

600px-US-DeptOfNavy-Seal.svgNAVY

Lockheed Martin Corp., Missiles and Fire Control, Orlando, Florida, is being awarded a $9,638,771 cost-plus-fixed-fee modification to previously awarded basic order agreement N00164-11-G-JQ97-0015 for the procurement of the turret electronic unit (TEU) versatile performance switching production requirements, including test equipment station development and validation; circuit card assembly manufacture; test requirement document production; and engineering drawing consolidation, review and release. The TEU is a component of the Target Sight System (TSS) that is integrated into the Marine Corps AH-1Z Cobra attack helicopter.  The TSS provides target identification and tracking, passive targeting for integrated weapons, including Hellfire missiles, and a laser-designation capability supporting friendly laser-guided weapons.  The TSS integration into AH-1Z Cobra attack helicopters is part of the Marine Corps H-1 upgrades program for the remanufacture of legacy aircraft with state of the art designs incorporated into the existing fleet of AH-1Ws, converting them to AH-1Zs.  Work will be performed in Orlando, Florida (94 percent); and Ocala, Florida (six percent), and is expected to be completed by June 2017. Fiscal 2014 and 2015 aircraft procurement (Navy) funding in the amount of $9,638,771 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity.

CORRECTION:   The contract announced on Oct. 15, 2015, to BAE Systems Information and Electronic Systems Integration Inc., Greenlawn, New York, should have read the dollar amount as $24,153,704. The contract number should read as N00019-15-D-0004.  The combines purchases sentence should read:  This modification combines purchases for the Navy ($20,095,882; 83.2 percent);, Army ($2,487,832; 10.3 percent); and the governments of Saudi Arabia ($342,983; 1.42 percent); Philippines ($338,152; 1.40 percent); Japan ($316,414; 1.31 percent); Denmark ($294,675; 1.22 percent); and Indonesia ($277,768; 1.15 percent), under the Foreign Military Sales program.

*Small business

MISSILE DEFENSE AGENCY

Raytheon Co. Integrated Defense Systems, Woburn, Massachusetts, is being awarded a $200,000,000 modification to an indefinite-delivery/indefinite-quantity contract HQ0147-12-D-0005,600px-US-MissileDefenseAgency-Seal.svg increasing the total contract value from $710,460,000 to $910,460,000.  Under this follow-on contract, the contractor will continue to perform software and hardware maintenance; limited modeling and simulation support; engineering support to delivered; and accepted radars and Ballistic Missile Defense System test planning, execution and analysis. No task orders are being issued at this time.  The work will be performed in Woburn, Massachusetts. The ordering period is from Nov. 1, 2015 through Oct. 31, 2017.  The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

Department of the ArmyARMY

C&C Contractors LLC,* Notasulga, Alabama, was awarded a $95,000,000 firm-fixed-price, multi-year, task order contract with options for construction projects in the Savannah District, Army Corps of Engineers, with an estimated completion date of Oct. 14, 2020.  Bids were solicited via the Internet with 13 received.  Funding and work location will be determined with each order.  Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-16-D-0001).

AECOM Technical Services, Los Angeles, California, was awarded a $9,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architectural and engineering services to support headquarters and the risk management center on dam and levee safety projects within the Army Corps of Engineers civil works mission boundaries.  Bids were solicited via the Internet with nine received. Funding and work location will be determined with each order with an estimated completion date of Oct. 14, 2020.  Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-16-D-0001).

AIR FORCE

Lockheed Martin Aeronautics, Marietta, Georgia, has been awarded a $52,637,373 delivery order modification (0005) to previously awarded contract FA8625-15-D-6591. Contractor will provide crew systems integration of the MC-130J common terrain following, terrain avoidance radar system. Work will be performed at Marietta, Georgia, and is expected to be complete by Dec.356px-Seal_of_the_US_Air_Force.svg 14, 2020. Fiscal 2015 research, development, test and evaluation funds in the amount of $5,195,000 are being obligated at the time of award. Air Force Lifecycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Lockheed Martin Corp., Mission Systems and Training, Manassas, Virginia, has been awarded a $7,327,628 firm–fixed-price contract with some cost reimbursable elements for contractor logistic support. Contractor will provide engineering support services including on-site support, remote access support, logistics management, technical support, preventive and corrective maintenance, and engineering analysis of the Iraq integrated air defense system and associated equipment. Work will be performed at San Diego, California, 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, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-16-C-0010).

600px-US-TRANSCOM-Emblem.svgU.S. TRANSPORTATION COMMAND

Six contractors are being awarded options modifications to previously awarded indefinite-delivery/indefinite-quantity fixed-price contracts for intermodal ocean and intermodal distribution services.  The companies and their awards are: American President Lines Ltd. Inc., Scottsdale, Arizona, is being awarded an estimated $37,111,044 fixed-price contract extension modification to previously awarded contract HTC711-12-D-W003, bringing the total cumulative face value of the contract to $1,874,456,994 from $1,837,345,950. Maersk Line Ltd. Norfolk, Virginia, is being awarded an estimated $33,184,456 fixed-price contract extension modification to previously awarded contract HTC711-12-D-W013, bringing the cumulative face value of the contract to $2,181,810,748 from $2,148,626,292. Farrell Lines Inc., Norfolk, Virginia, is being awarded an estimated $20,061,729 fixed-price contract extension modification to previously awarded contract HTC711-12-D-W008 that brings the total cumulative face value of the contract to $615,456,579 from $595,394,850. Hapag-Lloyd USA LLC, Tampa, Florida, is being awarded an estimated $10,548,648 fixed-price contract extension modification to previously awarded contract HTC711-12-D-W011, bringing the total cumulative face value of the contract to $364,834,546 from $354,285,898. American Roll-On Roll-Off Carrier LLC,* Woodcliff Lake, New Jersey, is being awarded an estimated $9,419,536 fixed-price contract extension modification to previously awarded contract HTC711-12-D-W004, bringing the total cumulative face value of the contract to $576,492,955 from $567,073,419. Liberty Global Logistics LLC,* Lake Success, New York, is being awarded an estimated $8,417,167 fixed-price contract extension modification to previously awarded contract HTC711-12-D-W012 bringing the total cumulative face value of the contract to $382,756,519 from $374,339,352.  Work will be performed worldwide as specified on each individual order, with an expected completion date of Jan. 31, 2016.  Type of appropriation is fiscal 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.

NAVY

Seyer Industries Inc.,* St. Peters, Missouri, is being awarded a $33,394,842 indefinite-delivery/indefinite-quantity contract for the manufacture and delivery of up to 325 each blade fold rack sets in support of the AH-1Z and UH-1Z helicopter.  Work will be performed in St. Peters, Missouri, and is expected to be completed in October 2020.  Fiscal 2014 aircraft procurement (Navy) funds in the amount of $103,467 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  This contract was solicited via an electronic request for proposals as600px-US-DeptOfNavy-Seal.svg a 100 percent small business set-aside; three offers were received.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-16-D-0006).

BAE Systems Information and Electronic Systems Integration Inc., Greenlawn, New York, is being awarded a $31,949,556 modification to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-14-D-0004) to exercise an option for the procurement of the AN/APX-117A(V) identification friend or foe (IFF) transponder, AN/APX-118A(V) IFF transponder, AN/APX-123A(V) IFF transponder, Mode 5 change kits, integrations of Mode 5 change kits,  and shop replaceable assemblies (SRA). The SRA consists of the Mode 4 remote control unit (RCU), Mode 5 RCU, IFF mounting tray, receiver/transmitter (RT), single board computer, power supply, signal processor, Mode 4 chassis, Mode 5 chassis, Mode 4/5 with crypto SRA, Mode 4 with crypto SRA, and dummy RT chassis.  This effort will also procure repairs of the IFF transponders and RCUs listed above, and software engineering support.  This modification combines purchases for the Navy ($26,390,333; 82.6 percent); Army ($3,290,804; 10.3 percent); National Guard ($191,697; .6 percent); and the governments of Saudi Arabia ($453,684; 1.42 percent); Philippines ($447,294; 1.40 percent); Japan ($418,539; 1.31 percent); Denmark ($389,785; 1.22 percent); and Indonesia ($367,420; 1.15 percent) under the Foreign Military Sales program.  Work will be performed in Greenlawn, New York (85 percent); and Scottsdale, Arizona (15 percent), and is expected to be completed in December 2017.  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.

The DPR/Hardin Construction Co., LLC/Whitsell-Green Inc. JV, Atlanta, Georgia, is being awarded $20,626,000 for firm-fixed-price task order 0012 under a previously awarded multiple award construction contract (N40085-10-D-5333) for renovation of Building R61 at Naval Station Norfolk.  The work to be performed provides repair and upgrade to Building R61 including repair berthing spaces to meeting current standards; replacement of living space area; anti-terrorism/force protection requirements; complete building plumbing system; replacement of elevators; repairs to building electrical systems; repairs to existing bathrooms; repairs to laundry rooms; exterior renovations; new fire suppression system; replacement of stair railings; and landscaping repairs.  Work will be performed in Norfolk, Virginia, and is expected to be completed by October 2017.  Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $20,626,000 are obligated on this award and will expire at the end of the current fiscal year.  Two proposals were received for this task order.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

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

Berico Technologies LLC, Reston, Virginia (H92222-16-D-0001) and Orbis Technologies, Inc., Annapolis, Maryland (H92222-16-D-0002) were awarded a maximum $20,000,000, indefinite-delivery, indefinite-quantity contract for the All-Source Analytical Environment software tool to support the USSOCOM Distributed Common Ground/Surface Systems Special Operations Forces program. The majority of the work will be performed at the contractor locations and USSOCOM facilities. Fiscal 2015 procurement funds in the amount of $5,000 are obligated to satisfy the minimum guarantee.  Additional funding will be obligated on a delivery order basis.  This contract was a competitive acquisition, with five proposals received.  United States Special Operations Command Contracting office, Tampa, Florida is the contracting activity.

DEFENSE LOGISTICS AGENCY

Aloha Petroleum Ltd.,* Honolulu, Hawaii (SPE600-16-D-4000), $17,302,637; and Mid Pac Petroleum LLC,* Honolulu, Hawaii (SPE600-16-D-4004), $12,763,812, have each been awarded a fixed-price with economic-price-adjustment contract under solicitation SP0600-15-R-0215 for various types of fuel. These are estimated contract values. These contracts were competitive acquisitions with seven offers received. They are five-year contracts with no option periods. Location of performance is Hawaii, with a Dec. 31, 2020, performance completion date. Using militaryDefense_Logistics_Agency services are Army, Navy, Air Force, Marine Corps, Coast Guard and Defense Logistics Agency. Type of appropriation is fiscal 2016 through fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

AM General LLC, Mishawaka, Indiana, has been awarded a maximum $13,349,913 firm-fixed-price, indefinite-quantity contract for utility vehicle torque convectors. This was a competitive acquisition with two responses received. This is a three-year base contract with two one-year option periods. Location of performance is Indiana, with an Oct. 14, 2018, performance completion date. Using agency is Defense Logistics Agency. Type of appropriation is fiscal 2016 through fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-16-D-0004).

Chevron Products Co., San Ramon, California, has been awarded an estimated maximum $12,653,828 fixed-price with economic-price-adjustment contract for Jet A fuel. This was a competitive acquisition with seven offers received. It is a five-year contract with no option periods. Location of performance is Hawaii, with a Dec. 31, 2020, performance completion date. Using military service is Navy and Defense Logistics Agency. Type of appropriation is fiscal 2016 through fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-16-D-4001).

*Small business

600px-US-DeptOfNavy-Seal.svgNAVY

Booz Allen Hamilton Engineering Services LLC, Linthicum, Maryland, is being awarded a $43,339,049 indefinite-delivery/indefinite-quantity contract to provide services in support of the Naval Air Warfare Center Aircraft Division’s air traffic control division.  Services to be provided include engineering; research; design; development; integration; installation; test and evaluation; fielding; analysis; maintenance; material procurements; training; and logistics services for manned and unmanned programs that utilize relative navigation systems for air traffic control, approach and landing, and refueling.  Work will be performed in Patuxent River, Maryland (60 percent); and Linthicum, Maryland (40 percent), and is expected to be completed in November 2020.  No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued.  This contract was competitively procured via an electronic request for proposals; two offers were received.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-16-D-0001).

The Lane Construction Corp., Cheshire, Connecticut, is being awarded an $18,638,000 modification under a firm-fixed-price contract for the exercise of Options 4 and 5. The work to be performed under these options provides for the refurbishment and replacement of existing runway electrical infrastructures such as electrical vaults, electrical manholes, handholes, conduits, wiring, runway lighting fixtures and signage and controls, lighting replacement and modernization of Airfield Lighting Phase Two at Naval Air Station Oceana.  After award of these options, the total cumulative contract value will be $85,975,000.  Work will be performed in Virginia Beach, Virginia, and is expected to be completed by March 2018.  Fiscal 2016 operation and maintenance, (Navy) contract funds in the amount of $18,638,000 will be obligated at time of 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 (N40085-15-C-0052).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $17,599,996 not-to-exceed delivery order (550302) against a previously issued basic ordering agreement (N00019-14-G-0020).  This order provides for the procurement of retrofit modification kits and associated engineering installation services in support of the Block 3F upgrade of two F-35A aircraft for non-Department of Defense (DoD) participants.  Work will be performed in Fort Worth, Texas (90 percent); and Baltimore, Maryland (10 percent), and is expected to be completed in September 2021.  Non-DoD participant funds in the amount of $8,799,999 are being obligated at the time of award and will not expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Vigor Marine LLC, of Portland, Oregon, is being awarded an $11,797,840 firm-fixed-price contract for a regular overhaul/dry-docking to support the USNS Mercy (T-AH 19).  This overhaul will address numerous steel repairs; flight deck resurfacing; fuel oil, feed, and potable water tank repairs; sewage piping modifications; fire main piping replacements; annual crane inspections; and underwater hull preservation to support in the ship’s daily operations.  This contract includes six optional work items which, if exercised, would bring the cumulative value of this contract to $12,670,810.  Work will be performed in Portland, Oregon, and is expected to be completed by the end of January 2016.  Fiscal 2016 maintenance and repair funding in the amount of $11,797,840 are being obligated at the time of award and will expire at the end of the current fiscal year.  This contract was competitively procured with two offers. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-16-C-4400).

AIR FORCE

Herndon Products Inc., O’Fallon, Missouri, has been awarded a $9,600,000 indefinite-delivery/indefinite-quantity contract for T-38C Pacer Classic III fastener kits. Contractor will provide up356px-Seal_of_the_US_Air_Force.svg to 99 T-38C fastener kits in support of Phase II of the Pacer Classic III aircraft modification program. Work will be performed at O’Fallon, Missouri, and is expected to be complete by Oct. 13, 2021. This award is the result of a competitive acquisition with three offers received. Fiscal 2014 procurement funds in the amount of $843,875 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8211-16-D-0002).

Lockheed Martin Missile and Fire Control, Orlando, Florida, has been awarded a $305,457,460 firm-fixed-price and fixed-price incentive (firm target) contract for the Joint Air-to-Surface Standoff Missile production. Contractor will provide Joint Air-to-Surface Standoff Missile production, system upgrades, integration, sustainment, management, and logistical support. Work will be performed at Troy, Alabama, and is expected to be complete by June 30, 2018.  This award is the result of a sole-source acquisition. Fiscal 2014 missile procurement funds in the amount of $3,811,923; and fiscal 2015 funds in the amount of $301,645,537, are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8682-16-C-0005).

The Boeing Co., Defense, Space & Security Missile and Unmanned Airborne Systems, St. Louis, Missouri, has been awarded an $11,806,383 modification (P00049) to the previously awarded contract FA2103-13-C-0006 for engineering and manufacturing development of the B61-12 tailkit assembly. Contractor will provide additional test assets, materials, and hardware to enable the demonstration of the reliability of the B61-12 tailkit assembly. Work will be performed at St. Louis, Missouri, and is expected to be complete by July 31, 2017. Fiscal 2015 and 2016 research, development, test and evaluation funds are being used, and no additional funds will be obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

American Overseas Marine Corp., Quincy, Massachusetts, is being awarded $16,908,828 for modification under previously awarded firm-fixed-price contract N0003-10-C-5300 to exercise a second term option period for the operation and maintenance of seven large, medium speed roll-on/roll-off ships. These seven ships support the deployed military forces worldwide.  Work will be performed worldwide and is expected to be completed by April 2016.  Fiscal 2016 transportation working capital funds in the amount of $7,531,630 are obligated on this award and subject to availability; fiscal 2016 Navy working capital funds in the amount of $9,377,198 will be obligated at time of award and will not expire at the end of the fiscal year. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N00033-10-C-5300).

U.S. SPECIAL OPERATIONS COMMAND

UPDATE: Archimedes Global, Inc., Wesley Chapel, Florida, (H92222-16-D-0003); Barbaricum, Washington, District of Columbia, (H92222-16-D-0004); Black Tree Group, LLC., Tampa, Florida, (H92222-16-D-0005); Chenega Advanced Solutions and Engineering, LLC., Lorton, Virginia, (H92222-16-D-0006); Cybrix Group, Inc., Tampa, Florida, (H92222-16-D-0007); Command Post Technologies, Inc. , Suffolk, Virginia, (H92222-16-D-0008); Cydecor, Inc., Arlington, Virginia, (H92222-16-D-0009);  The Electronic On-Ramp, Inc., Rockville, Maryland, (H92222-16-D-0010); Eagle Support Services Corp., Huntsville, Alabama, (H92222-16-D-0011); Expeditionary Technology Services, Inc., Atlanta, Georgia, (H92222-16-D-0012); Gemini Industries Inc., Burlington, Massachusetts, (H92222-16-D-0013); Intelligence, Communications and Engineering, Inc., Sierra Vista, Arizona, (H92222-16-D-0014); Intelligent Decision Systems, Inc., Centreville,160px-Special_Operations_Specops_Army.svg Virginia, (H92222-16-D-0015); Innovative Information Solutions, LLC., Rockville, Maryland, (H92222-16-D-0016); ITility, LLC, Herndon, Virginia, (H92222-16-D-0017); Mission Wide Training, LLC., Huntsville, Alabama, (H92222-16-D-0018); People, Technology and Processes, LLC., Lakeland, Florida. (H92222-16-D-0019); SHINE Systems & Technologies, Charlottesville, Virginia, (H92222-16-D-0020); Streamline Defense, LLC., Tampa, Florida, (H92222-16-D-0021); Transformation Advisors Group, LLC., McLean, Virginia, (H92222-16-D-0022); Totalis Consulting Group, Inc., Alpharetta, Georgia. (H92222-16-D-0023); Threat Tec, LLC., Hampton, Virginia, (H92222-16-D-0024); Universal Strategy Group, Inc., Franklin, Tennessee, (H92222-16-D-0025); and Yorktown Systems Group, Inc., Tampa, Florida, (H92222-16-D-0026) have been added as awardees to a previously announced (Sep. 8, 2015) maximum ceiling $450,000,000 indefinite-delivery, indefinite-quantity contracts for SOCOM Wide Mission Support (SWMS) services. These contractors are being added to the previously awarded suite of contracts due to corrective action. This contract provides a full range of knowledge based services, including but not limited to subject matter experts, advisory services, instructors, linguists, intelligence analysts, and business operations support.  Work will be performed at multiple locations both in the U.S. and overseas, with an estimated completion date of Sep. 2020. Additional fiscal 2016 operations and maintenance funds in the amount of $60,000 are obligated to satisfy the minimum guarantee of $2,500. Additional funding shall be obligated on a competitive task order basis. These contracts were a competitive acquisition, with 33 proposals received.  Special Operations Command, Tampa, Florida 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

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

R — 30 Minute Scripted Satire BBG50-Q-16-1020MD 103015 Malita M. Dyson, Contracting Officer, Phone 2023827204, Email mdyson@bbg.gov – Herman Shaw, Contracting Officer, Phone 202-382-7856, Fax (202) 382-7854, Email hshaw@bbg.gov
Title: PURCHASE ORDER NON-PERSONAL SEVICE
Synopsis:
This solicitation announcement, BBG50-Q-16-1015MD is prepared and posted in accordance with Federal Acquisitions Circular (FAC) 2005-83, Effective 01 Oct 2015.   In accordance to FAR Subpart 5.1 is to notify potential Offers for a competitive requestBroadcasting Board of Governors for quote, solicitation, issued by the Broadcasting Board of Governors, International Broadcasting Bureau, Voice of America (BBG/IBB/VOA.
(i)               This is 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; Request For Quotes (herein after (RFQ) are being solicited and written solicitation will not be issued.
(ii)              This solicitation is issued as a RFQ Under solicitation number FBO NOTICE BBG50-Q-16-1015MD 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 01 Oct 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 ten (10) episodes in the base period with no guaranteed minimum quantities purchased beyond the Base Period.

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 Office of Cuba Broadcasting (OCB) has a requirement for exclusive, non-transferrable license and rights for a Cuban satirical variety and comedy sketch show for inclusion into its programming.   The format will be a 30 minute, scripted satire produced by a team with a demonstrated ability to engage and entertain audiences in Cuba.   The show will provide some lighter fare to go along with the news and information relevant to Cuban’s daily lives provided by the Marti’s in their regular programming.

These comedic skits must be able to parody events in the daily lives of Cubans on the Island, and will use humor to entertain, engage, educate and enlighten audiences in Cuba.
The show will ideally be 3 segments with accompanying commercial breaks followed by a formal close with a total running time between 26 and 30 minutes.   It should also be easily transferrable to online and mobile platforms so fans can consume content in ‘snackable’ short form segments.   The OCB requirement is for ten shows (one 30 minute show per week for a total of ten weeks).
OCB is seeking parodies that will be uniquely funny, ironic, satirical and entertaining to a wide cross-section of the Cuban population.
Specific User Rights sought in order to license content for distribution to Cuba:
1.  Satellite rights: i.e., the rights to transmit the program(s) via Agency satellites, as an integral part of the Agency’s regular Spanish language programming.
2.  Broadcast rights: to deliver the program(s) and the music contained therein (if any) in the following ways: Satellite television, DVD, Internet, and other digital distribution platforms.
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.

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.   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 include:
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_AC135as the instructions for US based organizations will take you tohttps://www.sam.gov/portal/public/SA). Please select “Emergency” for Block 5 “PRIORITY/PRIORITE”;
2.      A DVD or video link with samples of Comedy sketches and/or prior work in scripted satire;
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. Pertinent past performance in producing scripted satire;
b)     Past Performance no more than three (3) pages.   Should include recent and relevant past experience for the same or similar relevant services and other references with relevant information (i.e. dates, locations, Points of Contact Information, contract numbers, scope of work etc.).
c)      Pricing on a page by itself no more than one (1) page
i.           Quote to include the Offeror’s proposed firm fixed price for the ten (10) 30-minute shoes to be delivered over a period of ten (10) weeks (one show per week)
ii.           Price(s) for all of the Contract Line Item Number (CLIN) shall be in the English language and in the United States Dollar (USD)

4.      Acknowledgment of receipt of Amendments to Request for Quote (if applicable);
5.      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.
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 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.

All Request For Quotes (RFQ) as well as inquiries should be submitted electronically to Malita Dyson with the referenced solicitation number BBG50-Q-16-1015MD in the subject via e-mail to mdyson@bbg.gov .   Please note NO PHONE CALLS WILL BE ACCEPTED.

Provisions incorporated by reference:
FAR 52.212-1 Instructions to Offerors- Commercial Items (Oct 2015);
FAR 52.212-2 Evaluations Commercial Items;
FAR 52.212-3 Offeror Representations and Certifications- Commercial Items (Nov 2015)
FAR 52.212-4 Contract Terms and Conditions (May 2015)

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 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 26 October 2015 , via e-mail and are due by 30 October 2015 Eastern Standard Time (EST) at 2:00 p.m. Responses to questions will be provided no later than 28 October, 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.
OFFERS MUST BE REGISTERED IN SAM PRIOR TO CONTRACT AWARD.
Contracting Office Address:
330 Independence Avenue, S.W.
Washington, District of Columbia 20237
United States

Place of Performance:
Office of Cuba Broadcasting
4201 NW 77 th Avenue
Miami, FL 33166
United States

Primary Point of Contact:                               Secondary Point of Contact:
Malita Dyson                                                    Herman Shaw
Contracting Officer                                           Contracting Officer
mdyson@bbg.gov                                            hshaw@bbg.gov

Set-Aside: Total Small Business Place of Performance: Office of Cuba Broadcasting 4201 NW 77th Avenue Miami , FL 33166 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-16-1020MD/listing.htm OutreachSystems Article Number: 20151021/PROCURE/0060
Matching keyword(s): video*; edit*; duplicat*; produc*; train*; you; website; page?; education*; business*; entertain*; event?; produce?; distribut*; instruct*; commercial?; broadcast*; program?; naics!711510;

dept of health and human servicesDepartment of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105 Bethesda MD 20894

U — Consumer Health and Medical News Source for MedlinePlus NIHLM2016688 102915 Maryann Carroll, Phone 3014517329, Email maryann.carroll@nih.gov This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; 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.
All responsible sources may submit a capability statement which will be considered by the National Library of Medicine. This Sources Sought Notice is not a Request for Quotations (RFQ), nor is an RFQ available.
Interested firms responding to this Sources Sought Notice must provide a capability statement that displays the following:
(a) Microsoft Word or PDF file in 12 point font
(b) DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc) pursuant to the applicable NAICS code)
(c) Technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses
(d) Staff expertise, including their availability, experience, and formal and other training;
(e) Current in-house capability and capacity to perform the work;
(f) Prior completed projects of similar nature;
(g) Corporate experience and management capability; and
(h) Examples of prior completed Government contracts, references, and other related information;
The capability statement should contain enough sufficient detail for the Government to make an informed decision regarding your capabilities; however, the statement should not exceed 6 pages (excluding attachments.)
This sources sought notice requires capability statements to be submitted via eCPS.:
1) Electronic copy via the NLM electronic Contract Proposal Submission (eCPS) website at https://ecps.nih.gov/NLM For directions on using eCPS, go to https://ecps.nih.gov/NLM/home/howt

NOTE: To submit your electronic capability statement using eCPS, all offerors must have a valid NIH External Directory Account, which provides authentication and serves as a vehicle for secure transmission of documents and communication with the NLM. The NIH External Directory Account registration process may take up to 24 hours to become active. Submission of proposals by facsimile or e-mail is not accepted.

All capability statements must be submitted electronically no later than 10:00am eastern time on October 29th, 2015 to Maryann Carroll, at maryann.carroll@nih.gov.

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

Statement of Work
Consumer Health and Medical News Source for MedlinePlus
National Library of Medicine
1. Background Information
To assist consumers in obtaining the information they need to make informed decisions about health care, the National Library of Medicine (NLM) has developed MedlinePlus (medlineplus.gov), an easily understandable Web resource for the public. MedlinePlus contains and links to information from authoritative health Web sites and content providers, especially those from the National Institutes of Health. NLM makes MedlinePlus available to the public through a variety of MedlinePlus-branded Web sites, Web services, Web applications, APIs, email and social media communications, XML files and search results.
This Statement of Work (SOW) addresses NLM’s need to license a consumer health and medical news source for MedlinePlus in English and Spanish.
2. Objective
It is the intent of the National Library of Medicine (NLM) to procure health and medical news articles, written for a lay audience, to be included on the MedlinePlus sites in English and Spanish. Content must be formattable for viewing with a Web browser, but NLM will also consider additional news content in video or other formats. NLM will host the content on its own servers.
3. Mandatory Requirements:
a) Vendor must allow NLM to host the health news articles, and retain them for public search and display for an agreed upon time (minimum of 90 days).
b) News articles must cover health and medical topics of broad (national or international) interest targeted at U.S. audience and should include: health and wellness, biomedical research results, new drug information and new disease treatments. NLM will not display or consider in-scope content focusing on the business aspects of medicine, healthcare or content written solely for health professionals.
c) Articles must include: headline, byline, body, and published-on date.
d) Vendors must provide at least five English and five Spanish in-scope health news articles daily, Monday through Friday.
e) Spanish content must be in correct and culturally neutral Spanish, not written or narrated in the style or vocabulary of a particular Spanish nationality.
f) Vendor must not require NLM to display all received content.
g) Respondents should include any documentation related to editorial policies and procedures that insure the accuracy and integrity of each story.
h) Delivery of content must be reliable and consistently available at least every weekday.
i) Information must be current. Published dates and times included as a standard field are required. The vendor must also provide NLM with the ability to identify the final version of each news article and to associate that final version with all previously delivered versions, so NLM may display only the final version.
j) Articles must be of substantial content. The majority of stories should be a minimum of 150+ words in length. Please indicate the average reading level for all articles and video transcripts.
k) Titles must be accurate in spelling and grammar and also brief yet descriptive.
l) Vendor must allow NLM to edit content for length and/or clarity (spelling out acronyms, removing extraneous words, such as “study” at the end of a headline, etc.).
m) Vendor must allow NLM to edit or add metadata or structured data markup to news content in order to achieve Search Engine Optimization (SEO) and social sharing goals for the MedlinePlus sites.
n) Attribution to outside resources provided: Information should include names and affiliations for sources quoted, and publication date and issue if source is a journal article.
o) No commercial content: Information must be free of commercial endorsements or advertisements.
p) Unobtrusive co-branding: Co-branding must not be intrusive. Please include a description and/or example of the desired co-branding.
q) Accessibility of content: Content must be accessible in accordance with Section 508 (29 U.S.C. 794d). It is the responsibility of the content provider to familiarize themselves with Section 508 requirements and ensure that their content meets these requirements.
r) Vendor must allow NLM to index the content provided for our search engine.
s) Vendor must allow NLM to have linked headlines to the content appear on any MedlinePlus-branded page and in the search results for the NLM main web site. Linked headlines may also appear on the NLM homepage (http://www.nlm.nih.go).
t) Vendor must allow NLM to send out linked headlines to individual subscribers by email, via RSS feeds or through links in social media applications such as Twitter.
u) Awardees will be required to provide NLM with technical support and access to any needed files in order for the NLM transition team to work on programming necessary in advance of the release for a seamless implementation on the MedlinePlus sites.
Vendor Responsibilities:
v) For citations of journal articles in the PubMed database (http://www.ncbi.nlm.nih.gov/pubme), the data provided by the vendor includes a mechanism for linking from individual news stories to the specific PubMed record/abstract.
w) Equivalent news content provided in English and Spanish.
(1) English stories translated or trans-created in Spanish should be delivered within 2 business days of the equivalent English story.
(2) There must be a mechanism for toggling between the English and Spanish versions of a news story when it is available in both languages.
x) Images are included with some articles to provide added value (indicate what percentage of articles include images). Any included image must have appropriate alt attribute text that conveys the context and purpose of the image as well as any text within the image. The alt attribute text should conform to accessibility best practices. NLM is allowed to edit the alt attribute text for any image.
y) Content file data includes metadata such as Medical Subject Heading (MeSH) unique identifiers or Unified Medical Language System (UMLS) Metathesaurus Content Unique Identifiers.
z) Video or other multimedia health news stories meant for consumers are included in the delivered content (indicate the average frequency and volume as well as format for this news).
If supplied, the videos must be accessible and meet the following requirements:
(1) Each video must be in mp4 format to be compatible with JW Player and HTML5.
(2) Each video must be closed-captioned and the closed captioning must use WebVTT format.
(3) Each video must be supplied with a full text transcript.
(4) Each video must have a synchronized audio description track for visually impaired users, unless all of the visually presented information in the video is already described or provided in the audio portion of the video.
(5) Videos must have no flashing, strobing, or flickering elements within a frequency greater than 2 Hz and lower than 55 Hz.
4. Specific Technical Requirements
a) Format of content: Awardees must deliver content to NLM via XML. NLM prefers to retrieve data via FTP. Vendor must deliver files a minimum of once per business day.
b) Vendor’s transfer method must be compatible with NLM’s high-security environment.
c) Article files must be delivered in XML (Extensible Mark-up Language) such that allows NLM to transfer the data into our online system.
d) Content include unique identifier and/or “final” version designation to identify duplicates and updated/final articles.
e) Any content hosted by the vendor rather than by NLM must be securely accessible via https protocol.
f) Sample technical documents, including the schema specifying layout of articles, and sample XML marked-up articles for English and Spanish should be included in response to this solicitation. NLM prefers schema versus DTD for better data validation.
g) Vendor will allow NLM to implement links to social networking sites and other online sharing forums from the individual content pages to allow MedlinePlus users to share content of interest within their social networks. NLM will implement the links through a custom solution or through a third party such as AddThis.com.
h) Vendor will allow MedlinePlus users to generate an ‘email to a friend’ containing the linked headline, to generate a print version of the article on the fly, or to otherwise share for personal use. The content provider does not need to provide the service. NLM may implement this with a custom solution.
i) NLM will forward to the vendor any feedback received from users regarding content.
j) When NLM staff identify major issues related to content, accessibility, or technical requirements, they will communicate the issues to the vendor. The vendor must describe their procedure for remediation and turn-around time for responding to the issues.

4.1 Accessibility Requirements
Section 508 of the Rehabilitation Act requires that Federal agencies’ electronic and information technology is accessible to people with disabilities. The news files received must be Section 508 compliant. Specifically, the end product must be conformant with all applicable provisions, including:
1194.21 Software applications and operating systems
1194.22 Web-based intranet and internet information and applications
1194.24 Video and multimedia products (if applicable to the product offering)
1194.31 Functional performance criteria.
1194.41 Information, documentation, and support.
Applicable clauses depend on the nature of the content. These provisions can be found at the U.S. Access Board Guidelines and Standards.
Updates to Section 508 guidelines are currently under revision. The Offeror will be expected to comply with revised section 508 standards within a reasonable timeframe once these new accessibility guidelines are issued.
In addition, the Offeror should provide Level AA conformance to the World Wide Web Consortium’s Web Accessibility Initiative (W3C-WAI) WCAG 2.0 standards when possible since they will likely soon be required by law under the update. Conformance includes ensuring that all content, including text, all non-text content such as multimedia and images, and any associated players or viewers, are fully accessible per Section 508 and WCAG 2.0 Level AA standards. This includes but is not limited to ensuring that all text elements are captioned and synchronized with the content and that all non-text elements are fully described, including any images, still or moving, that provide context as to the meaning of the content.
4.2 Accessibility Program Need
Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined to be relevant for the following program need: “Consumer Health and Medical News for MedlinePlus.”
4.3 Accessibility Product Requirements
1194.21, 1194.22, 1194.24, 1194.31 and 1194.41 from 36 CFR part 1194 Subpart D have been determined to apply to this acquisition. Solicitation respondents must describe how Information and Communication Technology deliverables meet at least these requirements identified as applicable in the attached Government Product/Service Accessibility Template (GPAT).
4.4 Accessibility Evaluation Factors
Responses to this solicitation will only be considered for award after it has been determined that the proposal adequately addresses the requirements for Section 508. Only proposals which contain adequate information to document their responsiveness to the accessibility requirements (e.g. a completed GPAT) will be eligible for any additional merit consideration.
If the deliverable proposed in response to this solicitation includes features and functions in addition to those identified as requirements, these features and functions also need to conform to relevant Section 508 technical provisions, functional performance criteria, and information, documentation and support. The accessibility of these additional features and functions should be described in the completed GPAT.
4.5 Accessibility Acceptance Criteria
The consumer health and medical news stories licensed as a result of this solicitation will be accepted based in part on satisfaction of identified requirements for accessibility. The Offeror must include a completed GPAT, a sample of which is included as a part of this solicitation. The Offeror should complete the two right-hand columns, including an explanation of how the product complies with the clause.
If the deliverable includes features and functions in addition to those identified as requirements, these features and functions also need to conform to relevant accessibility technical provisions, functional performance criteria, and information, documentation and support.
5. Other Required Information
a) The response to this solicitation must include the cost for licensing this product. The cost should be an annual flat fee for providing the content to users of any MedlinePlus branded sites or services.
b) Respondents should provide a representative list of other organizations that license the content, along with accompanying Web site URLs, for NLM to review. Provide at least three references that we may contact. Also requested is a copy of your policy (or other evidence of commitment) of your customer service policy.
c) License agreement governing use of content on Web sites, email, RSS and other electronic distribution/media must be included in response to this solicitation.
6. Contract Type
Anticipated Contract Type: Firm Fixed Price
7. Place of Performance
Files will be delivered or retrieved electronically.
8. Period of Performance
There will be a base year, plus four option years.
Base Year: 1/11/2016-1/10/2017
Option Year 1: 1/11/2017-1/10/2018
Option Year 2: 1/11/2018-1/10/2019
Option Year 3: 1/11/2019-1/10/2020
Option Year 4: 1/11/2020-1/10/2021
9. Deliverables/Delivery Schedule
SOW TASK # Deliverable Title #Calendar Days After Award
3 Regular content update At a mutually agreeable schedule
14 Initial content file delivery 14 days after award
4 Response to requests for emergency updating of content Within a mutually agreeable turn-around time
10. Inspection and Acceptance Criteria
NLM will inspect and do a quality review of the delivered content as part of the regular update process.
11. Accounting and Appropriation Data
Funds are available or will become available prior to the award. For each subsequent year of funding, the task order is subject to availability of funds.
12. Other Pertinent Information or Special Considerations
Features and product offerings will be evaluated as they exist at the time of proposal submission. Beta releases and planned updates will not be considered.
13. Post-Award Administration
The process for the routine delivery and updating of content will be followed. Past Performance Evaluations will be completed annually and at the end of the task.
14. Transition Plan
The awardee will be required to provide NLM with technical support and advanced delivery of the content files within 14 days of being selected by NLM so that NLM can plan for the implementation of the content pages and links to these pages on MedlinePlus-branded sites, services and files.
In the event that NLM ceases licensing this product, the Offeror will be notified within 30 calendar days of the change, but will help assist with the transition by providing technical support and addressing questions that facilitate transitioning to a new provider of content. The contractor shall create any requested non-proprietary documentation that NLM requests to aid with the transition. Any documentation developed for this purpose shall be the property of the government.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2016688/listing.htm OutreachSystems Article Number: 20151021/PROCURE/0446
Matching keyword(s): video*; edit*; duplicat*; produc*; train*; website; web; site?; page?; business*; documentation; event?; distribut*; commercial?;

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

R — 30 Minute Scripted Satire BBG50-Q-16-1015MD 103015 Malita M. Dyson, Contract Support Specialist, Phone 2023827204, Email mdyson@bbg.gov – Herman Shaw, Contracting Officer, Phone 202-382-7856, Fax (202) 382-7854, Email hshaw@bbg.gov Title: PURCHASE ORDER NON-PERSONAL SEVICE
Synopsis:
This solicitation announcement, BBG50-Q-16-1015MD is prepared and posted in accordance with Federal Acquisitions Circular (FAC) 2005-83, Effective 01 Oct 2015. In accordance to FAR Subpart 5.1 is to notify potential Offers for a competitive requestBroadcasting Board of Governors for quote, solicitation, issued by the Broadcasting Board of Governors, International Broadcasting Bureau, Voice of America (BBG/IBB/VOA.
(i) This is 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; Request For Quotes (herein after (RFQ) are being solicited and written solicitation will not be issued.
(ii) This solicitation is issued as a RFQ Under solicitation number FBO NOTICE BBG50-Q-16-1015MD 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 01 Oct 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 ten (10) episodes in the base period with no guaranteed minimum quantities purchased beyond the Base Period.
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 Office of Cuba Broadcasting (OCB) has a requirement for exclusive, non-transferrable license and rights for a Cuban satirical variety & comedy sketch show for inclusion into its programming. The format will be a 30 minute, scripted satire preferably by a team with a demonstrated ability to engage and entertain audiences in Cuba, and a popular following inside the Island. The OCB requirement is for ten (10) shows (one 30-minute show per week for a total of ten (10) weeks).
These skits must be able to parody public figures, politicians, government officials, entertainers, as well as recognizable members of Cuban civil society groups who are active in the political and civil sphere and widely known throughout the Island.
Each skit should ideally be comprised of three (3) segments with accompanying commercial breaks followed by a formal close. Total running time between 26-30 minutes.
These parodies must be uniquely funny, ironic, satirical and entertaining to a wide cross-section of the Cuban population.
Specific User Rights sought in order to license content for distribution to Cuba:
1. Satellite rights: i.e., the rights to transmit the program(s) via Agency satellites, as an integral part of the Agency’s regular Spanish language programming.
2. Broadcast rights: to deliver the program(s) and the music contained therein (if any) in the following ways: Satellite television and radio, DVD, Internet, and other digital distribution platforms.
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.
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. 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 include:
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_AC135as the instructions for US based organizations will take you tohttps://www.sam.gov/portal/public/SA). Please select “Emergency” for Block 5 “PRIORITY/PRIORITE”;
2. A DVD or video link with samples of Comedy sketches and/or prior work in scripted satire;
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. Pertinent past performance in producing scripted satire;
b) Past Performance no more than three (3) pages. Should include recent and relevant past experience for the same or similar relevant services and other references with relevant information (i.e. dates, locations, Points of Contact Information, contract numbers, scope of work etc.).
c) Pricing on a page by itself no more than one (1) page
i. Quote to include the Offeror’s proposed firm fixed price for the ten (10) 30-minute shoes to be delivered over a period of ten (10) weeks (one show per week)
ii. Price(s) for all of the Contract Line Item Number (CLIN) shall be in the English language and in the United States Dollar (USD)
4. Acknowledgment of receipt of Amendments to Request for Quote (if applicable);
5. 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.
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 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.
All Request For Quotes (RFQ) as well as inquiries should be submitted electronically to Malita Dyson with the referenced solicitation number BBG50-Q-16-1015MD in the subject via e-mail to mdyson@bbg.gov. Please note NO PHONE CALLS WILL BE ACCEPTED.
Provisions incorporated by reference:
FAR 52.212-1 Instructions to Offerors- Commercial Items (Oct 2015);
FAR 52.212-2 Evaluations Commercial Items;
FAR 52.212-3 Offeror Representations and Certifications- Commercial Items (Nov 2015)
FAR 52.212-4 Contract Terms and Conditions (May 2015)
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 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 26 October 2015, via e-mail and are due by 30 October 2015 Eastern Standard Time (EST) at 2:00 p.m. Responses to questions will be provided no later than 28 October, 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.
OFFERS MUST BE REGISTERED IN SAM PRIOR TO CONTRACT AWARD.
Contracting Office Address:
330 Independence Avenue, S.W.
Washington, District of Columbia 20237
United States
Place of Performance:
Office of Cuba Broadcasting
4201 NW 77th Avenue
Miami, FL 33166
United States
Primary Point of Contact: Malita Dyson mdyson@bbg.gov
Secondary Point of Contact: Herman Shaw hshaw@bbg.gov
Set-Aside: Total Small Business Place of Performance: Office of Cuba Broadcasting 4201 NW 77th Avenue Miami, FL 33166 Miami, FL 33166 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-16-1015MD/listing.htm OutreachSystems Article Number: 20151020/PROCURE/0045
Matching keyword(s): video*; edit*; duplicat*; produc*; train*; you; website; page?; education*; business*; entertain*; event?; distribut*; instruct*; commercial?; broadcast*; program?; naics!711510;

600px-US-DeptOfNavy-Seal.svgDepartment of the Navy, Chief of Naval Installations, Chief of Naval Installations Command-MWR/VQ, 5720 Integrity Drive Bldg 457 Millington TN 38055

R — Video Production Services HDQMWR-15-R-0033 102115 Jackie Primer, Contract Specialist, Phone 901-874-6900, Fax 901-874-2073, Email Jackie.Primer@navy.mil – Troy L Milburn, Phone 901.874.6681, Fax 901.874-2073, Email troy.milburn@navy.mil Response date is extended until October 21, 2015 at 3:00 p.m. CST.
Place of Performance: SEE SOLICITATION US URL: https://www.fbo.gov/notices/b4343d2bad2f322a3651a88853f4061

OutreachSystems Article Number: 20151020/PROCURE/0464
Matching keyword(s): video*; produc*; production?; naics!512110;

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

R – Competitive Negotiation on Communications Officer Services #3051 SOL Competitive Negotiation on Communications Officer Services #3051Bid closes @ 3:00 p.m. on October 28, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151021/BID/0114
Matching keyword(s): age:state!ky; state!ky;

Virginia – County of Chesterfield http://www.chesterfield.gov/PurchasingBid.aspx Copies of the documents may be requested by phone at (804) 748-1617 or by E-mail to purchasing@co.chesterfield.va.us.

T – Video Production Services SOL 15-1309 Video Production Services For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151021/BID/0291
Matching keyword(s): video*; produc*; production?;

Colorado – Regional Transportation District, Colorado – Regional Transportation District http://www.rtd-denver.com/CurrentSolicitations.shtm

R – Request for Quotation (RFQ) No. 15BB003, issued October 16, 2015, SOL Request for Quotation (RFQ) No. 15BB003, issued October 16, 2015, is seeking quotations from qualified firms to provide Parking Pricing Technical Assessment. Written quotations will be received by Contracts and Procurement, RTD, 1600 Blake Street, Denver, CO 80202 until 4:00 p.m. prevailing local time on November 16, 2015. Bob.brown@rtd-denver.com. For RFQ documents please e-mail your request to RTD Contracts and Procurement at purchasing.help@rtd-denver.com For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151021/BID/0363
Matching keyword(s): writ*; technical;

Metropolitan Sewer District of Greater Cincinnati (MSDGC), MSD Procurement, 1035 Woodrow St., Cincinnati, OH 45204

R — Capital Improvement Program Controls. SOL RFP #2015-003 DUE 10/28/2015 Website: http://msdgc.org/cip/2005/onsale.ht 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: 20151021/KY/2543
Matching keyword(s): age:state!ky; state!ky;

Sanitation District No. 1, 1045 Eaton Drive, Ft. Wright, KY 41017

T — Generate and Mail Billing Statements & Notices. SOL DUE 10/23/2015 Website: http://www.sd1.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: 20151021/KY/2545
Matching keyword(s): age:state!ky; state!ky;

Southwest Ohio Regional Transit Authority, 602 Main St., Suite 1100, Cincinnati, OH 45202

T — Video Production for Cincinnati Streetcar. SOL RFP 56-15 Website: http://www.go-metro.com/doing-business/bid-opportunitie The Southwest Ohio Regional Transit Authority (SORTA) requests proposals to provide video production services for the Cincinnati Streetcar. Proposal 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 Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 20151021/KY/2546
Matching keyword(s): video*; produc*; website; business*; production?; instruct*; age:state!ky; state!ky;

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

R — Actuarial Services for Kentucky Reclamation Guaranty Fund – Addendum #1. SOL RFP 128 1600000078 version 2 DUE 11/04/2015 Jeff O Dell, email: Jeff.O Dell@ky.gov Phone: (502) 564-2340; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic The Kentucky Reclamation Guaranty Fund Commission, of the Energy and Environment Cabinet (EEC), is requesting actuarial services to determine the actuarial soundness, as defined in KRS 350.500(1), of the Kentucky Reclamation Guaranty Fund (KRGF). This request is in accordance with the mandate of KRS 350.509(4). This study will assist the Commission in determining the solvency and sustainability of the KRGF. The actuary will be tasked with making professional determinations and provide written recommendations to the KRGF Commission concerning the risk, viability, impact and maintenance of the KRGF. Specifically, the actuary will perform the following functions: perform statistical calculation of risk; evaluate the Fund structure, funding schemes and financial soundness of the Fund; evaluate and analyze data provided by the Kentucky, Department for Natural Resources (DNR), Kentucky Reclamation Guaranty Fund (KRGF), Office of the Reclamation Guaranty Fund (ORGF) and/or data acquired by the actuary in order to summarize Fund activity and make recommendations on the best operation of the KRGF. The actuary also will provide analysis on mechanisms in place to provide adequate financial oversight to the Fund. 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: 20151021/KY/2567
Matching keyword(s): age:state!ky; state!ky;

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

R – Services: Professional SOL RFP51-2015 Due Date: 11/16/2015 Local Grant Sub-Recipient Services For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151020/BID/0012
Matching keyword(s): age:state!ky; state!ky;

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

T — RFP 2015553 Portable Video-Based Transit Vehicle Operator Assess SOL Due Date: November 13, 2015 Address: Nashville, Tennessee Contact: Nashville Metropolitan Transit Authority (MTA) RFP 2015553 Portable Video-Based Transit Vehicle Operator Assessment & Training System For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151020/SMALL/5362
Matching keyword(s): video*; train*;

Louisville Metro Government – Division of Purchasing, 611 West Jefferson Street; Louisville, Kentucky 40202

R — 2015 Free-Flight Bird Show. SOL RFP-3549-0-2016/ES DUE 10/29/2015 Phone: (502) 574-3211; Website: http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp Contact: Eugene Skeete. 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: 20151020/KY/2505
Matching keyword(s): age:state!ky; state!ky;

Louisville Metro Government – Division of Purchasing, 611 West Jefferson Street; Louisville, Kentucky 40202

99 — 2015 Free-Flight Bird Show. SOL RFP-3549-0-2016/ES. DUE 10/29/2015 Phone: (502) 574-3211; Website: http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp Contact: Eugene Skeete. 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: 20151020/KY/2506
Matching keyword(s): age:state!ky; state!ky;

Jefferson County Public Schools, P.O. Box 34020; Louisville, Kentucky 40232-4020

U — Competitive Negotiation for Montessori Curriculum Coach. SOL #3052 DUE 10/30/2015 Purchasing/Bid Department, Phone:(502) 485-3011; Website: https://webapps.jefferson.kyschools.us/FinanceWeb/bidopps.asp 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: 20151020/KY/2516
Matching keyword(s): age:state!ky; state!ky;

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

R — RFP ATM KY HORSE PARK BUILDINGS – Addendum #1 – NEW DUE DATE. SOL RFP 785 1600000090 version 2 DUE 11/04/2015 Wendell Harris, email: wendell.harris@ky.gov Phone: (502) 564-5945; Website: https://emars.ky.gov/online/vss/AltSelfServic RFP For the operation of multiple automated teller machines at the Ky Horse Park – Alltech Arena, Camp Ground Store, Paddock Cafe and Visitors Information Center. 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: 20151020/KY/2523
Matching keyword(s): age:state!ky; state!ky;

City of Bowling Green, PO Box 430; Bowling Green, KY-42102-0430

69 — Car Fire Training System – Addendum #1 – NEW DUE DATE. SOL 2016-14 DUE 10/28/2015 Purchasing Office Phone: 270-393-3000; Website: http://www.bgky.org/citymanager/bids.ph This specification defines the functional and performance characteristics of a propane fueled, portable, live Car Fire Training System. 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: 20151020/KY/2529
Matching keyword(s): age:state!ky; state!ky;

Cleary Construction, Inc., 2006 Edmonton Road, Tompkinsville, KY 42167

99 — Potential Construction Opportunities – Diverse Businesses Requested. SOL Phone: (270) 487-1784; Fax: (270) 487-8029; website http://www.clearyconst.com BID Date: 10/28/15: BID TIME: 10:00 AM CST. Cleary Construction, Inc. is inviting quotes on the following. Project: KILLOUGH SPRINGS ROAD DRAINAGE. Project Location: BIRMINGHAM, AL. Quotes Requested for the following subcontractors: Trucking, Asphalt, Traffic Control, Signage, Concrete Flatwork, Equipment, etc. Quotes Requested for the following materials: Pipe and appurtenances, Stone, Concrete, Asphalt, etc. Additional Information: We would greatly appreciate any and all DBE 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: MARY JO SPURLOCK Phone: 270-487-1784 EXT. 31 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: 20151019/KY/2469
Matching keyword(s): age:state!ky; state!ky;

Cleary Construction, Inc., 2006 Edmonton Road, Tompkinsville, KY 42167

99 — Potential Construction Opportunities – Diverse Businesses Requested. SOL Phone: (270) 487-1784; Fax: (270) 487-8029; website http://www.clearyconst.com BID Date: 11/17/15: BID TIME: 11:00 AM CST. Cleary Construction, Inc. is inviting quotes on the following. Project: PULASKI PIKE WATER LINE REPLACEMENT. Project Location: HUNTSVILLE, AL. Quotes Requested for the following subcontractors: Trucking, Asphalt, Traffic Control, Signage, Concrete Flatwork, Video, CCTV, Pressure testing, Equipment, etc. Quotes Requested for the following materials: Pipe and appurtenances, Stone, Concrete, Asphalt, etc. Additional Information: We would greatly appreciate any and all DBE 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: MARY JO SPURLOCK Phone: 270-487-1784 EXT. 31 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: 20151019/KY/2473
Matching keyword(s): age:state!ky; state!ky;

Cleary Construction, Inc., 2006 Edmonton Road, Tompkinsville, KY 42167

T — Potential Construction Opportunities – Diverse Businesses Requested. SOL Phone: (270) 487-1784; Fax: (270) 487-8029; website http://www.clearyconst.com BID Date: 11/17/15: BID TIME: 11:00 AM CST. Cleary Construction, Inc. is inviting quotes on the following. Project: PULASKI PIKE WATER LINE REPLACEMENT. Project Location: HUNTSVILLE, AL. Quotes Requested for the following subcontractors: Trucking, Asphalt, Traffic Control, Signage, Concrete Flatwork, Video, CCTV, Pressure testing, Equipment, etc. Quotes Requested for the following materials: Pipe and appurtenances, Stone, Concrete, Asphalt, etc. Additional Information: We would greatly appreciate any and all DBE 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: MARY JO SPURLOCK Phone: 270-487-1784 EXT. 31 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: 20151019/KY/2474
Matching keyword(s): age:state!ky; state!ky;

University of Kentucky, Capital Construction Division, Peterson Service Building, Lexington, KY 40506-0005

99 — SNAP-Ed and EFNEP Program Reinforcement Items and Related Services – Addendum #2. SOL UK-1632-16 DUE 10/30/2015 Phone: (859) 257-9100; Website address: http://www.uky.edu/Purchasing/bidlist.ht Intent and Scope: The purpose of this Request for Proposals is to establish one or more price contracts for the purchase of Nutrition and Physical Activity reinforcement items for participants of the two Nutrition Education Programs (NEP), Supplemental Nutrition Assistance Program (SNAP-Ed) and Expanded Food and Nutrition Program (EFNEP). A listing of items contained in the accompanying Attachment A shall serve as basis for Financial Proposals by Offerors. Offerors shall also provide related services for products purchased by the NEP such as product selection guidance, customer service, etc. Attachment B is for any alternate product Offeror would like to propose. Samples of these items are not to be sent with the Offerors response and theUniversity reserves the right to request samples of these items at any time during the RFP process.Offeror must be knowledgeable of contemporary marketing strategies and capable of creative input with respect to the reinforcement items. In addition to soliciting proposals based on competitive, best-value pricing, the University is also interested in value-added services such as designated account representatives, customer service and other value-added services as needed. In addition to provision of products, successful contractor(s) will be responsible for fulfilling, packing and direct shipping of items to over 100 destinations within the state of Kentucky. Offeror must possess (or agree to obtain, if considered for award) the Restricted level license for imprinting University Of Kentucky logos via the University s licensing agent, Fermata Partners. Any items ordered by the University for Internal Use only are not subject to the royalty fee. Among other requirements, Fermata Partners licensing requires an application fee, product liability insurance, etc. If needed, additional information regarding the licensing process can be found at the Fermata Partners website, http://www.fermatapartners.com. Offerors are not required to hold or apply for the Fermata Partners restricted license in order to submit a proposal to this RFP. Offerors must be familiar with University Of Kentucky Graphics Standards and agree to abide by all related policies and usage. The University Graphics Standards are located on the UK Public Relations website at the following: http://www.uky.edu/Graphics See Section 7.0 for additional information. SNAP-Ed category items may include: Apparel Accessories; Kitchen textiles; Kitchenware; Coloring; Health and Safety; Magnets; Personal Care; Pencils; Flyers; Pedometers; Fitness; Novelty and Sport Balls. 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: 20151019/KY/2493
Matching keyword(s): age:state!ky; state!ky;

University of Kentucky, Capital Construction Division, Peterson Service Building, Lexington, KY 40506-0005

T — SNAP-Ed and EFNEP Program Reinforcement Items and Related Services – Addendum #2. SOL UK-1632-16 DUE 10/30/2015 Phone: (859) 257-9100; Website address: http://www.uky.edu/Purchasing/bidlist.ht Intent and Scope: The purpose of this Request for Proposals is to establish one or more price contracts for the purchase of Nutrition and Physical Activity reinforcement items for participants of the two Nutrition Education Programs (NEP), Supplemental Nutrition Assistance Program (SNAP-Ed) and Expanded Food and Nutrition Program (EFNEP). A listing of items contained in the accompanying Attachment A shall serve as basis for Financial Proposals by Offerors. Offerors shall also provide related services for products purchased by the NEP such as product selection guidance, customer service, etc. Attachment B is for any alternate product Offeror would like to propose. Samples of these items are not to be sent with the Offerors response and theUniversity reserves the right to request samples of these items at any time during the RFP process.Offeror must be knowledgeable of contemporary marketing strategies and capable of creative input with respect to the reinforcement items. In addition to soliciting proposals based on competitive, best-value pricing, the University is also interested in value-added services such as designated account representatives, customer service and other value-added services as needed. In addition to provision of products, successful contractor(s) will be responsible for fulfilling, packing and direct shipping of items to over 100 destinations within the state of Kentucky. Offeror must possess (or agree to obtain, if considered for award) the Restricted level license for imprinting University Of Kentucky logos via the University s licensing agent, Fermata Partners. Any items ordered by the University for Internal Use only are not subject to the royalty fee. Among other requirements, Fermata Partners licensing requires an application fee, product liability insurance, etc. If needed, additional information regarding the licensing process can be found at the Fermata Partners website, http://www.fermatapartners.com. Offerors are not required to hold or apply for the Fermata Partners restricted license in order to submit a proposal to this RFP. Offerors must be familiar with University Of Kentucky Graphics Standards and agree to abide by all related policies and usage. The University Graphics Standards are located on the UK Public Relations website at the following: http://www.uky.edu/Graphics See Section 7.0 for additional information. SNAP-Ed category items may include: Apparel Accessories; Kitchen textiles; Kitchenware; Coloring; Health and Safety; Magnets; Personal Care; Pencils; Flyers; Pedometers; Fitness; Novelty and Sport Balls. 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: 20151019/KY/2494
Matching keyword(s): age:state!ky; state!ky;

bmg logo(R)2BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

NAVY

The Boeing Co., St. Louis, Missouri, is being awarded an $897,530,175 modification to a previously awarded fixed-price-incentive-firm contract (N00019-14-C-0032) for the procurement of 15 Lot 38 full-rate production EA-18G aircraft and associated airborne electronic attack kits.  Work will be performed in El Segundo, California (40.3600px-US-DeptOfNavy-Seal.svg percent); St. Louis, Missouri (24.1 percent); Bethpage, New York (18.5 percent); Cleveland, Ohio (1.7 percent); Bloomington, Minnesota (1.5 percent); Mesa, Arizona (1.3 percent); Torrance, California (1.3 percent); Vandalia, Ohio (1.1 percent); Ajax, California (1.1 percent); Irvine, California (0.8 percent); Santa Clarita, California (0.6 percent); South Korea (0.6 percent); and various other locations in the continental U.S. (7.1 percent).  Work is expected to be completed in January 2018.  Fiscal 2015 aircraft procurement (Navy) funds in the amount of $897,530,175 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.

ERAPSCO, Columbia City, Indiana, is being awarded a $178,565,050 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 6,000 AN/SSQ-36 sonobuoys; 95,000 AN/SSQ-53 sonobuoys; 15,500 AN/SSQ-62 sonobuoys; 10,000 AN/SSQ-101 sonobuoys; and 10,000 AN/SSQ-125 sonobuoys.  Work will be performed in DeLeon Springs, Florida (51.7 percent); and Columbia City, Indiana (48.3 percent), and is expected to be completed in 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.

Great Mills Trading Post Co.,* Great Mills, Maryland, is being awarded a $22,270,000 firm-fixed-price contract for repair and rehabilitation of Runways 14/32 and 6/24 at Naval Air Station Patuxent River.  Work will be performed in Patuxent River, Maryland, and is expected to be completed by September 2016.  Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $22,270,000 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 two proposals received.  The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-16-C-2002).

Serco Inc., Reston, Virginia (N66001-16-D-0033); and Science Applications International Corp., San Diego, California (N66001-16-D-0032), are being awarded a one-year, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award contract to provide production management and transition support; integration and fabrication support; system and component procurement support; and network integration engineering facility production services.  Technical services include production and material management; and execution processes required to install integrated systems ashore or aboard ships. Serco Inc. is receiving a contract for $17,959,283, and Science Applications International Corp. is receiving a contract for $17,113,248.  Both awardees will have the opportunity to compete for task orders during the ordering period.  Work will be performed in San Diego, California, and is expected to be completed Oct. 25, 2016.  No funds will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  Funds will be obligated as individual task orders are issued.  The types of funding to be obligated include operations and maintenance (Navy), other procurement (Navy), and shipbuilding and conversion (Navy).  This contract was competitively procured via request for proposal N66001-13-R-0032 published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Two offers were received and two were selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity.

Florida Keys Aqueduct Authority, Key West, Florida, is being awarded a $17,800,766 firm-fixed-price utility service contract for privatization and operation of Naval Air Station Key West wastewater utility system.  The work to be performed provides for collection, treatment, and disposal of sanitary wastewater on a continuous basis.  Work will be performed in Key West, Florida. The contract period of performance is 50 years from October 2015 to October 2065.  No funds will be obligated at time of award.  The contract will be primarily funded by fiscal 2016 through fiscal 2065 working capital funds (Navy).  This contract was competitively procured via the Federal Business Opportunities website, with three proposals received.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-15-C-8000).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Lockheed Martin Corp., Marietta, Georgia, has been awarded a $260,078,333 modification (P00004) to previously awarded contract FA8625-14-C-6450. Contract provides advance procurement funding for long lead efforts associated with 28 fiscal 2016 C-130J aircraft. Work will be performed at Marietta, Georgia, and is expected to be complete by April 30, 2017. Fiscal 2016 aircraft procurement funds in the amount of $260,078,333 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

General Atomics, Aeronautical Systems Inc., Poway, California, has been awarded a $19,070,219 option on delivery order 0113 of the basic ordering agreement FA8620-10-G-3038 for MQ-9 contractor logistics support (CLS) Phase 3. Contractor will provide an additional period of CLS for the French air force. Work will be performed at Poway, California; and Niamey, Niger, and is expected to be complete by Dec. 31, 2016. This contract is 100 percent foreign military sales for France. Medium Altitude Unmanned Aircraft Systems, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-10-G-3038).

ViaSat Inc., Carlsbad, California, has been awarded a $13,152,398 cost-plus-incentive-fee contract for Mini Crypto. Mini Crypto is a small, low power, self-contained cryptographic module that can be embedded in a variety of communication devices to protect data and ensure the authentication of those communicating with it. Contractor will provide engineering and manufacturing development with contract options for low-rate initial production, full-rate production, and related support functions. Work will be performed at Carlsbad, California, and is expected to be complete by Oct. 30, 2020. This award is the result of a competitive acquisition with seven offers received. Fiscal 2015 and 2016 research and development funds in the amount of $2,253,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Joint-Base San Antonio, Texas, is the contracting activity (FA8307-16-C-0001).

McCrone Associated Inc., Westmont, Illinois, has been awarded a $9,679,578 cost-plus-fixed-fee modification (P00033) on Sept. 30 to previously awarded contract FA7022-12-C-0006. Contractor will provide non-personal services to process and analyze particle samples for the purpose of Nuclear Test Ban Treaty verification for the Air Force Technical Applications Center nuclear directorate. The contract will support the U.S. Atomic Energy Detection System. Work will be performed at Westmont, Illinois, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operations and maintenance funds in the amount of $9,679,578 are being obligated at the time of award. The 25th Air Force, Joint Base San Antonio – Lackland, Texas, is the contracting activity.

Southwest Research Institute, San Antonio, Texas, has been awarded a $9,423,767 cost-plus-fixed-fee contract for research and development. This contract is the second phase in a three-phase program. This contract aims to dramatically improve the ability to detect and geolocate high frequency emitters. Phase 1 of the program addressed technical innovations to accomplish this objective, including the ability to accurately resolve multiple angles-of-arrival and polarization states through novel antenna concepts; the ability to enhance signal-to-noise ratio and signal detection through the use of multi-dimensional adaptive signal processing; and the ability to accurately determine the dynamic state of the ionosphere. Phase 2 includes system integration of these innovations followed by a non-real-time field test. Phase 3 will be real-time implementation and demonstration with field testing. Work will be performed at San Antonio, Texas, and is expected to be complete by Sept. 27, 2018. This award is the result of a competitive acquisition with seven 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 Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8650-16-C-9104).

NAVY

Raytheon Co., Integrated Defense Systems, Tewksbury, Massachusetts, is being awarded a $128,943,658 cost-plus-incentive-fee modification to previously awarded contract N00024-10-C-5126 to procure additional engineering services in support of the Zumwalt-class destroyer program. Work will be performed in Portsmouth, Rhode600px-US-DeptOfNavy-Seal.svg Island (37 percent); Bath, Maine (31 percent); Tewksbury, Massachusetts (20 percent); San Diego, California (6 percent); Wallops Island, Virginia (5 percent); and Fort Wayne, Indiana (1 percent), and is expected to be completed by August 2016. Fiscal 2015 research, development, test and evaluation (Navy) funding in the amount of $14,746,951; fiscal 2014 shipbuilding and conversion (Navy) funding in the amount of $4,798,611; fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $3,160,061; and fiscal 2016 operations and maintenance (Navy) funding in the amount of $702,235 will be obligated at time of award. Contract funds in the amount of $15,449,186 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

600px-US-TRANSCOM-Emblem.svgU.S. TRANSPORTATION COMMAND

International Auto Logistics LLC, Brunswick, Georgia, is being awarded a $100,119,731 modification (P00009) exercising the first option period on the indefinite-delivery requirements-type, fixed-price with economic-price-adjustment base contract HTC711-14-D-R025 for transportation and storage services of privately owned vehicles. The modification brings the total cumulative face value of the contract to $407,828,543 from $307,708,812. Work will be performed at multiple locations within and outside of the U.S., with an expected completion date of Sept. 30, 2016. Funds will be obligated on individual task orders from fiscal 2016 transportation working capital funds. The contracting activity is the U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.

DEFENSE LOGISTICS AGENCY

Otis Technology,* Lyons Falls, New York, has been awarded a maximum $39,874,340 firm-fixed-price, indefinite-quantity contract for weapon systems cleaning kits. This was a sole-source acquisition using justification 10 U.S. Code 2304Defense_Logistics_Agency (c)(1). This is a three-year contract with two one-year option years. Location of performance is New York, with an Oct. 22, 2018, performance completion date. Using agency is Defense Logistics Agency. Type of appropriation is fiscal 2016 through fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-16-D-0008).

Sysco Seattle, Kent, Washington, has been awarded a maximum $10,819,852 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity prime vendor contract for a full line of food distribution. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a six-month contract with no option periods. Locations of performance are Washington and Alaska, with an April, 9, 2016, performance completion date. Using military services are Army, Navy and Air Force. Type of appropriation is fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-16-D-3161).

*Small business

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

Lockheed Martin Corp., Moorestown, New Jersey, is being awarded a $784,289,883 fixed-price incentive contract with options to develop, deploy, test, and operate a Long Range Discrimination Radar (LRDR). The LRDR will provide persistent discrimination capability to the Ballistic Missile Defense system to support the defense of the homeland. Work will be performed in Moorestown, New Jersey; and at Clear Air Force Station, Alaska. The period of performance is Oct. 21, 2015 through Jan. 21, 2024. Fiscal 2015 research, development, test and evaluation funds in the amount of $35,500,000 are being obligated at time of award. This contract was a competitively awarded acquisition with three offers received. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-16-C-0011).

NAVY

Marathon Construction Corp.,* Lakeside, California (N62473-16-D-1802); Granite-Healy Tibbitts JV, Watsonville, California (N62473-16-D-1803); Reyes Construction Inc., Pomona, California (N62473-16-D-1804); Manson Construction Co., Seattle, Washington (N62473-16-D-1805); and R.E. Staite Engineering Inc.,* San Diego, California (N62473-16-D-1806), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for new construction, repair, and renovation of various waterfront facilities at various locations600px-US-DeptOfNavy-Seal.svg predominantly 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 $240,000,000.  The work to be performed provides for new construction, repair, and renovation of waterfront structures and dredging within the North American Industry Classification System Code 237990, by design-build or design-bid-build.  Types of projects may include, but are not limited to: dredging and disposal, piers, wharves, quay walls, bulkheads, relieving platforms, cellular structures, dry docks/caissons, break waters, fixed moorings, docks and marinas, pile driving, primary and secondary fender systems, sheet piles, and sea walls.  Work will be performed predominantly within the NAVFAC Southwest AOR including, but not limited to, California (98 percent), and will be available to the NAVFAC Atlantic AOR (2 percent) as approved by the contracting officer.  The terms of the contracts are not to exceed 60 months, with an expected completion date of October 2020.  Fiscal 2016 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 an unrestricted procurement with two or more awards reserved for highly qualified small businesses via the Navy Electronic Commerce Online website with 13 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 Command, Southwest, San Diego, California, is the contracting activity.

600px-US-TRANSCOM-Emblem.svgU.S. TRANSPORTATION COMMAND

American President Lines Ltd., Scottsdale, Arizona (HTC711-12-D-R009/P00018); Farrell Lines Inc., Norfolk, Virginia (HTC711-13-D-R001/P00015); Liberty Global Logistics LLC, Lake Success, New York (HTC711-12-D-R008/P00018); and National Air Cargo Group Inc., Orlando, Florida (HTC711-12-D-R010/P00018), are each being awarded a $90,740,531 maximum ceiling modification exercising the extension of services for commercial multimodal transportation.  The modifications bring the total cumulative face value of each of the contracts to $1,590,729,479 from $1,499,988,948.  These contracts provide for international commercial multimodal transportation services.  Work will be performed worldwide, with an expected completion date of Dec. 31, 2015.  Fiscal 2015 and 2016 transportation working capital funds will be obligated on individual task orders.  The estimated program value for the extension of services is $226,851,329.  The contracting activity is the U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois.

ARMY

Barbaricum LLC,* Washington, District of Columbia (W91CRB-16-D-0001); and The Ravens Group,* Lanham, Maryland (W91CRB-16-D-0002), were awarded a $49,875,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract forDepartment of the Army professional services for the Rapid Equipping Force.  Bids were solicited via the Internet with 15 received.  Funding and work location will be determined with each order, with an estimated completion date of Dec. 31, 2020.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

Canadian Commercial Corp., Ottawa, Canada, was awarded a $17,647,924 modification (P00004) to contract W911N2-15-D-0002 for RG31 program of record engineering change package parts supporting the Medium Mine Protective Vehicle Type II and RG-31 legacy vehicles.  Funding and work location will be determined with each order with an estimated completion date of Oct. 30, 2016.  Army Contracting Command, Letterkenny Army Depot, Pennsylvania, is the contracting activity.

Kiewit Infrastructure West, Vancouver, Washington, was awarded a $10,779,000 firm-fixed-price contract with options for breakwater repair and maintenance dredging.  Bids were solicited via the Internet with three received. Work will be performed in St Paul Island, Alaska, with an estimated completion date of Oct. 15, 2017.  Fiscal 2015 and 2016 operations and maintenance (Army) funds in the amount of $10,779,000 were obligated at the time of the award.  Army Corps of Engineers, Elmendorf, Alaska, is the contracting activity (W911KB-16-C-0001).

Textron Systems, Hunt Valley, Maryland, was awarded an $8,355,082 modification (P00032) to contract W58RGZ-13-C-0016 to purchase 37 mobile directional antenna systems for the One System remote video terminal. Work will be performed in Hunt Valley, Maryland, with an estimated completion date of March 30, 2017.  Fiscal 2014 and 2015 other procurement funds in the amount of $8,355,082 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Woodward Inc., Rockford, Illinois, has been awarded a maximum $12,756,758 firm-fixed-price, definite quantity contract for fuel system valves. This was a competitive acquisition with one response received. This is a two-year, five-month contract with no option periods. Location of performance is Illinois, with a March 28, 2018, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A7-16-C-0023).

AIR FORCE

Aptima Inc., Woburn, Massachusetts, has been awarded a $12,425,604 cost-plus-fixed-fee, cost-reimbursable Small Business Innovation Research Phase III contract for Air Force Distributed Common Ground System (DCGS) weapon system trainer. Contractor will provide a virtual training environment providing simulated mission training to DCGS sites, covering geospatial intelligence full motion video, high altitude356px-Seal_of_the_US_Air_Force.svg imagery, synthetic aperture radar imagery, electro optical imagery, and infrared imagery. The weapon system trainer will allow the Air Force to transition the DCGS intelligence analysts’ crew and positional training from on-the-job training during “live missions” to simulated mission scenario training. Work will be performed at Langley Air Force Base, Virginia, and is expected to be complete by June 20, 2017. This award is the result of a sole-source acquisition. Fiscal 2015 other procurement funds in the amount of $12,425,604 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-16-C-0008).

*Small business

Department of the ArmyARMY

Jacobs Technology Inc., Ft. Walton Beach, Florida, was awarded a $45,000,000 modification (0003) to contract W52P1J-13-D-0041 for global logistics and support services to the Army Sustainment Command Logistics Civil Augmentation Program (LOGCAP) and Army Contracting Command-Rock Island (ACC- RI) LOGCAP and Reachback Divisions.  Funding and work location will be determined with each order with an estimated completion date of Oct. 20, 2016.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

KDH Defense Systems Inc.,* Eden, North Carolina (W91CRB-16-D-0003); and Point Blank Enterprises Inc., Pompano Beach, Florida (W91CRB-16-D-0004), were awarded a $14,601,731 firm-fixed-price, multi-year, contractor-shared contract for up to 35,000 Light Air Warrior systems.  Bids were solicited via the Internet with six received. Funding and work location will be determined with each order with an estimated completion date of Oct. 19, 2018.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

DRS Technical Services, Herndon, Virginia, was awarded a $7,982,346 firm-fixed-price, incrementally funded contract with options for Kabul UHF trunking radio operations and maintenance.  One bid was solicited with none received.  Work will be performed in Afghanistan with an estimated completion date of April 19, 2016.  Fiscal 2015 other procurement funds in the amount of $6,923,621 were obligated at the time of the award.  Army Contracting Command Iraq is the contracting activity (W56KJD-16-C-0003).

NAVY

General Dynamics Electric Boat Corp., Groton, Connecticut, is being awarded a $24,113,840 cost-plus-fixed-fee modification to previously awarded contract N00024-12-C-2100 for reactor plant planning yard services for nuclear-powered submarines and support yard services for the Navy’s moored training ships.  The contractor will furnish, fabricate, or acquire such materials, supplies and services as may be necessary to perform the functions of the planning yard for reactor plants and600px-US-DeptOfNavy-Seal.svg associated portions of the propulsion plants for nuclear-powered submarines.  Work will be performed in Groton, Connecticut (95 percent); and Charleston, South Carolina (5 percent), and is expected to be completed by September 2016.  Fiscal 2016 operations and maintenance (Navy) funding in the amount of $6,500,000; and fiscal 2015 other procurement (Navy) funding in the amount of $4,400,181 will be obligated at time of award.  Contract funds in the amount of $10,900,181 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $14,594,880 firm-fixed-price modification to previously awarded contract N00024-15-C-5408 for fiscal 2016 Standard Missile-2 (SM-2) spares and containers and fiscal 2016 SM-2 dual thrust rocket motor regrains. Work will be performed in Camden, Arkansas, and is expected to complete by September 2017.  Fiscal 2016 operations and maintenance (Navy) funding in the amount of $14,594,880 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.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

L-3 Communications Corp., Systems Field Support, Madison, Mississippi, has been awarded an estimated $12,000,000 modification (P00035) to exercise the option on previously awarded contract FA8106-11-D-0002 for C-12 contractor logistics support. Contractor will provide maintenance, repair and support functions. Work will be performed Accra, Ghana; Andrews Air Force Base, Maryland; Ankara, Turkey; Bangkok, Thailand; Bogota, Columbia; Brasilia, Brazil; Budapest, Hungary; Buenos Aires, Argentina; Cairo, Egypt; Edwards Air Force Base, California; Elmendorf Air Force Base, Alaska; Gaborone, Botswana; Holloman Air Force Base, New Mexico; Islamabad, Pakistan; Manila, Philippines; Nairobi, Kenya; Rabat, Morocco; Riyadh, Saudi Arabia; San Angelo, Texas; Tegucigalpa, Honduras; and Yokota Air Base, Japan, and is expected to be complete by March 31, 2016. This contract involves foreign military sales. No funds are being obligated at the time of award. Air Force Lifecycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a $7,566,978 modification (P00567) to previously awarded contract FA8611-08-C-2897. Contractor will provide F-22 sustainment for Reliability and Maintainability Maturation Program Project SE21, Stores Management System wrap around tester cable sets (quantity of 20) and self testers (quantity of 2). Work will be performed at Fort Worth, Texas, and is expected to be complete by Nov. 30, 2017. Fiscal 2014 aircraft procurement funds in the amount of $4,843,274; and fiscal 2015 aircraft procurement funds in the amount of $2,723,703 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.

DEFENSE HEALTH AGENCY

General Dynamics Information Technology Inc., Fairfax, Virginia, was awarded a firm-fixed-price task order with an estimated value of $23,206,146. This task order provides for production data processing, data validation operations, and security for the Defense Health Services Systems Program Executive Office. TheseDefense_Health_Agency data processing and information creation applications provide decision support and management information to a broad spectrum of other applications that in turn support the Military Health System end users. This task order was a sole-source acquisition awarded to the incumbent contractor. This is a one-year base task order with one 12-month option period and one five-month option period. This order includes the extension clause 52.217-8 and includes a six-month extension if needed. Location of performance is Defense Health Agency, Solutions Delivery Division, Falls Church, Virginia, with a March 28, 2018, performance completion date. The requirement is funded with fiscal 2016 operations and maintenance funds in the amount of $9,714,128. The Defense Health Agency, Contract Operations Division, San Antonio, Texas, is the contracting activity (HT0015).

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

Department of the Air Force, AFICA, AFICA- PACAF,

R — Visual Information Services FA5215-16-Q-0001 112515 Ryan T. Truong, Contracting Officer, Phone (808) 448-2976, Fax (808) 448-2912, Email ryan.truong.1@us.af.mil – Amy Burke, Contract Specialist, Phone 808-448-2941, Fax 808-448-2912, Email amy.burke.2@us.af.mil Please note that this requirement was previously synopsized under Special Notice No. FA5215-15-R-0013.

This is a Request for Proposal (RFP) for Visual Information (VI) Services for the Daniel K. Inouye Asia Pacific Center for Security Studies (DKI APCSS) located at 2058356px-Seal_of_the_US_Air_Force.svg Maluhia Road, Honolulu HI 96815. DKI APCSS is a regional study, conference, and research center whose mission is to enhance cooperation and build relationships through mutual understanding and study of comprehensive security issues among military and civilian representatives of the United States and other Asia-Pacific nations. DKI APCSS has identified the need for qualified personnel, management, supervision and services necessary to perform VI Services in support of the mission of DKI APCSS. The primary work performed by these functions is to provide graphics, digital media, audiovisual, Video Teleconferencing (VTC) and technical support services in preparation for, support during, and after action evaluations of Workshops/Seminars, courses and events offered by DKI APCSS. Services include graphic arts, audiovisual, VTC services and information technology services to include systems/network management and seminar room support (help desk) and technical support services.

The period of performance/contract completion time is anticipated to be a period of 12 months with four (4) 12 month option periods. The North American Industry Classification System (NAICS) code for this work is 541990. This requirement will be procured in accordance with FAR 19.805, 8(a) competitive set aside. The Government intends to award without discussions. Interested offerors must be registered in the System for Award Management (SAM) database. Firms can register via the SAM Internet site at https://www.sam.gov/ Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf (Please note the registration for access to the secure site takes approximately five business days, therefore, plan accordingly). All contractors and subcontractors interested in this project must be certified by SBA as an 8(a) company. The plans and specifications will be available only at Federal Business Opportunities (FedBizOpps.gov or fbo.gov). FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf Reference paragraph 4.4 of the Vendor Guide for instructions on how to retrieve the specification and drawing documents for this project.

Written inquiries (via email to ryan.truong.1@us.af.mil or amy.burke.2@us.af.mil) will be answered and posted to http://www.fedbizopps.go when requests are received no later than 06 Nov 2015; 2:00PM Hawaii Standard Time (HST) in order to ensure timely receipt of proposals.

DISCLAIMER: Amendments, if/when issued, will be posted on the FBO page for electronic downloading. This will normally be the only method of distributing amendments prior to the solicitation’s closing; therefore, it is the offeror’s 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 offeror’s inability to access the documents posted on the referenced web pages. The Government will not issue paper copies of the solicitation. 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 on the web.
No facsimile or email proposal will be accepted.

Contracting Office Address:
90G St. Bldg. 1201
JBPH-H Hawaii, 96853-5230
Primary Point of Contact:
Name: Ryan T. Truong
Email: ryan.truong.1@us.af.mil
Phone: 808.448.2976
Fax: 808.448.2912

Secondary Point of Contact:
Name: Amy J. Burke
Email: amy.burke.2@us.af.mil
Phone: 808.448.2941
Fax: 808.448.2912

Set-Aside: Competitive 8(a) Place of Performance: Daniel K. Inouye Asia Pacific Center for Security Studies (DKI APCSS) located at 2058 Maluhia Road Honolulu, HI 96815 US URL: https://www.fbo.gov/notices/ee9ef8c73b51b8d3e5d9fface1e1489 OutreachSystems Article Number: 20151027/PROCURE/0037
Matching keyword(s): video; audiovisual; serv*;

300px-NASA_logo.svgNational Aeronautics and Space Administration, Kennedy Space Center, Office of Procurement, NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899

U–APPEL TRAINING NNK545403Q NNK545403Q 111215 Marco Pochy, Contracting Officer, Phone 321-867-8567, Fax 321-867-1188, Email marco.l.pochy@nasa.gov Marco Pochy NASA/John F. Kennedy Space Center (KSC) is hereby soliciting information about potential sources for support services of the Academy of Program, Project, and Engineering Leadership (APPEL), including but not limited to, managing, reviewing, evaluating, implementing APPELs Career Development (CD) and Knowledge Sharing (KS) processes and activities that align with the NASA Mission. The contractor shall provide resources and activities required to maintain an adequate level of base support to provide challenging and beneficial learning activities to develop the expertise of NASA program/project managers (PPMs) and program/project support team members. The Contractor shall engage NASA stakeholders, contractor partners, university and professional and research organization partners, and non-NASA partners to maintain and extend the Program/Project Management Development Process (PMDP) and its online version. The contractor shall Manage and develop APPELs collaboration with NASAs international partners throughout the world and facilitate moving the APPEL coursework from traditional classroom or lecture venue to electronic/computer/web-based learning. The work requires a broad depth and span of expertise and experience in providing full range of support services to Government personnel in the following areas: training and knowledge sharing, event planning and executing, international collaboration, curriculum development, publishing, technical<span style=”color:blue;”> writing, editing, marketing, eLearning technologies, employee development support, database management, program management, project management, engineering. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of two pages or less indicating the ability to perform, size status of your company, and all aspects of the effort described herein. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified may be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to jennifer.l.jewell@nasa.gov no later than 11/12/2015. Please reference the RFI reference number in any response. Any referenced notes may be viewed at the following URLs linked below. Point of Contact Name: Jennifer Jewell Title: Contract Specialist Phone: 321-867-7807 Email: jennifer.l.jewell@nasa.gov
URL: https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK545403Q/listing.htm

OutreachSystems Article Number: 20151027/PROCURE/0049
Matching keyword(s): writ*; copy; technical;

Department of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598

99 — Sale Of Post-Consumer Baled Mixed Recycle Material QRP16-0011 110215 Bridgette Caico, Clerk, Phone 502-624-5026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil – Daniel Sundeen , QRP Manager, Phone 502-624-2358, Fax 502-624-5672, Email daniel.j.sundeen.naf@mail.mil The Fort Knox Qualified Recycle Program is issuing an invitation for sale of Post-Consumer Baled Mixed Precyclable Material. The duration of this is for 1 year.
Please open the attached document on this posting for the sale solicitation/agreementDepartment of the Army that is required for bidding. Sign, initial each page in the designated field, date and enter all of the required information in your bid. Send your bid to Daniel Sundeen or Bridgette Caico by fax: 502-624-5672 or by email at bridgette.r.caico.naf@mail.mil. Respond due date is a 2pm Eastern Standard Time.
Please call Fort Knox QRP, if you have any questions or concerns. All Bids are welcome.
The contract performance location is bldg 2962, 309 Frasier Rd. Fort Knox Ky 40121
Bridgette Caico
Shipping, Sales, and Receiving Clerk
Fort Knox Qualified Recycle Program
Phone- 502-624-5026
Fax- 502-624-5672
Place of Performance: 309 Frazier Rd. Bldg 2962 Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP16-0011/listing.htm OutreachSystems Article Number: 20151027/SURPLUS/0634
Matching keyword(s): state!ky;

356px-Seal_of_the_US_Air_Force.svgDepartment of the Air Force, Air Force Material Command, AFRL/RIK – Rome , 26 Electronic Parkway Rome NY 13441-4514

R — DOCUMENT SHREDDING SERVICE FA8751-16-Q-0103 110315 Tabitha Haggart, Contract Specialist, Phone 315-330-3787, Fax 315-330-3001, Email Tabitha.Haggart@us.af.mil General Information

Title: Document Shredding Service
Solicitation Number: FA8751-16-Q-0103
Classification Code: R499
Set-Aside: Small business- total
NAICS Code: 561990
Contracting Office Address
Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514
Description
This is a Combined Synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, Offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.
Solicitation FA8751-16-Q-0103 is issued as a Request for Quotation (RFQ).
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20150930. See http://farsite.hill.af.mil“>http://farsite.hill.af.mil for the full text of all provisions and clauses incorporated by reference herein.
This procurement is being issued as a total small business set-aside under NAICS code 561990 with average annual receipts of $11,000,000.
The contractor shall provide the service as described in the Performance of Work Statement (PWS) on a firm fixed price basis including the cost of shipping FOB Destination:
The Period of Performance will be one (1) Base Year and four (4) Option Years:
17 November 2015 – 16 November 2016;
17 November 2016 – 16 November 2017;
17 November 2017 – 16 November 2018,
17 November 2018 – 16 November 2019,
17 November 2019 – 16 November 2020.
Price each option separately and include an overall total. (See attached bid schedule, Attachment No. 2)
Refer to the attached PWS for contract specific requirements (Attachment No.1)
Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice
The required Period of Performance is 17 November 2015 to 16 November 2016 Plus 4 Option Years. If all options are exercised the period of performance will end 16 November 2020. All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Rome, NY 13441

The provision at 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are:
(b) Written quotes are due at or before 3PM, 11/3/2015. Submit to AFRL/RIKO to Attn: Tabitha Haggart, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-3001 or by email to Tabitha.Haggart@us.af.mil .

Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items.
(b)(4) Submit a technical description of the items service being offered in sufficient detail for the Government to evaluate the acceptability of the offer. Include product literature and other documentation necessary to demonstrate compliance with the products listed and the terms and conditions of the PWS.
(b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration
(g) Contract award. The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror’s initial offer should contain the Offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
(k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror.
The provision at FAR 52.212-2, Evaluation — Commercial Items (Oct 2014) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers:
(i) technical acceptability
(ii) price
All evaluation factors, when combined, are of equal importance. Award will be made to the lowest priced, technically capable Offeror.

Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications — Commercial Items and Alternate I as well as:

252.203-7998, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION

(See attached Reps & Certs)
The clause 52.217-8, Option to Extend Services applies to this acquisition. The Government may exercise the option by written notice to the contractor before the contract expires.
The clause at 52.217-9, Option to Extend the Term of the Contract (Mar 2000) applies to this acquisition as follows: “(a) The Government may extend the term of this contract by written notice to the Contractor prior to the expiration of the contract 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 this option, 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 60 months.
The clause at 52.212-4, Contract Terms and Conditions — Commercial Items applies to this acquisition

The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders — Commercial Items applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition:
52.219-6, Notice of Total Small Business Aside
52.219-28, Post Award Small Business Program Re-representation

52.222-3, Convict Labor

52.222-17, Nondisplacement of Qualified Workers

52.222-21, Prohibition of Segregated Facilities

52.222-26, Equal Opportunity

52.222-36, Equal Opportunity for Workers With Disabilities

52.222-41, Service Contract Labor Standards
52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67)

This Statement is for Information Only:
It is not a Wage Determination

Employee Class                                           Monetary Wage — Fringe Benefits
23470 Laborer                                             WG-2/2 $15.05 + $4.27 $19.32
52.222-50, Combating Trafficking in Persons

52.222-55, Minimum Wages Under Executive Order 13658

52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving

52.225-13, Restrictions on Certain Foreign Purchases

52.232-33, Payment By Electronic Funds Transfer-System For Award Management

52.239-1, Privacy or Security Safeguards
The following additional FAR and FAR Supplement provisions and clauses also apply:
52.204-16, Commercial and Government Entity Code Reporting
52.204-18, Commercial and Government Entity Code Maintenance
52.232-18, Availability of Funds.

52.232-40, Providing Accelerated Payments to Small Business Subcontractors

52.247-34, FOB Destination
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements

(a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.
(b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect.
(c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.
(d) (1) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause.
(2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause.

252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (DEVIATION 2016-O0001)

(a) Definitions. As used in this provision-
“Controlled technical information, ” “covered contractor information system,” and “covered defense information” are defined in clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2016-O0001)(OCT 2015).
(b) The security requirements required by contract clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2016-O0001)(OCT 2015), shall be implemented for all covered defense information on all covered contractor information systems that support the performance of this contract.
(c) If the Offeror anticipates that additional time will be necessary to implement derived security requirement 3.5.3 “Use of multifactor authentication for local and network access to privileged accounts and for network access to non-privileged accounts” within National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, “Protecting Controlled Unclassified Information in Nonfederal Information Systems and Organizations (see http://dx.doi.org/10.6028/NIST.SP.800-17), the Offeror shall notify the Contracting Officer that they will implement the requirement within 9 months of contract award.
(d) If the Offeror proposes to deviate from any of the security requirements in NIST SP 800-171 that is in effect at the time the solicitation is issued or as authorized by the Contracting Officer, the Offeror shall submit to the Contracting Officer, for consideration by the DoD Chief Information Officer (CIO), a written explanation of-
(1) Why a particular security requirement is not applicable; or
(2) How an alternative but equally effective, security measure is used to
compensate for the inability to satisfy a particular requirement and achieve equivalent protection.
(e) An authorized representative of the DoD CIO will approve or disapprove offeror requests to deviate from NIST SP 800-171 requirements in writing prior to contract award. Any approved deviation from NIST SP 800-171 shall be incorporated into the resulting contract.
252.204-7011, Alternative Line Item Structure
252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2016-O0001)

252.223-7008, Prohibition of Hexavalent Chromium

252.225-7031, Secondary Arab Boycott of Israel

252.232-7003, Electronic Submission of Payment Requests and Receiving Reports

252.232-7006, Wide Area Workflow Payment Instructions

252.232-7010, Levies on Contract Payments

252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel

252.239-7017, Notice Of Supply Chain Risk

252.239-7018 Supply Chain Risk

252.244-7000, Subcontracts for Commercial Items

252.247-7023, Transportation of Supplies by Sea

252.247-7024, Notification of Transportation of Supplies by Sea
5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407, email: Barbara.Gehrs@us.af.mil .

5352.223-9001, Health and Safety on Government Installations

5352.242-9000, Contractor Access to Air Force Installations

Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow – Receipt and Acceptance (see website – https://wawf.eb.mi“>https://wawf.eb.mi ). Wide Area Workflow Training may be accessed online at http://www.wawftraining.co“>http://www.wawftraining.co .

Requirement specific guidance is provided for the following clause:
In accordance with DFARS 252.232-7006 Wide Area Workflow (WAWF) Payment Instructions- Vendors will be expected to have WAWF system capabilities. Guidance will be provided to the vendor with their order with applicable code.

Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause.

All responsible organizations may submit a quote, which shall be considered.

URL: https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-16-Q-0103/listing.htm OutreachSystems Article Number: 20151024/PROCURE/0061
Matching keyword(s): writ*; copy; technical; standard; procedure?;

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

T — Interpretive Video for Pu’ukohola Heiau National H SOL P16PS00030 Description The National Park Service, Harpers Ferry Center, is soliciting proposals for Audiovisual Services to create interpretive videos for Pu?ukohola Heiau National Historical Siteand other sites on the island of Hawai?i. The purpose of this contract is to provide all services, including labor, materials, equipment, facilities, fees and travel necessary to plan and produce audiovisual productions. The government anticipates award of one firm-fixed price contract. This solicitation is totally set-aside for small businesses. The solicitation will be available via Fedconnect on or about October 30, 2015. No paper copies of the solicitation will be issued. Questions regarding this solicitation should be directed to Jason Albright, Contract Specialist, National Park Service, Harpers Ferry Center, Office of Acquisition Management, P.O. Box 50, 67 Mather Place, Harpers Ferry, WV 25425 or via email at jason_albright@nps.gov. THIS SOLICITATION IS TOTALLY SET-ASIDE FOR SMALL BUSINESS CONCERNS UNDER NAICS CODE 512110, ENTITLED Motion Picture and Video Production, WITH A SIZE STANDARD OF $32.5 million. Overview Reference number: P16PS00030 Issue date: 10/22/2015 Response due: 12/01/2015 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: 20151024/SMALL/9458
Matching keyword(s): video*; film?; produc*; conference?; site?; business*; produce?; production?; video; tape; audiovisual; serv*;

Department of Agriculture, Rural Development, 771 CORPORATE DRIVE SUITE 200 LEXINGTON KY 40503

R — Provide single family housing appraisals for USDA RD in KY. SOL RFQ-16-0001 DUE 11/05/2015 Linda D. Wolfe, Purchasing Agent, Phone 8592247302, Email linda.wolfe@ky.usda.gov rovide Single Family Housing Appraisals600px-US-DeptOfAgriculture-Seal2.svg for USDA Rural Development – Kentucky in Accordance with the terms of the RFQ. Insert your price quote on Attachment A-1 for Market Value, A-2 for Market Value “As-Is” and Liquidation Value. The due date/time for submission of quotations is 4:30pm local time (Lexington, KY) 11/5/15. Mail response to: Attn: Linda D. Wolfe, Purchasing Agent/CO, USDA Rural Development, Suite 200, Lexington, KY 40503 OR email linda.wolfe@ky.usda.gov Place of Performance: Throughout the State of Kentucky. US URL: https://www.fbo.gov/spg/USDA/RD/KY/RFQ-16-0001/listing.ht 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: 20151026/KY/2643
Matching keyword(s): age:state!ky; state!ky;

Minnesota – State of Minnesota, Minnesota – State of Minnesota http://www.mmd.admin.state.mn.us/solicitations.ht

R – REFERENCE NUMBER: PT2271 Nature of Work/Contract Title: Pr SOL REFERENCE NUMBER: PT2271 Nature of Work/Contract Title: Production of an informational video presentation. Description of Work: The Minnesota Department of Human Services (DHS) is requesting proposals for creative services, specifically for the creation and production of an informational video presentation. This work will be done for DHS?? Radiological Emergency Preparedness (??REP??) program. Estimated Cost: $5,001 – $25,000 Contracting Agency: Department of Human Services Location of Work: State of Minnesota Response to this solicitation is due no later than 11/13/15 at 12:30 PM CENTRAL TIME. To receive a copy of the complete solicitation, contact: Name: David Jensen Phone: 651.431.3001 TTY: 711 or 1.800.627.3529 (MN Relay Service for persons with speech or hearing disabilities) Email: david.a.jensen.@state.mn.us Date This Solicitation Was Posted: 10/23/2015 7:55:28 AM For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151024/BID/0565
Matching keyword(s): video*; produc*; production?;

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

R – BID NOTICE TOWN OF MARANA FINANCE DEPARTMENT PUBLIC NOTICE RE SOL Public Notice ID: 22889063 BID NOTICE TOWN OF MARANA FINANCE DEPARTMENT PUBLIC NOTICE REQUEST FOR PROPOSAL FOR FIRMS INTERESTED IN IMPLEMENTING AND CONFIGURING A SCADA MANAGEMENT SYSTEM FOR THE TOWN OF MARANA WATER DEPARTMENT BID NUMBER 2015-019 Proposals Due: Monday, November 9, 2015 The TOWN OF MARANA (the ?Town?), FINANCE DEPARTMENT, IS SOLICITING REQUEST FOR PROPOSALS to select a Firm to implement and configure a SCADA management system utilizing Rockwell Automation software applications. The project is within the Town of Marana, Pima County, Arizona. The Town will award a General Service Agreement and Purchase Order to the Firm selected to provide services. All submittals become the property of the Town, and any portion of any submittal may be subject to publication and/or public review pursuant to the Arizona public records law, A.R.S. ?39-121.01 et seq. Proposals will be accepted up to but no later than 4:00 p.m., local time, on Monday, November 9, 2015, at the 1st Floor Receptionist, Administration Building, Marana Municipal Complex, 11555 West Civic Center Drive, Marana, AZ 85653. A Proposal submitted after the time and date specified herein will not be accepted. All Proposals received by the Town in accordance with the requirements herein will be processed to identify eligible Firms for the selection process. The solicitation documents providing information and instructions for this Request for Proposals will be available on Public Purchase at http://www.publicpurchase.com/gems/maran,az/buyer/public/home. For assistance and questions please contact Mr. Patrick O?Kane at pokane@maranaaz.gov or (520) 382-2679. A Pre-Submittal Conference is scheduled for 10:00 a.m., Tuesday, October 27, 2015, in the Palo Verde Room, Marana Operations Center, 5100 W. Ina Road, Tucson, AZ 85743. The Town encourages written technical questions be submitted prior to the Pre-Submittal Conference and may be e-mailed to pokane@maranaaz.gov, faxed to 520 382-1902, mailed to Finance Department at the address above or delivered to the address above ? all to the Attention: Mr. Patrick O?Kane. The Town reserves the right to reject any and all Proposals and to waive any irregularity, informality or technicality in any Proposal to the extent permitted by law. A Firm is to maintain commitment to providing services if deemed qualified and selected for a minimum of 90 days from the date of submission of the proposal. PUBLISH: The Daily Territorial Oct. 15, 23, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151025/BID/0021
Matching keyword(s): writ*; technical;

Colorado – Rocky Mountain E-Purchasing System http://www.govbids.com/scripts/CO1/public/OpenBids/ViewSolicitations.as Serving the purchasing needs of more than 70 local agencies across the Rocky Mountain states.

T – COUNTY WIDE VIDEO DISTRIBUTION SYSTEM Due Date: 11/23/2015 COUNTY WIDE VIDEO DISTRIBUTION SYSTEM For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151025/BID/0101
Matching keyword(s): video*; distribut*;

Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/webapp/vssonline/AltSelfServic

R – RFB-121-16 Bond Forfeiture-Group IX MAD 15-Muhlenberg Co RFB – SOL RFB-121-16 Bond Forfeiture-Group IX MAD 15-Muhlenberg Co RFB – 785 – 1600000290 Facilities & Support Services Carolyn Turner Request for Bids(RFB) Published On : 10/26/15 Amended On : Closing On : 11/12/15 10:30 AM EST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151027/BID/0107
Matching keyword(s): age:state!ky; state!ky;

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

R — Fundraising campaign feasibility study. SOL RFP196-PSC DUE 11/09/2015 Phone: (502) 852-6248; Website: http://louisville.edu/purchasing/bid Qualified professional and/or firm to conduct a fundraising campaign feasibility study . 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: 20151027/KY/2662
Matching keyword(s): age:state!ky; state!ky;

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

R — GCMS, HSC Pediatric Medical Office Building. SOL RP-023-16 DUE 11/10/2015 Phone: (502) 852-6248; Website: http://louisville.edu/purchasing/bid The University of Louisville Foundation seeks to procure Construction Management (CM) services (hereafter titled General Construction/Management Services or GCMS) for the University Foundation s HSC Pediatric MOB Building. The selected GCMS will become a responsible member of the Owner s professional team for design and construction in order to assure the project is completed within the proposed budget, program and schedule. The preliminary size of this facility will be 150,000 GSF and the preliminary construction budget is $40,190,000. The preliminary space program is complete. Design Development is currently underway. Current plans call for a Twenty Two (22) month construction period, with a final construction completion date estimated to be on or before May 1, 2018. GCMS firms seeking to provide services shall have demonstrated specialized experience in estimating, planning, bidding and constructing a fast tracked multi packaged construction project for this building type within a Guaranteed Maximum Price ( GMP), which will be determined at the appropriate time in the design and construction document processes Additional information regarding this project will be supplied to the short-listed GCMS firms regarding but not limited to: Pre-Construction Services, Construction Services, General and Supplemental Terms & Conditions, Price Proposal Format, Basis for GCMS Contract and UofL Foundation Trade Contractor Bidding Documents & Procedures at a Pre-Interview conference approximately 10 days prior to on-campus interviews. 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: 20151027/KY/2665
Matching keyword(s): age:state!ky; state!ky;

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

99 – Status Offender Diversion Program SOL RFP-3553-0-2016/PG Due Date: 11/5/2015 Contact: Peggy Goodwin Status Offender Diversion Program For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151025/BID/0203
Matching keyword(s): age:state!ky; state!ky;

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

69 – Instructional Supplies & Equipment (Percentage) #7172Bid closes SOL Instructional Supplies & Equipment (Percentage) #7172Bid closes @ 11:00 a.m. on November 16, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151025/BID/0206
Matching keyword(s): age:state!ky; state!ky;

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

R – Non-Discretionary Endowment Investment Consultant SOL UK-1636-16 Due Date: 11-20-15 Non-Discretionary Endowment Investment Consultant For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151024/BID/0228
Matching keyword(s): age:state!ky; state!ky;

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

99 – Trophies, Awards and Gifts SOL 150-2015 Due Date: 11/05/2015 Trophies and Plaques For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151024/BID/0232
Matching keyword(s): age:state!ky; state!ky;

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

R – Real Estate Services SOL RFP52-2015 Due Date: 11/12/2015 Property Appraisal Services for Insurance Placement & Risk Management Purposes For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151024/BID/0233
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/webapp/vssonline/AltSelfServic

R – RFB 113015 – Disc Golf at Taylorsville Lake State Resort PK RFB SOL RFB 113015 – Disc Golf at Taylorsville Lake State Resort PK RFB – 785 – 1600000306 Facilities & Support Services Shelby Luby Request for Bids(RFB) Published On : 10/23/15 Amended On : Closing On : 11/30/15 2:00 PM EST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151024/BID/0556
Matching keyword(s): 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

McCann World Group Inc., New York, New York was awarded a $377,000,000 modification (P00017) to contract W9124D-11-D-0036 for the Army recruiting advertising campaign, with an estimated completion date of Sept. 30, 2017. Funding and work location will be determined with each order. Army Contracting Command, Ft. Knox, Kentucky, is the contracting activity.

Boeing Co., Mesa, Arizona, was awarded a $51,200,000 modification (P00018) toDepartment of the Army contract W58RGZ-12-C-0055 for Version 4 retrofit kits for the Apache helicopter, AH-64E, Lots 1-4.  Work will be performed in Mesa, Arizona, with an estimated completion date of May 31, 2018.  Fiscal 2015 other procurement funds in the amount of $25,088,000 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, was awarded a $7,229,933 modification (0003) to contract W31P4Q-13-G-0003 for Patriot Advanced Capability (PAC-3) missile segment enhancement services to support the Integrated Air and Missile Defense program with flight test and integration support, as well as a Software – Fire Solution Computeroptimization option.  Work will be performed in Grand Prairie, Texas, with an estimated completion date of Jan. 30, 2017.  Fiscal 2016 research, development, testing and evaluation funds in the amount of $5,000,000 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

The Boeing Co., St. Louis, Missouri, is being awarded a $124,606,538 firm-fixed-price contract for the procurement of 53 full-rate production Lot 89 Harpoon weapon systems, components and spares, and Standoff Land Attack Missile – Expanded Response weapon system services, for the governments of Saudi Arabia, Australia, Japan, Korea, India, Turkey, Belgium, Brazil, Egypt, Kuwait, Canada, and Taiwan under the Foreign Military Sales program.  Work will be performed in McKinney, Texas (18.21 percent); Burnley, United Kingdom (18.09 percent); St. Charles, Missouri (17.28 percent); Elkton, Maryland (11.79 percent); Toledo, Ohio (3.93 percent); Middletown, Connecticut (3.62 percent); St. Louis, Missouri (4.31 percent); Joplin, Missouri (2.77 percent); Galena, Kansas (2.54 percent); Lititz, Pennsylvania (2.35 percent); Grove, Oklahoma (2.12 percent); Huntsville, Alabama (1.66 percent); Chandler, Arizona (1.16 percent); Black Mountain, North Carolina (1.01 percent); Ridgecrest, California (0.84 percent); East Camden, Arkansas (0.69 percent); Beverly, Massachusetts (0.66 percent); Fairfield, California (0.64 percent); Minneapolis, Minnesota (0.61 percent); McAlester, Oklahoma (0.57 percent); Tulsa, Oklahoma, (0.53 percent) Newton, Pennsylvania (0.52 percent); Anniston, Alabama (0.51 percent); Estill Springs, Tennessee (0.41 percent); O’Fallon, Missouri (0.43 percent); Springfield, Ohio (0.32 percent); Lancaster, Pennsylvania (0.24 percent); Chatsworth, California (0.22 percent); Cedar Rapids, Iowa (0.18 percent); Cheshire, Connecticut (0.16 percent); Skokie, Illinois (0.15 percent);  Fullerton, California (0.13 percent); Steelville, Missouri (0.09 percent); Foothill Ranch, California (0.09 percent); Plainview, New York (0.09 percent); Orangeburg, New York (0.09 percent); Lynnwood, Washington (0.07 percent); Mulvane, Kansas (0.07 percent); Tampa, Florida (0.07 percent); Middletown, California (0.07 percent); Woburn, Massachusetts (0.07 percent); Rancho Cucamonga, California  (0.06 percent); Washington, Missouri (0.05 percent); and various other locations in the U.S. (0.53 percent).  This contract combines purchases for the governments of Saudi Arabia ($35,963,573; 28.86 percent); Australia ($31,881,526; 25.59 percent); Japan ($29,630,747; 23.78 percent); Korea ($21,324,842; 17.11); India ($2,338,215; 1.88 percent); Turkey ($ 1,175,224; 0.94 percent); Belgium ($915,812; 0.73 percent);  Brazil ($711,616; 0.57 percent); Egypt ($561,721; 0.45 percent); Kuwait ($53,237; 0.05 percent); Canada ($39,600; 0.03 percent); and Taiwan ($10,425; 0.01 percent).  Work is expected to be completed in June 2017.  Foreign military sales funds in the amount of $124,606,538 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. Code 2304(c)(1).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-16-C-0006).

Casbe Industries, Temecula, California (N66001-16-D-0095); Clint Precision Manufacturing, San Diego, California (N66001-16-D-0096); Design West Technologies Inc., Tustin, California (N66001-16-D-0097); Dye Precision CNC Inc., San Diego, California (N66001-16-D-0099); Eastwood Machine LLC, Santee, California (N66001-16-D-0100); JMT Inc., Norwalk, California (N66001-16-D-0101); Lobart Instruments, Pacoima, California (N66001-16-D-0102); Precise Industries Inc., Brea, California (N66001-16-D-0103); V&T Tooling, Temecula, California (N66001-16-D-0105); and WFW Industries LLC, San Diego, California (N66001-16-D-0106)  are being awarded a combined $18,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price, multiple award contract to provide custom fabricated parts utilizing a variety of manufacturing capabilities in support of rapid prototyping.  All 10 contractors will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two one-year options which, if exercised, would bring the potential value of this contract to $30,000,000.  Work will be performed at the respective contractor’s facilities as needed in Temecula, California; Tustin, California; Santee, California; Norwalk, California; Pacoima, California; and Brea, California.   Work is expected to be completed by Nov. 7, 2018, if all options are exercised.  Funding will be obligated via task orders as they are issued.  Contract funds will not expire at the end of the fiscal year.  The types of funding to be obligated include operations and maintenance (Navy); and research, development test and evaluation.  This contract was competitively procured via request for proposal N66001-15-R-0095 published on the Federal Business Opportunities website, and the Space and Naval Warfare Systems Command e-Commerce Central website, with 14 offers received and 10 selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity.

Oceaneering International Inc., Hanover, Maryland, is being awarded $12,910,944 cost-plus-award-fee modification to previously awarded contract N00024-05-C-4208 for Transfer Under Pressure (TUP) component integration efforts for the Submarine Decompression System (SDS).  The contract was awarded to provide program management, integrated logistics support, fabrication, system integration, testing, and certification of the final phase of the Submarine Rescue Diving and Recompression System (SRDRS) TUP capability hardware configuration items of the SDS.  The Navy requires the TUP capability to support treatment of rescued submariners and to prevent decompression sickness and death following a disabled submarine event.  Work will be performed in Hanover, Maryland, and is expected to be complete by March 31, 2018.  No funds will be obligated at time of award.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Huntington Ingalls Inc., Newport News, Virginia, is being awarded an $8,548,171 modification to previously awarded contract N00024-12-C-2101 to exercise options for planning and design yard functions for standard Navy valves in support of nuclear powered submarines. Work will be performed in Newport News, Virginia, and is expected to be completed by November 2016.  Fiscal 2016 operation and maintenance (Navy); and fiscal 2016 shipbuilding and conversion (Navy) funding, in the amount of $3,166,954 will be obligated at the time of award, and funds in the amount of $3,000,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

AIR FORCE

BAE Systems Electronics and Information Systems Inc., Nashua, New Hampshire, has been awarded an $81,389,729 firm-fixed-price contract for Digital Electronic Warfare System Countermeasures Missile Warning System spares. Contractor will provide classified and unclassified spares line replacement units and356px-Seal_of_the_US_Air_Force.svg line replaceable modules required for supporting the F-15 modernization program. Work will be performed at Nashua, New Hampshire, and is expected to be complete by Dec. 31, 2018. This contract is 100 percent foreign military sales to the Saudi Arabia. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8540-16-C-0005).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Cummins Mid-South, Memphis, Tennessee, has been awarded a maximum $19,526,167 fixed-price with price-redetermination, indefinite-quantity contract in support of multiple weapon systems programs. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a three-year contract with two one-year option periods. Location of performance is Tennessee, with a Nov. 5, 2018, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2016 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-16-D-0023).

WASHINGTON HEADQUARTERS SERVICES

Alutiiq Advanced Security Solutions LLC, Anchorage, Alaska, is being awarded a $16,571,579 firm-fixed-price contract to acquire security officer services for leased spaces within the National Capital Region.  Work performance will take place in Alexandria, Virginia; Arlington, Virginia; Falls Church, Virginia; Reston, Virginia; and600px-WHS_Insignia.svg Silver Spring, Maryland. Fiscal 2016 building management funds in the amount of $16,571,579 are being obligated on this award and will expire at the end of the current fiscal year.  The expected completion date is Nov. 30, 2016. Washington Headquarters Services, Arlington, Virginia, is the contracting office.

*Small business

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

ATK Launch Systems Inc., Corrine, Utah, has been awarded a $790,300,000 cost-plus-fixed-fee, maximum ceiling contract for intercontinental ballistic missile (ICBM) propulsion subsystem support. Contractor will provide sustaining engineering support and program management support services for the ICBM propulsion subsystem. The primary focus will be to ensure any modifications or changes to the propulsion subsystem will maintain and improve system-level performance. Work will be performed at Corrine and Magna Utah, and is expected to be complete by Nov. 4, 2016. This award is the result of a competitive acquisition with three offers received. Fiscal 2016 operations and maintenance funds in the amount of $6,025,800 are being obligated at the time of award. Air Force Nuclear Weapon Center, Hill Air Force Base, Utah, is the contracting activity (FA8214-16-C-0001).

ARMY

Leidos Inc., Reston, Virginia, was awarded a $661,840,250 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the design, architecture engineering, configuration management, system integration, aircraft integration, testing, technical and logistics support of the Airborne Reconnaissance Low-Enhanced (ARL-E) system.  Bids were solicited via the Internet with three received with an estimated completion date of Nov. 3, 2020.  Funding and work location will be determined with each order.  Army Contracting Command, Aberdeen, Maryland, is theDepartment of the Army contracting activity (W56KGY-16-D-0001).

Hentzen Coatings,* Milwaukee, Wisconsin, was awarded a $9,826,086 firm-fixed-price contract to supply paint to the Red River Army Depot paint shop.  Bids were solicited via the Internet with two received, with an estimated completion date of Nov. 5, 2019.  Funding and work location will be determined with each order. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-16-D-0021).

Dirtworks Inc. of Vicksburg,* Vicksburg, Mississippi, was awarded a $7,640,844 firm-fixed-price contract to waterproof Upper Concordia Lake levee and berms.  Bids were solicited via the Internet with three received. Work will be performed in Vidalia, Louisiana, with an estimated completion date of Dec. 29, 2016.  Fiscal 2015 other procurement funds in the amount of $7,640,844 were obligated at the time of the award.  Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-16-C-0002).

600px-US-DeptOfNavy-Seal.svgNAVY

Lockheed Martin Corp., Mission Systems and Training (MST), Manassas, Virginia, is being awarded a $129,401,530 modification under a previously awarded contract (N00024-11-C-6294) to exercise options for fiscal 2016 Acoustic Rapid Commercial Off-The-Shelf (COTS) Insertion (A-RCI) system engineering and technical support.  MST shall continue the development and production of A-RCI systems.  A-RCI is a sonar system that integrates and improves towed array, hull array, sphere array, and other ship sensor processing, through rapid insertion of COTS-based hardware and software.  The contract provides funding for the development and production of the A-RCI and common acoustics processing for Technology Insertion 12 through Technology Insertion 14 for the U.S. submarine fleet and for foreign military sales.  Work will be performed in Manassas, Virginia (95 percent); and Syracuse, New York (5 percent), and is expected to be completed by December 2016.  Fiscal 2016 research, development, test and evaluation (Navy); fiscal 2011 shipbuilding and conversion (Navy); and fiscal 2016 operation and maintenance (Navy) funding in the amount of $6,552,057 is being 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.

Raytheon Co., Integrated Defense Systems, Portsmouth, Rhode Island, is being awarded a $65,801,757 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0012) for the procurement of 22 MH-60R full-rate production Lot XIII Airborne Low Frequency Sonar systems for the Navy (20), and the government of Saudi Arabia (2), including associated program management support.  Work will be performed in Brest, France (59 percent); Portsmouth, Rhode Island (37 percent); and Johnstown, Pennsylvania (4 percent), and is expected to be completed in September 2018.  Fiscal 2015 aircraft procurement (Navy) and foreign military sales funds in the amount of $65,801,757 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  This modification combines purchases for the Navy ($59,819,779; 91 percent), and the government of Saudi Arabia ($5,981,978; 9 percent) under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Co., McKinney, Texas, is being awarded $14,546,660 for firm-fixed-price delivery order 7001 under previously awarded basic ordering agreement N00383-15-G-009H for the repair of 137 units in support of the H-60 Multi-Spectral Targeting System Forward Looking InfraRed.  Work will be performed at Fleet Readiness Center Southeast, Jacksonville, Florida, and work is expected to be completed by November 2017.  No contract funds will be obligated at the time of award.  Navy working capital funds will be obligated as individual delivery orders are issued, and funds will not expire at the end of the current fiscal year.  This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304(C)(2).   The requirement was posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with one offer received.  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Chavis’ Inc.,* Maxton, North Carolina (N40085-16-D-6310); G.T. Painting & Construction Co. Inc.,* Hopewell, Virginia (N40085-16-D-6311); Olympic Enterprises Inc.,* Hubert, North Carolina (N40085-16-D-6312); Pro Coating Services Inc.,* Jacksonville, North Carolina (N40085-16-D-6313); Vima Construction Corp.,* Dallas, North Carolina (N40085-16-D-6314); and WB Brawley Co.,* Wilmington, North Carolina (N40085-16-D-6315), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award design-bid-build construction contract for general painting projects in the Marine Corps Installation (MCI) East area of responsibility (AOR).  The maximum dollar value including the base period and four option years for all six contracts combined is $10,000,000.  The work to be performed provides for general painting services including, but not limited to, interior and/or exterior painting of various buildings, structures, facilities, equipment, miscellaneous apparatus and components, roadway markings, signage, and other infrastructure, incidental preparation, repair and/or replacement of interior/exterior surfaces, interior/exterior repairs, removal of asbestos materials and lead paint, and incidental related work.  Olympic Enterprises Inc. is being awarded task order 0001 at $14,125 for the painting of buildings AS515, TC1060, TC1061, TC1062, TC1063 and RR405 at Marine Corps Base Camp Lejeune, Jacksonville, North Carolina.  Work for this task order is expected to be completed by May 2016.  All work on these contracts will be performed within the MCI East AOR which includes North Carolina (90 percent); Georgia (3 percent); South Carolina (3 percent); and Virginia (3 percent).  Work may also be performed in the remainder of the U.S. (1 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of November 2020.  Fiscal 2016 operation and maintenance (Marine Corps) contract funds in the amount of $39,125 are obligated on these awards and will expire at the end of the current fiscal year.  These contracts were competitively procured via the Navy Electronic Commerce Online website, with six proposals received.  These six 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.

Benaka Inc.,* New Brunswick, New Jersey 08901, is being awarded $9,624,000 for firm-fixed-price task order JU01 under a previously awarded, multiple award construction contract (N40085-14-D-5247) for construction of a laundry room, building renovations and repairs in building 2003 at Marine Corps Base Quantico.  Building renovations include selective structural, electrical, plumbing, and painting throughout the building.  Renovations also include installation of new floor tile and cove base, one new storefront type wall, new electrical circuits, lighting, water supply and sanitary drains, ventilation systems, and government furnished washers and dryers.  Work will be performed in Quantico, Virginia, and is expected to be completed by July 2017.  Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $9,624,000 are obligated on this award and will expire at the end of the current fiscal year.  Two proposals were received for this task order.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

*Small business

ARMY

Airbus Defense and Space Inc., Herndon, Virginia, was awarded a $65,828,056 modification (P00945) to contract W58RGZ-06-C-0194 for Lakota helicopters with ARC radio 231 mission equipment package.  Work will be performed in Herndon, Virginia, with an estimated completion date of Nov. 30, 2017.  Fiscal 2016 other procurement funds in the amount of $65,828,056 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contractingDepartment of the Army activity.

Ernst & Young, Washington, District of Columbia, was awarded a $24,552,712 modification (P00012) to contract W91CRB-14-F-0013 for Army audit readiness and general fund financial statement improvement.  Work will be performed in Washington, District of Columbia, with an estimated completion date of Nov. 3, 2016.  Fiscal 2016 operations and maintenance (Army), and other procurement funds in the amount of $22,025,941 were obligated at the time of the award.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Northrop Grumman Systems Corp. – Marine Systems (NGSC-MS), Sunnyvale, California, is being awarded a $31,599,538 firm-fixed-price, cost-plus-incentive-fee, cost-plus-fixed-fee contract to provide field services at sites and shipyards and includes equipment repairs, integrated logistics support, technical documentation and publication support, and continuing reliability and performance evaluation.  NGSC-MS will also provide the U.S. and United Kingdom expendable hardware (D5 gas generator cases and launch tube closures, spare and repair parts), and Strategic Systems Programs Alterations including refresh of the launcher subsystem components to address obsolescence of existing hardware.  The refresh of the launcher subsystem will include update of the firing circuit with a laser-based launcher initiation system and the overhaul and refurbishment of the fleet population of missile hoists.  The contractor will manufacture steel ballast closures, firing unit test simulators, stanchions and tactical closure containers in support of New Strategic Arms Reduction Treaty.  In support of the Strategic Weapons System Ashore Test Facility, NGSC-MS will also provide the required equipment and technical support for preparation leading to the Test Bay #1 Missile Service Unit certification.  The maximum dollar value, including the base period and four option years, is $223,587,869.  Work will be performed in Sunnyvale, California (58 percent); Bangor, Washington (20 percent); Kings Bay, Georgia (20 percent); St. Charles, Missouri (1 percent); and Cape Canaveral, Florida (1 percent), with an expected completion date of Sept. 30, 2016.  If all options are exercised, work will continue through Sept. 30, 2020.  Subject to availability, fiscal 2016 operations and maintenance (Navy) contract funds in the amount of $27,970,771; and United Kingdom funds in the amount of $3,628,767, will be obligated at the time of award.  Contract funds in the amount of $27,970,771 will expire Sept. 30, 2016.  This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1) and (4).  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-16-C-0010).

CORRECTION:  The undefinitized contract action announced Nov 3 to Lockheed Martin Corp. had the incorrect fiscal year of obligated funds.  The correct fiscal year is 2015.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded an undefinitized contractual action not-to-exceed $5,370,955,495 to the previously awarded low-rate initial production Lot IX F-35 Lightning II Joint Strike Fighter advance acquisition contract (N00019-14-C-0002).  This modification provides for the procurement of 41 F-35A aircraft, including 26 F-35As for the Air Force; six F-35As for Norway; seven F-35As for Israel; two F-35As for Japan; 12 F-35Bs, including six for the Marine Corps and six for the British Royal Navy; and two F-35Cs for the Navy.  Work will be performed in Fort Worth, Texas (30 percent); El Segundo, California (25 percent); Warton, United Kingdom (20 percent); Orlando, Florida (10 percent); Nashua, New Hampshire (5 percent); Nagoya, Japan (5 percent); and Baltimore, Maryland (5 percent), and is expected to be completed in December 2017.  Fiscal 2016 aircraft procurement (Air Force, Marine Corps, and Navy); and non-U.S. Department of Defense participants and foreign military sales funds in the amount of $625,099,999, 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

AIR FORCE

Northrop Grumman Information Systems, El Segundo, California, has been awarded a $9,179,598 modification (P00032) to previously awarded contract FA8808-13-C-0001 for Enhanced Polar System Control and Planning Segment protected key management architecture (KMA).  Contractor will assist in transitioning from the current KMA to the protected satellite communication KMA by providing356px-Seal_of_the_US_Air_Force.svg factory testing and support for operational transitional planning. Work will be performed at El Segundo, California, and is expected to be completed by Sept. 30, 2017.  Fiscal 2015 research, development, test, and evaluation funds in the amount of $6,959,465 are being obligated at the time of award.  Space and Missile Systems Center, Los Angeles Air Force Base, California, 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

Department of the Army, Army Contracting Command, MICC, MICC – Fort Knox, Bldg 1109, Room 373 Fort Knox KY 40121-5720

R — IT Support Services – Army Civilian Information System (ITSS-ACIS2) W9124D-16-R-0009 112415 Nathalie Riley, Contract Specialist, Phone 5026248264, Email nathalie.w.riley.civ@mail.mil The MICC – Knox intends to issue a request for proposal (RFP) to provide Information Technology (IT) Support Services for the Army Civilian Information System (ITSS-ACIS2), Civilian Information Services Division, Headquarters, Department of the Army, Fort Belvoir, VA for the period 12 March 2016, or date of contract award, through 11 February 2017, with two one-year option periods. It is anticipated a phase-in period will start on or about 12 February 2016 through 11 March 2016.
Civilian Human Resource Agency (CHRA) is a Field Operating Agency (FOA) under the Department of Army, G-1, and is responsible for providing Hire-to-Retire civilian human resource lifecycleDepartment of the Army support across Army. Within CHRA, the Civilian Information Services Division (CISD) provides operational support to a variety of civilian personnel management systems and programs. This support includes investment certification, enterprise architecture documentation, programming and executing budgets for automation, training, and centralized civilian personnel operations. CISD, utilizing a mix of government and contractor personnel, is responsible for development and sustainment of all Army Civilian Human Resource (HR) Information Systems and efficient procurement, accountability and operation of IT infrastructure.

This solicitation is 100% set-aside for HUBZone small business. NAICS 541511 (Size Standard: $27.5M) applies to this procurement. The RFP will be posted to the FedBizOpps website (www.fbo.gov) on or about 1 December 2015 with proposals due on or about 15 December 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 amendments will not be sent out in paper copy. All contractors must be registered in the System for Award Management (SAM) website to be eligible for award of a contract. Faxed offers and amendments will not be accepted. All questions must be submitted in writing to the contract specialist via email to nathalie.w.riley.civ@mail.mil by 11 am Eastern Time (ET) 24 November 2015.

Set-Aside: HUBZone Place of Performance: USA Civ Human Resource Agency 6010 6th Street Fort Belvoir, VA 22060-5595 US URL: https://www.fbo.gov/notices/7d96d31d0a523ddf5f27c13f853572aOutreachSystems Article Number: 20151113/PROCURE/0080
Matching keyword(s): age:state!ky;

600px-US-EEOC-Seal.svgEqual Employment Opportunity Commission, Office of the Chief Financial Officer, Acquisition Services Division, 131 M Street, NE, 6th Floor Washington DC 20507

R — Nation-wide Court Reporting Services EEC45016Q0001 111615 Gregory A Browne, Contracting Officer, Phone (202) 663-4292, Fax (202) 663-4178, Email gregory.browne@eeoc.gov This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Part 12, Subpart 12.6, 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 Contracting Officer is utilizing policies and procedures prescribed in Part 12, Acquisition of Commercial Items. Solicitation Number RFQ EEC45016Q0001 is being issued as a Request for Quotation (RFQ), and should be referenced on all correspondence. The RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-83-3, effective on November 1, 2015. This solicitation is considered an unrestricted procurement.
DESCRIPTION OF REQUIREMENT: The EEOC, Acquisition Services Division is requesting quotes for the acquisition of Court Reporting Services. The government contemplates the award of a firm-fixed price (FFP) contract.
BACKGROUND: The Equal Employment Opportunity Commission (EEOC) is an agency of the United States of America charged with the administration, interpretation, and enforcement of the Americans with Disabilities Act (ADA), among others. The work described in this statement is to be performed for the Chicago District Office of the EEOC. The work relates to the EEOC litigation against United Parcel Service. In this litigation, the EEOC alleged that United Parcel Service violated the Americans with Disabilities Act (ADA) in that it discriminated against a class of employees by failing to accommodate its disabled employees who were out on medical leave, including by not allowing for an extension of leave as a possible reasonable accommodation. Currently there are approximately 130 claimants nationwide. At this time, depositions will have to be conducted in no fewer than 34 different states, including, but not limited to: Alabama, Alaska, Arkansas, Arizona, California, Colorado, Connecticut, Florida, Georgia, Iowa, Illinois, Indiana, Kansas, Kentucky, Louisiana, Massachusetts, Maryland, Michigan, Minnesota, Missouri, Mississippi, North Carolina, New Jersey, New Mexico, New York, Ohio, Oregon, Pennsylvania, Tennessee, Texas, Virginia, Vermont, Washington, and Wisconsin. Some of these depositions may be conducted outside major metropolitan areas. As such, EEOC requires that the contractor performing this service be a nation-wide firm.
PURPOSE OF THE WORK: To obtain court reporting services at depositions for a large number of individuals who are located nationwide.
WORK TO BE ACCOMPLISHED: The contractor shall perform the following services: The contractor shall provide court reporters nationwide, arrange the depositions, transcribe all depositions, forward transcripts to EEOC, and other court reporting services including attendance, depositions, e-transcript, transcripts, copies, exhibits, delivery, expedited service (on an as-needed basis), overtime, keyword index, manuscript, reading and signing by Deponent and notary service, video (on an as-needed basis), originals and copies and use of room.
PERIOD OF PERFORMANCE: The period of performance will be from date of award through twelve (12) months. The depositions will take place within the timelines provided by the Court for completion.
DELIVERABLES: Deposition transcripts, exhibits, and DVDs (if required). Deliveries shall be made to the Equal Employment Opportunity Commission, Chicago District Office, 500 W Madison St. Suite 2000, Chicago, IL 60661, ATTN: Legal Department. Deliveries shall be made by e-mail and/or regular first class mail, unless otherwise requested by the Contracting Officer’s Representative. All deliverables shall be packaged to ensure safe delivery. All transcripts shall be delivered within 14 calendar days of the deposition. EEOC requires one (1) copy of the e-transcript plus exhibits to be delivered to EEOC.
CONFIDENTIALITY OF INFORMATION: All information supplied to the contractor for the performance of this contract is deemed confidential. Information provided to or gathered by the contractor will be maintained in such a manner as to restrict access to only those individuals who have a legitimate need to see or review the material in order to accomplish the project. The contractor shall not disclose any confidential information obtained in the performance of this contract. Any information or material provided by EEOC or gathered or developed by the contractor will be used by this contractor only for the express purpose of performing this contract. Any information either provided by EEOC or developed by the contractor during this project shall be deemed at all times to be the property of EEOC. Any and all information described immediately above shall at EEOC’s discretion be returned to EEOC or destroyed in accordance with procedures required by the EEOC.
INVOICING: General. Strict compliance with the invoice instructions will facilitate early payment of invoices. However, no payment can be made until the contract and all subsequent modifications, if any, are returned, properly executed, to the Equal Employment Opportunity Commission, Acquisition Services Division, 131 M Street, NE, Washington, D.C. 20507. Invoice Forms. The contractor may use copies of Standard Form 1034, Public Voucher for Purchases and Services Other Than Personal, or contractor’s regular invoice. Invoice Requirements. To constitute a proper invoice, the invoice must include the following information and/or attached documentation: (1) Name of business concern and invoice date; (2) Contract number or other authorization for delivery of property or services; (3) Description, price, and quantity of property and/or services actually delivered or rendered; (4) Shipping and payment terms; (5) Name (where applicable), title, phone number, and complete mailing address of responsible official to whom payment is to be sent; and (6) Other substantiating documentation or information as required by the contract.
SUBMISSION OF INVOICES: A copy of the invoice for work performed shall be submitted monthly to the Contracting Officer’s Representative along with the original sent to the following address: Interior Business Center C/O Equal Employment Opportunity Commission IBC Vendor Payments Attention: EEOC Invoice Processing Team 7301 West Mansfield Avenue Mail Stop – D2770 Denver, CO 80235 IBC Help Desk Number: 1-888-367-1622 E-Mail Invoices to: eeoc_vendor_ payments_IBCDenver@IBC.DOI.Gov (spaces represent the underscore) Invoices shall be prepared and submitted in required number containing the information described above under Invoice Requirements. The invoice should include the contract number, an invoice number, and an itemized bill including the number of hours worked and a description of the work performed.
SCHEDULE OF SUPPLIES/SERVICES: The quotation package shall include the following line items in a written quotation: CLIN 0001: Attendance of Court Reporter (Quantity: 600 hours) Unit Price $____ per hour,Total for CLIN 0001 $_____; CLIN 0002: Transcription of Deposition and Copies of Transcripts – Nation-wide (Quantity: 13,000 pages) Unit Price $____ per page, Total for CLIN 0002 $_____; CLIN 0003: Transcription of Deposition and Copies of Transcripts – State of Illinois (Quantity: 4,000 pages) Unit Price $____ per page, Total for CLIN 0003 $_____; and CLIN 0004: Deposition Transcripts and Exhibits (Quantity: 1 Lot) Unit Price $____, Total for CLIN 0004 $_____. Total Price for CLINs 0001 through 0004: $_____.
PLACE OF DELIVERY: EEOC, Chicago District Office, Attn: Legal Department, 500 W. Madison Street, Suite 2000, Chicago, IL 60661
A contract will be awarded to the responsible quoter whose quotation represents the best value to the Government. Interested parties must indicate in their quotation whether they accept payment via Government-wide commercial purchase card. The prospective contractor must be registered in the System for Award Management (SAM) database prior to award of the resulting contract. Registration is free and can be completed on-line at http://www.sam.gov Each quotation must clearly indicate the capability of the quoter to meet the requirements specified in this combined synopsis/solicitation.
SUBMISSION OF QUOTATION: The quoter shall submit their quotation in two volumes. Volume I shall include a written response to the Go or No-Go Evaluation Factors For Award. Volume II shall include the following items: Part I: The quoter shall provide a price and description of all CLINs (0001 thru 0004) with the total price. Part II: The name, title, telephone number, fax number and email address of the point of contact. Part III: The nine digit DUNS and Commercial and Government Entity (CAGE) code with their quote. Quotes must be firm-fixed priced and include all quantities listed above on an all or none basis. Your quotation in response to RFQ EEC45016Q0001 is due November 16, 2015 at 2:00 p.m. ET. One (1) electronic copy of the quotation may be submitted via e-mail, addressed to gregory.browne@eeoc.gov.
QUESTIONS: Questions regarding this request for quotation should be submitted to Melisza Coates [Contract Specialist] via e-mail at melisza.coates@eeoc.gov. Telephone inquiries or responses are not acceptable. The deadline for submission of questions regarding RFQ EEC45016Q0001 is November 12, 2015, 11:00 a.m. ET. Any questions received after the above mentioned date and time will not be considered. The Government will not reimburse interested parties for any cost associated with responding to this business opportunity. All responsible sources may submit a quotation which shall be considered by the agency. The anticipated contract award date is on or before November 27, 2015.
BASIS OF AWARD: The government intends to award a firm fixed-price contract to the responsible quoter whose quotation is responsive to the solicitation and is determined to be the best value to the Government, using the lowest price technically acceptable (LPTA) evaluation approach.
EVALUATION FACTORS FOR AWARD: The evaluation of quotations shall be on a GO or No-Go basis and will occur in two sequential stages: Technical evaluation determines whether quotations are technically acceptable or unacceptable, followed by a price evaluation. GO: To be technically acceptable, all of the technical requirements as specified in this solicitation are met by the quoter. The technical capability factors are as follows:
Factor 1. Nation-wide Capability
Standard: The quoter must provide evidence that it is capable of providing court reporting services on a nation-wide basis with less than a week’s notice. The quoter must provide evidence that it has the capability of providing court reporting services in all fifty (50) states, including outside major metropolitan areas.
Factor 2. Time of Delivery
Standard: The quoter must provide a written statement indicating that their firm can provide the required court reporting services, and deliver the transcript within the timeframe stated in the RFQ.
Factor 3. Experience on Similar Contracts
Standard: The quoter must provide evidence that it has successfully performed a minimum of three (3) contracts for the same or similar services within the past three (3) years to include contract type, contract number, contract value, point of contact name and telephone number, and the type of service provided.
NO-GO: An unacceptable quote contains one or more deficiencies. The quote fails to meet specified technical requirements of this RFQ, and not all of the technical requirements are met by the quoter. Once the quotes have been determined to be technically acceptable, award will be based on lowest price. All responsible sources may submit a quotation which will be considered by the EEOC. Interested quoters are responsible for ensuring that their submitted quote has been received, and is legible.
APPLICABLE PROVISIONS AND CLAUSES: The following Federal Acquisition Regulation (FAR) provisions and/or clauses apply to this acquisition: FAR Provisions: FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-3 Offeror Representations and Certifications Commercial Items; and, 52.204-7, System for Award Management. The quoter shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial items with their quote. FAR Clauses: FAR 52.212-4 Contract Terms and Conditions- Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items are incorporated by reference: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 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; 52,222-36, Equal Opportunity for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1, Buy American Act-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System For Award Management are incorporated by reference; 52.233-3, Protest After Award; 52.239-1, Privacy or Security Safeguards; and, 52.233-4, Applicable Law for Breach of Contract Claim; are incorporated by reference. To obtain the above provision and clauses in full text, please visit https://www.acquisition.gov Method of payment: Electronic Funds Transfer (EFT).
Place of Performance: Nation-wide US URL: https://www.fbo.gov/spg/EEOC/OCFOAS/PMD/EEC45016Q0001/listing.htm

OutreachSystems Article Number: 20151111/PROCURE/0078
Matching keyword(s): state!ky;

Department of Health and Human Services, Office of the Secretary, Acquisitions Management, Contracts, & Grants (AMCG), Office of the Assistant Secretary for Preparedness & Response (ASPR) Department of Health and Human Services 330 Independence Ave. SW G640 Washington DC 20201

R — Best Practices – Medical Countermeasures Dispensing Planning 16-100-SOL-00007 112515 Minnie Wright, Contracting Officer/Contract Specialist, Phone 2022601460, Email minnie.wright@hhs.gov This is a combined synopsis/solicitation for commercial services prepared in accordance with Federal Acquisition Regulations (FAR) Part 12 and with the format in Subpart 12.6 and authorized by FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement is 100% Set-aside for Small Business Concerns and only qualified offerors may submit bids. The NAICS Code for this synopsis/solicitation is 541618; Size Standard is $15.0 Million. The Government contemplates award of a single firm-fixed price contract using Best Value – Lowest Price Technically Acceptabledept of health and human services (LPTA) source selection process. Respondents should be advised that the Government fully intends to evaluate proposals and award the resulting contract without discussions with offerors. Therefore, proposals should be submitted initially on the most favorable terms. Solicitation/Purchase Request Number 16-100-SOL-00007 is issued as a Request for Proposal (RFP). Description or Requirement: Perform best practices medical countermeasures dispensing planning with results as specified in the attached Statement of Work (SOW). The Period of Performance for this requirement shall not exceed nine months from the date of award. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-83 effective 03 August 2015. The Government intends to award a Firm-Fixed Price contract resulting from this solicitation with a one-year base year only with the following Contract Line Item Number (CLIN) Structure: CLIN 0001: Event Planning Approach to Summits; CLIN 0002: Mid-Planning Conference; CLIN 0003: Final Planning Conference; CLIN 0004: Conduct and Complete Summit 1; CLIN 0005: Conduct and Complete Summit 2; CLIN 0006: Conduct and Complete Summit 3; CLIN 0007: Conduct and Complete Summit 4; CLIN 0008: Conduct and Complete Summit 5; CLIN 0009: Conduct and Complete Summit 6; CLIN 0010: Summit Evaluation and Data Collection Reports; CLIN 0011: Contract Mid Plan Meeting on Virtual Exercise; CLIN 0012: Conduct Iterations of Virtual Exercise; CLIN 0012: Conduct Iterations of Virtual Exercise; CLIN 0013: Evaluation of Virtual Exercise; CLIN 0014: design and Development of EMI Course. Please see attached Statement of Work for further information. Contract line items: submit proposal pricing in the following format:
Firm-Fixed Price
Item Number Description Quantity Unit Unit Price Amount
CLIN 0001 Event Planning Approach to Summits 4 EA $ $
CLIN 0002 Mid-Planning Conference 1 MO $ $
The Contractor shall perform ALL Requirements as described in the attached Statement of Work.
FOB: Destination INSPECTION AND ACCEPTANCE: Destination Basis of Award: In accordance with FAR 13.106-1(a)(2), offerors are notified that award will be made on the basis of lowest price technically acceptable (LPTA). The lowest price quote will be evaluated first. Quotes may be submitted via email to minnie.wright@hhs.gov. Electronic documents shall be submitted in pdf,.doc, or .xls and less than 30 MB. Quotes are due no later than 15:00 or 3:00 P.M. Eastern Standard Time (EST) 25 November 2015. Solicitation Questions: Any questions relating to this solicitation and attachments shall be submitted in writing to the Contract Specialist above no later than 12:00 Noon (P.M.) EST on 16 November 2015. Any questions received after this date need not be answered due to time constraints of the solicitation. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive payment for products/services rendered to the Government as the result of an award. If you are not registered you may request an application at (334) 206-7828 or though the SAM website at https://www.sam.gov SOLICITATION PROVISIONS: This solicitation incorporates the following contract clauses and provision by reference, with the same force and effect as if they were given in full text. The Offeror is cautioned that the listed provisions may include blocks that must be completed by the Offeror and submitted with its offer. The full text of a solicitation provision may be accessed electronically at the below listed websites: http://farsite.hill.af.mi; https://acquisition.gov/far/ FAR 52.203-3 – Gratuities (APR 1984); FAR 52.203-11 –Certification and Disclosure Regarding Payment to Influence Certain Federal Transactions (SEP 2007), FAR 52.204-3-Taxpayer Identification (OCT 1998); FAR 52.204-4 — Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011); FAR 204-6 — Data Universal Numbering System Number (JUL 2013); FAR 52.204-7 — System for Award Management ( JUL 2013); FAR 52.204-9 – Personal Identity Verification of Contractor Personnel (JAN 2011); FAR 52.204-12 – Data Universal Numbering System Number Maintenance (DEC 2012); FAR 52.204-13 — System for Award Management Maintenance (JUL 2013); FAR 52.204-14 – Service Contract Reporting Requirements (JAN 2014); FAR 209-2, Prohibition on Contracting With Inverted domestic Corporations -Representation ( NOV 2015); FAR 52.209-5 — Certification Regarding Responsibility Matters (OCT 2015); FAR 52.209-6 – Protecting The Government’s Interest When Sub-contracting With Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015); FAR 52.211-11-Liquidated Damages – Supplies, Services, or Research and Development; FAR 52.212-1 — Instructions to Offerors-Commercial Items (OCT 2015); FAR 52.212-2 — Evaluation – Commercial Items (OCT 2014); FAR 52. 212-3 — Offeror Representations and Certifications – Commercial Items (NOV 2015; FAR 52.212-4 — Contract Terms and Conditions- Commercial Items (MAY 2015); FAR 52.212-5 — Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (NOV 2015) [in paragraphs (b) and (c) the following clauses apply FAR 52.203-6 Alt I (Oct 1995); FAR 52.204-10 (OCT 2015); FAR 52.209-6 (OCT 2015); FAR 52.217-8 – Option to Extend Services (NOV 1999); FAR 52.219-1– Small Business Program Representations (OCT 2014); FAR 52.219-6 – Notice of Total Small Business Aside (NOV 2011); Representation By Corporations Regarding an unpaid Delinquent Tax Liability or Felony Conviction Under Federal Law (FEB 2012). The following full text provisions and clauses apply to this procurement: ADDENDUM 1 to FAR 52.212-1, SECTION L INSTRUCTIONS TO OFFERORS – COMMERCIAL ITEMS (OCT 2015) (IAW 12.302(a)). FOR OFFERS TO BE CONSIDERED: The proposed instructions in this section are designed to assist offerors in preparing a complete response that reflects a full understanding of the approach proposed to accomplish all work required herein. 1. In order for proposals to receive full consideration for award, each Offeror shall provide its submissions in accordance with the instructions found herein and with the solicitation provision FAR 52.212-1, Instructions to Offerors – Commercial Items. Offerors shall also ensure that the information furnished is factual, accurate, and complete. Failure to provide the information requested herein may render the offeror’s proposal ineligible for further consideration for award. Only one (1) proposal may be submitted per offeror. Because the SF 1449 is not used, Offerors shall make submissions by way of company letterhead. 2. Offerors shall submit proposals using company letterhead. Offers shall be received by the U.S. Department of Health and Human Services (HHS) no later than 3:00 PM Eastern Standard Time, 25 November 2015. 3. Offers shall consist of the following documents: a. Company letterhead, containing information prescribed by FAR 52.212-1. Documents for technical evaluation, representations and certifications, and past performance as addressed in subparagraphs FAR 52.212-1(b) (4) and (8) shall be provided separately as discussed below. b. Separate documentation in response to theTechnical Approach evaluation factor. Submission shall include a narrative description of the Offeror’s proposed approach in accordance with (IAW) the SOW and IAW the three bullet itemized points and sub-points. c. Separate documentation in response to the Contract kick-off/Event Planning Approach to Summits Factor. Submission shall include a narrative description of the Offeror’s approach to accomplishing sub-factors (a) through (f). d. Separate documentation in response to the Design/Facilitation Approach to Summits. Submission shall include a narrative description of the Offeror’s approach to sub-factors (a) and (b). e. Separate documentation in response to the Design Approach to Virtual Exercise Factor. Submission shall include a detail narrative description of the Offeror’s approach to sub-factors (a) through (d). f. Separate documentation in response to the Design/ Development of Course Factor. Submission shall include a detail account of the Offeror’s approach to successfully accomplishing sub-factor (a). g. Separate documentation in response to the Timeline Implementation Factor. Submission shall include a detailed plan of the Offeror’s approach to successfully delivering all deliverables as specified via sub-factor (a). h. Separate documentation in response to the organizational experience and past performance evaluation factor. Limit is four (4) pages of narrative for organizational experience and four (4) pages of narrative for past performance, not including past performance questionnaire. Pages beyond the initial four will not be evaluated. Submission shall include three references from private and public entities for which the Offeror performed work as either a prime or subcontractor similar in nature and scope during the past five (5)years (as of date set for receipt of offers). Offerors shall provide the Past Performance Questionnaire to the selected references, and request that they complete and return the questionnaire to: minnie.wright@hhs.gov NLT 3:00 P.M. on November 25, 2015. The Government will use this and other information at its disposal to determine acceptability of the Offeror’s experience and past performance. i. A completed copy of the Offeror’s representations and certifications required by the provisions, FAR 52.212-3. J. Submission shall be made via e-mail to minnie.wright@hhs.gov. Facsimiles will not be accepted. Attachments to the e-mail proposal submission shall be Microsoft compatible and virus/malware free. Documents/attachments shall also be free of password protections. Electronic media suspected by Government computers as possibly containing virus/malware will not be opened or considered. K. All quotations from responsible sources will be fully considered. Offerors not registered in the System for Award Management (SAM) with all required information provided prior to award will not be considered. Offerors may register with SAM at http://www.sam.gov. l. Please note that Contractor employees must be able to pass all Government background check. M. The contractor, as well as all Contractor employees shall sign a Non-disclosure agreement upon contract commencement. Contracting Office Address: U.S. Department of Health and Human Services (HHS), Office of the Assistant Secretary for Preparedness & Response (ASPR), 200 “C” Street, S.W., Washington, DC 20024, Point of Contact: Minnie Wright. FAR 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 submits the lowest bid while meeting or exceeding the requirements of the Statement of Work (SOW). The Offeor shall insert proposed unit and extended prices for each contract Line Item Number (CLIN). The offeror shall include a full completed price schedule with the quotation. Any offer, which fails to cite a price for each CLIN, or fails to make an entry, may be subject to rejection. The Government contemplates the award of a firm-fixed price contract. The proposed quote will be Evaluated based upon lowest price technically acceptable and discounts. EVALUATION FACTORS FOR AWARD – ADDENDUM TO FAR 52.212-2 The Offeror’s proposal shall be valid for 60 days. Offeror(s) shall describe in detail their proposed approach. Offeror(s) shall use the Government provided Statement of Work (SOW) to develop their technical approach. Offeror(s) shall specifically explain how their approach will meet the key requirements of the SOW. Failure to meet a requirement may result in an offer being ineligible for award. Each Offeror is required to submit their proposal as specified in FAR Provision FAR 52.212-1, Instructions to Offerors – Commercial Items and Addendum 1. General Instructions: 1. The overall evaluation methodology will be Lowest Price Technically Acceptable (LPTA). The Contracting Officer has determined there is a high probability of adequate competition for this acquisition. The Government will evaluate overall total price per offeror. After the lowest priced offeror is determined the Government will evaluate the offeror’s proposal for technical acceptability. If the lowest priced proposal is found technically acceptable award shall be made to that offeror and no further technical evaluations shall be completed. If the lowest priced offeror is deemed technically unacceptable then the Government shall review the next lowest priced offeror for technical acceptability. If the second lowest priced offeror is deemed technically acceptable then award shall be made to the second lowest priced offeror. This process shall continue until the lowest priced offeror is found to be technically acceptable for award. There is a chance offeror’s proposals will not be evaluated by the Government for technical acceptability if found to be priced higher than another offeror found to be technically acceptable. 2. Technical Capability will be assessed utilizing the Technical Ratings determine acceptable or unacceptable based on demonstrated technical expertise to meeting the requirements of the Solicitation/SOW. Acceptable – Clearly meets all specified technical capability requirements necessary for acceptable contract performance. Unacceptable – fails to clearly meet one or more specified technical capability requirements. Proposal with an unacceptable rating are considered not awardable. 3. The Offeror’s proposal shall include all data and information requested and must be submitted in accordance with these instructions. Failure to submit proposals as outlined below may render a vendor ineligible for award. 4. The proposal shall not simply rephrase or restate the Government’s requirements, but rather shall provide convincing rationale to address how the offeror intends to meet these requirements. Offerors shall assume that the Government has no prior knowledge of their experience and will base its evaluation on the information presented in the offeror’s proposal. 5. Offeror’s proposal shall consist of a cover letter and two (2) separate sections: Cover Letter shall include the following: Small Business Status/Categories as appropriate Company point of contact with email, phone number, Cage Code and DUNS number, a statement that your company understands the requirements specified in the Statement of Work (SOW) and will meet the performance standards and requirements therein. Provide a statement that your company does or does not take exception to any of the requirements of the SOW or terms/conditions of the resulting contract. SECTION I – Price/Cost will be evaluated for fair and reasonableness. Offeror shall provide pricing for each of the CLINs as well as include a roll-up to include the overall Base Year price. SECTION II – Technical Capability (Do not exceed 20 pages) Technical Capability Factor Ratings: The technical rating evaluates the quality of the offeror’s technical solution for meeting the Government’s requirement. Technical evaluations shall utilize the ratings listed in the following evaluation criteria. Offerors shall provide the following:
TECHNICAL FACTOR 1 (Technical Approach): A written approach that demonstrates the offeors’ ability to meet the technical requirements of as set out in the Statement of Work. The offeror’s technical approach must be able to demonstrate the following three items will be acceptably provided:
1. Conduct, plan, and facilitate all six summits in six different HHS geographic regions within a nine (9) month period, and provide the adequate required personnel to include: subject matter experts, facilitators and note takers; Conduct outreach ensuring attendance by state/local/tribal partners within the HHS region; Personnel to produce reports after each summit, summarizing the findings and the lessons learned;
2. Conduct, plan and facilitate iterations of virtual exercises including all of the necessary personnel, equipment, and materials needed. Offerors must be able to demonstrate that information can be taken from the summits and applied to the implementation of the exercises. Offerors must demonstrate the ability to provide the required personnel to develop virtual exercise scenarios, facilitate the exercises and track information for performance metric using a methodologically sound approach.
3. Develop an Emergency Management Institute (EMI) course based on the findings of the summits and the virtual exercises including not only proof of staff’s ability to develop the course but also to work with the Federal Emergency Management Agency (FEMA) EMI to implement.
TECHNICAL FACTOR 2 (Contract Kick-off/Event Planning Approach to Summits): A written approach that demonstrates the offeors’ ability to accomplish and acceptable work plan achieving all task objectives of this technical factor sub-factor’s a through f. TECHNICAL FACTOR 3 (Design/Facilitation Approach to Summits): Staffing plan that demonstrates the offeror’s ability to staff adequately trained personnel during the performance of this resulting contract in accordance with the SOW and this technical factor sub-factors a through b. TECHNICAL FACTOR 4 (Design Approach to Virtual Exercise): Offeror’s demonstrated ability to acceptably perform this technical factor in accordance with the SOW and all sub-factors a through c. TECHNICAL FACTOR 5 (Design/Development of Course ) An acceptable developed course curriculum in compliance with this requirement’s SOW and the associated sub-factor (a). TECHNICAL FACTOR 6 (Timeline Implementation): An implementation plan demonstrating the offeror’s ability to acceptably accomplish all required deliverables for this resulting contract in accordance with the SOW and this factor sub-factor (a). TECHNICAL FACTOR 7 (Past Performance and Experience): offer’s submission of organizational experience that demonstrate evidence that the organization has current capabilities; and for assuring performance of this requirement and; the Offer’s submission of evidence of their acceptability in supporting sub-contractors, consultants and business partners and; appropriate mix and balance of education and training of team members. The Past Performance will be examined for the offeror’s past performance records to determine its ability to perform as proposed; determine the organizations history of successful completion of projects; history of producing high quality reports and other deliverables; history of staying on schedule and within budget; quality of cooperation and performance between your organization and its clients and the organizations specific past performance on prior similar efforts specified with this SOW. In addition to the information provided by the offeror, the Government will utilize sources such as the Contractor Performance Assessment Reporting System (CPARS), and Federal Awardee Performance and Integrity Information System (FAPISS) or similar systems. The offeror shall demonstrate acceptable successful past performance as evidenced by information gathered on performance during the past five (5) years that reflect conditions, similar scope, effort, size and complexity comparable to this solicitation. Offeror’s past performance reputation with its customers will be used to render a performance assessment rating of acceptable or unacceptable. Offerors with no Past Performance history will be classified as “Neutral” or Acceptable for the Past Performance factor.
Factor 1. Price. The price evaluation will document fair and reasonableness of the proposed total price. When two or more technically acceptable offers are received (competition) will be evaluated with price. Information other than pricing data may be required to support price reasonableness in the absence of competition. Factor 2 -Technical Capability: DETERMINATION DEFINITION will be Acceptable or Unacceptable: Acceptable is equivalent to: ALL of the minimum acceptable criteria are clearly met by the proposal. The offeror’s proposal meets the performance and technical capability requirements defined in the SOW. Unacceptable is equivalent to: Not all of the minimum acceptable criteria are clearly met by the proposal. An unacceptable proposal contains one or more deficiencies. The proposal fails to meet specified minimum performance and technical capability.
FACTOR 1: TECHNICAL APPROACH TABLE RATINGS:
Rating Identifier Description of Rating Overall Rating For – Technical Approach
Acceptable Proposal Clearly Meets the Minimum Requirements of the RFQ/Solicitation/SOW.
Unacceptable Proposal Does Not Clearly Meet the Minimum Requirements of the RFQ/ Solicitation/SOW.
FACTOR 2: CONTRACT KICK-OFF/EVENT PLANNING APPROACH TO SUMMITS TABLE RATINGS:
Rating Identifier Description of Rating Overall Rating For – Contract Kick-off/Event Planning Approach To Summits
Acceptable Proposal Clearly Meets the Minimum Requirements of the RFQ/ Solicitation/SOW and Meets the Requirements of Sub-Factors 2A, 2B, 2C, 2D, 2E.
Unacceptable Proposal Does Not Clearly Meet the Minimum Requirements of the RFQ/ Solicitation/SOW and Sub-Factors 2A, 2B, 2C, 2D, 2E.

FACTOR 3: DESIGN/FACILITATION APPROACH TO SUMMITS TABLE RATINGS:
Rating Identifier Description of Rating Overall Rating For – Design/Facilitation Approach to Summits
Acceptable Proposal Clearly Meets the Minimum Requirements of the RFQ/ Solicitation/SOW and Meets the Requirements of Sub-Factors 3A, 3B
Unacceptable Proposal Does not meet the Minimum Requirements of the RFQ/ Solicitation/SOW and Requirements of Sub-Factors 3A, 3B
FACTOR 4: DESIGN APPROACH TO VIRTUAL EXERCISE TABLE RATINGS:
Rating Identifier Description of Rating Overall Rating For – Design Approach to Virtual Exercise
Acceptable Proposal Clearly Meets the Minimum Requirements of the RFQ/ Solicitation/SOW and Meets the Requirements of Sub-Factors 4A, 4B, 4C, 4D
Unacceptable Proposal Does not meet the Minimum Requirements of the RFQ/ Solicitation/SOW and Requirements of Sub-Factors 4A, 4B, 4C, 4D
FACTOR 5: DESIGN/DEVELOPMENT OF COURSE TABLE RATINGS:
Rating Identifier Description of Rating Overall Rating For – Design/Development Of Course
Acceptable Proposal Clearly Meets the Minimum Requirements of the RFQ/ Solicitation/SOW and Meets the Requirements of Sub-Factors 5A
Unacceptable Proposal Does not meet the Minimum Requirements of the RFQ/ Solicitation/SOW and Requirements of Sub-Factors 5A
FACTOR 6: TIMELINE IMPLEMENTATION TABLE RATINGS:
Rating Identifier Description of Rating Overall Rating For – Timeline Implementation
Acceptable Proposal clearly is able to conduct all aspects of the SOW in the 9 month timeframe
Unacceptable Proposal is clearly not able to conduct all aspects of the SOW in the 9 month timeframe

FACTOR 7: PAST PERFORMACE AND EXPERIENCE TABLE RATINGS:
Rating Identifier Description of Rating Overall Rating For – Past Performance
Acceptable Based on the offeror’s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror’s performance record is unknown.
Unacceptable Based on the offeror’s performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort.
Set-Aside: Total Small Business Place of Performance: The Contractor shall furnish the place or location where the service is to be performed. Washington, DC 20024 US URL: https://www.fbo.gov/spg/HHS/OOS/OASPHEP/16-100-SOL-00007/listing.htmOutreachSystems Article Number: 20151111/PROCURE/0079
Matching keyword(s): writ*; copy; technical; standard;

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

U — Culinary Arts/Horticulture Educational Programs RFQP03021600001 120815 Charles Keith Dailey, Phone 972-352-4522, Fax 972-352-4545, Email cdailey@bop.gov This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
The solicitation number is RFQP03021600001 and it is issued as a Request for Quote (RFQ). The requirement will be solicited on an Unrestricted basis. The applicable North American Industry Classification System (NAICS) code is 611210, Junior Colleges and the size standard is $20.5 million.

The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, Texas intends to establish a single award, indefinite-delivery, requirements type contract with firm-fixed unit pricing for Culinary Arts/Horticulture programs for the inmate population incarcerated at the Federal Correctional Complex (FCC) Coleman, located in Coleman, Florida. Information regarding the Bureau of Prisons (BOP) and its facilities can be located at http://www.bop.gov. A description of the services required is attached to this posting and labeled as Attachment II – Statement of Work.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83-3.
CONTRACT CLAUSES:
52.252-2 – Clauses Incorporated by Reference (Feb 1998).
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: http://www.acquisition.gov/far. Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested in writing from the Contracting Officer.
52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2015) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract.
52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011)
52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014)
52.228-5 Insurance – Work on a Government Installation (JAN 1997) – Employers liability: $100,000; Comprehensive General Liability: $500,000 per occurrence for bodily injury; and
52.232-40 Providing Accelerated Payment to Small Business Subcontractors (DEC 2013)
The following clauses will be incorporated into a resultant contract in full text with applicable fill-in information as noted:
52.21-603-70 Contracting Officer’s Representative (JUN 2012) – Michielle Atherton, Assistant Supervisor of Education, FCC Coleman is hereby appointed as COR.
52.216-18 Ordering (OCT 1995) – (a) from the first day of the effective performance period through the last day of the effective performance period
52.216-19 Order Limitations (OCT 1995) – (a) less than one hour; (b) (1) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (2) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (3) 30 days; (d) 5 days
52.216-21 Requirements (OCT 1995) – (f) after the last day of the effective performance period
52.217-8 Option to Extend Services (NOV 1999) prior to the expiration of the current performance period
52.217-9 Option to Extend the Term of the Contract (MAR 2000) – (a) prior to expiration of the current performance period; 60 days; (c) but excluding the exercise of any option under the clause at 52.217-8 which is also incorporated into this contract, shall not exceed five (5) years.
52.228-5 Insurance – Work on a Government Installation (JAN 1997)
52.24-403-70 Notice of Contractor Personnel Security Requirements (OCT 2005)
52.27-103-72 DOJ Contractor Residency Requirement – BOP (JUN 2004)
52.242-11-004 Evaluation of Contractor Performance Utilizing CPARS (APR 2011)
Department of Justice Order 2640.2F (NOV 2008)
2852-223-70 Unsafe Conditions Due to the Presence of Hazardous Material (JUN 1996)
DJAR-PGD-15-02-Attachment 2A Corporate Representation Regarding Felony Conviction Under Any Federal Law or Unpaid Delinquent Tax Liability – Award (DEVIATION 2015-02)(March 2015)
DJAR-PGD-15-02-Attachment 2B Contractor Internal Confidentiality Agreements or Statements Prohibiting or Restricting Reporting of Waste, Fraud, and Abuse – Award (DEVIATION 2015-02)(March 2015)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (NOV 2015) – (b) 52.203-6, 52.204-10, 52.209-6, 52.209-9, 52.219-4, 52.219-8, 52.219-9, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37,
52.222-40, 52.223-18, 52.225-13, 52.232-33; (c) 52.222-17.
OTHER CONTRACT TERMS AND CONDITIONS:
Type of Contract: A resultant contract will be an indefinite delivery/requirements type contract with firm-fixed pricing. It is anticipated that contract award(s) resulting from this solicitation will be made in December 2015 with an effective date of award of January 1, 2016. The estimates of hours is not a representation to an offeror or contractor that the estimated quantity will be required or ordered or that conditions affecting requirements will be stable or normal.
Performance Period: The periods of performance of the resulting contract shall be Base Year – Effective Date of Award (EDOA) thru 12 months; Option Year 1 – 13 months from EDOA thru 24 months; Option Year 2 – 25 months from EDOA thru 36 months; Option Year 3 – 37 months from EDOA thru 48 months; Option Year 4 – 49 months from EDOA thru 60 months.
The contractor shall commence performance of services by submitting information to initiate security clearance procedures within 15 calendar days from effective date of award of the contract. In accordance with FAR 46.503 and 46.403(a) (6), the place of acceptance for services under this contract is at the destination, FCC Coleman.
Ordering Official: Task orders may be issued only by the Contract Specialist or a warranted procurement official from the Contract Administration Office at FCC Coleman. Orders may be issued orally, faxed, electronically, or via mail.
Security and Investigative Requirements: The employees of the contractor entering the institution may be required to meet certain security requirements prior to entering the institution. Primary concerns are the amount of contact that may occur between the contractor and his/her employees with the inmate population during the performance of the contract. Contractor employees are allowed access to the institution at the sole discretion of the Warden of the institution.
The program manager at FCC Coleman is responsible for conducting the appropriate law enforcement check on all contractor staff that may need access inside the prison facility. The following investigative procedure will be performed:
1). National Crime Information Center (NCIC) check; 2). DOJ 99 (Name Check); 3). FD 258 (fingerprint check); 4). Law Enforcement Agency checks; 5). Vouchering of Employers; 6). Resume/Personal Qualifications; 7). OPM 329 A (Authority for Release of Information); 8). National Agency Check and Inquiries (NACI) check (if applicable); and 9). Urinalysis Test (for the detection of marijuana and other drug usage)
By submitting a quote for service, the contractor and its employees agree to complete the required documents and undergo the listed procedure. An individual who does not pass the security clearance will be unable to enter the BOP facility. Any individual employed by the contractor who is deemed not suitable by the BOP requirements will not be granted access to perform services under the contract. This is a condition of the contract. Finally, the contractor shall be in compliance with 8 CFR 274a regarding employment of aliens.
Non-personal services: A resultant contract will be a non-personal services contract, as defined in FAR 37.101, under which the contractor is an independent contractor. Award of a contract does not constitute an employer/employee relationship. The contractor will not be subject to Government supervision, except for security related matters; however, contractor performance shall be closely monitored to ensure contract compliance.
Pricing Methodology- The contract rate for service will be on a per session basis, where a session is defined as one hour in duration. Pricing shall be inclusive of all charges (i.e., wages, insurance, overhead, profit, etc.). Please note that there will be minimal processing time required to enter the institution that should be reflected in the price quoted. Also, the rates applicable for 52.217-8 option, if utilized, shall be those rates effective in the preceding performance period. FAR 52.217-8 is an option to extend services of any such performance period and therefore the Governments evaluation of proposed pricing is inclusive of all base and options as related to FAR 52.217-8 and 52.217-9. Should the Government elect to exercise the extension authorized by 52.217-8, the total contract price will increase.
SOLICITATION PROVISIONS:
52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
This solicitation incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: http://www.acquisition.gov/far.
52.212-1 Instructions to Offerors – Commercial Items (OCT 2015) tailored to delete paragraphs at d, h, and i, as they have been determined to be non-applicable to this solicitation. Paragraph c has been changed to 60 days. The additional provisions listed below are incorporated into this solicitation via addendum to this provision. All references to “Offer” and “Offeror” are changed to “Quote” and “Quoter” respectively.
52.209-7 Information Regarding Responsibility Matters (JUL 2013)
52.212-3 Offeror Representations and Certifications – Commercial Items (NOV 2015)
52.217-5 Evaluation of Options (JUL 1990)
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities Relating to Iran – Representation and Certifications (DEC 2012)
52.233-2 Service of Protest (AUG 1996) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5005, Washington, D.C. 20534
52.237-1 Site Visit (APR 1984)
Protests Filed Directly with the Department of Justice (JAR 2852.233-70)
Faith-Based and Community- Based Organizations (AUG 2005) – can submit quotations equally with other organizations for contracts for which they are eligible.
DJAR-PGD-15-02-Attachment 1A Corporate Representation Regarding Felony Conviction Under Any Federal Law or Unpaid Delinquent Tax Liability – Solicitation (DEVIATION 2015-02)(March 2015)
DJAR-PGD-15-02-Attachment 1B Contractor Internal Confidentiality Agreements or Statements Prohibiting or Restricting Reporting of Waste, Fraud, and Abuse – Solicitation (DEVIATION 2015-02)(March 2015)
Evaluation and Award Methodology: This acquisition will be procured in accordance with FAR Part 12 – Acquisition of Commercial Items and Part 13 – Simplified Acquisition Procedures. In addition to price, quoters must demonstrate technical capability and successful past performance history. Pursuant to FAR 12.602(c), an award decision will be made to the responsible contractor whose quote is most advantageous and represents the best value to the Government based on price, technical capability, and past performance.
Pursuant to FAR 17.203(b), the Government’s evaluation shall be inclusive of options. Pursuant to FAR 17.203(d), quoters may offer varying prices for options, depending on the quantities actually ordered and the dates when ordered. The estimated quantity of service required is not a representation to a quoter that the estimated quantities will be required or ordered, or that conditions affecting requirements will remain stable or normal.
Quoters are advised that the Contracting Officer will verify registration in the System for Award Management database (www.sam.gov) prior to award of any contract, by entering the potential awardee DUNS number into the database. Failure to complete a registration record may result in elimination from consideration for award.
If you have questions about the System for Award Management (SAM), Government procurements in general, or need assistance in the preparation of your quote, a local Procurement Technical Assistance Center (PTAC) may be able to help. The Procurement Technical Assistance Program was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Government marketplace. To locate a PTAC near you, go to http://www.aptac-us.org
Quoters are further advised to mark each individual item within their quote considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA.
SUBMISSION OF QUOTATIONS:
On letterhead or business stationary, the following information must be submitted. Failure to provide required information may result in your quote not being considered.
(1) Contractor’s DUNS Number.
(2) Completed copy of Attachment I – Contract Pricing/Schedule of Items.
(3) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (if different from entry made to the System for Award Management record at http://www.sam.gov.) Offeror’s Representations and Certifications should include NAICS code 611210 Junior Colleges.
(4) Quotes must demonstrate the contractor’s technical capability to provide the required services with a description of how the contractor plans to meet the requirements of the solicitation in accordance with the Statement of Work. This statement should include the number of instruction hours provided to each student in the contractor’s accredited curriculum.
(5) A completed copy of the Business Questionnaire – Attachment III.
(6) Quotes must provide documentary evidence of accreditation.
(7) Completed copy of 52.209-7 Information Regarding Responsibility Matters.
Quote Submission Information:
Quotes must be received at the Federal Bureau of Prisons, Field Acquisition Office, Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, TX 75051 no later than 2:00 pm local time on Tuesday, December 8, 2015.
Written quotes will be accepted by mail, hand-carried delivery, or email. However, emailed quotes are encouraged. Emailed quotes must be sent to cdailey@bop.gov. Include the following in your subject line: Quote submitted in response to RFQP03021600001. Quotes must include all required information.
Mailed or Hand-carried quotes must be delivered to the attention of Charles Dailey, Contract Specialist at the address listed above. The official point of receipt for hand-carried quotes will be at the first floor reception area of the address listed above. Please give 24 hour of advanced notice to Contracting Officer prior to hand-carrying quotes to accommodate access to secured base.
Questions regarding this requirement may be directed in writing to Charles Dailey, Contract Specialist at cdailey@bop.gov. Please submit all questions no later than November 24, 2015.
Place of Performance: FCC Coleman 846 N.E. 54th Terrace Coleman, FL 33521 US URL: https://www.fbo.gov/spg/DOJ/BPR/70032/RFQP03021600001/listing.htmOutreachSystems Article Number: 20151111/PROCURE/0095
Matching keyword(s): documentar*;

Department of the Army, National Guard Bureau, National Guard Bureau, Contracting Support, ATTN: NGB-AQC 111 South George Mason Drive Building 2, 4th Floor Arlington VA 22204-1382

R — REQUEST FOR INFORMATION ASB-TDS W9133L-16-R-3425 120915 Adolfo A. Phillips, Contract Specialist, Phone 7036075282, Email adolfo.a.phillips.mil@mail.mil – Mark Williams, Contract Specialist, Phone 7036018255, Email mark.r.williams1.mil@mail.mil ;
Pu Purpose: The National Guard Bureau, Contracting Support Office intends on issuing a contract which will provide the Army National Guard (ARNG) with training, application support, and data analysis services utilizing the Army Recruiting Information Support System (ARISS), which is the Army’s electronic personnel recruiting system.   The purpose of this request for information (RFI)/sources sought notice is to provide potential offerors; advanced notice of this procurement, gauge interest and receive any feedback or comments in regards to the Performance Work Statement (PWS.)
Background:
The ASB-TDS contract has been providing training, application support, and data analysis on Army Recruiting Information Support System (ARISS) and several ARNG G-1 applications since 2000.

The following is attached for reference: the draft PWS.
This notice is not a solicitation as defined by FAR 2.101, and the Government is not requesting offers or proposals at this time. Any responses to this RFI received by the Government will not beDepartment of the Army accepted to form a binding contract. This is a Request for Information and does not constitute a solicitation or request for proposal and no award will be made as a result of this sources sought notice. If a solicitation is issued, the Government does not guarantee that it will be issued to RFI respondents. The Government is also requesting that restrictive or proprietary markings not be used in response to the RFI.
Please provide a capability statement not to exceed ten (10) pages; which details relevant experience as a prime contract holder which should include;  similar experience in regards to both size (dollar value) and scope, business size, applicable contract vehicles and notice of your intent to propose on this requirement by 4:00 PM (EDT), 9 December 2015.
Submit your capability statements by electronic mail (email) to the Contracting Specialists at adolfo.a.phillips.mil@mail.mil phone: 703-607-5282 or mark.r.williams1.mil@mail.mil phone: 703-601-8255
Point of contact for this notice is MAJ Mark Williams or CPT Adolfo Phillips.

Set-Aside: Competitive 8(a) Place of Performance: Camp Robinson (PEC), AR 72199 Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L-16-R-3425/listing.htmOutreachSystems Article Number: 20151111/PROCURE/0422
Matching keyword(s): state!ky;

Department of the ArmyDepartment of the Army, U.S. Army Corps of Engineers, USACE District, Huntington, Attn: CELRH-CT 502 8th Street Huntington WV 25701-2070

R — Title Evidence Services W91237-16-R-SS01 120415 Samantha L. Stiles, Phone 3043995705, Email Samantha.L.Stiles@usace.army.mil – Samantha L. Stiles, Contract Specialist, Phone 3043995705, Email Samantha.L.Stiles@usace.army.mil This is a SOURCES SOUGHT notice to obtain Market Research for information and planning purposes only. This notice neither constitutes a solicitation announcement, nor does it restrict the Government to an ultimate acquisition approach. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, please do not request a copy of a solicitation. It should not be construed as a commitment by the Government for any purpose. Responses to this Sources Sought notice will be used by the Government to make appropriate acquisition decisions.

The capabilities will be evaluated solely for the purpose of determining to set-aside for the small business community or to conduct as an other than small business procurement. Other than small businesses may respond to this notice in the event the market does not indicate SB interest, however, preference will be given to the SB categories listed above. The Government must ensure there is adequate competition among the potential pool of available contractors. The North American Industrial Classification System Code (NAICS) is 541191, which has a size standard of $11,000,000.00 in average annual receipts. The Not-To-Exceed amount estimated for these services is $250,000.00.
The work to be done under these specifications consists of furnishing and delivering Owner’s Guarantee (Insurance) Policies or Certificates of Title and Continuations thereof in the form of preliminary, interim or final policies, certificates of title, interim binders, or endorsements, as appropriate.
Preliminary Policy would be furnished for each contiguous area of land in identical ownership. Land will be deemed contiguous even though portions thereof are separated by roads, railroad rights-of-way, streams, etc. If there has been a severance of the surface and the subsurface of the land, determination of what constitutes a tract will be based on ownership of the surface. Unless otherwise specified in a delivery order, the Preliminary Policy shall cover the entire ownership of the tract and if certain estates or subsurface interests are vested in others than the owner or owners of the surface, the Preliminary Policy shall cover all such outstanding estates or interests. Where there has been a severance of the surface and subsurface of the land, it is contemplated that there may be multiple acquisitions pertaining to the same tract of land. In the event a Preliminary Policy covering acquisition of the surface owner’s interest in the land, the Contracting Officer would reserves the right to order Intermediate Policies and Final Policies covering the acquisition of the outstanding minerals underlying the same tract. Payment for such Intermediate and Final Policies at the appropriate unit prices would be set forth in the schedule. Review any and all additional curative actions submitted by the Government, discuss any proposed curative actions with Corps legal staff, and will delete, remove and/or amend exceptions in compliance with law. Will have open communications with the Corps legal staff, including communications by phone, facsimile and electronic mail, with a view toward curing title deficiencies.
The Preliminary Policies to be furnished would be based on a thorough search and examination of the public records affecting the title to the land, and would contain the legal description of the property as furnished by the Government. Correct or revise the source or derivation of title of the present owner or owners, contained in such description, if necessary, or otherwise furnish an appropriate derivation of title as required by law or local practice. The policy would be unqualified as to the period of search, would contain the legal description of the property as furnished by the government, and would be immediately followed by a reference to the source of title of the present owner. The Preliminary Policy would be issued only on the most recent forms approved by the Attorney General of the United States and the American Land Title Association for acquisitions by the United States. (The following information, though correct at the time this specification was written, is provided as information only, and is not guaranteed: American Land Title Association (ALTA) U.S. Policy – 9/28/91 (Revised 12/3/12) form is the ONLY currently approved policy form. ALTA U.S. Policy – 1963 is not approved for use after March 30, 1995).

The Title Policy will disclose the name or names of the record owner or owners of the property described therein. Where subsurface estates or interests in the property to be acquired are owned by persons, corporations, or other legal entities, other than the owners of the surface estate, the present record owners of each such outstanding estate or interest and all pertinent data relating thereto shall be shown in the Title Policy unless otherwise specified in the order.

The Title Policy shall contain sufficient information concerning defects, liens, encumbrances, and other matters of exception, to enable an attorney examining the policy to determine the nature and extent of such exceptions and their probable effect on the validity of the title to the land described. It shall also state or be accompanied by a report specifying the evidence or action, if any, which will be acceptable to the corporation issuing the policy, as a basis for the issuance of a Continuation deleting each such defect, lien, encumbrance, and other matter from the Title Policy.
Responses shall include a qualifications statement along with documentation to support Technical Capabilities and Specialized Experience
All interested contractors should provide a response by close of business, December 4, 2015. Submit your response to Samantha Stiles via email at Samantha.L.Stiles@usace.army.mil , or via fax: (304) 399-5281. Electronic submission via email are preferred.

Place of Performance: New York, Pennsylvania, Maryland, Virginia, West Virginia, North Carolina, Tennessee, Georgia, Alabama, Mississippi, Kentucky, Indiana, Illinois, Ohio, Michigan, Michigan, and Wisconsin Huntington, WV 25701 US URL: https://www.fbo.gov/spg/USA/COE/DACA69/W91237-16-R-SS01/listing.htmOutreachSystems Article Number: 20151110/PROCURE/0357
Matching keyword(s): state!ky;

Cincinnati Metropolitan Housing Authority, 1627 Western Avenue, Cincinnati, OH 45214

R — Housing Authority Policy Updates – Addendum #1. SOL 2015-8042 DUE 11/19/2015 Website: http://www.cintimha.com/business-opportunities.asp 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: 20151112/KY/3072
Matching keyword(s): age:state!ky; state!ky;

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

T — WFSTAR Development and Production Support SOL L16PS00039 Description Wildland Fire Safety Training Annual Refresher Development and Production Support Overview Reference number: L16PS00039 Issue date: 11/10/2015 Response due: 11/17/2015 04:00 PM MT 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: BLM FA-NTL INTRAGCY FIRE CTR(FA250) 3833 S. DEVELOPMENT AVE. BOISE, ID 83705 Place of Performance: Contact: Kathleen Colson Phone: Fax: Email: Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151112/SMALL/4968
Matching keyword(s): video*; produc*; train*; conference?; business*; production?;

Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/webapp/vssonline/AltSelfServic

R – RFP – Food Services, Various Locations Frankfort, KY RFP – 785 SOL RFP – Food Services, Various Locations Frankfort, KY RFP – 785 – 1600000144 Facilities & Support Services Kelly Hawkins Request for Proposals(RFP) Published On : 11/12/15 Amended On : Closing On : 12/15/15 2:00 PM EST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151113/BID/0003
Matching keyword(s): age:state!ky; state!ky;

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

R – Pre-Proposal Conference for RFP 3053 – Competitive Negotiation o SOL Pre-Proposal Conference for RFP 3053 – Competitive Negotiation on Gigabit Network Service will be held on Wednesday, December 2, 2015 at 10:00 a.m. E.T. at the C. B. Young, Jr. Service Center, 3001 Crittenden Drive, Bldg. 1, Conference Room C, Louisville, KY 40209.Request for Proposal closes @ 2:00 p.m. on December 16, 2015. For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151113/BID/0169
Matching keyword(s): age:state!ky; state!ky;

Churchill McGee, LLC, 1315-C West Main Street, Lexington, KY 40508

99 — Potential Construction Subcontracting Opportunities. SOL Bid Date: 12/1/2015; Bid Time: 12:00 P.M. Churchill McGee, LLC is inviting quotes on the following project: LFUCG: REPLACEMENT FIRE STATION #2. Project Location: 1276 Eastland Dr. – Lexington, KY. 40508. Quotes Requested for the following Subcontractors: ALL TRADES / SERVICES. Quotes Requested for the following Materials: ALL TRADES. Additional Information: Seeking contractors to furnish/provide scopes as follows: This project includes1; Demolition and removal of site improvements, cast-in-place concrete, CMU, cold formed metal framing, structural steel & decking, metal fabrications, misc. carpentry, decorative laminate casework, solid surface tops, siding, thermal insulation, TPO roofing, penetration fire stopping, fire-resistive joint systems, joint sealants, hollow metal doors & frames, flush wood doors, folding auto entrances, access doors & frames, door hardware, glazing, non-structural metal framing, gypsum board, ceramic tiling, acoustical panel ceilings, resilient base & accessories, special coatings, toilet accessories, canopies, interior painting, signage, flag poles, fire suppression/sprinkler, plumbing, HVAC, electrical, communications, electronic safety & security/fire alarm, Earthwork/site clearing, exterior improvements/landscape and sub-drainage. PREVAILING WAGE PROJECT. Plans are available for review at the following locations: Churchill McGee in Lexington; Builders Exchange Louisville http://www.bxlou.com Plans can be purchased at Lynn Imaging, 328 Old Vine Street – Lexington, KY 40507 – 859.255.1021 – 859.252.4178. Please e-mail or fax your response to 859-389-6986 to let us know if you intend to bid. Project Contact Information: Name: Anthony Dixon, Phone: 859-389-6976 Mobile: 937-529-1382, Email: adixon@churchillmcgee.com 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: 20151113/KY/3106
Matching keyword(s): age:state!ky; state!ky;

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

R — International Student Enrollment Partnership. SOL RP-028-16 DUE 11/24/2015 Phone: (502) 852-6248; Website: http://louisville.edu/purchasing/bid 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: 20151113/KY/3134
Matching keyword(s): age:state!ky; state!ky;

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

R – Public Safety Tower Services SOL IFB-3568-0-2016/PG Due Date: 11/25/2015 3:00 PM Eastern Contact: Peggy Goodwin Public Safety Tower Services For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151112/BID/0114
Matching keyword(s): age:state!ky; state!ky;

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

99 – Central Reservations System SOL RFI-1110-0-2016/PG Due Date: 12/10/2015 3:00 PM Eastern Contact: Peggy Goodwin Central Reservations System For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151112/BID/0115
Matching keyword(s): age:state!ky; state!ky;

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

R – Competitive Negotiation On Gigabit Network ServiceRequest For Pr SOL Competitive Negotiation On Gigabit Network ServiceRequest For Proposal closes @ 2:00 p.m. on December 16, 2015. For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151112/BID/0116
Matching keyword(s): age:state!ky; state!ky;

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

R — Budget model development and implementation support. SOL RFP199-PSC DUE 11/24/2015 Phone: (502) 852-6248; Website: http://louisville.edu/purchasing/bid Scope of Work and Deliverables: The University of Louisville envisions two phases to the work: Phase 1 is the Analytical phase. The goals of this phase are: Using the two to three potential models (selected by the Budget Model Steering Committee), develop likely budgetary scenarios/outcomes using actual University of Louisville financial/budget data, with the results visible at both the institutional and unit levels; Using the two to three potential models, allow changes in selected revenue and expenditure assumptions or other key institutional metrics that tie to revenues and expenditures in order to view their impacts on outcomes; and, Using the results, identify the advantages and disadvantages including financial, organizational, cultural, and technological for each model. Phase 2 is the Design and Build Interactive Spreadsheet/Model phase. The goal of this phase is: After the Steering Committee selects a specific budget model for implementation, design and develop an interactive budget model that will be used during the parallel process year. Users should be able to view the impact of the model at various levels of the university hierarchy (enterprise, schools/colleges, etc.), and users should be able to manipulate several key variables in order to anticipate the impact of change on the model (e.g., percentage point changes in enrollment, retention, etc.). Parallel resource allocations operate in the historical model with the new budget model structure under consideration operating simultaneously. Using the concurrent processes ensure the units understand the new resource management environment. An interactive model will give the units the opportunity to adjust revenue and expense assumptions in order to allow the University community the ability to view how these changes might impact, for example, tuition revenues and unit-level budget allocations and see various outcomes and consequences of decisions. 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: 20151112/KY/3052
Matching keyword(s): age:state!ky; state!ky;

KPC – Kentucky Purchasing Cooperative, 904 Rose Road, Ashland, KY 41102

76 — Catalog-Price List-Retail Store Shelf Price Bid. SOL CLS 2010.147 DUE 11/23/2015 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: 20151112/KY/3059
Matching keyword(s): 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 CLS 2010.147 DUE 11/23/2015 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: 20151112/KY/3066
Matching keyword(s): age:state!ky; state!ky;

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

R — Aerospace, Aviation and Defense Industry Study: Analysis of. SOL RFP 076 1600000131 version 1 DUE 12/01/2015 Kyla Satterly, Email: Kyla.Satterly@ky.gov Phone: (502) 564-8098; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: The Kentucky Commission on Military Affairs (KCMA) in collaboration with the Kentucky Cabinet for Economic Development (CED) will seek a contractor to study the aerospace, aviation and defense industry in Kentucky. The study will determine the annual economic impact, potential growth areas, education and workforce development issues, and develop recommendations for sustained growth within this part of the Kentucky economy. The study s findings will be reported to the Governor and Legislative Research Commission. An online, interactive, data-driven mapping tool will be developed to enable Kentucky companies to understand and participate in the aerospace, aviation and defense industry, while providing leaders and policy-makers with an effective, updated information source to inform the legislative process and drive increased employment in this sector of the economy. 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: 20151111/KY/3022
Matching keyword(s): age:state!ky; state!ky;

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

R — KENTUCKY EMERGENCY MANAGEMENT DISASTER AID SERVICES. SOL RFP 758 1600000139 version 1 DUE 11/25/2015 Joydi Hall, email: jodyi.hall2@ky.gov Phone: (502) 564- 8625; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic 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: 20151111/KY/3023
Matching keyword(s): age:state!ky; state!ky;

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

99 — Lane Use Control Signs. SOL RFB 605 1600000352 version 1 DUE 11/24/2015 Allyson Perkins, Email: Allyson.Perkins@ky.gov Phone: (502) 782-3981; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic 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: 20151111/KY/3024
Matching keyword(s): age:state!ky; state!ky;

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

R — Credit Card Processing – Addendum #2. SOL RFP 025 1600000059 version 3 DUE 11/17/2015 Leslie Brown, email: lesliebrown@kycourts.net Phone: (502) 573-2350; Website: https://emars.ky.gov/webapp/vssonlin 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: 20151111/KY/3029
Matching keyword(s): age:state!ky; state!ky;

University of Kentucky, Capital Construction Division, Peterson Service Building, Lexington, KY 40506-0005

R — Audit, Accounting, Tax and Consulting Services – Addendum #1. SOL UK-1637-16 DUE 12/15/2015 Phone: (859) 257-9100; Website address: http://www.uky.edu/Purchasing/bidlist.ht 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: 20151111/KY/3035
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Eastern Kentucky University, Kentucky – Eastern Kentucky University http://purchasing.eku.edu/bids-and-quote

R – Request for Proposal Eastern Kentucky University University Din SOL Request for Proposal Eastern Kentucky University University Dining Services (RFP 29-16) Due: January 14, 2016, 2pm, ET 521 Lancaster Avenue Richmond, Kentucky 40475 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151110/BID/0416
Matching keyword(s): age:state!ky; state!ky;

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

99 — Pyrotechnic Display Services – (Fireworks – Dept of Parks) – Addendum #1. SOL RFP 758 1600000091 version 2 DUE 12/01/2015 Daniel Salvato, Email: daniel.salvato@ky.gov Phone: (502) 564-5862; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: The purpose of this RFP is to solicit for and award a contract(s) for the Kentucky Department of Parks. Vendor shall provide, when requested, all pyrotechnical personnel, equipment, supplies, labor and supervision necessary to prepare aerial display site and execute pyrotechnical/aerial display. 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: 20151110/KY/3002
Matching keyword(s): age:state!ky; state!ky;

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

T — KY Cigarette Tax Stamps – Addendum #1. SOL RFB 758 1600000273 version 2 DUE 11/16/2015 Richard Mize, Email: Richard.Mize@ky.gov Phone: (502) 564-6521; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Scope of Contract: The Office of Procurement Services issues this Solicitation to establish a Master Agreement for: CIGARETTE TAX STAMPS. 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: 20151110/KY/3003
Matching keyword(s): 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 LOGISTICS AGENCY

Tecmotiv (USA) Inc.,* Niagara Fall, New York, has been awarded a maximum $10,801,303 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for diesel repair kits. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. Location of performance is New York, with a Nov. 19, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 through fiscal 2021 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan, (SPRDL1-16-D-0013).

American Water Operations and Maintenance, Inc., Voorhees, New Jersey, has been awarded a maximum $7,757,484 modification (P00012) increasing the value of an existing contract (SP0600-14-C-8290) that privatized the water distribution andDefense_Logistics_Agency wastewater collection systems at Hill Air Force Base, Utah. This is a fixed-price with economic-price-adjustment contract. Locations of performance are New Jersey and Utah, with an Aug. 31, 2064, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2016 through fiscal 2064 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

City Power and Light, Inc.,* Greenwood Village, Colorado, has been awarded a maximum $7,345,296 modification (P00010) increasing the value of an existing contract (SP0600-14-C-8291) that privatized the electric distribution system at Hill Air Force Base, Utah. This is a fixed-price with economic-price-adjustment contract. Locations of performance are Colorado and Utah, with a Nov. 30, 2064, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2016 through fiscal 2064 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

600px-US-DeptOfNavy-Seal.svgNAVY

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is being awarded a $605,212,398 cost-plus-fixed-fee contract for Naval nuclear propulsion components.  Work will be performed in Monroeville, Pennsylvania (65 percent) and Schenectady, New York (35 percent).  No completion date or additional information is provided on Naval Nuclear Propulsion Program contracts.   Fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $605,212,398 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)(iii) – only one responsible source and no other supplier or services will satisfy agency requirements.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-C-2107).

Life Cycle Engineering, Inc., North Charleston, South Carolina, is being awarded a $17,477,956 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for planning and engineering services in support of U.S. Navy ships serviced at the Ship Repair Facility-Japan Regional Maintenance Center in Yokosuka and Sasebo, Japan.  This contract includes a 12-month base period and two 12-month optional periods, which if exercised, will bring the contract value to $53,327,244.  Work will be performed in Bremerton, Washington (59 percent); Yokosuka, Japan (39 percent); and Sasebo, Japan (2 percent).  Work is expected to be completed by November 2016; if all options are exercised, work will continue through November 2018.  No funds will be obligated at the time of award.  Operations and maintenance (Navy) funds will be obligated as individual delivery orders are issued.  Funds will not expire at the end of the current fiscal year.   This contract was competitively procured with the solicitation posted to the Navy Electronic Commerce Online website, with one offer received.   Naval Supply Systems Command Fleet Logistics Center Puget Sound, Washington, is the contracting activity (N00406-16-D-6020).

Systems Planning and Analysis, Inc., Alexandria, Virginia, is being awarded a $13,994,491 cost-plus-fixed-fee contract to provide technical services, program support, assessments and special studies and systems engineering in support for the following programs:  Trident II submarine launched ballistic missile program, special projects involving Navy strategic and conventional strike technologies and deterrence concepts, Strategic Systems Programs arms control program, strategic weapons system launcher subsystem support, and technical propulsion support.  This contract contains options, which if exercised, will bring the contract value to a maximum dollar value of $75,719,314.  Work will be performed in Alexandria, Virginia, with an expected completion date of Sept. 30, 2016.  If options are exercised, work will continue through Sept. 30, 2020.  Fiscal 2016 operations and maintenance (Navy) contract funds in the amount of $8,867,587 and fiscal 2016 research, development, test and evaluation (Navy) contract funds in the amount of $5,126,904, are being obligated subject to the availability of funds.  Contract funds in the amount of $8,867,587 will expire at the end of fiscal 2016.  This contract was a sole-source acquisition in accordance with 10 U.S.C. 2304(c)(1).  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-16-C-0019).

Lockheed Martin Corp., Orlando, Florida, is being awarded an $11,590,020 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N68335-09-D-0006) for continued performance based logistics support of the Consolidated Automated Support System.  Work will be performed in Orlando, Florida, and is expected to be completed in March 2016.  Fiscal 2016 working capital funds (Navy) in the amount of $11,590,020 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

AIR FORCE

Lockheed Martin Aeronautics Corp., Fort Worth, Texas, has been awarded a $38,002,404 indefinite-delivery/indefinite-quantity contract for Iraqi Air Force F-16356px-Seal_of_the_US_Air_Force.svg Advanced Pilot Training. Work will be performed at Balad Air Base, Iraq, and is expected to be complete by Nov. 19, 2020. This contract involves foreign military sales. This award is the result of a sole-source acquisition. The 338th Specialized Contracting Squadron, Joint Base San Antonio Randolph, Texas, is the contracting activity. (FA3002-16-D-0005)

*Small business

 

Department of the ArmyARMY

IBM Corp., Reston, Virginia was awarded an $80,125,573 modification (CC0188) to extend contract W91QUZ-06-D-0010 to increase the labor hours, dollars ceiling and extend the performance period for IT services.  Work will be performed at Redstone Arsenal, Alabama with an estimated completion date of June 30, 2018.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $12,786,682 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama is the contracting activity.

Cher Oklahomaee Nation Assurance LLC, Catoosa, Oklahoma (W81XWH-16-D-0002);DS Federal, Inc.,* Rockville, Maryland (W81XWH-16-D-0003); Eagle Applied Sciences, LLC,* San Antonio, Texas (W81XWH-16-D-0004); Laulima Government Solutions, LLC,* Orlando, Florida (W81XWH-16-D-0005); One Federal Solution,* Waldorf, Maryland (W81XWH-16-D-0006); TCONNEX Inc.,* McLean, Virginia (W81XWH-16-D-0007); Venesco & Hyperion Joint Venture,* Chantilly, Virginia (W81XWH-16-D-0008) were awarded a $49,800,000 indefinite-delivery/indefinite-quantity shared contract for support service at the Army Medical Research Institute of Infectious Diseases at Ft. Detrick, Maryland.  Bids were solicited via the internet with fourteen received with an estimated completion date of Nov. 19, 2020.  Funding and work location will be determined with each order.  Army Medical Research Acquisition Activity, Frederick, Maryland is the contracting activity.

Fast Track Drugs & Biologics LLC,* Gaithersburg, Maryland was awarded a $7,019,015 cost-plus-fixed-fee incrementally funded contract with options to develop a new anti-malarial drug.  Bids were solicited via the internet with two received. Work will be performed in Gaithersburg, Maryland with an estimated completion date of Nov. 22, 2019.  Fiscal 2015research, development, testing and evaluation funds in the amount of $7,019,015 were obligated at the time of the award.  Army Medical Research Acquisition Activity, Frederick, Maryland is the contracting activity (W81XWH-16-C-0002).

DEFENSE LOGISTICS AGENCY

Mathews Assoc. Inc.,* Sanford, Florida, (SPMELX-16-D-0009), and Bren-Tronics, Inc.,* Commack, New York, (SPMELX-16-D-0010), will share a $23,167,028 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPM7LX-09-R-0057 for lithium-ion storage batteries. These contracts were sole source acquisitions using justification 10 U.S.C. 2304 (c)(1). These are three-year baseDefense_Logistics_Agency contracts with two one-year option periods. Locations of performance are Florida and New York, with a Nov. 18, 2018, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio

Lockheed Martin MS2, Owego, New York, has been awarded a maximum $7,931,000 firm-fixed-price delivery order (THCV) against corporate contract SPRWA1-13-D-2000 for receiver processors in support of the Navy H-60 program. This was a sole source acquisition using justification 10 U.S.C. 2304 (c)(1). Location of performance is New York, with a Jan. 31, 2019, performance completion date. Using service is Navy. Type of appropriation is fiscal 2016 through fiscal 2019 aircraft procurement Navy funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

600px-US-DeptOfNavy-Seal.svgNAVY

Centerra Group, LLC, Palm Beach Gardens, Florida, is being awarded a $24,963,985 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N69450-14-D-7999) to exercise option one for base operations support services at Naval Station Guantanamo Bay.  The work to be performed provides for base operating support services including, but not limited to, the following functions: family housing, facility management, facility investment, other (swimming pools), custodial, pest control, integrated solid waste management, grounds maintenance and landscaping, base support vehicles and equipment, electrical, wastewater, water, and limited facilities support functions. After award of this option, the total cumulative contract value will be $49,736,028.  Work will be performed in Guantanamo Bay, Cuba, and work is expected to be completed November 2016.  No funds will be obligated at time of award.  Fiscal 2016 operation and maintenance (Navy); fiscal 2016 Navy working capital funds; fiscal 2016 Defense health program funds; and fiscal 2016 family housing operation and maintenance (Navy) in the amount of $12,928,826 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

Lockheed Martin Corp., Baltimore, Maryland, is being awarded a $20,550,226 performance based logistics, firm-fixed-price contract for the manufacture of 284 repairable items used in the MK-41 Vertical Launching System.  Work will be performed at in Ventura, California (85 percent), and Baltimore, Maryland (15 percent), and work is expected to be completed by November 2018.  Working capital funds (Navy) in the amount of $6,718,641 will be obligated on the first delivery order at the time of award and will not expire at the end of the current fiscal year.  This is a three-year contract, no option years.  This contract was not competitively procured in accordance with 10 U.S.C. 2304 (c)(1), with one offer received in response to this solicitation.  Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity.

Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $20,000,000 modification to previously awarded contract N00024-13-C-2108 for additional planned supplemental work for the refueling complex overhaul of USS Abraham Lincoln (CVN 72). This modification will provide for additional effort to respond to mandatory and essential growth work, during the accomplishment of the overhaul, modernization, repair, maintenance, and refueling CVN 72. This additional effort will ensure that the ship is returned to the fleet fully mission capable at redelivery.  Work will be performed in Newport News, Virginia, and is expected to complete by November 2016.  Fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $20,000,000 will be obligated at the time of contract award and will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Centerra Group LLC, Palm Beach Gardens, Florida, is being awarded a $17,052,841 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N33191-11-D-0738) to exercise option four under for base operations support services at Naval Support Activity, Kingdom of Bahrain.  The work to be performed provides for, but is not limited to, all management, supervision, tools, materials, supplies, labor, and transportation services necessary to perform trouble calls, security, galley, facilities investment, custodial, pest control, integrated solid waste management grounds maintenance, wastewater, operation of the reverse osmosis water treatment system and base support vehicles and equipment.  After award of this option, the total cumulative contract value will be $75,048,688.  Work will be performed in the Kingdom of Bahrain and its seven outlying areas, and work is expected to be completed November 2016.  No funds will be obligated at time of award.  Fiscal 2016 operation and maintenance, (Navy) and fiscal 2016 Navy working capital contract funds in the amount of $14,175,823 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Europe Africa and Southwest Asia, Naples, Italy, is the contracting activity.

Hydroid, Inc., Pocasset, Massachusetts is being awarded an $8,662,533 modification to previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00174-13-D-0005) to increase quantities for the procurement of additional MK 18 Family of System assets.  The MK 18 program supports Unmanned Underwater Vehicle Systems.  Work will be performed in Pocasset, Massachusetts and is scheduled to be complete by September 2017.  No additional funds are being obligated at time of award. The contract was awarded on a sole-source basis in September 2013 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.

AIR FORCE

Northrop Grumman, San Diego, California, has been awarded a $120,791,630 modification (P00105) to definitizate an undefinitized contract action for previously awarded contract FA8726-09-C-0010. Contractor will extend the services of the Battlefield Airborne Communication Node Payload. Work will be performed at San Diego, California, and is expected to be complete by June 22, 2016. No funds are being356px-Seal_of_the_US_Air_Force.svg obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Mashacusetts, is the contracting activity.

Raytheon Co. – Missile Systems Div., Tucson, Arizona, has been awarded an $18,082,165 modification (P00003) to previously awarded contract FA8675-15-C-0004 for contractor logistics support. Contractor will provide CLS High-speed Anti-Radiation Missile Targeting System depot repairs and sustainment activities. Work will be performed at Tucson, Arizona, and is expected to be complete by Nov. 30, 2016. Fiscal year 2016 operations and maintenance funds in the amount of $10,157,324 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. (FA8675-15-C-0004)

Tecolote Research, Inc., Goleta, California, has been awarded a firm fixed price $7,329,997 modification (02) to previously awarded task order (RS01) on indefinite-delivery/indefinite-quantity contract FA8802-13-D-0002. Contractor will provide Space and Missile Systems Center acquisition and financial support for the Remote Sensing Systems Directorate. This will include advisory and assistance services to augment support to the directorate in the areas of cost estimating and earned value, financial analysis, director’s action group, acquisition, manpower, and administration being provided under the basic task order. Work will be performed at Los Angeles Air Force Base, California; Buckley Air Force Base, Colorado and Boulder, Colorado, and is expected to be complete by Nov. 30, 2016. Fiscal year 2016 research, development, test, and evaluation funds in the amount of $1,756,091 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

UPDATE:  Alion Science and Technology, Burr Ridge, Illinois (FA8075-16-D-0001); Battelle Memorial Institute, Columbus, Ohio (FA8075-16-D-0002); Booz Allen Hamilton, McLean, Virginia (FA8075-16-D-0003);  Exelis, Inc., Information Systems, Rome, New York (FA8075-16-D-0004); Georgia Tech Applied Research Corporation, Atlanta, Georgia (FA8075-16-D-0005); MacAulay-Brown, Inc., Dayton, Ohio (FA8075-16-D-0006); ManTech Advance Systems International, Inc., Fairfax, Virginia (FA8075-16-D-0007); Northrop Grumman Systems Information Sector, McLean, Virginia (FA8075-16-D-0008); TASC, Inc., Chantilly, Virginia (FA8075-16-D-0009); and Wyle Laboratories, Inc., Huntsville, Alabama (FA8075-16-D-0010), have been awarded added as awardees to a maximum $5,000,000,000 multiple-award, indefinite-delivery/indefinite-quantity contract for Cyber Security and Information Systems Technical Area Tasks. Contractors will provide research, development, test and evaluation efforts for technical area tasks within the software analysis, information assurance, knowledge management and information sharing and modeling and simulation focus areas. Work locations will be specific on individual task orders with the effort expected to be complete by Nov. 30, 2020. These companies will share this award with the Multi-Award Partial Small Business Set-Aside competition pool award that was announced Oct. 8, 2015. This award is the result of a competitive acquisition with 11 offers received. No funds are being obligated at the time of award. The Air Force Installation Contracting Agency, Offutt Air Force Base, Nebraska, is the contracting activity.

*Small business

 

600px-US-TRANSCOM-Emblem.svgU.S. TRANSPORTATION COMMAND

Three teams and eight individual airlines, all members of the Civil Reserve Air Fleet program, have been awarded indefinite-delivery / indefinite-quantity, fixed-price with economic price adjustment contracts to provide international airlift services.  The total cumulative face value of the contracts is $357,053,176.  The teams are:  Patriot Team, Tulsa, Oklahoma, which includes ABX Air,* Wilmington, Ohio, Air Transportation International, Inc.,* Wilmington, Ohio, JetBlue Airways Corporation, Long Island City, New York;  Kalitta Air, LLC,* Ypsilanti, Michigan;  Northern Air Cargo, Inc., Anchorage, Alaska; Omni Air International, Inc.,* Tulsa, Oklahoma; United Airlines, Inc., Houston, Texas; and United Parcel Service Co., Louisville, Kentucky, $99,891,750 (HTC711-16-D-CC12)  Federal Express Charter Programs Team, Memphis, Tennessee, which includes American Airlines, Inc., Fort Worth, Texas; Atlas Air, Inc., Purchase, New York; FedEx Charters, Memphis, Tennessee; and Polar Air Cargo Worldwide, Inc., Purchase, New York, $67,214,751 (HTC711-16-D-CC10)  Miami Air International, Inc. dba Miami Air Team, Miami, Florida, which includes Miami Air International, Inc.,* Miami, Florida, and MN Airlines, LLC, dba Sun Country Airlines,* Mendota Heights, Minnesota, $4,446,065 (HTC711-16-D-CC11)  Individual airlines include: National Air Cargo Group, Inc. dba National Airlines,* Orlando, Florida, $4,328,185 (HTC711-16-D-CC15)  Delta Airlines, Atlanta, Georgia, $901,613, (HTC711-16-D-CC19) Hawaiian Airlines, Inc., Honolulu, Hawaii, $5,433 (HTC711-16-D-CC14) Alaska Airlines, Inc., Seattle, Washington, $4,551 (HTC711-16-D-CC17) Tatonduk Outfitters dba Everts Air Cargo,* Fairbanks, Alaska, $4,550 (HTC711-16-D-CC18) Lynden Air Cargo, Anchorage, Alaska, $4,229 (HTC711-16-D-CC20) Southwest Airlines Co., Dallas, Texas, $1,975 (HTC711-16-D-CC16) Allegiant Air, LLC, Las Vegas, Nevada, $1,971 (HTC711-16-D-CC13) Work will be performed at worldwide locations as specified on each individual task order, with an expected completion date of Sept. 30, 2016.  Type of appropriation is fiscal 2016 Transportation Working Capital Funds to be obligated on individual task orders.  The contracting activity is the U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois.

DEFENSE LOGISTICS AGENCY

Allan Baker, Inc., doing business as Korect Optical,* Louisville, Kentucky, has been awarded a maximum $30,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various optical lenses for military services using the electronic catalog program. This was a competitive acquisition, withDefense_Logistics_Agency two responses received. This is a three-year base contract with two one-year option periods. The maximum dollar amount is for the life of the contract. Location of performance is Kentucky, with a Nov. 17, 2020, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2016 through fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-16-D-0001).

KPMG LLP, McLean, Virginia, has been awarded a maximum $26,183,088 firm-fixed-price contract to provide necessary management services for assisting in asserting and sustaining audit readiness.  This was a competitive acquisition with six responses received.  This is a one year contract.  Location of performance is Virginia, with a Nov. 17, 2016 performance completion date.  Using service is federal civilian agencies.  Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds.  The contracting activity is the Defense Logistics Agency Contracting Services Office, Richmond, Virginia (SP4703-11-A-0017-0059).

Excel Garment Manufacturing, LTD.,* El Paso, Texas, has been awarded a maximum $8,426,077 modification (P00111) exercising the second one-year option period of a one-year base contract (SPM1C1-14-D-1006) with four one-year option periods for coats and trousers for various types of uniforms. Location of performance is Texas, with a Nov. 19, 2016, performance completion date. Using military service is Air Force. 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.

Missile Defense AgencyMISSILE DEFENSE AGENCY

Network Management Resources, Inc.*, Chantilly, Virginia is being awarded a $15,945,835  modification (P00060) to a previously awarded cost-plus-incentive-fee contract to exercise an option, increasing the total contract value from $54,981,299 to $70,927,134. Under this modification, the contractor will provide global classified and unclassified video conferencing services, collaboration services, customer facing business application services, and end user training. The work will be performed in Fort Belvoir, Va.; Huntsville, Ala.; Colorado Springs, Colo.; and Dahlgren, Va. The performance period is from Dec. 1, 2015 through Nov. 30, 2016. Fiscal Year 2016 Research and Development funds in the amount of $2,016,450 are being obligated on this award. The Missile Defense Agency, Schriever AFB, Colo., is the contracting activity (H95001-12-C-0001).

NAVY

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is being awarded a $93,135,194 cost-plus-fixed-fee modification to previously awarded contract (N00024-12-C-2106) for Naval Nuclear Propulsion Components.  Work will be performed in Monroeville, Pennsylvania.  Fiscal 2016 other procurement (Navy) and fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $81,994,530 will be obligated at time of award and funds will not expire at the end of the current fiscal year.  No completion date or additional information is provided on Naval Nuclear600px-US-DeptOfNavy-Seal.svg Propulsion Program contracts.   The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Mercury Defense Systems, Inc.,* Cypress, California, is being awarded a $41,802,436 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for 200 Miniaturized I/J Band Digital Radio Frequency Memory Modulators (Mini DRFMs) and their associated repairs and evaluations.  The Mini DRFM is a state-of-the-art electronic and radio frequency device that produces high fidelity threat simulator systems for test and evaluation and training missions. Work will be performed in Cypress, California, and is expected to be completed in November 2020.  Fiscal 2015 working capital funds (Navy) in the amount of $169,681 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.  The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-16-D-0003).

*Small business

 

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

Department of the ArmyDepartment of the Army, FedBid, FedBid.com — for Department of Army procurements only, 199 6TH AVENUE, SUITE 258, Fort Knox, KY 40121

U–4-Way Parachute Instructor 0010782787 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; W9124D-16-P-0029 $61,014.00 112515 ALL FONWILL SKY INVESTMENT LLC [DUNS: 071462813],825 N. Frankfort Ave,Deland FL 32724-2904 No Description Provided
URL: https://www.fbo.gov/notices/dea3795334ddab68fa878ed8e087230

OutreachSystems Article Number: 20151126/AWARDS/0505
Matching keyword(s): age:state!ky;

Department of Veterans Affairs, Nashville VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129

R–VAMC Louisville Administrative Transcription Services VA24916R0087 120315 DUSTIN EPPERSON Dustin.Epperson@va.gov See attached SF1449Department_of_Veterans_Affairs_Logo
Set-Aside: Service-Disabled Veteran-Owned Small Business Place of Performance: VAMC Louisville;800 Zorn Avenue;Louisville, KY 40206 USA URL: https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24916R0087/listing.htm

OutreachSystems Article Number: 20151125/PROCURE/0065
Matching keyword(s): state!ky;

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

99 — Publishing Historical Records in Documentary Editions SOL EDITIONS-201606 Due Date: 06/15/2016 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151125/SMALL/5007
Matching keyword(s): documentar*;

Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/webapp/vssonline/AltSelfServic

R – SFSP Review Contractors RFP – 540 – 1600000167 Depar SOL SFSP Review Contractors RFP – 540 – 1600000167 Department Of Education Valerie Blade-Thomas Request for Proposals(RFP) Published On : 11/25/15 Amended On : Closing On : 12/22/15 4:00 PM EST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151126/BID/0022
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/webapp/vssonline/AltSelfServic

R – Investigative Services RFP – 391 – 1600000169 Board SOL Investigative Services RFP – 391 – 1600000169 Board Of Registration For Professional Geologists Susan Ellis Request for Proposals(RFP) Published On : 11/25/15 Amended On : Closing On : 12/18/15 4:00 PM EST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151126/BID/0023
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/webapp/vssonline/AltSelfServic

R – Management Improvement Consultant RFP – 540 – 1600000135 SOL Management Improvement Consultant RFP – 540 – 1600000135 Department Of Education Valerie Blade-Thomas Request for Proposals(RFP) Published On : 11/25/15 Amended On : Closing On : 12/9/15 4:00 PM EST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151126/BID/0025
Matching keyword(s): age:state!ky; state!ky;

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

U – Strength Training Equipment #7186Bid closes SOL Strength Training Equipment #7186Bid closes @ 11:00 a.m. on December 1, 2015. For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151125/BID/0225
Matching keyword(s): age:state!ky; state!ky;

Wisconsin – Public Notices http://publicnotices.wi.gov/Notices.asp 101 E Wilson St., Madison WI 53703, 608-266-2605

T – Printing and binding of “The Documentary History of the Ratifica SOL Printing and binding of “The Documentary History of the Ratification of the Constitution, Ratification by the States Vol. XXVII (South Carolina)” For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151125/BID/0493
Matching keyword(s): documentar*;

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

AIR FORCE

Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a $302,222,015 fixed-price incentive firm target modification (P00003) to previously awarded contract FA8682-16-C-0005 for the Joint Air-to-Surface Standoff Missile (JASSM) program. Contractor will provide JASSM production, system upgrades, integration, sustainment, management and logistical support. Work will be performed at Troy, Alabama, and is expected to be complete by June 29, 2019. This contract involves foreign military sales (FMS) to Poland and Finland. Fiscal 2016 missile procurement funds in the amount of $254,431,611; and FMS funds in the amount of $47,602,561, are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Synergy Business Innovations & Solutions Inc., Arlington, Virginia, has been awarded a $23,395,788 firm-fixed-price, indefinite-quantity/indefinite-delivery contract for assistance and advisory services, engineering and technical assistance. Contractor will provide repeatable, defined, accurate, timely, well-documented, and well-managed processes that identify information assets. It will provide an organized approach to meeting information needs and developing data vocabulary and ontology products to support refined business processes.  In addition, this effort will support the Deputy Undersecretary of the Air Force for Management office with assessments of progress toward Air Force and program mission objectives. Work will be performed at Arlington, Virginia, and is expected to be complete by Dec. 3, 2018. This award is the result of a competitive acquisition with three offers received. Fiscal 2016 operations and maintenance funds in356px-Seal_of_the_US_Air_Force.svg the amount of $1,488,810 are being obligated at the time of award. Air Force District of Washington, SAF Enterprise Support Division, Joint Base Andrews, Maryland, is the contracting activity (FA7014-16-D-5001).

Exelis Inc., a wholly-owned subsidiary of Harris Corp., Herndon, Virginia, has been awarded a $13,173,622, excluding options, firm-fixed-price, cost-plus-fixed-fee, and cost reimbursable contract for the Air Force Distributed Common Ground System Distributed Mission Site Reference Imagery Transition program. Contractor will acquire the use of InfiniBandC (Peregrine) wide-area-network high-speed transport layer and data storage and dissemination capabilities. This effort provides direct feed of information without going through a third-party, increased speed for data collection and processing, and cloud computing architecture. Work will be performed at DGS-1, DGS-2, DGS-4, East Coast Hub and West Coast Hub and, excluding options, is expected to be complete by July 25, 2016. Fiscal 2015 other procurement funds in the amount of $13,173,622 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-C-16-0009).

600px-US-DeptOfNavy-Seal.svgNAVY

Raytheon Co., McKinney, Texas, is being awarded $68,618,926 for ceiling-priced delivery order 7003 under previously awarded basic ordering agreement N00383-15-G-005D for the repair of 23 weapons repairable assemblies and 41 shop replaceable assemblies of the Advanced Targeting Forward Looking Infrared System used in support of the F/A-18 aircraft. Work will be performed in McKinney, Texas (77.2 percent); Jacksonville, Florida (19.9 percent); and El Segundo, California (2.9 percent).  Work is expected to be completed by December 2018.  Working capital funds (Navy) in the amount of $33,623,273 will be obligated at time of award and will not expire at the end of the current fiscal year.  This is year two of a five-year contract; no option years.  This contract was not competitively procured in accordance with 10 U.S. Code 2304 (c)(1), with one offer received in response to this solicitation.  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Rockwell Collins Inc., Cedar Rapids, Iowa, is being awarded a $26,390,278 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0004) to exercise an option for the manufacture and installation of one Block I modification aircraft kit and Very Low Terminal kit for the E-6B aircraft.  In addition, this modification provides for field support engineering, operational and maintenance training, technology refresh and software licenses and agreements.  Work will be performed in Richardson, Texas (80 percent); and Oklahoma City, Oklahoma (20 percent), and is expected to be completed in November 2017.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $26,390,278 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.

Vigor Marine LLC, Portland, Oregon, is being awarded an $8,931,411 firm-fixed-price contract for 56-calendar-day shipyard availability for the regular overhaul and dry docking (ROH-DD) of USNS Yukon (T-AO 202).  Work will include general services for ship, clean and gas free tanks void and cofferdams and spaces, number seven port and starboard cargo tanks preservation, number two center cargo tank preservation, number ten center cargo tank preservation, close survey inspection, main deck overhead preservation, main house preservation, main engine exhaust insulation replacement, lifeboat repair and maintenance, reefer container installation and underwater hull preservation.  The contract includes options which, if exercised, would bring the total contract value to $9,788,394.  Work will be performed in Portland, Oregon, is expected to be completed by March 2, 2016.  If options are exercised, work will continue through March 12, 2016.  Fiscal 2016 maintenance and repair contract funds in the amount of $8,931,411 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, with proposals solicited via the Federal Business Opportunities website, having two offers received.  The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-16-C-4011).

Correction:  The number of the contract awarded Nov. 30, 2016, to Kratos Defense and Rocket Support Services, San Diego, California, should have read N63394-16-C-0007.  And the following sentence was missing: This contract includes an option which, if exercised, would bring the cumulative value of this contract to $9,140,280.

U.S. TRANSPORTATION COMMAND

Ten companies have each been awarded an estimated $28,163,737 modification P00012 under an indefinite-delivery/indefinite-quantity, fixed-price, economic price adjustment contract for Category A international commercial air cargo transportation service.  For all companies, the modification brings the total cumulative face value of the contract to $423,740,143 from $395,576,406.  The companies and their awards are:  Alaska Airlines Inc., Seattle, Washington (HTC711-13-D-C001); Atlas Air Inc., Purchase, New York (HTC711-13-D-C002); Federal Express Corp., El Segundo, California (HTC711-13-D-C003); Kalitta Air LLC.,* Leesburg, Virginia (HTC711-13-D-C004); Miami Air International Inc.,* Miami, Florida (HTC711-13-D-C005); National Air600px-US-TRANSCOM-Emblem.svg Cargo Group Inc.,* Orlando, Florida (HTC711-13-D-C006); Northern Air Cargo Inc., Anchorage, Alaska (HTC711-13-D-C007); Omni Air International Inc.,* Tulsa, Oklahoma (HTC711-13-D-C008); United Parcel Service Co., Louisville, Kentucky (HTC711-13-D-C009); and US Airways Inc., Tempe, Arizona (HT711-13-D-C010).  Work will be performed worldwide as specified on each individual order and is expected to be completed Jan. 31, 2016.  Funds will be obligated through decentralized orders.  The contracting activity is the U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois.

Berry Aviation Inc., San Marcos, Texas, has been awarded an estimated $8,520,382 task order for an existing indefinite-delivery/indefinite-quantity contract (HTC711-10-D-R018).  This task order provides fixed wing air transportation services for the U.S. Special Operations Command in the U.S. Central Command area of responsibility.  The work will be performed at Bagram, Afghanistan.  Performance is from Dec. 1, 2015, to Feb. 29, 2016.  The type of appropriation is fiscal year 2016, operations and maintenance-2020.  The contracting activity is the U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

American Apparel Inc., Selma, Alabama, has been awarded a maximum $21,954,010 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for women’s all-weather coats. 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 is for the life of the contract including options. Location of performance is Alabama, with a Dec. 2, 2020, performance completion date. Using military services are Army, Navy and Marine Corps. Type of appropriation is fiscal 2016 through fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-16-D-1012).

*Small Business

AIR FORCE

Lockheed Martin Corp. – Lockheed Martin Aeronautics, Fort Worth, Texas, has been awarded a $914,000,000 fixed-price incentive and cost-plus contract to upgrade F-16 aircraft for the government of Singapore. Work will be performed at Fort Worth, Texas, and is expected to be complete by June 30, 2023. 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 (FA8615-16-C-6048).356px-Seal_of_the_US_Air_Force.svg

TASC Inc., Andover, Maryland, has been awarded a $9,980,361 cost-plus-fixed-fee modification (P00016) to exercise the option on previously awarded contract FA7037-11-0-0003. The modification will extend services for management, engineering and technical support services required to support the establishment, maintenance and evolution of the 92 Information Operations Squadron Cyber Assessment Program. Work will be performed at San Antonio, Texas, and is expected to be complete by Nov. 30, 2016. No funds are being obligated at the time of award. The 38th Contracting Squadron, Tinker Air Force Base, Oklahoma, is the contracting activity (FA7037-11-0-0003).

600px-US-DeptOfNavy-Seal.svgNAVY

Lockheed Martin Corp., Mission Systems and Training, Moorestown, New Jersey, is being awarded a $49,107,093 modification to previously awarded contract N00024-14-C-5104 to exercise option year two for ship integration and test of the Aegis Weapon System (AWS) for AWS Baselines through Advanced Capability Build (ACB) 12. The contract provides for Aegis shipboard integration engineering, Aegis test team support, Aegis modernization team engineering support, ballistic missile defense test team support, and AWS element assessments.  This contract will cover the AWS ship integration and test efforts for five new construction DDG 51 class ships, and the major modernization of five DDG 51 class ships.  It will additionally cover the integrated combat system modifications and upgrades for all current ships with all AWS baselines up to and including ACB 12.  Work will be performed in Camden, New Jersey (24 percent); Pascagoula, Mississippi (24 percent); Bath, Maine (23 percent); San Diego, California (12 percent); Norfolk, Virginia (10 percent);  Moorestown, New Jersey (4 percent); and various places below one percent (3 percent), and is expected to be complete by November 2018.  Fiscal 2011 and 2013 shipbuilding and conversion (Navy); fiscal 2016 operations and maintenance (Navy); fiscal 2014 other procurement (Navy); and fiscal 2016 research, development, test and evaluation (Navy) funding in the amount of $23,803,601 will be obligated at time of award.  Contract funds in the amount of $4,200,003 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Schuyler Line Navigation Co. LLC, Annapolis, Maryland, is being awarded an $18,263,400 firm-fixed-price contract for charter of a double hull tanker in the Western Pacific. This contract contains an option and bonus, which if exercised, will bring the contract value to $33,816,900.  Work will be performed in the Western Pacific waters, and is expected to be completed by January 2017. If the option and bonus are exercised, work will continue through January 2018.  Fiscal 2016 operations and maintenance contract funds in the amount of $12,924,000 are being obligated at the time of award.  Contract will not expire at the end of the current fiscal year.  This contract was procured under full and open competition via the Federal Business Opportunities website, with five offers received.  The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-16-C-3252)

Simmonds Precision Products Inc., Vergennes, Vermont, is being awarded $7,080,780 for modification to firm-fixed-price delivery order 0008 awarded against a previously issued basic ordering agreement (N00019-11-G-0010) for the procurement of 28 Integrated Mechanical Diagnostic and Health Usage Monitoring System (IMD HUMS) kits in support of the H-1 production upgrades, AH-1Z and UH-1Y aircraft.   Work will be performed in Vergennes, Vermont, and is expected to be completed in February 2018.  Fiscal 2015 aircraft procurement (Navy) funds in the amount of $7,080,780 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.

ARMY

VSE Corp., Alexandria, Virginia, was awarded $23,035,808 for remanufacturing M9115A3 trucks, with an estimated completion date of Dec. 1, 2016.  Bids were solicited via the Internet with two received. Funding and work location will be determined with each order. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-16-D-0022).

Battelle Memorial Institute, Columbus, Ohio, was awarded a $12,124,353 modification (P00014) to contract W911SR-15-C-0004 for contractor support to the Joint Program Executive Office for Chemical and Biological Defense.  Work will be performed in Columbus, Ohio, with an estimated completion date of June 30, 2016.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $ 6,658,357 were obligated at the time of the award.  Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

Computer Sciences Corp.,* Huntsville, Alabama, was awarded a $9,286,461 modification (P002906) to foreign military sales contract (Saudi Arabia, Federated States of Micronesia, Pakistan,Department of the Army Afghanistan) W31P4Q-05-A-0028 for support to the Non-Standard Rotary Wing Aircraft Project Office.  Work will be performed in Huntsville, Alabama, with an estimated completion date of Nov. 24, 2016.  Fiscal 2016 other procurement funds in the amount of $9,286,461 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

The University of Southern California – Information Sciences Institute, Los Angeles, California, has been awarded an $11,848,255 cost-reimbursement contract for Phase 1 of the DARPA Circuit Realization at Faster Timescales (CRAFT) – FinFET Foundry/Design Aggregration Services program. The contract includes options for phases 2 and 3 that are not yet exercised. Fiscal 2015 research and development funds in the amount of $500,000 are being obligated at time of award. Work will be performed in Marina Del Ray, California, with an expected completion date of February 2016 (end date of Phase 1). This contract was a sole-source acquisition.  DARPA, Arlington, Virginia, is the contracting activity (HR0011-16-C-0017).

Millennium Space Systems, Inc., El Segundo, California, has been awarded a $7,717,073 cost-plus-fixed-fee contract with options for a DARPA research program. Fiscal 2015 and 2016 research and development funds in the amount of $3,332,088 are being obligated at the time of award. Work will be performed in Princeton, New Jersey (15 percent); Carlisle, Massachusetts (26 percent); and El Segundo, California, (59 percent) with an estimated completion date of September 2016. DARPA, Arlington, Virginia, is the contracting activity (HR0011-16-C-0009).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Brad Hall and Associates,* Idaho Falls, Idaho (SPE600-16-D-4515), $104,161,455; Petroleum Traders Corp.,** Fort Wayne, Indiana (SPE600-16-D-4517), $74,758,025; Phillips 66 Co.,* Bartlesville, Oklahoma (SPE600-16-D-4518), $52,859,354; Hartland Fuel Products LLC,** Onalaska, Wisconsin (SPE600-16-D-4524), $28,255,434; TMV LLC, doing business as Triune,* Dallas, Texas (SPE600-16-D-4513), $21,912,245; Antech Inc.,* Mountain View, California (SPE600-16-D-4521), $19,809,629; Merlin Petroleum Co. Inc,** Westport, Connecticut (SPE600-16-D-4516), $18,455,115; Olson Service Co.,** Fox Lake, Illinois (SPE600-16-D-4522), $18,246,257; and Troy Co. Inc.,* Seattle, Washington (SPE600-16-D-4519), $18,102,152, have each been awarded a fixed-price with economic-price-adjustment contract under solicitation SPE600-15-R-0211 for various types of fuel. These contracts were competitive acquisitions with 43 offers received. They are five-year contracts with no option periods. Locations of performance are Idaho, Indiana, Washington, California, Georgia, Connecticut, Texas, Minnesota, Wisconsin, Iowa, Colorado, Michigan, New Mexico, Kansas, Wyoming, Illinois, North Dakota, South Dakota, Oklahoma, and Nebraska, with a June 30, 2020, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2016 through fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

*Small Business

**Small disadvantaged business

ARMY

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded an $833,339,080 modification (0004) to  contract W58RGZ-12-C-0008 for sustaining, Army fixed engineering sustaining, program management/systems engineering sustaining, Army provisioning, Army technical publications, other integrated logistics support, contractor manpower reporting, packaging handling storage and transportation, and advance procurement funding.  Work will be performed in Stratford, Connecticut, with an estimated completion date of Dec. 31, 2016.  Fiscal 2015 other procurement funds in the amount of $833,339,080 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $106,510,258 modification (P00310) to contract W58RGZ-13-D-0001 for technical, engineering, logistics services and supplies, and 100 percent parts support for the H-60 weapons system. Work will be performed in Corpus Christi, Texas, with an estimated completion date of Nov. 30, 2016.  Fiscal 2016 other procurement funds in the amount of $106,510,258 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 $61,054,351 firm-fixed-price foreign military sales (Saudi Arabia) contract with options for maintenance support for the Saudi LandDepartment of the Army Forces Aviation Command aviation program.  Bids were solicited via the Internet with four received. Work will be performed in Saudi Arabia, with an estimated completion date of Jan. 31, 2021.  Fiscal 2016 other procurement funds in the amount of $61,054,351 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-16-C-0016).

Realization Technologies Inc.,* Sunnyvale, California, was awarded a $49,971,530 order-dependent, indefinite-delivery/indefinite-quantity contract for software maintenance and support for the Naval Air Systems Command, with an estimated completion date of Nov. 29, 2020.  One bid was solicited with one received. Funding and work location will be determined with each order.  Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-16-D-0002).

Lockheed Missile and Fire Control, Grand Prairie, Texas, was awarded a $41,421,353 modification (PZ0066) to foreign military sales contract W31P4Q-14-C-0066 (Italy, Singapore) for low-cost, reduced-range practice rockets, download/demate effort, and integrated logistic support.  Work will be performed in Grand Prairie, Texas; and Camden, Arkansas, with an estimated completion date of March 31, 2016.  Fiscal 2014 other procurement funds in the amount of $41,421,353 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Raytheon, Huntsville, Alabama, was awarded a $9,989,264 modification (P000445) to contract W31P4Q-12-C-0120 for the air and missile defense capability Phase 2.  Work will be performed in Huntsville, Alabama, with an estimated completion date of March 31, 2016.  Fiscal 2016 research, development, testing, and evaluation funds in the amount of $5,000,000 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

InBios International Inc.,* Seattle, Washington, was awarded a $9,600,000 cost contract to develop multiple immunochromatographic tests for the rapid diagnosis and detection of infectious diseases and biological warfare agents of military significance.  Bids were solicited via the Internet with three received, with an estimated completion date of Nov. 30, 2020. Funding and work location will be determined with each order.  Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity (W81XWH-16-D-0009).

Computer Sciences Corp.,* Huntsville, Alabama, was awarded a $9,286,461 modification (002906) to foreign military sales (Saudi Arabia, Federated States of Micronesia, Pakistan, Afghanistan) contract W31P4Q-05-A-0028 for support to the Non-Standard Rotary Wing Aircraft Project Office .  Work will be performed in Huntsville, Alabama, with an estimated completion date of Nov. 24, 2016.  Fiscal 2016 other procurement funds in the amount of $9,286,461 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

M1 Support Services, Denton, Texas, was awarded a $304,969,015 fixed-price, performance incentive and award fee contract with cost-reimbursable line items for Nellis Aircraft Maintenance Backshop operations and maintenance services. Contractor will provide services to perform safe and reliable maintenance for A-10, F-15, F-16, F/A-22 and F-35 aircraft located at Nellis Air Force Base, Nevada, as well as limited backshop maintenance support for 15 HH-60 helicopters based at Nellis Air Force Base but assigned to the 23rd Wing at Moody Air Force Base, and for the 11 F-16 aircraft assigned to the Air Force Aerial Demonstration Squadron (Thunderbirds). Work will be performed at Nellis Air Force Base, and is expected to be complete by Dec. 31, 2020. This award is the result of a competitive acquisition with four offers received. Fiscal 2016 operations and maintenance funds in the amount of $42,501,311 are being obligated at the time of award. Headquarters Air Combat Command, Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-16-C-0005). (Awarded Nov. 17, 2015)

The Boeing Co., Oklahoma City, Oklahoma, has been awarded an estimated $134,000,000 indefinite-delivery/indefinite-quantity contract for sustainment support for the E-4B fleet. This initial award obligates the base year of a 10-year contract. Contractor will provide program management, supply chain management, field service representatives, aircraft depot maintenance, and engine maintenance and overhauls. Work will be performed at Oklahoma City; and San Antonio, Texas, and is expected to be complete by Dec. 30, 2016. This award is the result of a sole-source acquisition. Fiscal 2016 operations and maintenance funds in the amount of $13,646,318 are being obligated on the first delivery order at the time of award. Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8106-16-D-0002).

Jacobs Technology Inc., Lincoln, Massachusetts, has been awarded a cost-plus-fixed-fee and cost reimbursable $23,112,161 modification (P00100) to previously awarded contract FA8721-14-C-0018 for engineering and technology acquisition support services to Hanscom Air Force Base, and its geographically separated units. Contractor will provide disciplined systems and specialty engineering and 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 July 31, 2016. This contract involves foreign military sales. Fiscal 2014 and 2015 research, development, test and evaluation; and 2016 operations and maintenance and defense working capital funds in the amount of $10,238,520 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

TechFlow Inc., San Diego, California, has been awarded a $12,625,251 modification (P00029) to exercise the option on previously awarded contract FA4890-13-C-0005 for Air Combat Command’s primary training ranges operations and maintenance services. Contractor will provide operations, maintenance and sustainment of range threat, scoring, and feedback systems.  The program also provides for target, road, grounds, and limited facility maintenance. Work will be performed at Dare County Range, North Carolina; Poinsett Range, South Carolina; Grand Bay Range, Georgia; Avon Park Range, Georgia; Snyder Range, Texas; Belle Fourche Range, South Dakota; Holloman Ranges, New Mexico; Mountain Home Ranges, Idaho;  and Nevada Test and Training Range, Nevada. Work is expected to be complete by Dec. 31, 2016. Fiscal 2016 operations and maintenance funds in the amount of $2,060,018 are being obligated at the time of award. Air Combat Command, Newport News, Virginia, is the contracting activity.

Jacobs Technology Inc., Lincoln, Massachusetts, has been awarded a cost-plus-fixed-fee, cost-reimbursable $8,049,182 modification (P00100) to previously awarded contract FA8721-14-C-0017 for engineering and technology acquisition support services to Hanscom Air Force Base and its geographically separated units. Contractor will provide disciplined systems and specialty engineering and 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 July 31, 2016. Fiscal 2014 and 2015 research, development, test and evaluation; and 2016 operations and maintenance and defense working capital funds in the amount of $2,871,984 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a firm-fixed-price $7,145,264 modification (P00012) to previously awarded contract FA8615-12-C-6016. Contractor will provide manufacturing support equipment needed for repair and modification of 138 Taiwan F-16s. Work will be performed in Taiwan, and is expected to be complete by March 31, 2019. This contract is 100 percent foreign military sales to Taiwan. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $54,835,600 modification to a previously awarded cost-plus-fixed-fee contract (N00019-15-C-0031) for recurring logistics services support for delivered air systems including, but not limited to, ground maintenance activities; action request resolution; depot activation activities; Automatic Logistics Information System operations and maintenance; reliability, maintainability and health management implementation and support; supply chain management; and activities to provide and support pilot and maintainer initial training in support of delivered air systems for the F-35 Lightning II Joint Strike Fighter aircraft for the Air Force, Marine Corps, Navy, and non-Department of Defense (DoD) participants. Work will be performed in Ft. Worth, Texas (35 percent); El Segundo, California (25 percent); Warton, United Kingdom (20 percent); Orlando, Florida (10 percent); Nashua, New Hampshire (5 percent); and Baltimore, Maryland (5 percent).  Work is expected to be completed in December 2015.  Fiscal 2014 and 2015 aircraft procurement (Air Force, Marine Corps, and Navy); fiscal 2016 operation and maintenance (Air Force, Marine Corps, and Navy); and non-DoD participants funds in the amount of $47,835,600, will be obligated at time of award, of which $22,103,508 will expire this fiscal year.  This contract combines purchases for the Air Force ($25,867,847; 47 percent); Marine Corps ($14,804,737; 27 percent); Navy ($9,610,912; 18 percent); and non-DoD participants ($4,552,104; 8 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

IAP World Services Inc., Cape Canaveral, Florida, is being awarded a $29,718,594 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40080-09-D-0512) to exercise option year three for base operations support services at Naval Support Activity Annapolis.  The work to be performed provides for all management, supervision, labor hours, training, equipment, and supplies necessary to perform base operating services to include, but not limited to, facility investment, service calls, pest control, operation of utility plants, refuse collection, special events, and snow and ice removal.  After award of this option, the total cumulative contract value will be $192,905,714.  Work will be performed in Annapolis, Maryland, and work is expected to be completed by November 2016.  No funds will be obligated at time of award.  Fiscal 2016 operation and maintenance, (Navy); and fiscal 2016 Navy working capital funds, in the amount of $18,538,856 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is being awarded a $22,820,568 cost-plus-fixed-fee delivery order (2099) placed against basic ordering agreement N00019-11-G-0001 for the procurement of F/A-18E/F and EA-18G aircrew training device concurrency Technical Directive List – 5 H12 System Configuration Set (SCS)/Operational Flight Program.  The SCS is delivered to the fleet as a highly integrated software package that provides upgrades to the mission computer, sensors and human aircraft interaction.  Work will be performed at the Naval Air Station (NAS) Oceana, Virginia (20 percent); NAS Lemoore, California (20 percent); NAS China Lake, California (20 percent); NAS Whidbey Island, Washington (20 percent); and Marine Corps Air Station Iwakuni, Japan (20 percent), and is expected to be completed in April 2018.  Fiscal 2014 and 2015 aircraft procurement (Navy); fiscal 2015 weapons procurement (Navy); and fiscal 2015 procurement ammunition (Navy and Marine Corps) funding in the amount of $22,820,568 will be obligated at time of award, $20,457,009 of which will expire at the end of the fiscal year.  The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

Northrop Grumman Systems Corp., Charlottesville, Virginia, is being awarded a $19,841,177 cost-plus-incentive-fee, fixed-price incentive, firm-firm-fixed-priced, cost-plus fixed-fee and cost for the Inertial Navigation Systems Replacement (INS-R) Inertial Sensor Module (ISM).  The INS-R ISM is intended to serve as the U.S. naval fleet’s primary position source in the absence of a global positioning system.  The INS-R will provide mission critical ship positioning, velocity, and altitude data to shipboard sensors, combat systems, guns, and missile systems.  This contract is for INS-R ISM design, development, production, technical support, spares, and other direct costs.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $47,784,690.  Work will be performed in Charlottesville, Virginia (61.52 percent); Woodland Hills, California (32.67 percent); and Salt Lake City, Utah (5.81 percent), and is expected to be complete by November 2016. Fiscal 2016 research, development, test and evaluation (Navy) funding in the amount of $1,327,613 will be obligated at the time of award, and 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 (N00024-16-C-5226).

The Boeing Co., St. Louis, Missouri, is being awarded $16,486,184 for cost-plus-fixed-fee task order 0218 against a previously issued basic ordering agreement (N00019-11-G-0001) for production engineering support for the installation and integration of systems required for the F/A-18 E/F and EA-18G and electromagnetic aircraft launch system follow-on test and evaluation.  Work will be performed in Patuxent River, Maryland (75 percent); and St. Louis, Missouri (25 percent), and is expected to be completed in February 2017.  Fiscal 2014 and 2015 aircraft procurement (Navy) funds in the amount of $15,730,273 are being obligated on this award, of which $3,211,023 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

The Boeing Co., Seattle, Washington, is being awarded $15,538,397 for cost-plus-incentive-fee delivery order 3069 against a previously issued basic ordering agreement (N00019-11-G-0001) for the modification of three 737 P-8A flight test aircraft (T-4, T-5, and T-6) to a low-rate 4-1 production representative configuration.  Work will be performed in Patuxent River, Maryland (77 percent); Seattle, Washington (20 percent); Mesa, Arizona (2 percent); and Huntington Beach, California (1 percent), and is expected to be completed in January 2017.  Fiscal 2015 aircraft procurement (Navy) funds in the amount $15,538,397 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.

Sikorsky Aircraft Corp., Stratford, Connecticut, is being awarded a $14,223,772 indefinite-delivery/indefinite-quantity contract for the procurement of special progressive aircraft rework sustainment support services, including security, project engineering, integrated logistics support, VIP helicopter training, and program support for the Presidential Helicopters Program.  Work will be performed in Stratford, Connecticut (88 percent); and Quantico, Virginia (12 percent). Work is expected to be completed in November 2016.  No funds will be obligated at time of award.  Funds will be obligated on individual delivery orders as they are issued.  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-16-D-1000).

Thales Defense & Security Inc., Clarksburg, Maryland, is being awarded $13,398,394 for undefinitized contract action delivery order 7014 under previously awarded basic ordering agreement N00383-13-G-003F for the repair coverage for 38 weapons replaceable assemblies in support of the Airborne Low Frequency Sonar System for the H-60 aircraft.  Work will be performed in Clarksburg, Maryland, and is expected to be completed by November 2016.  Working capital funds (Navy) in the amount of $10,048,795 will be obligated at time of award and will not expire at the end of the current fiscal year.  This is year three of a four-year contract with no option years.  This contract was not competitively procured in accordance with 10 U.S. Code 2304 (c)(1), with one offer received in response to this solicitation.  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

SEDNA Digital Solutions LLC,* Manassas, Virginia, is being awarded an $11,713,761 modification to previously awarded contract N00024-13-C-6272 to exercise an option for engineering and technical services for high fidelity simulation/stimulation and common processing system software development, and single port array controller asynchronous transfer mode cards.  This effort is the result of Small Business Innovation Research topic number N05-059, “High Fidelity Front End Simulation for Complex Physics Based Processing System.”  Work will be performed in Manassas, Virginia, and is expected to be completed by September 2016.  Fiscal 2016 research, development, test and evaluation (Navy); fiscal 2015 other procurement (Navy); and fiscal 2011, 2012 and 2015 shipbuilding and conversion (Navy) funds in the amount of $3,408,442 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. Code 2304(c)(5), authorized or required by statue 15 U.S. Code 638 (r) aid to small business.  The Naval Sea Systems Command, District of Columbia, is the contracting activity.

Austal Hull 130 Chartering LLC, Mobile, Alabama, is being issued a $9,140,850 modification under a previously awarded firm-fixed-price contract (N00033-15-C-5303) to exercise a six-month option for the charter of a U.S.-flagged passenger/cargo vessel.  The vessel will support the Marine Corps Third Marine Expeditionary Force in the Far East.  Work will be performed in the Far East, and is expected to be completed by May 31, 2016.  Fiscal 2016 working capital funds (Navy) in the amount of $9,140,850 are being obligated at the time of award, and will expire at the end of the current fiscal year.  The Military Sealift Command, Norfolk, Virginia, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is being awarded $9,018,848 for firm-fixed-fee-price delivery order 2067 to exercise an option against a previously issued basic ordering agreement (N00019-11-G-0001) for follow-on integrated logistics support/engineering services in support of the Harpoon/Standoff Land Attack Missile-Expanded Response mmissile system and Harpoon launch systems for the Navy and the governments of Australia, Bahrain, Canada, Chile, Denmark, Egypt, Germany, India, Israel, Japan, Korea, Kuwait, Malaysia, Netherland, Oman, Portugal, Saudi Arabia, Singapore, Taiwan, Thailand, Turkey, United Arab Emirates, and the United Kingdom under the Foreign Military Sales program. Work will be performed in St. Charles, Missouri (91.84 percent); St. Louis, Missouri (5.47 percent); Yorktown, Virginia (2.64 percent); and Oklahoma City, Oklahoma (0.05 percent), and is expected to be completed in January 2017.  Fiscal 2016 operations and maintenance (Navy) funds; and foreign military sales funds in the amount of $9,018,848 are being obligated on this award, of which $2,425,166 will expire at the end of the current fiscal year.  This contract combines purchases for the Navy ($2,425,166; 26.89 percent); and the governments of Korea ($986,268; 10.94 percent); Taiwan ($783,148; 8.68 percent); Turkey ($506,886; 5.62 percent); Japan ($504,179; 5.59 percent); Egypt ($503,268; 5.58 percent); Saudi Arabia ($421,531; 4.67 percent); Australia ($381,336; 4.23 percent); United Kingdom ($347,333; 3.85 percent); Canada ($254,720; 2.82 percent); Chile ($241,248; 2.67 percent); Israel ($207,323; 2.30 percent); Portugal ($202,207; 2.24 percent); India ($189,909; 2.11 percent); Thailand $186,382; 2.07 percent); Singapore ($154,170; 1.71 percent); Bahrain ($140,478; 1.56 percent); Kuwait  ($99,253; 1.10 percent); United Arab Emirates ($95,726; 1.06 percent); Malaysia ($95,506; 1.06 percent); Oman ($94,404; 1.05 percent); Netherlands ($82,669; 0.92 percent); Germany ($66,136; 0.73 percent); and Denmark ($49,601; 0.55 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Hamilton Sundstrand, Rockford, Illinois, is being awarded $8,974,879 for firm-fixed-price delivery order 7010 under previously awarded long-term contract N00383-12-D-011N for repair of the constant frequency generator used on the V-22 aircraft in support of both MV-22 (Marines), and CV-22 (Air Force).  Work will be performed in Rockford, Illinois, and is expected to be completed by January 2017.  No contract funds will be obligated at the time of award.  Working capital funds (Navy) will be obligated as individual delivery orders are issued, and funds will not expire at the end of the current fiscal year.  This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304(C)(2).  The requirement was posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with one offer received.  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

General Dynamics Advanced Information Systems Inc., Fairfax, Virginia, is being awarded an $8,428,644 cost-plus-incentive-fee contract modification under previously awarded contract N00024-15-C-6228 to exercise previously awarded options for the procurement of engineering development efforts and production of technology insertion multipurpose processor (MPP) and total ship monitoring system (TSMS) production.  General Dynamics Advanced Information Systems shall perform systems engineering and support services for the MPP TSMS, including the development, production, and upgrade of software and hardware; installation support; operational systems maintenance support and maintainability improvement; and technology refreshment/insertion. It also includes production, test, and systems integration of production kits and associated program management, system engineering, test and evaluation, supportability, configuration management, and technology insertion efforts to produce, maintain, and upgrade production systems and advanced processing builds.  Work will be performed in Fairfax, Virginia (52.5 percent); and Pittsfield, Massachusetts (47.5 percent), and is expected to be completed by January 2017.  Fiscal 2012 shipbuilding and conversion (Navy); and fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $2,677,971 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.

Landscape Management Systems Inc.,* Tumon, Guam, is being awarded $8,012,895 modification  under a previously awarded firm-fixed-price contract (N40192-15-D-9008) to exercise the first option period for grounds maintenance and tree trimming services at Naval Base Guam and Andersen Air Force Base, Commander Joint Region Marianas.  The work to be performed provides for all labor, supervision, management, tools, material, equipment, facilities, transportation, and incidental engineering and other items necessary to accomplish all work to perform ground maintenance and tree trimming services for U.S. military facilities.  After award of this option, the total cumulative contract value will be $41,134,399.  Work will be performed at various installations in Guam, and is expected to be completed by November 2016.  Fiscal 2016 operation and maintenance (Navy); fiscal 2016 operation and maintenance (Family Housing); and fiscal 2016 Navy working capital contract funds in the amount of $5,008,350 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.

Kratos Defense and Rocket Support Services, San Diego, California, is being awarded a $7,987,435 firm-fixed-price contract to provide rocket motors and hardware in support of sub-orbital target vehicles known as Aegis Readiness Assessment Vehicles (ARAVs).  This contract provides for Oriole Rocket Motors and Oriole Hardware ARAVs.  These ARAVs are well characterized (flight performance, radar cross-section, operational suitability/acceptability) and have been in use for over 10 years to support fleet training and proficiency exercises. ARAVS have also been successfully used in weapon system upgrade test events and have evolved into usage as targets.  Work will be performed in Rocket Center, West Virginia (75 percent); and Glen Burnie, Maryland (25 percent). Work is expected to be completed by November 2017.  Fiscal 2016 research, development, test and evaluation (Navy) funding in the amount of $6,093,520 is being obligated at time of award, and will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) and Federal Acquisition Regulation 6.302-1 – only one responsible source and no other supplies or services will satisfy agency requirements.  Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity (N63394-19-C-0007).

Lockheed Martin Mission Systems and Training, Manassas, Virginia, is being awarded a $7,200,332 cost-plus-incentive-fee modification to previously awarded contract N00024-09-C-6247 to procure two AN/BVY-1 Integrated Submarine Imaging Systems (ISIS) and associated spare parts.  The ISIS provides mission critical, all-weather, visual, and electronic search, digital image management, indication, warning, and platform architecture interface capabilities for SSN 688 (Los Angeles class); SSN 21 (Seawolf class);  SSGN (Ohio class); and SSN 774 (Virginia class) submarines with potential for SSBN (Ohio class) and potentially other submarines.  ISIS rolls-up existing components and near term capabilities, and provides a robust architecture for efficiently inserting future capabilities as they become available for technical insertion advance prices builds Submarine Warfare Federated System process.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $56,979,752.  Work will be performed in Manassas, Virginia (58 percent); Northampton, Massachusetts (19 percent); Marion, Massachusetts (12 percent); and Chantilly, Virginia (11 percent), and is expected to be complete by November 2017.  Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $7,200,332 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 LOGISTICS AGENCY

Keysight Technologies Inc., Englewood, Colorado, has been awarded a maximum $11,040,000 firm-fixed-price blanket purchase agreement for weapon system network analyzers. This was aDefense_Logistics_Agency sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a three-year blanket purchase agreement with no option periods. Location of performance is Colorado, with a Nov. 23, 2018, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2016 through fiscal 2019 Navy working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania (SPRMM1-16-A-ZZ11).

* Small Business

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

Lockheed Martin Mission Systems and Training, Mitchell Field, New York, is being awarded a $72,479,741 cost-plus-incentive-fee, cost-plus-fixed-fee contract to provide U.S. and United Kingdom (U.K.) Trident II (D5) navigation subsystem engineering support services.  Specific efforts include U.S. and U.K. fleet support; U.S. and U.K. trainer systems support; Ohio-class SSBN engineered refueling overhauls; U.S. and U.K. SSI4 trainer system; SSBN-R strategic weapon training system and training system development; U.K. Successor support, software modernization; and600px-US-DeptOfNavy-Seal.svg Linked Autonomous Program Navigation Operational Trainer modernization.  This contract contains options, which if exercised, will bring the contract value to a maximum dollar value of $147,383,525.  Work will be performed in Mitchell Field, New York (97 percent); Oldsmar, Florida (2 percent); and Manassas, Virginia (1 percent), with an expected completion date of Sept. 30, 2017.  If all options are exercised, work will continue through Sept. 30, 2018.  Fiscal 2016 operations and maintenance (Navy) contract funds in the amount of $40,718,962; fiscal 2016 research, development, test, and evaluation (Navy) contract funds in the amount of $19,308,197; fiscal 2016 other procurement (Navy) contract funds in the amount of $5,057,416; and U.K. contract funds in the amount of $7,395,166 are being obligated at the time of the award.  Contract funds in the amount of $40,718,962 will expire at the end of fiscal 2016.  This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1).  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-16-C-0002).

Charles Stark Draper Laboratories Inc., Cambridge, Massachusetts, is being awarded a $54,329,646  cost-plus-incentive-fee, cost-plus-fixed-fee contract to provide specialized tactical engineering services, logistics services, fleet support services, and guidance SSP alteration services to test, repair and maintain guidance subsystems, test equipment, and related support equipment in support of existing Trident (D-5) weapon systems; provide technical and engineering services necessary to support the initial fielding of the MK6 MOD 1 guidance systems; perform research in the application of technologies to support Trident II (D-5) guidance and reentry systems; provide research into the applications of technologies to meet guidance requirements for operations on the Common Missile Compartment that is part of the U.S. Ohio replacement program and United Kingdom (U.K.) Successor program; provide specialized technical knowledge and support for hypersonic guidance, navigation and control applications utilizing an integrated avionics computer and global positioning system; and provide technical and engineering services to support the guidance, navigation and control system that will support Navy hypersonic flight experiments.  This contract contains options, which if exercised, will bring the contract value to a maximum dollar value of $392,953,129.  Work will be performed in Cambridge, Massachusetts (95 percent); Pittsfield, Massachusetts (3 percent); and El Segundo, California (2 percent), with an expected completion date of Sept. 30, 2016.  With all options exercised, work will continue through Sept. 30, 2020.  Fiscal 2016 weapons procurement (Navy) contract funds in the amount of $35,707,806; operations and maintenance (Navy) contract funds in the amount of $ 13,919,076; and U.K. contract funds in the amount of $ 4,702,764 will be obligated at the time of the award.  Contract funds in the amount of $ 35,707,806 will expire at the end of fiscal 2016.  This contract was a sole-source acquisition in accordance with 10 U.S Code 2304(c)(1) and (4).  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-16-C-0014).

Raytheon Co. Integrated Defense Systems, San Diego, California, is being awarded a $28,390,942 modification to previously awarded contract N00024-15-C-2414 to exercise Option Year 1 for life cycle engineering and support (LCES&S) services for Landing Platform Dock (LPD) 17 Class integrated shipboard electronic systems.  The services to be provided will include: LCE&S Services including post-delivery planning, logistics and engineering; homeport technical support; integrated product data environment; data maintenance, equipment management, systems integration and design engineering; software support, research engineering, obsolescence management (both technical and logistics), material readiness support, emergent repair planning, training and logistics support; planning yard support of integrated electronic systems including Fleet Modernization program planning; ship alteration development and installation; material management; configuration data management; research engineering; logistics documentation; and other logistics and executing activity coordination, management; sustaining engineering and obsolescence management support for unique LPD 17 Class integrated shipboard electronic systems.   Work will be performed in San Diego, California (90 percent); Norfolk, Virginia (4 percent); Pascagoula, Mississippi (2 percent); Mayport, Florida (2 Percent); and Japan (2 percent), and is expected to be completed by December 2016.  Fiscal 2015 and 2016 other procurement (Navy); fiscal 2012 and 2015 shipbuilding and conversion (Navy); and fiscal 2016 operation and maintenance (Navy), funding in the amount of $5,067,899 will be obligated at time of award and $550,000 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 a $13,864,676 cost-plus-incentive-fee contract modification to previously awarded contract N00024-11-C-6294 for the Acoustic Rapid Commercial-Off-The-Shelf Insertion (A-RCI) production, and provides funding for the development and production of the A-RCI and common acoustics processing for Technology Insertion 14 (TI14) for the U.S. submarine fleet.  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 upgrades.  Work will be performed in Manassas, Virginia (70 percent); and Clearwater, Florida (30 percent), and is expected to be complete by September 2019.  Fiscal 2016 other procurement (Navy) funding in the amount of $13,864,676 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.

BAE Systems, Land & Armaments LP (BAE), Minneapolis, Minnesota, is being awarded a $10,103,485 modification to previously awarded contract N00024-13-C-5325 for technical and engineering services in support of the MK 41 vertical launching system (VLS) for DDG 114, DDG 115, DDG 117, DDG 118, DDG 119, and DDG 120 and Evolved SeaSparrow Missile Block 2 integration efforts.  BAE provides technical and engineering services in support of MK 41 VLS mechanical, cable, canister and canister support equipment; design/system engineering support; integration support; and associated ancillary material (e.g. — composites, resin, carbon fiber, etc.) and material ordering requirements for the Navy’s high priority ballistic missile defense. Work will be performed in Minneapolis, Minnesota (93 percent); San Diego, California (5 percent); Aberdeen, South Dakota (1 percent); and York, Pennsylvania (1 percent), and is expected to be complete by September 2016.  Fiscal 2016 research, development, test and evaluation (Navy); and fiscal 2010, 2011, 2013 and 2014 shipbuilding and conversion (Navy) funding, in the amount of $10,103,485 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.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded an $8,979,353 modification to a previously awarded cost-plus-incentive-fee contract (N00019-15-C-0031) to exercise an option to procure the non-recurring sustainment of Autonomic Logistics Information System hardware and engineering services for non-U.S Department of Defense (DoD) participant site stand-up in support of the F-35 aircraft.  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 September 2017.  Non-U.S DoD participant funds in the amount of $8,979,353 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

The Boeing Co., St. Louis, Missouri, has been awarded a $55,533,609 undefinitized contract action delivery order (RH01) to previously awarded contract FA8213-15-D-0002 for 2,192 Joint Direct Attack Munition (JDAM) tail kits. Contractor will provide JDAM strap-on inertial guidance kits with capability to receive guidance updates from global positioning systemsto increase weapon accuracy for conventional inventory bombs. Work will be performed at St. Louis, Missouri, and is expected to be complete by Dec. 15, 2017. This contract is 100 percent foreign military sales. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Dayton Power and Light Co., Dayton, Ohio, has been awarded a $28,284,972 firm-fixed-price modification (P00001) to exercise the option on previously awarded contract FA8601-15-C-0019 for electricity services at Wright-Patterson Air Force Base. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Dec. 31, 2016. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

ARMY

Raytheon Co., Andover, Massachusetts, was awarded a $35,832,321 modification (P00004) to foreign military sales contract W31P4Q-15-C-0022 for software support to Qatar’s PATRIOT program.  Work will be performed in Andover and Burlington, Massachusetts; Farmington Hills, Michigan; Versailles, Ohio; Lawton, Oklahoma; and El Paso, Texas, with an estimated completion date of Sept. 30, 2020.  Fiscal 2010 other procurement funds in the amount of $1,026,086 were obligated at the time ofDepartment of the Army the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Northrop Grumman Systems Corp., Orlando, Florida, was awarded a $14,809,917 firm-fixed-price, multi-year contract with options for the wideband training and certification system.  Bids were solicited via the Internet with three received.  Work will be performed in Orlando, Florida, with an estimated completion date of Dec. 14, 2020.  Fiscal 2016 other procurement (Army) funds in the amount of $14,809,917 were obligated at the time of the award.  Army Program Executive Office Simulation, Training and Instrumentation, Orlando, Florida, is the contracting activity (W900KK-16-C-0009).

BAE Systems Land & Armaments LP, Santa Clara, California, was awarded a $14,636,018 modification (P00003) to contract W56HZV-15-C-0099 for system technical support and sustainment system technical support for Bradley vehicles.  Work will be performed in Santa Clara, California, with an estimated completion date of July 9, 2020.  Fiscal 2014, 2015, and 2016 other procurement (Army) funds in the amount of $14,636,018 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

Teletonics Technology Corp.,* Newtown, Pennsylvania, was awarded a $10,000,00 firm-fixed-price, multi-year contract for commercial data acquisition system components for the Aviation Applied Technology Directorate and related facilities, with an estimated completion date of Dec. 14, 2018.  Funding and work location will be determined with each order.  Army Contracting Command, Ft. Eustis, Virginia, is the contracting activity (W911W6-16-D-0001).

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, was awarded a $1,094,983,588 modification (P00028) to foreign military sales (Korea, Saudi Arabia, Qatar) contract W31P4Q-14-C-0034 for Patriot Advanced Capability production (PAC-3).  Work will be performed in Grand Prairie, Texas; Lufkin, Texas; Camden, Arkansas; Chelmsford, Massachusetts; Ocala, Florida; Huntsville, Alabama; and Anaheim, California, with an estimated completion date of June 30, 2019.  Fiscal 2016 other procurement; and other procurement (Army) funds, in the amount of $1,094,983,588 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

General Atomics Aeronautical Systems Inc., Poway, California, was awarded a $57,142,111 modification (P00014) to contract W58RGZ-14-C-0008 for logistics support to the Warrior unmanned aircraft system.  Work will be performed in Poway, California; Afghanistan; Djibouti; and Kuwait, with an estimated completion date of June 15, 2016.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $19,601,181 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Raytheon Integrated Defense Systems, Andover, Massachusetts, was awarded a $15,471,937 modification (P00006) to contract W31P4Q-15-C-0040 for Patriot new equipment training.  Work will be performed in Andover, Massachusetts, with an estimated completion date of Dec. 14, 2016.  Fiscal 2014, 2015, and 2016 other procurement funds in the amount of $15,471,937 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Encompass Digital Media Inc., Atlanta, Georgia, was awarded a $9,887,615 modification (P00020) to contract W52P1J-14-C-0010 for a video and imagery distribution system.  Work will be performed in Atlanta, Georgia, with an estimated completion date of Dec. 15, 2016.  Fiscal 2016 other procurement funds in the amount of $400,000 were obligated at the time of the award.  Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Great Lakes Dredge & Dock Co. LLC, Oak Brook, Illinois, was awarded a $7,105,000 firm-fixed-price contract with options for construction of the New York — New Jersey Harbor Deepening Project Anchorage Channel Utility Corridor and shoal removal.  Bids were solicited via the Internet with three received. Work will be performed in Brooklyn and Staten Island, New York; and Jersey City and Bayonne, New Jersey, with an estimated completion date of May 31, 2016.  Fiscal 2014 and 2015 other procurement funds in the amount of $7,105,000 were obligated at the time of the award.  Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-16-C-0004).

 *Small business

600px-US-DeptOfNavy-Seal.svgNAVY

Bell Helicopter Textron Inc., Fort Worth, Texas, is being awarded a $56,273,796 firm-fixed-price long-term contract for repair of 31 items used on the H-1 aircraft.  Work will be performed in Fort Worth, Texas.  Work is expected to be completed by December 2016.  No contract funds will be obligated at the time of award, and will not expire at the end of the current fiscal year.  Navy working capital funds will be obligated as individual delivery orders are issued.  The requirement was posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with one offer received.  This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304(c)(2).  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-16-D-005N).

BAE Systems Information and Electronic Systems Integration Inc., Greenlawn, New York, is being awarded a $26,139,104 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-14-D-0025) to exercise an option for the procurement of up to 90 APX-111(V) Mode 5 combined interrogator transponders (CIT) and up to 250 Mode 5 CIT upgrade kits for the Navy and the governments of Finland and Switzerland under the Foreign Military Sales program.  In addition, this option provides for the procurement of up to 50 shop replaceable assemblies which consist of a target command and control processor, interrogator, transponder, main chassis assembly, power supply, and receiver transmitter.  In addition, this option provides for the procurement of up to 10 CIT repairs and 52 Mode 5 CIT upgrade kit installations.   Work will be performed in Greenlawn, New York (85 percent); and Scottsdale, Arizona (15 percent), and is expected to be completed in April 2018.  No funds are being 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 Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $23,373,106 modification to a previously awarded cost-plus-incentive-fee contract (N00019-02-C-3002) to design and develop drawings, kits, and other supporting technical information for the F-35 Joint Strike Fighter Block IV weapons capabilities in support of the Navy, Air Force, and non-Department of Defense (DoD) partners.  Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2018.  Fiscal 2016 research, development, test and evaluation (Navy, Air Force); and non-DoD Partner funds, in the amount of $7,213,817 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.

EMCOR Government Services Inc., Arlington, Virginia, is being awarded a $22,088,644 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40080-07-D-0374) to exercise award Option Year 5 for base operations support services at various installations within a 100-mile radius of the Washington Navy Yard.  The work to be performed provides for all management supervision, labor hours, training, equipment and supplies necessary to perform base operating services to include, but not limited to, facility investment, janitorial, and snow removal.  After award of this option, the total cumulative contract value will be $255,283,334.  Work will be performed in Washington, District of Columbia (88 percent); Virginia (10 percent); and Maryland (2 percent), and this option period is from December 2015 to December 2016.  No funds will be obligated at time of award.  Fiscal 2016 operation and maintenance (Navy and Marine Corps); fiscal 2016 defense working capital funds; and fiscal 2016 Defense Health Program contract funds in the amount of $14,889,303 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity.

Merkel and Associates Inc.,* San Diego, California (N62473-16-D-2402); and Tierra Data Inc.,* Escondido, California  (N62473-16-D-2403), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for marine habitat services in Alaska, California, Oregon and Washington.  The maximum dollar value for the two contracts combined is $10,000,000.  The work to be performed provides for marine habitat surveys, maps, transplanting, and monitoring of marine habitats at various locations in Alaska, California, Oregon and Washington.  The work consists of planning level bathymetric survey services and mapping of biological communities in waters less than 40 meters in-depth; surveying designated areas for eelgrass presence; and density.  The work also includes preparing marine habitat maps using either aerial photos or existing maps; preparing eelgrass restoration plans, mitigation plans and planting plans; conducting marine habitat field work, documenting field work with photographs and maps; and preparing reports, monitoring at the intervals specified in the Eelgrass Restoration/Mitigation Plan and Southern California Eelgrass Management Policy.  Work will be performed at various locations in California (75 percent); Oregon (10 percent); Washington (10 percent); and Alaska (5 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of December 2020.  Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year.  No task orders are being issued at this time.  Future task orders will be primarily funded by operation and maintenance (Navy and Marine Corps).  This contract was competitively procured via the Federal Business Opportunities website, with four proposals received.  These two contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

AIR FORCE

MS2-MEC JV LLC, Wauwatosa, Wisconsin, has been awarded a $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for demolition and abatement. Contractor will furnish all management, personnel, vehicles, and equipment required to perform duties such as, but not limited to, demolition, abatement, and disposal services of various buildings, infrastructures, and associated356px-Seal_of_the_US_Air_Force.svg pavements as described in each individual task order. Work will be performed at Edwards Air Force Base, California; and Palmdale, California, and is expected to be complete by Jan. 3, 2021. This award is the result of a competitive acquisition with 14 offers received. Fiscal 2016 operations and maintenance; research, development, test and evaluation; and procurement funds, in the amount of $18,294 are being obligated at the time of award. Air Force Test Center, Edwards Air Force Base, California, is the contracting activity (FA9301-16-D-0008).

1280px-DARPA_LogoDEFENSE ADVANCED RESEARCH PROJECTS AGENCY

LEIDOS Inc., Reston, Virginia, has been awarded a $12,890,832 option exercise modification (P00020) to previously awarded HR0011-13-C-0030 for the Defense Advanced Research Projects Agency (DARPA) Adaptive Radar Countermeasures program. The modification brings the total cumulative face value of the contract to $33,209,984. Work will be performed in Reston, Virginia (30 percent); Bridgewater, Virginia (3 percent); Clifton, New York (65 percent); and Chapel Hill, North Carolina (2 percent), with an expected completion date of December 2017. Fiscal 2016 research and development funds in the amount of $1,500,000 are being obligated at time of award. DARPA, Arlington, Virginia, is the contracting activity.

*Small business

ARMY

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $92,172,748 fixed-price-incentive contract for six system enhanced program Abrams M1A2 tanks.  Bids were solicited via the Internet with one received. Work will be performed in Lima, Ohio; Scranton, Pennsylvania; Anniston, Alabama; and Tallahassee, Florida, with an estimated completion date of July 31, 2017.  Fiscal 2015 other procurement funds in the amount of $19,986,222 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-16-C-0010).

Thalle Construction Co. Inc., Hillsborough, North Carolina, was awarded a $40,285,698 firm-fixed-price contract to construct a raw water storage impoundmentDepartment of the Army dike for the Savannah Harbor expansion project.  Bids were solicited via the Internet with two received. Work will be performed in Port Wentworth, Georgia, with an estimated completion date of June 13, 2017.  Fiscal 2016 other procurement funds in the amount of $40,285,698 were obligated at the time of the award.  Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-16-C-0002).

AEMC Foster Wheeler, Blue Bell, Pennsylvania, was awarded a $9,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architectural and engineering services for Army Corps of Engineers dam and levee safety projects within the Louisville District.  Bids were solicited via the Internet with nine received, with an estimated completion date of Dec. 10, 2020.  Funding and work location will be determined with each order.  Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-16-D-0005).

600px-US-DeptOfNavy-Seal.svgNAVY

The Boeing Co., Seattle, Washington, is being awarded a $67,500,000 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0112) for P-8A training systems, services, and supplies in support of the P-8A training requirements for the government of Australia under a memorandum of understanding.  This modification will include support activities, supplies, and incidental services required to support 13 hardware Type II devices, three virtual maintenance trainers, and one ordnance load trainer.  Work will be performed in St. Louis, Missouri (40 percent); Jacksonville, Florida (20 percent); Tulsa, Oklahoma (20 percent); Salt Lake City, Utah (10 percent); and Edinburgh, Australia (10 percent), and is expected to be completed in March 2019.  Other customer funds in the amount of $67,500,000 are being obligated on this award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Training Systems Command, Orlando, Florida, is the contracting activity.

Lockheed Martin Mission Systems and Training, Manassas, Virginia, is being awarded an $18,307,300 cost-plus-incentive-fee, undefinitized contract action (UCA) for engineering and technical services for the integration of combat systems on new construction and in-service submarines.  The UCA is expected to be definitized by May 16, 2016.  Work will be performed in Manassas, Virginia (68 percent); Hartford, Connecticut (10 percent); Groton, Connecticut (10 percent); Middletown, Rhode Island (7 percent); and Newport, Rhode Island (5 percent), and is expected to be completed by December 2016. Fiscal 2014 shipbuilding and conversion (Navy) funds in the amount of $9,564,088 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(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 (N00024-16-C-6230).

Coltec Industries Inc., doing business as Fairbanks Morse Engine, Beloit, Wisconsin, is being awarded a $9,890,753 firm-fixed-price contract for Man Diesel main engine parts to support overhauls and repairs to the main propulsion diesel engines for the USNS Henry J. Kaiser (T-AO 187), and the USNS Rappahannock (T-AO 204). Work will be performed in San Diego, California, and is expected to be completed by March 2016. Fiscal 2016 operations and maintenance funds in the amount of $9,890,753 are being obligated on this award and will expire in September 2016. This contract was competitively procured, with proposals solicited via the Federal Business Opportunities website, with one offer received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-16-C-4013).

AIR FORCE

Tecolote Research Inc., Goleta, California, has been awarded a $39,355,757 contract for Global Positioning Systems Space and Missile Command acquisition and financial support. Contractor will provide SMC and related space organizations with a broad range of acquisition, financial and administrative capabilities to execute effective and responsive integrated program management of space-related research, development, production, and lifecycle acquisition activities. In rendering support to the identified tasks, outputs may take the form of information, advice, opinions, alternatives, analyses, evaluations, processes to eliminate waste, standardizing best356px-Seal_of_the_US_Air_Force.svg practices, reducing cycle times and cost of doing business, or recommendations to complement the government’s organic resources in accomplishing its mission. Work will be performed at Los Angeles Air Force Base, California; Peterson Air Force Base, Colorado; and Littleton, Colorado, and is expected to be complete by Jan. 31, 2019. This award is the result of a competitive acquisition with two offers received. Fiscal 2016 research, development, test and evaluation funds in the amount of $939,038 are being obligated at the time of award. Space and Missile Command, Los Angeles Air Force Base, California, is the contracting activity (FA8802-13-D-0001-GP02).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Aurora Industries LLC,* Camuy, Puerto Rico, has been awarded a maximum $12,118,776 modification (P00021) exercising the third 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 Dec. 28, 2016, performance completion date. Using military services are Army and Air Force. 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.

*Small business

bmg logo(R)2BMG 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

 

600px-US-DeptOfState-SealDepartment of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St. Arlington VA 22209

R — Administrative and Professional Support Services SAQMMA14R0416 123015 Sara Collins, Contracting Officer, Phone 7038754889, Email collinsse@state.gov – Denise A Williams, Contract Specialist, Phone 7038754558, Fax 7038756292, Email williamsda@state.gov The purpose of this amendment to Solicitation No. SAQMMA14R0416 is to request all offerors who intend to remain within the competition for award to provide a written letter on company letterhead signed by an official authorized to bind the company verifying that the Price and Technical Proposal submitted in response to the solicitation will remain valid until June 15, 2016.  Offerors shall acknowledge receipt of Amendment A010 by returning a signed and dated copy  along with the written letter to Sara Collins ( CollinsSE@state.gov ) with a copy to Denise A. Williams ( WilliamsDA@state.gov ) no later than 4:30 p.m. Eastern Standard Time (EST) on December 30, 2015.

Place of Performance: Rosslyn, VA 22209 US URL: https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA14R0416/listing.htm

OutreachSystems Article Number: 20151218/PROCURE/0618
Matching keyword(s): writ*; copy; technical; standard;

Department of Veterans Affairs, VA Gulf Coast Veterans Health Care System, Department of Veterans Affairs Gulf Coast Veterans Health Care System, Department of Veterans Affairs;Gulf Coast Veterans Health Care System;Network Contracting Office 16;400 Veterans Avenue;Biloxi MS 39531

R–TV advertising for the Joint Ambulatory Care Center (JACC) Pensacola, FL VA25616N0091 122315 Rene’ Impey Contract Specialist rene.impey@va.gov This is a SOURCES SOUGHT NOTICE only. Response to this notice will be used for information and planning purposes. No proposals or quotes are being requested or accepted with this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS or QUOTES and NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. This notice shall NOT be construed as solicitation or as an obligation on the part of the Department of Veterans Affairs. Responses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
The Gulf Coast Veterans Health Care System (GCVHCS) is seeking businesses capable of providing television advertising services for the Joint Ambulatory Care Center (JACC) in Pensacola, FL. Services requested are 1) one prime time (1/2 hour) program every four weeks; 2) three replays each month from 9:00 a.m. to 4:00 p.m.; 3) three replays each month from 12:00 a.m. to 5:00 a.m.;Department_of_Veterans_Affairs_Logo 4) video on demand per month; and 15 (15 second) promos per month. (See SOW below for additional information.)
The GCVHCS is looking to award one firm-fixed contract. The contractor shall furnish all their own labor, equipment, vehicles, materials, and supplies incidental to providing the requested services.
Offeror’s response to this Notice shall include the following information:
Offeror’s company name, DUNS, Federal Tax ID, address, point of contact, title, phone number, and email address
Offeror’s interest in bidding on the solicitation when it is issued to http://www.fbo.gov.
Offeror’s capability to meet this requirement including any current contracts (Civilian or Government). Response must show clear and convincing evidence that your company has the capabilities and qualifications to provide this service to be considered as a source. SDVOSB and VOSB shall also show evidence that they will perform 51% of the work. All parties are asked to identify any subcontractors that shall also be utilized.
Offeror’s type of business (small or large) and socioeconomic status whether Service Disable Veteran Owned, Veteran Owned, Hubzone, 8(a), Woman Owned, Small Disadvantaged, etc. If applicable, Service-Disabled Veteran-Owned Small Business (SDVOSB) or Veteran-Owned (VOSB) must be verified with the seal in VetBiz to be considered as a source. Same for/with subcontractor.
The NAICS code 541840, Media Representatives, applies and the Size Standard is $15.0 million.

Responses must be received by no later than 3:00 p.m. Central, December 23, 2015. Responses shall be emailed to Rene.Impey@va.gov using “sources sought number VA256-16-N-0091” in the subject line. Facsimile or Telephonic responses will not be accepted.
Simply responding as an “interested party” in http://www.fbo.gov doesn’t constitute your company as a source. Offeror must provide the above requested information by the time and date specified to be considered a source. After review of the responses to this sources sought notice, a solicitation announcement may be published on the FBOwebsite in the near future. Responses to this sources sought notice are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought notice.
All interested parties are reminded to be registered with the System for Award Management (SAM) at http://www.sam.go in order to be eligible for award of Government contracts.

Gulf Coast Veterans Health Care System
400 Veterans Avenue
Biloxi, MS 39531
Type of Order: Firm Fixed Price
Period of Performance: 01/01/2016 through 06/30/2016
Place of Performance: Gulf Coast Veterans Health Care System (GCVHCS)
1.0 STATEMENT OF WORK
This task order is intended to provide an avenue of outreach through a broadcast of programs and services for Veterans residing in the Gulf Coast area to include the Florida Panhandle, southern counties of Alabama, and south Mississippi.
2.0 TASKS
2.1 General Requirements
This Task shall include production of one prime time (1/2 hour) program every four weeks, with three replays each month between 9:00 a.m. and 4:00 p.m., three replays each month between
12:00 a.m. and 5:00 a.m., and video on demand. The GCVHCS will provide the host for all programming.
2.2 Specific Mandatory Tasks and Associated Deliverables
Description of Tasks and Associated Deliverables: The contractor shall provide the specific deliverables described below within the performance period stated in this SOW.
2.2.1 Task One (1)
Kick-Off Meeting five (5) business days from date of award. The contractor shall hold a Project Kick-Off Meeting with the GCVHCS Public Affairs Office (PAO) staff. The contractor shall schedule the Kick-Off Meeting to be held within five (5) business days after contract award or as agreed upon between the GCVHCS PAO and contractor. At the Kick-Off Meeting, the contractor shall present a schedule of taping, coordinated with the GCVHCS PAO.
2.2.1.1 Deliverable(s): Kick-Off meeting five (5) business days from date of award.
2.2.2 Task Two (2)
The contractor shall develop an Outreach Plan, based on data and audience analysis and sound outreach principles, which will focus on the creation of a the GCVHCS Outreach Campaign. In order to formulate the Plan, the contractor shall conduct a landscape analysis. The contractor will conduct an organizational/information review to compile existing information/ messaging/ resources. The analysis will identify gaps in information/messaging. The focus of the Outreach Plan will focus on the broader concerns of GCVHCS promotion and include consideration of how GCVHCS relates to other VA outreach plans and messaging. The Outreach plan will include an update on information/resources/messaging to fill gaps identified in the research plan.
In general, all material and messaging will align with the strategies to promote the broader concerns of GCVHCS’s promotion, messaging and material which may include (but are not limited to) attention to specific priority issues of GCVHCS, etc.
As part of the outreach plan, the contractor shall include a media plan that identifies effective dissemination methods using creative web-based internet programs, such as blogs, podcasts, video casts, or any other multimedia and social media tools to deliver messaging and materials to the right audiences and events. The plan shall be consistent with and in support of other VA programs, campaigns and/or efforts. The media plan will identify primary channels/media for communications.
2.2.2.1 Deliverable(s): A Marketing Plan and schedule thirty (30) calendar days from the approved GCVHCS Outreach Plan.
2.2.3 Task Three (3)
The contractor shall develop a standard, consistent outreach identity for the GCVHCS Outreach Program, which is compliant with VA’s outreach identity.
2.2.3.1 Deliverable(s): Outreach Identity and Style Guide.
2.2.7 Task Seven (7)
Contractor shall develop and distribute a series of video promos ranging from ten (10) seconds up twenty (20) seconds for each monthly taping.
2.2.7.1 Deliverable(s): Video promos for monthly taping
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/VA/BiVAMC/VAMCCO80220/VA25616N0091/listing.htm

OutreachSystems Article Number: 20151217/PROCURE/0398
Matching keyword(s): video*; produc*; website; web; business*; event?; production?; distribut*; broadcast*; program?;

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

76–Provide Post Guide and Maps for Fort Knox, Kentucky W9124D-15-R-0057 090115 Karen Keys, 502/624-6853 MICC Center – Fort Knox The MICC – Fort Knox is conducting market research for the following requirement for a no cost contract (agreement) for the Public Affairs Office (PAO), Fort Knox, Kentucky. The contractor shall provide all necessary personnel, equipment, labor, supplies, tools, materials, supervision and other items necessary to print and distribute a civilian enterprise guide for Fort Knox, Kentucky. The contractor shall print a minimum of 19,500 copies of the guide and shall deliver the copies to Fort Knox, Kentucky as designated by the PAO. The guide will contain maps of Fort Knox and surrounding communities. Approximately, 15,000 installation flat and fold maps as well as 5,000 historic driving trail maps will be provided in addition to the guidebooks.

The contractor shall provide personnel who are fully competent in the following areas of duty assignment under the no cost agreement as follows:

a. Advance design and planning. The contractor shall understand and implement modern design and techniques and shall plan for production requirements of future issues of the guide.
b. Assist in the design of the guide. The contractor shall provide technical assistance in the design and layout of the guide to better communicate to the intended Fort Knox audience and shall design the guide to accomplish the internal communications and information needs the publisher desires.
c. Paste-up final page proofs under the guidance and instruction of government representatives of the Fort Knox Public Affairs Office, hereinafter referred to as the PAO. The Publisher sets communication objectives. The PAO will determine final layout and design to communicate to the audience for which the publication is intended.
d. Typesetter, to include all typesetting support. The contractor shall set copy at specifications designated by the PAO. The contractor shall proofread copy typeset by contractor personnel prior to paste-up. The contractor shall ensure that all typesetter personnel know the meanings of standard copy editing symbols. When work performance standards exceed the intended specifications on either part, the Contracting Officer will negotiate, with the contractor a change to the contract.
e. Provide final color pagination for approval (when requested.) Color keys will be approved by both the contractor and the PAO.

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.

Responses to this announcement should be e-mailed to karen.e.keys.civ@mail.mil no later than close of business on 1 September 2015 and should include the following:

1. A statement of interest in services contained herein.
2. A synopsis of the contractor’s capabilities.
3. Company size: small or large, HUBZone, 8(a), Service-disabled veteran-owned, SDB, Woman-owned
4. Contact information, to include name, e-mail address, phone number, and fax number.
5. Provide company’s Dun and Bradstreet and Cage Code numbers

Set-Aside: Partial HBCU / MI Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/86de7539a6c469e4ae1455e192c4552

OutreachSystems Article Number: 20151217/PROCURE/0449
Matching keyword(s): age:state!ky; state!ky;

Department of the Army, Army Contracting Command, MICC, MICC – Fort Knox, Bldg 1109, Room 373 Fort Knox KY 40121-5720

R — IT Support Services – Army Civilian Information System (ITSS-ACIS2) W9124D-16-R-0009 121515 Nathalie Riley, Contract Specialist, Phone 5026248264, Email nathalie.w.riley.civ@mail.mil The pre-solicitation notice regarding MICC -Knox intention to issue a request for proposal (RFP) for Information Technology (IT) Support Services for the Army Department of the ArmyCivilian Information System (ITSS-ACIS2) is canceled in its entirety.  Please continue to monitor FedBizOpps ( http://www.fbo.go“>www.fbo.gov ) for federal business opportunities.
Place of Performance: USA Civ Human Resource Agency 6010 6th Street Fort Belvoir, VA 22060-5595 US URL: https://www.fbo.gov/notices/74b3746f0872738b2d5d9ff8b4a54a4OutreachSystems Article Number: 20151216/PROCURE/0519
Matching keyword(s): age:state!ky;

600px-National_Guard_Logo.svgDepartment of the Army, National Guard Bureau, National Guard Bureau, Contracting Support, ATTN: NGB-AQC 111 South George Mason Drive Building 2, 4th Floor Arlington VA 22204-1382

R — PRE-SOLCITATION NOTICE – Non-Commercial Sustaining Announcements (NCSA) Single Award Indefinite Delivery/Indefinite Quantity Contract (IDIQ) W9133L-16-R-0011 Neal H Dedicatoria, Contract Specialist, Phone 7036072172, Email neal.h.dedicatoria2.civ@mail.mil – Aaron D. Skinner, Contracting Specialist, Phone 7036071141, Email aaron.d.skinner.civ@mail.mil Pre-Solicitation Notice for the Army National Guard’s Non-Commercial Sustaining Announcements (NCSA) Single Award Indefinite Delivery/Indefinite Quantity Contract (IDIQ)

Pursuant to FAR 5.2, this notice is hereby issued to inform interested Offerors that the National Guard Bureau – Acquisition Office (NGB-AQ) intends on issuing a Final Request for Proposal (RFP) for the Army National Guard’s   NCSA Single Award IDIQ Contract. The final RFP is tentatively scheduled to be released on or around 11 January 2016. This notice is being issued early in lieu of the upcoming holiday. This RFP will be competed and is set-aside for Small Businesses. The evaluation approach will be a best value/tradeoff. The applicable NAICS code is 541810 – Advertising Agencies and the size standard is $15,000,000.00.

The main components of this requirement will involve the purchase of PSA In-Home Media and the NCSA program. PSA In-Home media includes: cable television, television spots and radio spots between 12:01 AM to 05:59 AM local standard time. The NCSA Program will provide a hybrid of public service broadcasting and paid advertising. The NCSA Program must utilize the States’ Broadcasters Associations (SBAs) which are represented nationally by the National Alliance of State Broadcasters Associations (NASBA). The objective of the ARNG NCSA program is to reach the ARNG’s primary target demographic of 17-24 year-olds and a secondary demographic of 25-35 year olds. This acquisition will be competed as a Small Business Set-Aside. The Applicable NAICS Code is 541830 – Media Buying Agencies. The size standard is $15,000,000.00. The Period of Performance for this acquisition is for a five (5) year base period. The expected performance start date for this acquisition is 01 July 2016.

The Draft solicitation for this requirement was issued on 27 November 2015 on FBO.gov for public review and comments. Questions are due to the Government on 15 December 2015 at 04:00 PM EST. It is possible that the Government may have to make adjustments to the solicitation and milestones, based on feedback from industry on this Draft solicitation.
Set-Aside: Total Small Business Place of Performance: 111 South George Mason Drive, AH2 Arlington, Virginia United States Arlington, VA 22204-1382 US URL: https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L-16-R-0011/listing.htmOutreachSystems Article Number: 20151215/PROCURE/0041
Matching keyword(s): broadcast*; program?;

Department of Transportation, Federal Aviation Administration (FAA), Mike Monroney Aeronautical CTR, FEDERAL AVIATION ADMINISTRATION, AAQ-731 AC – Mike Monroney Aeronautical Center (Oklahoma City, OK)

R — FAA ESC-Information Technology Support Services (ITSS) Request for Information (RFI) 23175 010816 Monica Price, monica.price@faa.gov, Phone: 405-954-4137 Click here to email Monica Price The Federal Aviation Administration’s (FAA) Enterprise Services Center (ESC) seeks information from private industry about providing Information Technology (IT) support services in a fee-for-service environment under a fixed price performance-based contract. The responses to this Request for Information (RFI) will be used for informational purposes only. This isDOT LOGO not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to this RFI; therefore, any cost associated with voluntary responses are solely at the interested vendors expense.
NAICS Code: The North American Industry Classification System (NAICS) code for these requirements is 541519, Other Computer Related Services with a size standard of $25.5 Million.
1.0 BACKGROUND
The FAA’s Enterprise Services Center (ESC) is an Office of Management and Budget (OMB) designated Financial Shared Services Provider under the Financial Management Line of Business (FMLoB) and Information Systems Security Line of Business (ISSLoB) programs.
ESC is also a General Services Administration (GSA) accredited Third Party Assessment Organization (3PAO) under the Federal Risk and Authorization Management Program (FedRAMP). In addition, ESC provides a full spectrum of IT services spanning application development, system hosting, disaster recovery and Help Desk. ESC operates as a fee-for-service (franchise) organization, providing services to a multitude of federal agencies.
2.0 IDENTIFIED REQUIREMENTS
As a point of reference, at a high level, ESC’s IT services presently encompass:
• Enterprise Architecture (EA)
• Quality Assurance (QA) and Functional Testing
• Technical<span style=”color:blue;”> Writing<br> • Project Management
• Database Administration
• System/Application Development
• System/Application Administration
• Middle Tier Administration
• Infrastructure Design/Support
• Storage Area Network (SAN) / Network Attached Storage (NAS) Administration
• Network Design/Support
• Configuration Management
• Legacy Mainframe Application Support
• Information Systems Security
• Vulnerability Scanning/Remediation Tracking
• Operational Security Support
• Independent Assessments

3.0 PURPOSE OF ANNOUNCEMENT
ESC is contemplating transitioning from an Indefinite Delivery Requirements (ID/R) contract with labor hour tasks to an ID/R performance-based contract with fixed price tasks. The goals of this Request for Information are as follows:
• Determine, in a federal, fee-for-service environment, which particular IT support service areas are better suited for a performance-based contract (versus other contracting approaches);
• Identify if multiple vendors exist in the marketplace that have experience providing IT support services under a performance-based contract, to federal, fee-for-service organizations;
• Gain insights into vendor perspectives on performance-based contracting in the IT support services arena.
The FAA expects this RFI to provide a better understanding of potential benefits, perceived risks, lessons learned, recommendations and best practices from the use of a performance-based contract within a fee-for-service, IT services environment.
The FAA anticipates the future procurement of an IT services contract utilizing a contracting methodology best suited for the IT support services that are not inherently governmental in function nor for which mission requirements dictate the tasks be performed by federal employees.
4.0 INSTRUCTIONS
Responses, submitted electronically in MS-Word or Adobe PDF format, are limited six (6) pages excluding a completed Business Declaration, using 12 point Times New Roman font (or similar) with 1 inch margins. Responses are due no later than 5:00 P.M. (CST) on January 8, 2016. All interested parties must submit their responses via email to monica.price@faa.gov. Questions must be in writing. No phone calls please. Respondents are to outline the information in the following categories/format:
A. Company Overview
Provide a brief description of your company, services, business size, and point(s) of contact, including name, address, phone, and e-mail address. Include a completed Business Declaration.
B. Past Experience Providing IT Support Services under a Performance-based Contract
Describe your company’s past experience providing IT support services under a performance-based contract. Emphasis should be placed on federal organizations, with a broad customer base, operating in a fee-for-service environment. Based upon your experience, what considerations must be taken to ensure success when transitioning to a performance based, fixed price environment?
C. Specific Service Areas Addressed by the IT Support Services
Describe which areas of IT were addressed by the performance-based contract your company provided services under, to include:
• Name of the federal agency for which services were provided
• Period of Performance of the contract
• Contract dollar amount
• IT service areas addressed by the contract
Please identify if your experience correlates with the list provided in paragraph 2.0. Areas or tasks relate where a contractor does not have prior experience should also be annotated as such.
D. Performance-based Contracting – Benefits
Describe actual or perceived benefits (to both parties) recognized by your company while providing IT services under a performance-based contract.
E. Performance-based Contracting – Perceived Risks
Describe actual or perceived risks (to either party) recognized by your company while providing IT services under a performance-based contact.
F. Performance-based Contracting – Recommendations
Describe recommendations your company would have for a federal organization considering the use of a performance-based contract for IT services. Include the preferred contract structure that, based upon your proven success, is best suited for IT performance-based acquisitions.
Thank you for your interest and participation in this RFI.

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/2317 to view the original announcement.

URL: https://www.fbo.gov/spg/DOT/FAA/MMACTR/23175/listing.htm

OutreachSystems Article Number: 20151215/PROCURE/0516
Matching keyword(s): writ*; technical; standard; operating;

DOT LOGODepartment of Transportation, Federal Aviation Administration (FAA), Mike Monroney Aeronautical CTR, FEDERAL AVIATION ADMINISTRATION, AAQ-731 AC – Mike Monroney Aeronautical Center (Oklahoma City, OK)

R — FAA ESC-Information Technology Support Services (ITSS) Request for Information (RFI) 23175 010816 Monica Price, monica.price@faa.gov, Phone: 405-954-4137 Click here to email Monica Price The Federal Aviation Administration’s (FAA) Enterprise Services Center (ESC) seeks information from private industry about providing Information Technology (IT) support services in a fee-for-service environment under a fixed price performance-based contract. The responses to this Request for Information (RFI) will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to this RFI; therefore, any cost associated with voluntary responses are solely at the interested vendors expense.
NAICS Code: The North American Industry Classification System (NAICS) code for these requirements is 541519, Other Computer Related Services with a size standard of $25.5 Million.
1.0 BACKGROUND
The FAA’s Enterprise Services Center (ESC) is an Office of Management and Budget (OMB) designated Financial Shared Services Provider under the Financial Management Line of Business (FMLoB) and Information Systems Security Line of Business (ISSLoB) programs.
ESC is also a General Services Administration (GSA) accredited Third Party Assessment Organization (3PAO) under the Federal Risk and Authorization Management Program (FedRAMP). In addition, ESC provides a full spectrum of IT services spanning application development, system hosting, disaster recovery and Help Desk. ESC operates as a fee-for-service (franchise) organization, providing services to a multitude of federal agencies.
2.0 IDENTIFIED REQUIREMENTS
As a point of reference, at a high level, ESC’s IT services presently encompass:
• Enterprise Architecture (EA)
• Quality Assurance (QA) and Functional Testing
• Technical<span style=”color:blue;”> Writing<br> • Project Management
• Database Administration
• System/Application Development
• System/Application Administration
• Middle Tier Administration
• Infrastructure Design/Support
• Storage Area Network (SAN) / Network Attached Storage (NAS) Administration
• Network Design/Support
• Configuration Management
• Legacy Mainframe Application Support
• Information Systems Security
• Vulnerability Scanning/Remediation Tracking
• Operational Security Support
• Independent Assessments

3.0 PURPOSE OF ANNOUNCEMENT
ESC is contemplating transitioning from an Indefinite Delivery Requirements (ID/R) contract with labor hour tasks to an ID/R performance-based contract with fixed price tasks. The goals of this Request for Information are as follows:
• Determine, in a federal, fee-for-service environment, which particular IT support service areas are better suited for a performance-based contract (versus other contracting approaches);
• Identify if multiple vendors exist in the marketplace that have experience providing IT support services under a performance-based contract, to federal, fee-for-service organizations;
• Gain insights into vendor perspectives on performance-based contracting in the IT support services arena.
The FAA expects this RFI to provide a better understanding of potential benefits, perceived risks, lessons learned, recommendations and best practices from the use of a performance-based contract within a fee-for-service, IT services environment.
The FAA anticipates the future procurement of an IT services contract utilizing a contracting methodology best suited for the IT support services that are not inherently governmental in function nor for which mission requirements dictate the tasks be performed by federal employees.
4.0 INSTRUCTIONS
Responses, submitted electronically in MS-Word or Adobe PDF format, are limited six (6) pages excluding a completed Business Declaration, using 12 point Times New Roman font (or similar) with 1 inch margins. Responses are due no later than 5:00 P.M. (CST) on January 8, 2016. All interested parties must submit their responses via email to monica.price@faa.gov. Questions must be in writing. No phone calls please. Respondents are to outline the information in the following categories/format:
A. Company Overview
Provide a brief description of your company, services, business size, and point(s) of contact, including name, address, phone, and e-mail address. Include a completed Business Declaration.
B. Past Experience Providing IT Support Services under a Performance-based Contract
Describe your company’s past experience providing IT support services under a performance-based contract. Emphasis should be placed on federal organizations, with a broad customer base, operating in a fee-for-service environment. Based upon your experience, what considerations must be taken to ensure success when transitioning to a performance based, fixed price environment?
C. Specific Service Areas Addressed by the IT Support Services
Describe which areas of IT were addressed by the performance-based contract your company provided services under, to include:
• Name of the federal agency for which services were provided
• Period of Performance of the contract
• Contract dollar amount
• IT service areas addressed by the contract
Please identify if your experience correlates with the list provided in paragraph 2.0. Areas or tasks relate where a contractor does not have prior experience should also be annotated as such.
D. Performance-based Contracting – Benefits
Describe actual or perceived benefits (to both parties) recognized by your company while providing IT services under a performance-based contract.
E. Performance-based Contracting – Perceived Risks
Describe actual or perceived risks (to either party) recognized by your company while providing IT services under a performance-based contact.
F. Performance-based Contracting – Recommendations
Describe recommendations your company would have for a federal organization considering the use of a performance-based contract for IT services. Include the preferred contract structure that, based upon your proven success, is best suited for IT performance-based acquisitions.
Thank you for your interest and participation in this RFI.

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/2317 to view the original announcement.

URL: https://www.fbo.gov/spg/DOT/FAA/MMACTR/23175/listing.htm

OutreachSystems Article Number: 20151215/PROCURE/0599
Matching keyword(s): writ*; technical; standard; operating;

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

T – Video Captioning Services for Video Productions SOL Ref #: #B-15-05 Due Date: 01/05/16 Contact: Dianna Thiele Video Captioning Services for Video Productions For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151215/BID/0421
Matching keyword(s): video*; produc*; production?;

California – University of California https://bids.sciquest.com/apps/Router/PublicEvent UC Procurement Services Support: support@ucprocure.zendesk.com

T – UC Berkeley RFP Videography Services, Haas School of Business Due Date: 1/6/2016 3:00 PM PST This RFP is for videography services supporting instructional delivery and events at the Haas School of Business. For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151218/BID/0107
Matching keyword(s): video*; business*; event?; instruct*;

Washington – Whatcom County http://www.co.whatcom.wa.us/Bids.asp 311 Grand Avenue Suite 503; Bellingham, Washington, 98225; (360) 676-6734

T – 15-79 Audio/Video Production Services SOL 15-79 Due Date: 1/12/2016 2:30 PM NOTICE IS HEREBY GIVEN that sealed proposals will be received by Whatcom County Purchasing at their office in the Administrative Services Department on the fifth floor of the Whatcom County Courthouse, 311 Grand Ave Suite 503, Bellingham WA 98225 for the following: AUDIO/VIDEO PRODUCTION SERVICES UNTIL: 2:30 PM Tuesday January 12, 2016 At which time and place proposals will be publicly opened and the names of the submitters read aloud. All interested people are invited to be present. The Whatcom County Council Office is seeking a qualified firm or individual to provide audio-video services to record all of the County Council meetings and provide production services. Further information is contained in the complete RFP document, which may be obtained from Purchasing, email document.write(‘FN_Purchasing’+’@’+’co.whatcom.wa.us’)FN_Purchasing@co.whatcom.wa.usFor security reasons, you must enable JavaScript to view this E-mail address. (preferred), or phone (360) 778-5330. Late submittals will not be considered. Whatcom County reserves the right to reject any or all proposals, and to waive any irregularities. Publication Dates: December 16 and 23, 2015. For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151217/BID/0529
Matching keyword(s): video*; produc*; you; production?;

University of Kentucky, Capital Construction Division, Peterson Service Building, Lexington, KY 40506-0005

99 — Project 2397.0 Specialty Graphics, Signage, and Wayfinding Football Training Facility. SOL UK-1645-16 DUE 01/15/2016 Phone: (859) 257-9100; Website address: http://www.uky.edu/Purchasing/bidlist.ht Pre-Proposal Conference: A Pre-Proposal Conference will be held on Tuesday, December 22, 2015 at 10:00 am for field contractors at Nutter Field House, located at 1401 Sports Center Drive, Lexington, KY 40506 on the campus of the University of Kentucky. Nutter Field House is located next to Commonwealth Stadium. This conference is to allow prospective contractors an opportunity to ask questions, and clarify the University s expectations. Please allow extra time for travel as it may be difficult to find parking space. Parking will be provided in the lot south of Nutter Field house. Decisions and clarifications discussed at this meeting will not be incorporated into the bid documents unless submitted in writing. For directions see the following Website: http://ukcc.uky.edu/cgi-bin/dynamo+campus+0285 Attendance at the Pre-Bid Conference is optional. At this conference the scope of services will be discussed in more detail and will include an opportunity to visit the site. Oral answers given at the conference are not binding. Offerors are encouraged to submit written questions after the Conference by the date listed in Section 3.1, Written Questions of this RFP. The questions and answers will be made part of the RFP and may become part of the contract with the successful Offeror. Oral answers giiven at the conference are not binding. 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: 20151218/KY/3817
Matching keyword(s): age:state!ky; state!ky;

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

U – Safety Training SOL RFP64-2015 Due Date: 01/14/2016 Safety Management Program Evaluation and Improvement For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151217/BID/0198
Matching keyword(s): age:state!ky; state!ky;

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

99 – Arc Flash Prevention Service #7190Bid close SOL Arc Flash Prevention Service #7190Bid closes @ 11:00 a.m. on January 12, 2016 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151217/BID/0200
Matching keyword(s): age:state!ky; state!ky;

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

99 – Refill System for Brake Cleaner #7196Bid cl SOL Refill System for Brake Cleaner #7196Bid closes @ 11:00 a.m. on January 14, 2016 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151217/BID/0201
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/webapp/vssonline/AltSelfServic

R – FY16 General Assembly Reporter RFP – 545 – 1600000195 SOL FY16 General Assembly Reporter RFP – 545 – 1600000195 Kentucky Educational Television Christine Hurst Request for Proposals(RFP) Published On : 12/15/15 Amended On : Closing On : 12/22/15 4:30 PM EST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151216/BID/0031
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Eastern Kentucky University, Kentucky – Eastern Kentucky University http://purchasing.eku.edu/bids-and-quote

R – Request for Proposal Eastern Kentucky University RFP 59-16 Cam SOL Request for Proposal Eastern Kentucky University RFP 59-16 Campus Security Analysis and Consultation Issued: December 8, 2015 Due: January 13, 2016, 2pm, ET 521 Lancaster Avenue Richmond, Kentucky 40475 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151216/BID/0049
Matching keyword(s): age:state!ky; state!ky;

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

U — SFSP Review Contractors – Addendum #1. SOL RFP 540 1600000167 version 2 DUE 12/22/2015 Valerie Blade-Thomas, Email: Valerie.Blade-Thomas@education.ky.gov Phone: (502) 564-2351; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Purpose and Background: The Kentucky Department of Education, Division of School and Community Nutrition (SCN) ( http://education.ky.gov/federal/SCN) is responsible for administering the Child Nutrition Programs for the United States Department of Agriculture. SCN seeks to obtain the services of a professional organization to assist the State Agency in the area of oversight for the Summer Food Service Program (SFSP), to ensure State Agency (SA) compliance. Various types of sponsors participate in the program, which includes private schools, public schools, camps, and government organizations. Approximately 150 sponsors receive technical assistance, training and reimbursement of approximately $6 million annually in program expenditures. Scope of Work: The Vendor s primary responsibility shall be to assist with the programmatic review process. The SFSP requires a full set of professional services to conduct the programmatic reviews- sponsor and, potentially, site reviews. The technical assistance component includes, but is not limited to, conducting reviews efficiently, sharing best practices, and recommendations and assistance with training, workflow processes and administrative tasks. Reviews shall be conducted using an electronic review form incorporated within the claim and application agreement system, which is the Child Nutrition Information and Payment System (CNIPS) that was developed by the Colyar Consulting Group. The compliance module consists of a web component and a laptop component. In the web component, the sponsor reviews are set up, corrective action findings after the review are displayed for the sponsor to review and respond and the tracking of the reviews are performed. The laptop component software is installed on the reviewer s laptop computer. The reviewer then selects the sponsor (and site(s)) to review and then downloads the information onto their laptop. The laptop component is separated by sponsor and site, with a question set for each to perform the programmatic review. The review forms contain a series of option buttons, calculation worksheets and text boxes depending on the nature of the question. If a finding is made, then the reviewer notes the nature of the issue. After the review is completed, then it is uploaded into the web component of the compliance module. The review is then finalized by SCN for the sponsor to submit any corrective action required by the State Agency. The SFSP compliance review module was first utilized in June 2013. Licensing for using the CNIPS review compliance software will be available to the selected vendor at no cost and access to the web component shall be provided as well by SCN. Beginning in 2013 and thereafter all compliance reviews shall be conducted using the CNIPS compliance review software. The SFSP Compliance reviews shall be done beginning in May and concluding in August. The Vendor shall be responsible for completing both the site and sponsor reviews as determined by the State Agency. SCN staff may assist at times with the SFSP site and sponsor reviews depending on their availability. The Vendor shall develop recommended corrective actions to address any findings to include in the Corrective Action Plan. The final Corrective Action Plan and its resolution with the sponsor shall be the responsibility of SCN. The Vendor shall be expected to conduct a full review from planning, conducting and completing the review, including the collection of supporting documentation as needed, up through the submission of findings for the Corrective Action Plan. SCN shall review and approve the review, requesting additional information and clarifications as necessary. SCN will also be responsible for the corrective action plans and associated work thereafter but may require limited assistance from the Vendor. The Vendor will be required to attend meetings in the Frankfort office as well as travel to the sponsor and site locations throughout the state for SFSP reviews. 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: 20151215/KY/3688
Matching keyword(s): age:state!ky; state!ky;

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

R — SFSP Review Contractors – Addendum #1. SOL RFP 540 1600000167 version 2 DUE 12/22/2015 Valerie Blade-Thomas, Email: Valerie.Blade-Thomas@education.ky.gov Phone: (502) 564-2351; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Purpose and Background: The Kentucky Department of Education, Division of School and Community Nutrition (SCN) ( http://education.ky.gov/federal/SCN) is responsible for administering the Child Nutrition Programs for the United States Department of Agriculture. SCN seeks to obtain the services of a professional organization to assist the State Agency in the area of oversight for the Summer Food Service Program (SFSP), to ensure State Agency (SA) compliance. Various types of sponsors participate in the program, which includes private schools, public schools, camps, and government organizations. Approximately 150 sponsors receive technical assistance, training and reimbursement of approximately $6 million annually in program expenditures. Scope of Work: The Vendor s primary responsibility shall be to assist with the programmatic review process. The SFSP requires a full set of professional services to conduct the programmatic reviews- sponsor and, potentially, site reviews. The technical assistance component includes, but is not limited to, conducting reviews efficiently, sharing best practices, and recommendations and assistance with training, workflow processes and administrative tasks. Reviews shall be conducted using an electronic review form incorporated within the claim and application agreement system, which is the Child Nutrition Information and Payment System (CNIPS) that was developed by the Colyar Consulting Group. The compliance module consists of a web component and a laptop component. In the web component, the sponsor reviews are set up, corrective action findings after the review are displayed for the sponsor to review and respond and the tracking of the reviews are performed. The laptop component software is installed on the reviewer s laptop computer. The reviewer then selects the sponsor (and site(s)) to review and then downloads the information onto their laptop. The laptop component is separated by sponsor and site, with a question set for each to perform the programmatic review. The review forms contain a series of option buttons, calculation worksheets and text boxes depending on the nature of the question. If a finding is made, then the reviewer notes the nature of the issue. After the review is completed, then it is uploaded into the web component of the compliance module. The review is then finalized by SCN for the sponsor to submit any corrective action required by the State Agency. The SFSP compliance review module was first utilized in June 2013. Licensing for using the CNIPS review compliance software will be available to the selected vendor at no cost and access to the web component shall be provided as well by SCN. Beginning in 2013 and thereafter all compliance reviews shall be conducted using the CNIPS compliance review software. The SFSP Compliance reviews shall be done beginning in May and concluding in August. The Vendor shall be responsible for completing both the site and sponsor reviews as determined by the State Agency. SCN staff may assist at times with the SFSP site and sponsor reviews depending on their availability. The Vendor shall develop recommended corrective actions to address any findings to include in the Corrective Action Plan. The final Corrective Action Plan and its resolution with the sponsor shall be the responsibility of SCN. The Vendor shall be expected to conduct a full review from planning, conducting and completing the review, including the collection of supporting documentation as needed, up through the submission of findings for the Corrective Action Plan. SCN shall review and approve the review, requesting additional information and clarifications as necessary. SCN will also be responsible for the corrective action plans and associated work thereafter but may require limited assistance from the Vendor. The Vendor will be required to attend meetings in the Frankfort office as well as travel to the sponsor and site locations throughout the state for SFSP reviews. 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: 20151215/KY/3689
Matching keyword(s): age:state!ky; state!ky;

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

R — Construction Manager General Cont Serv. Inst. Complex SCKTC BGKY. SOL RFP 785 1600000197 version 1 DUE 01/21/2016 Margaret MacDonald, Email: Margaret.MacDonald@ky.gov Phone: (502) 564-5182; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Construction Manager/General Contractor Services Instructional Complex South Central KY Community and Technical College, Bowling Green, Warren County, Kentucky. PRE-PROPOSAL MEETING: 10:00 AM/ET December 21, 2015 at 403 Wapping Street, Bush Bldg., Frankfort, Kentucky (Meeting is not mandatory, but highly suggested). 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: 20151215/KY/3691
Matching keyword(s): age:state!ky; state!ky;

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

R — CM/GC MCTC/MSU Postsecondary CTR Rowan Campus Morehead KY. SOL RFP 785 1600000194 version 1 DUE 01/19/2016 Margaret MacDonald, Email: Margaret.MacDonald@ky.gov Phone: (502) 564-5182; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: This proposal is for Construction Manager/General Contractor Services for MCTC/MSU Postsecondary Center of Excellence Phase I-Rowan Campus Maysville Community and Technical College, Maysville KY. PRE-PROPOSAL MEETING: 10:00 AM/ET, December 18, 2015 at 403 Wapping Street, Bush Building, Frankfort, Kentucky (Meeting is not mandatory, but highly suggested). 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: 20151215/KY/3693
Matching keyword(s): age:state!ky; state!ky;

University of Kentucky, Capital Construction Division, Peterson Service Building, Lexington, KY 40506-0005

R — Construction Manager – General Contractor Services, Student Activity Center. SOL RP-032-16 DUE 01/06/2016 Phone: (859) 257-9100; Website address: http://www.uky.edu/Purchasing/bidlist.ht The University of Louisville seeks to procure Construction Management (CM) services (hereafter titled Construction Manager/General Contractor or CM/GC) for the University of Louisville Belknap Campus Student Activity Center. The selected CM/GC will become a responsible member of the Owner s professional team for design and construction in order to assure the project is completed within the proposed budget, program and schedule. The preliminary size of this facility will be 276,501 Square feet of Renovated Space and 32,969 Square feet of New Construction Space. The construction budget is $ 35,000,000. Schematic Design is currently underway and near completion. Current plans call for a construction period, beginning prior to May 15, 2016 with a Substantial Completion date of May 1, 2018 and a Final Completion date of June 1, 2018 CM/GC firms seeking to provide services shall have demonstrated specialized experience in pre-construction, estimating, planning, bidding and constructing on multi packaged construction project for this building type within a Guaranteed Maximum Price (GMP). The GMP is to be estimated at the completion of the Design Development phase. Additional information regarding this project and requested services will be supplied to the short-listed CM/GC short listed. Short listed firms will be provide additional information such as but not limited to: Pre-Construction Services, Construction Services, General and Supplemental Terms & Conditions, Price Proposal Format, Basis for CM/GC Contract and University Trade Contractor Bidding Documents & Procedures at a Pre-Interview conference approximately 10 days prior to on-campus interviews. 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: 20151215/KY/3718
Matching keyword(s): age:state!ky; state!ky;

Jefferson County Public Schools, P.O. Box 34020; Louisville, Kentucky 40232-4020

99 — Awards (School Letters & Inserts). SOL #7191 DUE 01/13/2016 Purchasing/Bid Department, Phone:(502) 485-3011; Website: https://webapps.jefferson.kyschools.us/FinanceWeb/bidopps.asp 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: 20151215/KY/3734
Matching keyword(s): 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

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Alliant Techsystems Inc., Fort Worth, Texas, has been awarded a not-to-exceed $12,690,000 firm-fixed-price, labor hour, and cost-plus-fixed-fee undefinitized contract action for contractor logistic support. Contractor will provide CLS for the Iraqi Air Force’s Cessna 208B ISR caravan and the Cessna 208B Armed Caravan fleet. Work will be performed in Iraq, and is expected to be complete by June 30, 2016. This contract is 100-percent foreign military sales to Iraq. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Tinker Air Force Base Oklahoma, is the contracting activity (FA8106-16-C-0004).

DEFENSE LOGISTICS AGENCY

Cubic Defense Applications, Inc., San Diego, California, has been awarded a maximum $76,365,109 firm-fixed-price contract for parts for personnel locator systems. This was a sole sourceDefense_Logistics_Agency acquisition using justification 10 U.S.C.  2304(c)(1). This is a five-year base contract with no option periods. Location of performance is California, with a Dec. 23, 2020, 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, Aberdeen, Maryland (SPRBL1-16-D-0001).

Belleville Shoe Co.,* Belleville, Illinois, has been awarded a maximum $29,871,013 firm-fixed-price contract for men’s and women’s temperate weather sage boots. This was a competitive acquisition with two responses received. This is a one-year base contract with four option periods. Locations of performance are Illinois and Arkansas, with a Dec. 24, 2020, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPEIC1-16-D-1023).

1280px-DARPA_LogoDEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Northrop Grumman Systems Corp. Aerospace Systems, El Segundo, California, has been awarded a $93,076,636 Other Transaction Agreement for prototype project – Tactically Exploited Reconnaissance Node (Tern) program, Phase III.  The Tern program will design, develop, and demonstrate enabling technologies and system attributes for a medium-altitude long-endurance unmanned air vehicle and shipboard-capable launch and recovery system allowing operations from smaller ships. The Tern Phase III program will focus on the design, fabrication, and testing of a prototype Tern Demonstration System. The face value of the OTA is $132,473,192 with a contractor’s cost share of $39,396,556 and the total estimated government share of $93,076,636.   Work will be performed in El Segundo, California; Newport News, Virginia; Benbrook, Texas; El Cajon, California; Cincinnati, Ohio; East Aurora, New York; Dulles, Virginia; Mojave, California and Spark, Nevada with an estimated completion of November 2017.  Fiscal 2015 and 2016 research and development funds in the amount of $29,563,813 are being obligated at time of the award. DARPA, Arlington, Virginia, is the contracting activity (HR0011-16-9-0003).

*Small business

AIR FORCE

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a $57,401,850   undefinitized contract action for MQ-9 contractor logistics support. Work will be performed at Poway, California and multiple overseas locations, and is expected to be complete by March 31, 2017. This contract is 100-percent foreign military sales to the United Kingdom. This356px-Seal_of_the_US_Air_Force.svg award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-15-G-4040 0017).

Boeing Co., Seattle, Washington, has been awarded a $7,255,120 modification (P00074) to previously awarded contract FA8625-11-C-6600 for a KC-46 engineering manufacturing and development study. Contractor will provide a study which will assess capabilities or filtering changes from the Common Interactive Broadcast waveform and associated software and deliver a final study via an existing contract data requirements list. Work will be performed at Seattle, Washington, and is expected to be complete by June 23, 2017. Fiscal year 2015 research, development, test and evaluation funds in the amount of $7,255,120 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Lockheed Martin Mission Systems and Training, Owego, New York, is being awarded an $117,152,307 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0020) for the manufacture and delivery of 10 MH-60R Mission Avionics Systems and Common Cockpits for the government of Saudi Arabia under the Foreign Military Sales program.  This modification includes recurring engineering and program support required to execute the production and delivery of the mission avionics and common cockpits.  Work will be performed in Owego, New York (45 percent); Farmingdale, New York (27 percent); McKinney, Texas (12 percent); East Syracuse, New York (3 percent); Woodland Hills, Calif. (3 percent); Salt Lake City, Utah (2 percent); Ciudad Real, Spain (2 percent); St, Charles, Missouri (1 percent); Corona, California (1 percent); Everett, Washington (1 percent); Victor, New York (1 percent); Stratford, Connecticut (1 percent); and various locations throughout the United States (1 percent), and is expected to be completed in April 2019.  Foreign military sales funds in the amount of $117,152,307 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 Mission Systems and Training, Owego, New York, is being awarded $110,179,575 for firm-fixed-price delivery order 4012 against basic ordering agreement N00019-14-G-0019 for non-recurring engineering in support of the MH-60R aircraft. This order is for the development, test and qualification of the MH-60R Mission Avionics Systems and Common Cockpits configuration for production for the Government of Saudi Arabia under the Foreign Military Sales Program. Work will be performed in Owego, New York (82 percent); Farmingdale, New York (9 percent); McKinney, Texas (3 percent); Salt Lake City, Utah (2 percent); Corona, California (2 percent); Hampton, Virginia (1 percent), and East Syracuse, New York (1 percent), and is expected to be completed in June 2019.  Foreign military sales funds in the amount of $110,179,575 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, was awarded an $89,847,082 cost-plus-fixed-fee modification to previously awarded contract (N00024-13-C-2128) on Dec. 21, for the purchase of missile tube long lead time material for the common missile compartment program in support of the Ohio Class Replacement. This is a Joint U.S. / United Kingdom (UK) contract that combines purchases for the U.S. Navy (34 percent) and the government of the United Kingdom (66 percent) under the Foreign Military Sales program. Work will be performed in Quonset Point, Rhode Island and is expected to be completed by December 2019.  Foreign military sales, and fiscal 2016 research, development, test & evaluation (Navy) funds in the amount of $59,991,135 were 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.

DZSP 21 LLC, Marlton, New Jersey, is being awarded $42,900,395 modification under a previously awarded cost-plus-fixed-fee contract (N62742-15-C-1160) to exercise the first option to extend services for base operations support services at Joint Region Marianas. 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, water, base support vehicles and equipment, and environmental services.  After award of this option, the total cumulative contract value will be $100,116,043.  Work will be performed at various installations in the United States Territory of Guam, and work is expected to be completed June 2016.  Fiscal 2016 working capital funds (Navy); fiscal 2016 operation and maintenance (Navy); fiscal 2016 Defense health program funds; fiscal 2016 working capital funds (Defense); fiscal 2016 operation and maintenance (Defense agencies); and fiscal 2016 Defense commissary agency account contract funds in the amount of $26,613,392 are 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.

Raytheon Co., Goleta, California, is being awarded $41,926,566 for fixed-price-incentive-fee order 0003 against a previously issued basic ordering agreement (N00019-15-G-0003) to manufacture, test and deliver full rate production lot 15 AN/ALR-67(V)3 Radar Warning Receivers for the U.S. Marine Corps (30), and weapon replaceable assemblies for the government of Switzerland.  Work will be performed in Forest, Mississippi (75 percent), Goleta, California (22 percent) and McKinney, Texas (3 percent), and is expected to be completed in December 2017.  Fiscal 2014 and 2015 aircraft procurement (Navy) and foreign military sales funds in the amount of $41,926,566 will be obligated on this award, $24,266,800 of which will expire at the end of the current fiscal year.  This contract combines purchases for the U.S. Navy ($36,113,146; 86 percent) and Government of Switzerland ($5,813,420; 14 percent) Program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

General Dynamics Advanced Information Systems, Pittsfield, Massachusetts, is being awarded a $30,638,304 modification to a previously awarded cost-plus-incentive-fee, cost-plus-fixed-fee contract (N00030-16-C-0005) for new procurement of efforts for sustainment of the United States (U.S.) and United Kingdom (U.K.) SSBN Fire Control System (FCS), the U.S. SSGN Attack Weapon Control System, including training and support equipment.  Also included is the development of Missile Fire Control for the Ohio Replacement and U.K. Successor Common Missile Compartment Program through production of one U.K. SSBN system.  This modification adds the first increment of the five-year multi-year basic contract.  The work will be performed in Pittsfield Massachusetts (90.0 percent); Bremerton, Washington, (3.8 percent); Kings Bay, Georgia (2.8 percent); Dahlgren, Virginia (1.0 percent); Cape Canaveral, Florida (1.0 percent); Portsmouth, Virginia (1.0 percent); and the United Kingdom (0.4 percent) with an expected completion date of December 2020.  Fiscal 2014 other procurement (Navy) funds in the amount of $1,342,000, are being obligated on this award, all of which will expire at the end of the current fiscal year; fiscal 2016 operations and maintenance (Navy) funds in the amount of $2,896,000, are being  obligated on this award, all of which will expire at the end of the current fiscal year; fiscal 2016 other procurement (Navy) funds in the amount of $11,342,225, are being obligated on this award, none of which will expire at the end of the current fiscal year; fiscal 2016 research, development, test and evaluation funds in the amount of $5,640,596 are being obligated on this award, none of which will expire at the end of the current fiscal year; and U.K. funding in the amount of $9,417,483 are being obligated on this award, none of which expires at the end of the current fiscal year.  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Motorola Solutions, Inc., Columbia, Maryland, is being awarded a $20,459,980 firm-fixed-price contract for lifecycle sustainment of the Enterprise Land Mobile Radio system for Naval Facilities Engineering Command Anti-Terrorism/Force Protection Ashore Program Systems at various Navy installations worldwide.  The work to be performed provides for preventive maintenance of hardware and software; response and resolution of service calls for corrective maintenance to include equipment repair, overhaul, or replacement; asset and configuration management; password management; and software upgrade installation. The contract also contains three unexercised options, which if exercised would increase cumulative contract value to $76,237,089.  Work will be performed worldwide, and is expected to be completed by December 2017.  If all options are exercised, work will continue through December 2020.  Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $20,459,980 are obligated on this award and will expire at the end of the current fiscal year.  This contract was solicited on a sole source basis.  Statutory authority for the use of other than full and open competition is found at 10 U.S.C. 2304 (c)(1) as implemented by Federal Acquisition Regulation 6.302-1(iii) – only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Facilities Engineering Command Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-16-C-1812).

Lockheed Martin Corp., Fort Worth, Texas, is being awarded a $19,974,513 modification to a previously awarded cost-plus-incentive-fee contract (N00019-15-C-0031) for hardware and labor for configuration of the Automatic Logistics Information System Operational Representative Environment in support of the F-35 Lightning II Joint Strike Fighter.  Work will be performed in Orlando, Florida (90 percent) and Owego, New York (10 percent), and is expected to be completed in August 2017.  Fiscal 2014 aircraft procurement (Air Force, Marine Corps, and Navy) funds in the amount of $19,974,513 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 ($10,221,063; 50 percent), the U.S. Marine Corps ($4,876,725; 25 percent); U.S. Navy ($4,876,725; 25 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Rolls-Royce Engine Services-Oakland, Inc., Oakland, California, is being awarded an $18,035,505 modification to a previously awarded firm-fixed-price, indefinite-delivery/ indefinite-quantity contract (N00019-13-D-0019) to exercise an option for the depot repair of T56-A-427 engines, including the repair of power sections, torque meters, gearboxes, and accessories in support of the E-2 Advanced Hawkeye aircraft.  Work will be performed in Oakland, California (97 percent); Indianapolis, Indiana (2 percent); Jacksonville, Florida (.34 percent); Rocky Mount, North Carolina (.33 percent); and Mentor, Ohio (.33 percent), and is expected to be completed in September 2016.  Funds are not being obligated at time of award.  Funds will be obligated on individual task orders as they are issued.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Corp., Aerospace Systems, San Diego, California, is being awarded a $10,423,637 cost-plus-fixed-fee contract for sustainment and logistics services in support of MQ-8 Fire Scout Unmanned Aircraft Systems.  Services to be provided include systems and software engineering, training and integrated logistical support.  Work will be performed in San Diego, California (90 percent) and Point Mugu, California (10 percent), and is expected to be completed in December 2016.  Fiscal 2015 and 2016 research, development, test and evaluation (Navy); fiscal 2016 operations and maintenance (Navy); and fiscal 2016 aircraft procurement (Navy) funds in the amount of $10,033,693 are being obligated at time of award; $2,927,385 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 (N00019-16-C-0023).

The Boeing Co., Seattle, Washington, is being awarded an $8,976,456 modification to a previously awarded fixed-price-incentive-firm contract (N00019-12-C-0112) for logistics supportability analysis data for the Naval Supply Systems Command in support of the P-8A aircraft.  Work will be performed in Seattle, Washington (95 percent); and St. Louis, Missouri (5 percent) and is expected to be completed in December 2017.  Fiscal 2014 aircraft procurement (Navy) funds in the amount of $8,976,456 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

BAE Systems Technology Solutions & Services, Inc., Rockville, Maryland, is being awarded a $34,136,629 cost-plus-fixed-fee, cost-reimbursable contract for services for the Naval Air Warfare Center Aircraft Division’s Special Communications Mission Solutions (SMCS) Division.  These efforts will include life cycle support services and incidental materials to the SCMS Division in support of fielded C-E equipment/systems and subsystems including maintenance, logistic, and life cycle sustainment; logistics management and planning; integrated logistics support; in-service support; engineering support services; training; technical documentation and data; configuration management; technical management; and hardware tracking.  These C-E equipment/systems and subsystems include shipboard, shore based (fixed, transportable, and ground mobile), airborne, and handheld/manpackable platforms.  Work will be performed in St. Inigoes, Maryland (30 percent); Fayetteville, North Carolina (30 percent); Chesapeake, Virginia (20 percent); and San Diego, California (20 percent), and is expected to be completed in August 2017.  Fiscal 2016 Navy working capital funds in the amount of $361,585 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-16-C-0035).

BAE Systems, Information and Electronic Systems Integration, Inc., Nashua, New Hampshire, is being awarded a $7,562,501 modification to a previously awarded firm-fixed-price, cost-plus-incentive fee contract (N00019-15-C-0038) to exercise an option for the procurement of five  OE-120 Air Traffic Control Radar Beacon System antenna systems for the governments of Korea (3) and Japan (2).  Work will be performed in Nashua, New Hampshire, and is expected to be completed in March 2018.  Foreign military sales funds in the amount of $7,562,501 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  This modification combines purchase for the government of Korea ($4,537,501; 60 percent) and Japan ($3,025,000; 40 percent) under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

ARMY

David Boland, Inc.,* Titusville, Florida (W91278-16-D-0013); Core Engineering & Construction, Inc.,* Winter Park, Florida (W91278-16-D-0014); Southeast Cherokee Construction, Inc.,* Montgomery, Alabama (W91278-16-D-0015); The Green-Simmons Company Inc.,* Pensacola, Florida (W91278-16-D-0016); Bates Engineers/Contractors, Inc.,* Bainbridge, Georgia (W91278-16-D-0018); Webb Construction Group, Inc.,* Phenix City, Alabama (W91278-16-D-0022); Angel Menendez Environmental Service, Inc.,* Saint Petersburg, Florida (W91278-16-D-0023); Birmingham Industrial Construction and Robins & Morton Joint Venture, Alabaster, Alabama (W91278-16-D-0024); Leebcor Services, LLC, Williamsburg, Virginia (W91278-16-D-0025); Lunacon Engineering Group, Corp.,* Miami, Florida (W91278-16-D-0026); Orocon – Carothers JV2, Oxford, Mississippi (W91278-16-D-0027); Birmingham Industrial Construction and Robins &Department of the Army Morton Joint Venture,* Alabaster, Alabama (W91278-16-D-0028); American Contractor and Technology Inc.,* Pensacola, Florida (W91278-16-D-0029); FSA & JKC Joint Venture LLC,* Tampa, Florida (W91278-16-D-0030); Speegle Construction, Inc.,* Niceville, Florida (W91278-16-D-0031); Howard W. Pence, Inc.,* Elizabethtown, Kentucky (W91278-16-D-0032); Leebcor Services, LLC,* Williamsburg, Virginia (W91278-16-D-0033); FSA & JKC Joint Venture, LLC,* Tampa, Florida (W91278-16-D-0034); EMR, Inc.,* Lawrence, Kentucky (W91278-16-D-0035); American Contractor and Technology Inc.,* Pensacola, Florida (W91278-16-D-0036); Islands Mechanical Contractor, Inc.,* Middleburg, Florida (W91278-16-D-0037); David Boland, Inc.,* Titusville, Florida (W91278-16-D-0038); and Orocon – Carothers JV2, Oxford, Mississippi (W91278-16-D-0039); were awarded a $499,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award, task order contract with options.  The contract is to provide design and construction services for the Mobile District, Army Corps of Engineers central and south Florida military construction program.  Bids were solicited via the Internet with ninety-one received with an estimated completion date of Dec. 15, 2020.  Funding and work location will be determined with each order.  Army Corps of Engineers, Mobile, Alabama is the contracting activity.

Lockheed Martin Corp., Orlando, Florida was awarded a $130,610,000 firm-fixed-price incrementally funded foreign military sales contract (Qatar) for the AH-64 modernized day sensor assembly.  One bid was solicited with one received. Work will be performed in Orlando, Florida with an estimated completion date of March 1, 2019.  Fiscal 2010, 2015 other procurement funds in the amount of $130,610,000 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois is the contracting activity (W52P1J-16-C-0015).

General Dynamics Land Systems, Sterling Heights, Michigan was awarded an $11,520,705 modification (P00020) to contract W56HZV-11-C-0109 for the receipt, storage, testing, repair, and upgrade of line replaceable units and shop replaceable units for the Abrams Tank, Bradley Fighting Vehicle, and the Wolverine Heavy Assault Bridge.  Work will be performed at Ft. Hood, Texas with an estimated completion date of Dec. 31, 2016.  Fiscal 2016 other procurement funds in the amount of $11,520,705 were obligated at the time of the award.  Army Contracting Command Warren, Michigan is the contracting activity.

Day & Zimmermann Lone Star LLC, Texarkana, Texas was awarded a $10,687,928 firm-fixed-price contract with options for M67 Fragmentation Hand Grenades and M228 Practice Hand Grenade fuses. Bids were solicited via the internet with two received. Work will be performed in Texarkana, Texas with an estimated completion date of Dec. 31, 2019.  Fiscal 2014, 2015 other procurement (Army) funds in the amount of $10,687,928 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois is the contracting activity (W52P1J-16-C-0001).

Raytheon Southeast Asia Systems Co., Andover, Massachusetts was awarded a $9,277,099 firm-fixed-price foreign military sales contract (Kuwait) for technical assistance for the PATRIOT system.  One bid was solicited with one received. Work will be performed in Andover, Massachusetts with an estimated completion date of Dec. 23, 2016.  Fiscal 2016 other procurement funds in the amount of $4,545,778 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama is the contracting activity (W31P4Q-16-C-0022).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

 Irvine, California, has been awarded a maximum $12,185,438 firm-fixed-price contract for weapons system support. This was a sole-source acquisition using justification 10 U.S.C.  2304(c)(1). This is a five-year base contract with no option periods. Locations of performance are California, Ohio, Georgia, Florida, Massachusetts, South Carolina, New York and Michigan, with a Dec. 31, 2020, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Defense Logistics Agency. Type of appropriation is fiscal 2016 through fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPE4AX-16-D-9401).

*Small business

bmg logo(R)2

BMG AD (fv)


Viewing all 149 articles
Browse latest View live