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

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

Defense_Logistics_AgencyConstellation NewEnergy Inc., Baltimore, Maryland, has been awarded a maximum $7,046,395 firm-fixed-price contract for electricity and ancillary services. This was a competitive acquisition with seven responses received. This is a one-year contract with no option periods. Locations of performance are Maryland and Texas, with a Jan. 31, 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 Energy, Fort Belvoir, Virginia (SPE600-16-D-8008).

ARMY

Telesto Group LLC,* Princeton, New Jersey (W52P1J-16-D-0002); Softek International Inc.,* Piscataway, New Jersey (W52P1J-16-D-0021); BridgePhase LLC,* Chantilly, Virginia (W52P1J-16-D-0022); Enterprise Horizon Consulting Group,* San Francisco, California (W52P1J-16-D-0023); CompQSoft Inc.,* Houston, Texas (W52P1J-16-D-0024); Johnson Technology Systems Inc.,* Dover, New Jersey (W52P1J-16-D-0025); 4M Research Inc.,* Huntsville, Alabama (W52P1J-16-D-0026); Stango Obsidian Alliance LLC,* Surf City, New Jersey  (W52P1J-16-D-0027); InSAP Services Inc.,* Marlton, New Jersey (W52P1J-16-D-0028); and Oakland Consulting Group Inc.,* Lanham, Maryland (W52P1J-16-D-0030), were awarded an $846,000,000 order-dependent contract with options for enterprise resource planning services for the Project Manager, Army Enterprise System Integration Program; program manager, GeneralDepartment of the Army Fund Enterprise Business System; and Army Shared Services Center and Army stakeholder organizations. Bids were solicited via the Internet with 25 received with an estimated completion date of Jan. 6, 2021. Funding and work location will be determined with each order.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Vernadero Group Inc.,* Phoenix, Arizona (W91278-16-D-0002); Gulf South Research Corp.,* Baton Rouge, Louisiana (W91278-16-D-0004); Trinity Analysis and Development Corp.,* Shalimar, Florida (W91278-16-D-0005); Marstel-Day LLC,* Fredericksburg, Virginia (W91278-16-D-0006); Stell Environmental Enterprises Inc.,* Elverson, Pennsylvania (W91278-16-D-0007); HelioTech,* Anchorage, Alaska (W91278-16-D-0009); and Trinity Analysis and Development Corp.,* Shalimar, Florida (W91278-16-D-0011), were awarded a $99,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for environmental support for the South Atlantic Division, Army Corps of Engineers, Mobile District, Mobile, Alabama, with an estimated completion date of Jan. 6, 2021.  Bids were solicited via the Internet with 43 received. Funding and work location will be determined with each order.  Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

Delfasco LLC,* Afton, Tennessee, was awarded an $81,626,329 fixed-price-award-fee, indefinite-delivery/indefinite-quantity foreign military sales (Saudi Arabia) contract for practice bombs and fixtures.  Bids were solicited via the Internet with three received.  Work will be performed in Afton, Tennessee, with an estimated completion date of Dec. 31, 2019.  Funding and work location will be determined with each order.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-16-D-0039).

Pyramid Contracting LLC,* Irmo, South Carolina, was awarded an $8,559,900 firm-fixed-price multi-year, incrementally funded contract for flooring.  Bids were solicited via the Internet with six received. Work will be performed at Ft. Jackson, South Carolina, with an estimated completion date of Oct. 30, 2020.  Funding will be determined with each order.  Army Contracting Command, Ft. Jackson, South Carolina, is the contracting activity (W9124C-16-D-0002).

600px-US-DeptOfNavy-Seal.svgNAVY

Seaward Marine Services Inc.,* Norfolk, Virginia, is being awarded a $53,355,875 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for waterborne hull cleaning and associated work on the underwater portion of ships and crafts to support the Director of Ocean Engineering, Supervisor of Salvage and Diving.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $257,900,000. Work will be performed in the Pacific Ocean (51 percent); Atlantic Ocean (41 percent); and the European, African, and Arabian Peninsula waters (8 percent), and is expected to be completed by January 2017.  No funding is being obligated at time of award.  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1; services required are available from only one responsible source.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-D-4102).

Lockheed Martin Corp., Manassas, Virginia, is being awarded a not-to-exceed $7,135,576 contract for advanced delivery order 1001 under previously awarded basic ordering agreement N00104-16-G-A100 for repair of a maximum of 1263 parts used in the AN/UYQ-70 system, an advanced display and processor system for tactical and command, control, communication; computers intelligence applications for target acquisition and tracking, weapons control, theater air defense, anti-submarine warfare, battle group communication and airborne surveillance and control.   Work will be performed at various Lockheed Martin locations inside the continental U.S. (90 percent); and Virginia Beach, Virginia (10 percent).  Work is expected to be completed by May 2017. Fiscal 2016 working capital funds (Navy) in the amount of $3,496,432 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), with one offer received in response to this solicitation.  Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

FLIR Surveillance Inc., Billerica, Massachusetts is being awarded a maximum $14,656,803 indefinite-delivery/indefinite-quantity contract to provide life-cycle contractor support for the electro-optical sensor systems for the Technology Applications Program Office. The majority of the work will be performed in Ft. Campbell, Kentucky. Fiscal 2016 operations and maintenance160px-Special_Operations_Specops_Army.svg funds in the amount of $75,000 are being obligated at time of award to satisfy the minimum guarantee. Additional funding will be obligated on a delivery order basis.  This contract was awarded through non-competitive award in accordance with Federal Acquisition Regulation 6.302-1.  U.S. Special Operations Command Contracting office, Tampa, Florida, is the contracting activity (H92241-16-D-0003).

*Small business

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

Twelve contractors have been awarded contracts for an indefinite-delivery/indefinite-quantity, fixed-price contract for international ocean transportation and intermodal distribution services through U.S. Transportation Command’s Universal Service Contract-8. The awards are as follows: American President Lines LTD Inc., Scottsdale, Arizona, an estimated $257,131,913 (HTC711-16-D-W002); Maersk Line LTD, Norfolk, Virginia, an estimated $227,835,577(HTC711-16-D-W014); Matson Navigation Co. Inc., Oakland, California, an estimated $95,294,998 (HTC711-16-D-W015); Hapag-Lloyd USA LLC, Piscataway, New Jersey, an estimated $92,075,357 (HTC711-16-D-W012); American Roll-On Roll-Off Carrier LLC,* Woodcliff Lake, New Jersey, an estimated $66,941,381 (HTC711-16-D-W003); Farrell Lines Inc., Norfolk, Virginia, an estimated $64,360,874 (HTC711-16-D-W009); Liberty Global Logistics LLC,* Lake Success, New York, an estimated $55,788,479 (HTC711-16-D-W013); Totem Ocean Trailer Express Inc., Federal Way, Washington, an estimated $30,438,795 (HTC711-16-D-W025); Central Gulf Lines Inc., Mobile, Alabama, an estimated $24,494,841 (HTC711-16-D-W005); TransAtlantic Lines,* Greenwich, Connecticut, an estimated $20,596,119 (HTC711-16-D-W027); Sea Star Line LLC, Jacksonville, Florida, an estimated$20,148,725 (HTC711-16-D-W020); and Young Brothers LTD,* Honolulu, Hawaii, an estimated $18,494,963(HTC711-16-D-W029). Work will be performed worldwide as specified on each individual order and is expected to be completed Feb. 28, 2017. There were 29 proposals received.  Type of appropriation is fiscal 2016 and 2017 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.

Department of the ArmyARMY

AM General, South Bend, Indiana, was awarded a $24,965,954 modification (P00012) to foreign military sales (Iraq) contract W56HZV-15-C-0155 for 120 High Mobility Multipurpose Wheeled Vehicles.  Work will be performed in Mishawaka, Indiana, with an estimated completion date of April 30, 2016.  Fiscal 2016 other procurement funds in the amount of $24,965,954 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

RCT Systems Inc., Power Systems Division,* Linthicum, Maryland, is being awarded a $12,393,192 cost-plus-fixed-fee contract for research and development activities associated with power conversion modules and energy storage components associated with advanced shipboard electrical power systems.  RCT Systems Inc. will support the research and developmental testing and manufacturing of bi-directional power conversion modules to support a 4160 VAC 60Hz shipboard electrical architectures to interface with the battery or rotating machine energy storage and power load modules in support of next generation integrated power systems. RCT Systems will also perform studies and analysis, conduct design, develop, and testing of solutions for the energy storage and for the power conversion modules.  Work will be performed in Linthicum, Maryland, and is expected to be completed by January 2021.  Fiscal 2015 research, development, test, and evaluation (Navy) funding in the amount of $50,000 will be obligated at the time of award and funds will expire at the end of the current fiscal year.  This contract was competitively procured via broad agency announcement; 99 white papers were received and 13 proposals were requested.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-C-4200).

*Small business

Raytheon Missile Systems, Tucson, Arizona, was awarded a $66,593,457 firm-fixed-price contract on Dec. 31, 2015, for fiscal 2016 Navy Rolling Airframe Missile (RAM) Block 2 guided missile round pack requirements.  The RAM guided missile weapon system is co-developed and co-produced under an international cooperative program between the U.S. and the Federal Republic of Germany.  RAM is a missile system designed to provide anti-ship missile defense for multiple ship platforms.  This contract is to procure material, fabricate parts, assemble and test, and deliver RAM Block 2 MK 44 Mod 4 guided missile round packs.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $142,825,203, and also includes an option for foreign military sales to Japan.  Work will be performed in Tucson, Arizona (49.1 percent); Ottobrunn, Germany (41.2 percent); Rocket Center, West Virginia (8.5 percent); and Andover, Massachusetts (1.2 percent), and is expected to be completed by February 2018.  Fiscal 2016 weapons procurement (Navy) funding in the amount of $66,593,457 is being obligated at time of award, and no funds will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(4), international agreement.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-C-5400).

Syn-Tech Systems Inc., Tallahassee, Florida (N65236-16-D-1002), is being awarded a $17,863,377 indefinite-delivery/indefinite-quantity, commercial, firm-fixed-price contract for fuel management systems (FuelMaster) support services to include technical support, procurement, installation, and sustainment capabilities for existing FuelMaster automated fuel service station; automated data collection/fuel dispensing system; automated point of sale device; and automotive information module second generation equipment at more than 507 sites worldwide.  This contract includes options which, if exercised, would bring the cumulative value (ceiling) of the contract to an estimated $91,929,442.  Work will be performed worldwide.  Work is expected to be completed by January 2017.  If all options are exercised, work could continue until January 2022.  Fiscal 2016 working capital funds (Navy) in the amount of $1,726,665 will be obligated at the time of award under the first task order; these funds will not expire at the end of the current fiscal year.  The contract was not competitively procured because it is a sole-source acquisition negotiated under 10 U.S. Code 2304(c)(1).  Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity.

MISSILE DEFENSE AGENCY

A-P-T Research Inc., Huntsville, Alabama, is being awarded a $30,456,367 cost-plus-fixed-fee contract for advisory and assistance services for safety under the technical, engineering, advisory,600px-US-MissileDefenseAgency-Seal.svg and management support contracts.  This contract provides support for the development, implementation, sustainment, and execution of both Ballistic Missile Defense System (BMDS) and program-level safety policies, requirements, and programs; supports BMDS and program-level system safety risk identification and management processes; and supports safe-conduct of system demonstration and simulation activities, to include flight and ground tests, at both the BMDS and program levels.  Work will be performed at Huntsville, Alabama; Dahlgren, Virginia; Albuquerque, New Mexico; Vandenberg Air Force Base, California; and Fort Greely, Alaska, with an expected completion date of December 2021.  Fiscal 2015 research, development, test and evaluation funds in the amount of $1,619,544; and 2016 Foreign Military Sales funds in the amount of $162,087, are being obligated at time of award.  This contract was a competitive awarded acquisition with two offers received.  The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-16-C-0015).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Alion Science and Technology Corp., McLean, Virginia, has been awarded a $28,725,401 undefinitized modification (P00144) to previously awarded contract FA7014-07-C-0009 for the Secretary of the Air Force Acquisition office and joint program office for the F-35 program. Contractor will provide advisory and assistance services support. Work will be performed at Arlington, Virginia; and Bolling Air Force Base, District of Columbia, and is expected to be complete by June 30, 2016. Fiscal 2016 Office of the Secretary of Defense, and Air Force research, development, test and evaluation and operations and maintenance funds in the amount of $13,644,451 are being obligated at the time of award. Air Force District of Washington, Andrews Air Force Base, Maryland, is the contracting activity. 

DEFENSE LOGISTICS AGENCY

FedMedical Inc.,* Summerville, South Carolina, has been awarded a maximum $25,000,000 fixed-price with economic price adjustment contract for pulse oximeters, surgical lights andDefense_Logistics_Agency accessories. This was a competitive acquisition with 96 responses received. This is a five-year contract with no option periods. Location of performance is South Carolina, with a Jan. 4, 2021, 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 (SPE2D1-16-D-0003).

Department of the ArmyARMY

DRS-NIS, Melbourne, Florida, was awarded a $16,492,821 firm-fixed-price, sole-source contract for the procurement of digital vehicle distribution box assembly repair and upgrades.  The assembly is a power distribution and control box for the automotive and diagnostic systems of the Bradley Fighting Vehicle.  Performance location(s) and funding will be determined with each order, with an estimated completion date of Dec. 30, 2022.  Bids were solicited via the Internet with one received.  Army Contracting Command, Tank and Automotive, Warren, Michigan, is the contracting activity (W56HZV-16-D-0028).

*Small business

AIR FORCE

The Boeing Co., St. Louis, Missouri, has been awarded an $855,000,000 ceiling contract for T-38C avionics component integration and contractor logistics support.  The location of performance is St. Louis, Missouri; and Air Force and Navy bases located in Texas, Mississippi, Maryland, and Oklahoma. Work is expected to be completed by Jan. 3, 2026. This award is the result of a competitive acquisition and two offers were received. Fiscal 2015 research and development funds in the amount of $750,000 are being obligated at time of award. Air Force Life Cycle356px-Seal_of_the_US_Air_Force.svg Management Center, Hill Air Force Base, Utah is the contracting activity (FA8211-16-D-0001).

SRA, Fairfax, Virginia, has been awarded a $35,432,915 firm-fixed-price and time-and-materials contract for the Distributed Common Ground System (AF DCGS) Processing, Exploitation, and Dissemination (PED) Operation Center. Contractor will manage, administer, and maintain the operational weapon system architecture supporting AF DCGS. The current AF DCGS PED architecture consists of an asynchronous transport mode network that successfully transports serial sensor bit streams, non-serial imaging sensors bit streams (both stills and full motion video), and imagery (still and motion), voice, avionics bit streams, and data as received from reconnaissance aircraft aloft overseas to various AF DCGS sites, where processing takes place. Work will be performed at Langley Air Force Base, Virginia, and is expected to be complete by Feb. 28, 2019. This award is the result of a competitive acquisition and four offers were received. Fiscal 2016 operations and maintenance funds in the amount of $1,537,357 are being obligated at the time of award. AMIC DET2/PK, Joint Base San Antonio, Texas is the contracting activity (FA7037-16-F-8001).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Veyance Technologies, Fairlawn, Ohio, has been awarded a maximum $31,799,186 firm-fixed-price contract for track shoe assemblies for Abrams vehicles. This was a competitive acquisition with one response received. This is a one-year contract with no option periods. Location of performance is Ohio, with a Jan. 3, 2017, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 through fiscal 2017 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-16-C-0035).

ARMY

Lockheed Martin, Orlando, Florida, was awarded a $25,291,001 firm-fixed-price, foreign military sales contract to continue consolidated logistics support for the Office of the Program ManagerDepartment of the Army – Saudi Arabia National Guard.  Work will be performed in Saudi Arabia, with an estimated completion date of Dec. 31, 2018.  Bids were solicited via the Internet with one received.  Fiscal 2015 other funds in the amount of $25,291,001 were obligated at the time of the award.  Army Contracting Command – Program Manager Saudi Arabia, is the contracting activity (W90BRJ-16-C-0005).

600px-US-DeptOfNavy-Seal.svgNAVY

Exelis Inc., Clifton, New Jersey, is being awarded a $7,628,203 firm-fixed-price, indefinite-delivery/indefinite-quantity, long-term contract for repair of weapons replaceable assemblies used in support of the Integrated Defensive Electronic Countermeasures program.  This contract includes a two-year base and three one-year option periods, which if exercised, will bring the contract value to $28,482,500.  Work will be performed in Clifton, New Jersey, and is expected to be completed by December 2017.  If all options are exercised, work will continue through December 2020.  No funds will be obligated at the time of award.  Working capital funds (Navy) will be obligated as individual delivery orders are issued.  No funds 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, with one offer received in response to this solicitation.  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N003831-16-D-002P).

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

Apex Clean Energy Holdings LLC,* Charlottesville, Virginia, has been awarded a maximum $497,350,565 firm-fixed-price contract for electricity from an on-site solar and off-site wind energy production facility, supplemented with electricity from conventional resources. This was a competitive acquisition with nine responses received. This is a 29-year, 10-month contract for renewable energy. The conventionalDefense_Logistics_Agency energy portion of the contract is 10 years, with one 10-year and one eight-year option period. Locations of performances are Virginia and Texas, with an Oct. 31, 2045, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 through fiscal 2046 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-16-D-8000).

US Foods Lexington, Lexington, South Carolina, has been awarded a maximum $64,500,000 fixed-price with economic price adjustment contract for prime vendor food and beverage support for customers in the South Carolina area. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a 363-day bridge contract. Location of performance is South Carolina, with a Jan. 14, 2017, 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 (SPE300-16-D-3164).

Labatt Food Services, San Antonio, Texas, has been awarded a maximum $52,500,000 fixed-price with economic price adjustment contract for prime vendor food and beverage support for customers in the San Antonio area. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a 363-day bridge contract. Location of performance is Texas, with a Jan. 14, 2017, performance completion date. Using military services are Army, 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 (SPE300-16-D-3163).

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

Nine companies have each been awarded a share of an estimated $125,922,873 third option-year modification P00013 under an indefinite-delivery/indefinite-quantity fixed-price with 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 $549,663,016 from $ 423,740,143. The companies 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 Air 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); and  United Parcel Service Co., Louisville, Kentucky (HTC711-13-D-C009).  Work will be performed worldwide as specified on each individual order, and is expected to be completed Jan. 31, 2017.  Funds will be obligated through decentralized orders.  The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

Minburn Technology Group LLC, Great Falls, Virginia (H92222-16-F-0019) is being awarded a maximum $115,000,000 firm-fixed-price delivery order to procure160px-Special_Operations_Specops_Army.svg commercial Microsoft software licenses and software assurance in support of U.S. Special Operations Command Headquarters Procurement Division (SOF AT&L-KS). The majority of the work will be performed in Great Falls, Virginia, and is expected to be completed by Dec. 31, 2018. Fiscal 2016 operations and maintenance (O&M) funds in the amount of $26,328,058 are being obligated at time of award to satisfy the minimum guarantee. Procurement or O&M funding will be used as appropriate for new software. U.S. Special Operations Command Contracting office, Tampa, Florida, is the contracting activity.

Department of the ArmyARMY

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $75,324,426 cost-plus-fixed-fee, undefinitized contract action to provide non-recurring engineering efforts for the design and integration of a 30mm cannon mounted on an unmanned, stabilized turret onto the Stryker infantry carrier vehicle platform, and the development of eight prototypes.  Per requirement, these contracts are only obligated to be funded up to 50 percent and this contract has obligated $30,757,464.  Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Jan. 15, 2021.  Bids were solicited via the Internet with one received.  Fiscal 2015 research, development, test and evaluation (Army) funds in the amount of $2,300,000; and fiscal 2016 research, development, test and evaluation (Army) funds in the amount of $28,457,000, were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-16-C-0038).

The Whiting-Turner Contracting Co., Baltimore, Maryland, was awarded a $30,469,870 firm-fixed-price contract for renovation of the 20th Chemical, Biological, Radiological, Nuclear, and Enhanced Conventional Weapons command headquarters facility.  Work will be performed in Aberdeen Proving Ground, Maryland, with an estimated completion date of Jan. 4, 2018.  Bids were solicited via the Internet with six received.  Fiscal 2012 military construction funds in the amount of $30,469,870 were obligated at the time of the award.  Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-16-C-0002).

Lockheed Martin, Orlando, Florida, was awarded a $15,017,849 firm-fixed-price, foreign military sales contract for a digital battle staff trainer, war simulation trainer.  Work will be performed in Saudi Arabia, with an estimated completion date of Dec. 31, 2017.  Bids were solicited via the Internet with one received.  Fiscal 2016 other funds in the amount of $15,017,849 were obligated at the time of the award.  Army Contracting Command, Program Manager Saudi Arabia National Guard, is the contracting activity (W90BRJ-16-C-0008).

NAVY

SMIT Singapore PTE Ltd., Singapore, is being awarded a $43,000,000 modification to previously awarded contract N00024-12-D-4120 to exercise an option for salvage, salvage-related towing, harbor clearance, ocean engineering, and point-to-point towing services to support the Director of Ocean Engineering, Supervisor of Salvage and Diving (SUPSALV).  The Naval Sea Systems Command, SUPSALV, is responsible for maintaining contracts for commercial sources to supplement the Navy’s600px-US-DeptOfNavy-Seal.svg salvage, diving, towing, and search and recovery capabilities.  Work will be performed in the Western Pacific waters and is expected to be completed by February 2017.  No funding is being obligated at time of award and 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.

Crowley Technical Management Inc., Jacksonville, Florida, is being issued a $34,498,445 modification under a previously awarded firm-fixed-price contract (N62387-15-C-2505) to exercise a one-year option period for the operation and maintenance of five Navy Ocean Surveillance Ships (T-AGOS) and two Missile Range Instrumentation Ships (T-AGM).  Work will be performed worldwide and is expected to be completed by Jan. 21, 2017.  Navy working capital funds in the amount of $34,498,445 are being obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.

General Nucleonics Inc., Pomona, California, is being awarded a $16,577,014 firm-fixed-price long-term requirements contract for the repair for three weapons replaceable assemblies in support of the Main Rotor Blade In Flight Inspection System utilized on the H-53 aircraft.  Work will be performed in Pomona, California, and work is expected to be completed by June 2020.  No funds will be obligated at the time of award.  Fiscal 2016 working capital funds (Navy) will be provided through individual delivery orders as they are issued; none of which will expire at the end of the current fiscal year.  One firm was solicited for this non-competitive requirement, and one offer was received in accordance with Federal Acquisition Regulation 6.302-1.  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-16-D-009F).

Lockheed Martin Corp., Missiles and Fire Control, Orlando, Florida, is being awarded a $14,221,556 cost-plus-fixed-fee undefinitized contract action for the procurement of non-recurring engineering requirements on the Target Sight System (TSS), including software development and testing, system modification, testing, and installation requirements necessary to configure the TSS to the requirements of the government of Pakistan.  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 is integrated into the AH-1Z Cobra attack helicopters.  Work will be performed in Orlando, Florida (94 percent); and Ocala, Florida (6 percent).  The work is expected to be complete by December 2017.  Fiscal 2016 foreign military sales funding in the amount of $3,555,389 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract is being negotiated on a sole-source basis in accordance with statutory authority 10 U.S. Code 2304(c)(4) as implemented by Federal Acquisition Regulation 6.302-4.  The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity (N00164-16-C-JQ11).

Martin Baker Aircraft Co. Ltd., Higher Denham, Near Uxbridge, Middlesex, England, is being awarded a $9,458,828 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0066), for the procurement of 30 Navy Aircrew Common Ejection Seats for F/A-18 series and EA-18G aircraft for the Navy.  In addition, this modification provides for associated hardware, equipment, technical data, and production support services.  Work will be performed in Higher Denham, Near Uxbridge, Middlesex, England (61.86 percent); Johnstown, Pennsylvania (22.46 percent); Ronkonkoma, New York (8.24 percent); and Chatsworth, California (7.44 percent), and is expected to be completed in August 2017.  Fiscal 2015 aircraft procurement (Navy) funds in the amount of $9,458,828 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

L-3 Communications-Vertex Aerospace, Madison, Mississippi, was awarded an estimated $42,017,407 modification (P00012) to exercise the option on previously awarded contract FA3002-14-C-0013 for support to the T-1, T-6, and T-38 undergraduate pilot training at Vance Air Force Base. Work will be performed at Vance Air Force Base, Oklahoma, and Option 1 will be complete by Sept. 30, 2016.  There are five more option periods under contract.  The estimated completion date after all options is Sept. 30, 2021. No funds are being obligated at the time of award. Air Force Installation Contracting Agency, Joint Base San Antonio-Randolph, Texas, is the contracting activity. (Awarded on Sept. 17, 2015)

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $30,727,886 undefinitized contract action for the Pakistani Air Force (PAF) C-130 fleet. Contractor will design, manufacture, integrate, train, provide technical support during installation, and deliver 11 C-130E model kits and five C-130B integrated avionics suites and kits. Additionally, Rockwell Collins shall develop, validate, and deliver consolidated B/E flight manual and associated checklists, and maintenance supplements required to operate, maintain, and sustain the PAF C-130 fleet. Work will be performed at Nur Khan Base, Islamabad, Pakistan, and is expected to be complete by Dec. 31, 2020. This award is the result of a sole-source acquisition. This contract is 100 percent foreign military sales to the country of Pakistan. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8553-16-C-0005).

Lockheed Martin Aeronautics, Marietta, Georgia, has been awarded a not-to-exceed $10,035,434 modification (P00510) to previously awarded contract FA8625-11-C-6597 for C-130J advanced procurement and external fuel tank modification kits. Contractor will provide long-lead items and the external fuel tank mod kits in preparation for the procurement of C-130Js for Israel. Work will be performed at Marietta, Georgia, and is expected to be complete by June 30, 2018. This contract is 100 percent foreign military sales to Israel. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

PAE Applied Technologies LLC, Fort Worth, Texas, was awarded an estimated $8,196,039 modification (P00015) to exercise the option on previously awarded contract FA3002-15-C-0003 for support services. Contractor will provide communications and information technology, housing management, operations and maintenance, space management, grounds and site management among other contract items. Work will be performed at Vance Air Force Base, Oklahoma, and is expected to be complete by Feb. 29, 2016. No funds are being obligated at the time of award. Air Force Installation Contracting Agency, Joint Base San Antonio-Randolph, Texas, is the contracting activity, and is working another three-month extension of services. (Awarded on Nov. 19, 2015)

CORRECTION: The contract to Exelis Inc., awarded on Dec. 3, 2015, had an incorrect contract number. The correct number is FA8730-16-C-0009. All other information in the release is accurate.

MISSILE DEFENSE AGENCY

Raytheon Co. Integrated Defense Systems, Woburn, Massachusetts, is being awarded a modification (P00053) to a previously awarded fixed-price-incentive-firm contract.  The value of this contract modification is $35,999,523, increasing the total contract value from $208,191,227 to $244,190,750.  Under this contract modification,Missile Defense Agency the contractor will implement a data processor and signal processor equipment suite modernization at Royal Air Force Fylingdales, United Kingdom. The performance period is from January 2016 through July 2018.  Fiscal 2014 and 2015 procurement funds in the amount of $35,999,523 will be obligated at time of award.  The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-12-C-0014).

*Small business

600px-US-DeptOfNavy-Seal.svgNAVY

CH2M Hill Inc., Virginia Beach, Virginia, is being awarded a maximum amount $240,000,000 cost-plus-award-fee, indefinite-delivery/indefinite-quantity architect-engineering contract for comprehensive, long-term environmental action services on Navy and Marine Corps installations at various Department of Defense sites in the Naval Facilities Engineering Command (NAVFAC) Atlantic area of responsibility (AOR).  The work to be performed provides for architectural and engineering services to provide program management and technical environmental services in support of the Department of the Navy’s Environmental Restoration Program, Munitions Response Program, and other similar programs at any Navy and Marine Corps activity in the AOR covered by NAVFAC Atlantic.  The principle geographic areas covered by this contract include NAVFAC Mid-Atlantic Hampton Roads and Marine Corps Integrated Product Teams, Washington, Northwest, Southwest, and Europe Africa Southwest Asia AORs and Puerto Rico.  Task order 0001 is being awarded at $180,000 for architect engineering services at the program management office in Virginia Beach, Virginia.  Work for this task order is expected to be completed by March 2016.  All work on this contract will be performed within the NAVFAC Atlantic AOR including, but not limited to, North Carolina (26 percent); Puerto Rico (26 percent); Virginia (26 percent); Maryland (8 percent); California (5 percent); Washington, District of Columbia (3 percent); West Virginia (3 percent); Washington (2 percent); and Alaska (1 percent), and is expected to be completed by January 2021.  Fiscal 2016 environmental restoration (Navy) contract funds in the amount of $180,000 are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by environmental restoration (Navy).  This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-16-D-9000).

L-3 Communications Corp., Northampton, Massachusetts, was awarded a $44,710,060 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, cost reimbursement, firm-fixed-price contract for depot-level services for the upgrade, repair, and overhaul of the photonics masts. The Photonics Mast (PM) and Photonics Mast Variant (PMV) are major units within the imaging systems on Virginia-class and Ohio-class submarines.  This procurement will provide for repair of masts; replacement and repair of mast subassemblies; testing, inspection, and evaluation of photonics masts; and upgrades to the PM and PMV.  This acquisition will also provide engineering and technical support in the form of distance and/or on-site support to the field at intermediate level repair facilities.  Work will be performed in Northampton, Massachusetts, and the expected completion date is January 2019.  Fiscal 2015 and 2016 other procurement (Navy) funding in the amount of $3,811,259 will be obligated on the first two task orders, none of which will 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 or limited number of sources and no other suppliers will satisfy the requirements.  The Naval Undersea Warfare Center Division, Newport, Newport, Rhode Island, is the contracting activity (N66604-16-D-0349). (Awarded Jan. 8, 2016)

Boston Ship Repair LLC,* Boston, Massachusetts, is being awarded a $12,505,219 firm-fixed-price contract for 58-calendar day shipyard availability for the regular overhaul and dry docking of USNS Grumman (T-AO 195).  Work will include general services for ship, clean and gas-free tanks void and cofferdams and spaces; cargo tanks preservation; potable water tanks preservation; tank deck overhead preservation; non-skid preservation; port main engine 12K hour overhaul; cargo system wire replacement; cargo console system mechanical support; cargo console system installation; No. 4 ship service diesel generator 50K overhaul; aqueous foam-forming film piping; No. 3 and  4 ship service diesel generator turbocharger overhauls; annual lifeboat davit inspections; underwater hull and freeboard preservation; sea valve overhaul; controllable pitch propeller system checks and 15 year tail shaft inspection; stern tube seal maintenance; and ultrasonic thickness readings/hull survey.  The contract includes options which, if exercised, would bring the total contract value to $12,843,198.  Work will be performed in Boston, Massachusetts, and is expected to be completed by April 15, 2016. Fiscal 2016 maintenance and repair contract funds in the amount of $12,505,219 are being obligated at the time of award, and the funds will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with two offers received.  The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-16-C-4001).

Marine Hydraulics International Inc., Norfolk, Virginia, is being awarded an $8,612,073 firm-fixed-price contract for USS Winston S. Churchill (DDG 81) fiscal 2016 Selected Restricted Availability (SRA).  Work will involve ship repair, maintenance, and modernization.  This contract includes option items which, if exercised, would bring the cumulative value of this contract to $9,389,433.  Work will be performed in Norfolk, Virginia, and is expected to be completed by July 2016.  Fiscal 2016 operation and maintenance (Navy); and fiscal 2016 other procurement (Navy) funding in the amount of $8,612,073 is being obligated at time of award, and $7,451,364 will expire at the end of the current fiscal year.  This contract was competitively procured under full and open competition via the Federal Business Opportunities website; three offers were received. The Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity (N50054-16-C-0003).

Correction:  The contract awarded on Oct. 30, 2015, to 2H&V Construction Services,* Bonifay, Florida (N69450-16-D-0601); Birmingham Industrial Construction LLC,* Alabaster, Alabama (N69450-16-D-0602); ESA South Inc.,* Cantonment, Florida (N69450-16-D-0603); Firewatch Contracting of Florida LLC,* Tampa, Florida (N69450-16-D-0604); J.A.M. Construction Services,* Merritt Island, Florida (N69450-16-D-0605); and York-Brawley JV,* Hampton, Virginia (N69450-16-D-0607), for construction projects located primarily within the Naval Facilities Engineering Command Southeast area of responsibility is revised to include Leebcor Services LLC,* Williamsburg, Virginia (N69450-16-D-0606).  This contractor is being added to the previously awarded suite of contracts due to a corrective action.  The maximum dollar value including the base period and four option years for all seven contracts combined is $75,000,000.

DEFENSE LOGISTICS AGENCY

Bluewater Defense Inc.,* San Lorenzo, Puerto Rico, has been awarded a maximum $112,707,320 modification (P00128) exercising the third one-year option period of aDefense_Logistics_Agency one-year base contract (SPM1C1-13-D-1020) with four one-year option periods for various types of uniform trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Puerto Rico, with a Jan. 17, 2017, performance completion date. Using military service is Army. 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.

The Boeing Co., St. Louis, Missouri, has been awarded a maximum $8,343,706 firm-fixed-price delivery order (THNP) against basic ordering agreement SPE4A1-14-G-0007 in support of Navy aircraft. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Location of performance is Missouri, with a Nov. 30, 2021, performance completion date. Using service is Navy. Type of appropriation is fiscal 2016 through fiscal 2021 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Department of the ArmyARMY

Raytheon Co., McKinney, Texas, was awarded a $13,366,719 modification (P00041) to contract W56HZV-12-C-0046 for nine turrets for the Marine Corps Light Armored Vehicle anti-tank variant.  Work will be performed in McKinney, Texas, with an estimated completion date of July 30, 2018.  Fiscal 2016 other procurement (Army) funds in the amount of $13,366,719 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

The Dutra Group was awarded an $8,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for contract to rent a hopper dredge with attendant plan and operators for maintenance dredging of the Mobile Harbor Channel, with an estimated completion date of March 14, 2017.  Bids were solicited via the Internet with two received.  Funding and work location will be determined with each order.  Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-16-D-0041).

WASHINGTON HEADQUARTERS SERVICES

American Society for Engineering Education, Washington, District of Columbia, is being awarded an $111,456,970 firm-fixed-price and cost contract to provide administrative support for the Department of Defense Science, Mathematics and Research for Transformation (SMART) Scholarship for Service program. Much of the600px-WHS_Insignia.svg funding provided  will be used to reimburse the contractor for scholarships and stipends paid to students. Work performance will take place in Washington, District of Columbia with an expected completion date of Jan. 14, 2021. Fiscal 2015 research, development, test and evaluation funds in the amount of $8,000,000 are being obligated at time of the award. Washington Headquarters Services, Arlington, Virginia is the contracting office (HQ0034-16-C-0008).

*Small business

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Raytheon Co.– Missile Systems, Tucson, Arizona, has been awarded an $85,500,000 indefinite-delivery/indefinite-quantity contract for Griffin missiles and support. Contractor will provide Griffin A and B Block II/III missiles, including test and support equipment with engineering support. Work will be performed at Tucson, Arizona, and is expected to be complete by Jan. 31, 2017. This award is the result of a sole-source acquisition. Fiscal 2015 procurement funds in the amount of $27,645,682 are being obligated for the first task order (0001) at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8656-16-D-0072).

ATK Launch Systems Inc., a wholly owned subsidiary of Orbital ATK Inc., Magna, Utah, has been awarded a $46,968,005 other transaction agreement for the development of three rocket propulsion system prototypes for the Evolved Expendable Launch Vehicle (EELV) program. This agreement implements Section 1604 of the Fiscal Year 2015 National Defense Authorization Act, which requires the development of a next-generation rocket propulsion system that will transition away from the use of the Russian-supplied RD-180 engine to a domestic alternative for National Security Space launches. An other transaction agreement was used in lieu of a standard procurement contract in order to leverage on-going investment by industry in rocket propulsion systems. This other transaction agreement requires shared cost investment with ATK Launch Systems Inc. for the development of prototypes of the GEM 63XL strap-on solid rocket motor, the Common Booster Segment (CBS) solid rocket motor, and an Extendable Nozzle for Blue Origin’s BE-3U upper stage engine. These rocket propulsion systems are intended for use on an Orbital ATK next generation launch vehicle.  The GEM 63XL strap-on solid rocket motor is also intended for use on United Launch Alliance’s Vulcan launch vehicle.  The locations of performance are Magna, Utah; Iuka, Mississippi; Chandler, Arizona; and Los Angeles Air Force Base, California. The work is expected to be completed no later than Dec. 30, 2019.  Air Force fiscal 2015 research, development, test and evaluation funds in the amount of $46,968,005 are being obligated at the time of award.  ATK Launch Systems Inc. is contributing $31,130,360 at the time of award.  The total potential government investment, including all options, is $180,238,059.  The total potential investment by ATK Launch Systems Inc., including all options, is $124,830,693. This award is the result of a competitive acquisition with multiple offers received. The Launch Systems Enterprise Directorate, Space and Missile Systems Center, Los Angeles Air Force Base, California is the contracting activity (FA8811-16-9-0002).

Space Exploration Technologies, Corp. (SpaceX), Hawthorne, California, has been awarded a $33,660,254 other transaction agreement for the development of the Raptor rocket propulsion system prototype for the Evolved Expendable Launch Vehicle (EELV) program. This agreement implements Section 1604 of the Fiscal Year 2015 National Defense Authorization Act, which requires the development of a next-generation rocket propulsion system that will transition away from the use of the Russian-supplied RD-180 engine to a domestic alternative for National Security Space launches. An other transaction agreement was used in lieu of a standard procurement contract in order to leverage on-going investment by industry in rocket propulsion systems. This other transaction agreement requires shared cost investment with SpaceX for the development of a prototype of the Raptor engine for the upper stage of the Falcon 9 and Falcon Heavy launch vehicles. The locations of performance are NASA Stennis Space Center, Mississippi; Hawthorne, California; and Los Angeles Air Force Base, California. The work is expected to be completed no later than Dec. 31, 2018. Air Force fiscal 2015 research, development, test and evaluation funds in the amount of $33,660,254 are being obligated at the time of award.  SpaceX is contributing $67,320,506 at the time of award. The total potential government investment, including all options, is $61,392,710. The total potential investment by SpaceX, including all options, is $122,785,419. This award is the result of a competitive acquisition with multiple offers received. The Launch Systems Enterprise Directorate, Space and Missile Systems Center, Los Angeles Air Force Base, California is the contracting activity (FA8811-16-9-0001).

Scientific Systems Co. Inc.,* Woburn, Massachusetts, has been awarded an $11,565,001 cost-plus-fixed-fee Small Business Innovation Research III contract for an advanced navigation system technology demonstration on Small Diameter Bomb (SDB) Increment I. Contractor will flight test, demonstrate, and evaluate the technology readiness of an ImageNav-SDB advanced navigation system using the SDB Increment I. Work will be performed at Woburn, Massachusetts, and is expected to be complete by Jan. 13, 2018. This award is the result of a sole-source acquisition. Fiscal 2015 and 2016 research and development funds in the amount of $11,565,001 are being obligated at the time of award. Air Force Lifecycle Management Center, Rapid Acquisition Cell, Eglin Air Force Base, Florida, is the contracting activity (FA8656-16-C-0094).

NAVY

The Math Works Inc., Natick, Massachusetts, is being awarded an $11,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to procure software600px-US-DeptOfNavy-Seal.svg licenses, and software maintenance, training, and consulting services in support of MATLAB, which is used for performing mathematical calculations, analyzing and visualizing data, and writing new software programs.  Work will be performed in Natick, Massachusetts, and is expected to be completed in January 2020.  Fiscal 2016 research, development, test and evaluation funds (Navy) in the amount of $72,516 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 Weapons Division, China Lake, California, is the contracting activity (N68936-16-D-0005).

*Small business

 

bmg logo(R)2

BMG AD (fv)

frasernet MLK Birthday Wish


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

ARMY

AAI Corp., doing business as Textron Systems, Hunt Valley, Maryland, was awarded a $97,109,000 modification (P00004) to contract W58RGZ-15-C-0047 for the Shadow tactical unmanned aircraft system, tactical data link retrofit for full-rate production VII.  Work will be performed in Hunt Valley, Maryland, with an estimated completion date of Oct. 31, 2018.  Fiscal 2015 other procurement funds in the amount of $97,109,000 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Weeks Marine Inc., Covington, Kentucky, was awarded a $10,642,250 firm-fixed-price contract with options to rent one fully operated cutterhead dredge with 30-inch inside diameter pumpDepartment of the Army discharge with submerged pump, attendant plant and discharge pipeline as specified.  Bids were solicited via the Internet with one received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of July 8, 2016.  Fiscal 2014 and 2016 other procurement funds in the amount of $10,642,250 were obligated at the time of the award.  Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-16-C-0016).

Travis Association for the Blind, Austin, Texas, was awarded an $8,856,391 modification (0005) to contract W56HZV-13-D-0009 to clean and repair unserviceable, but economically repairable, organizational clothing and individual equipment.  Work will be performed in Austin, Texas, with an estimated completion date of Jan. 21, 2017.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $8,856,391 were obligated at the time of the award.  Army is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a $34,028,813 order (0014) from basic ordering agreement FA8620-15-G-4040 to develop and field the Air Force Special Operations Command MQ-9 Medium Altitude Long Endurance Tactical (MALET) Lead-Off Hitter (LOH) software line. Contractor will establish, define, and grow a process to rapidly field capabilities. Included in this effort is to address activities driving software changes such as: software defect corrections, threats, policy or doctrine driven, safety, interoperability, and software changes resulting from hardware upgrades. Work will be performed at Poway, California; Clovis, New Mexico; and Ft. Walton Beach, Florida, and is expected to be complete by Feb. 28, 2018. Fiscal 2016 research, development, test and evaluation funds in the amount of $11,898,735 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Leidos Inc., Reston, Virginia, has been awarded a $21,079,949 cost-plus-fixed-fee contract for critical analysis and simulation efforts. Contractor will provide advanced technology exploration, development and research into optical beam control in the presence of atmospheric turbulence to develop, simulate, analyze, and characterize beam control systems for laser propagation and laser communication. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be complete by Jan. 23, 2021. This award is the result of a competitive acquisition with one offer received. Fiscal 2015 and 2016 research, development, test and evaluation funds in the amount of $950,962 are being obligated at the time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9451-16-C-0048).

M-1 Support Services LP; Denton, Texas, has been awarded an estimated $12,028,752 modification (P00008) to exercise an option to previously awarded contract FA3002-15-C-0004. Contractor will provide aircrew and maintenance services for the CV-22 aircraft, UH-1N and HH-60G helicopters, associated engines, and mission support equipment of the 58th Maintenance Group. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be complete Sept. 30, 2016. No funds were obligated at time of award. The Air Force Installation Contracting Agency, Joint Base San Antonio-Randolph, Texas, is the contracting activity. (Awarded on Sept. 16, 2015)

NAVY

Bethel-Webcor JV-1,* Anchorage, Alaska, is being awarded $14,989,000 for firm-fixed-price task order 0005 under a previously awarded multiple award construction contract (N62478-14-D-4001) for repairs to Buildings 1604 and 1632 at Marine Corps Base Hawaii.  Work includes miscellaneous structural repairs; replacement of deteriorated doors and windows; exterior and interior painting; repairs to exhaust ventilation system and air conditioning systems; repairs to hot water heating system, installation of fire suppression system and repairs to fire alarm system; and electrical repairs to include replacing all light fixtures, main electrical distribution panel, and wiring to meet arc fault protection requirements.   Work will be performed in Oahu, Hawaii, and is expected to be completed by September 2017.  Fiscal 2016 operation and maintenance (Marine Corps) contract funds in the amount of $14,989,000 are obligated on this award and will expire at600px-US-DeptOfNavy-Seal.svg 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 Corp., Aerospace Systems, San Diego, California, is being awarded an $8,171,523 modification P00002 to a previously issued cost-plus-fixed-fee contract (N00019-16-C-0023) to exercise options for engines, program related engineering services, integrated logistics, and training in support of the MQ-8 Fire Scout unmanned aircraft system.  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 2016 operation and maintenance (Navy) funds in the amount of $8,171,523 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.

*Small business

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

System of Systems Security (SOSSEC) Inc., Atkinson, New Hampshire, has been awarded a maximum $99,000,000 other transaction agreement for prototypes in command, control, communications, and cyber, intelligence, surveillance, and reconnaissance (C4ISR) information sharing information systems. Contractor will provide development, test, measurement, demonstration, integration, and delivery of prototypes for the Air Force related to C4ISR information sharing information systems. These systems include: Distributed Common Ground Station; Theater Battle Management Core Systems; Air Operations Center; Open Mission System; Secure View; Information Support Server Environment Guard; cybersecurity environments; Web Temporal Analysis System; Combined Information Data Network Exchange; Collaboration Gateway, and other systems to be determined. Work will be performed at Atkinson, New Hampshire; however, individual prototype projects awarded under this agreement will be performed by consortium members at locations to be determined after award. The agreement is expected to be complete by Jan. 21, 2021. This agreement is the result of a competitive acquisition with six offers received. Funding will be dependent upon the initial prototype project(s) selected under the terms of the agreement. Air Force Research Lab, Rome, New York, is the contracting activity (FA8750-16-9-9000).

Cessna Aircraft Co., Wichita, Kansas, has been awarded a $55,268,755 firm-fixed-price contract for the Afghanistan Trainer Program. Contractor will provide interim contractor support of 18 C-208 B aircraft and one C-208 aircrew training device, including maintenance and training. Work will be performed at Kabul Air Base and Kandahar Air Base, Afghanistan, and is expected to be complete by July 31, 2017. This contract is 100 percent foreign military sales to the country of Afghanistan. This award is the result of a sole-source acquisition. Fiscal 2015 Afghanistan Security Forces funds in the amount of $18,251,442 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8617-16-C-6208).

Composite Engineering Inc., Sacramento, California, has been awarded an $18,674,455 modification to previously awarded contract FA8678-15-C-0069 for Air Force Subscale Aerial Target (AFSAT) Lots 11-13 production. Contractor will provide additional quantity of 21 AFSAT production units being produced under the basic contract (Lot 12) and the associated warranty. Work will be performed at Sacramento, California, and is expected to be complete by Nov. 30, 2020. Fiscal 2016 procurement funds in the amount of $17,785,195 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

ARMY

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $92,732,991 modification (P0010) to foreign military sales (Qatar) contract W31P4Q-12-G-0001 for PATRIOT Advanced Capability-3 and Missile Segment Enhancement Multi-Band Radio Frequency Data Link obsolescence redesign.  Work will be performed in Grand Prairie and Lufkin, Texas; Camden, Arkansas;Department of the Army and Camden, Arizona, with an estimated completion date of Jan. 30, 2020.  Fiscal 2015 and 2016 research, development, test and evaluation; and other procurement funds in the amount of $85,934,078 were obligated at the time of the award.  Army Contacting Command, Redstone Arsenal, Alabama, is the contracting activity.

Hal Hays Construction Inc., Riverside, California, was awarded an $18,508,130 firm-fixed-price contract with options to construct a Fresno, California, Army Reserve Center with an estimated completion date of Jan. 31, 2018.  Bids were solicited via the Internet with four received.  Fiscal 2015 and 2016 military construction; and operations and maintenance (Army) funds in the amount of $18,508,130 were obligated at the time of the award.  Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-16-C-0006).

Sotera Defense Solutions Inc. Herndon, Virginia, was awarded an $11,402,662 cost-plus-fixed-fee contract with options for the Defense Advanced Research Projects Agency Research and Development Counter Insurgency Operations project.  Bids were solicited via the Internet with one received. Work will be performed in Arlington, Virginia; and Austin, Texas, with an estimated completion date of Jan. 20, 2019.  Fiscal 2015 research, development, test and evaluation funds in the amount of $2,749,378 were obligated at the time of the award.  Army Contracting Command, Research Triangle Park, North Carolina, is the contracting activity (W911NF-16-C-0005).

600px-US-DeptOfNavy-Seal.svgNAVY

Raytheon Missile Systems, Tucson, Arizona, is being awarded $12,115,859 for modification P00002 to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N68936-14-D-0011) for up to 52,473 hours of advanced technology insertion and integration support of weapons systems.  The systems supported include AIM-9 Sidewinder, AIM-120 advanced medium-range air-to-air missile (AMRAAM), AGM-65 Maverick, AGM-154 Joint Standoff Weapon (JSOW), R/UGM-109 Tomahawk, XM982 Excalibur, BGM-71 tube-launched, optically-tracked, wireless-guided (TOW) missile, Standard missile, Evolved Sea Sparrow missile, Talon, Pyros and Griffin.  Also included are line of sight/non-line of sight technologies for seekers, multi-mode seekers, tube-launched unmanned aircraft systems, autonomous weapons employment and precision targeting, and similar applications.  Work will be performed in Tucson, Arizona, and is expected to be completed in April 2017.  No funds are being obligated at time of award; funds will be obligated on individual delivery orders.  The Naval Air Warfare Center, Weapons Division, China Lake, California, is the contracting activity.

Gilbane Federal, Walnut Creek, California, is being awarded $9,960,000 for firm-fixed-price task order JM01 under a previously awarded multiple award construction contract (N39430-15-D-1634) for construction of two barrel-type bulk fuel storage tanks at Naval Station Guantanamo Bay.  The construction will include new concrete footings and foundations, excavation, grading, site preparation, steel erection, piping, valves, cathodic protection system, fire protection system, remote electronic leak detection/alarm sensing devices, paving, drainage dike, oil-water separator, approved tank liner as required by environmental regulations, and final landscaping.  Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by November 2017.  Fiscal 2015 military construction (Defense Logistics Agency) contract funds in the amount of $9,960,000 are obligated on this award and will not expire at the end of the current fiscal year.  Five proposals were received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

Progeny Systems Corp.,* Manassas, Virginia, is being awarded $9,599,780 for cost-plus-fixed-fee delivery order 0003 against a previously issued basic ordering agreement (N68335-13-G-0001) for efforts required for the completion of a Phase III Small Business Innovation Research (SBIR) project.  These efforts are in support of SBIR topic N121-152, entitled “Maritime Airborne Service Oriented Architecture Integration.”  Work will be performed in Manassas, Virginia, and is expected to be completed in April 2017.  Fiscal 2015 research, development, test and evaluation (Navy) funds in the amount of $9,599,780 are being obligated on this award, all of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded $9,020,798 not-to-exceed modification to previously issued delivery order 5507 placed against basic ordering agreement N00019-14-G-0020.  This modification provides for the procurement and installation of additional air vehicle retrofit kits supporting F-35 Block 3F and Navy initial operational capability-related engineering change proposals.  Work will be performed in Fort Worth, Texas (85 percent); Ogden, Utah (13 percent); Marietta, Georgia (1 percent); and Palmdale, California (1 percent), and is expected to be completed in August 2018.  Fiscal 2015 aircraft procurement (Navy); and fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $4,510,399 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.

*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

356px-Seal_of_the_US_Air_Force.svgDepartment of the Air Force, Air Education and Training Command, Fort Sam Houston, 502d Contracting Squadron, 2250 Engineer St. Ste 1 JBSA Ft Sam Houston TX 78234-7584

99 — Portable Iconostasis F2MRAR5317AW010 012716 Elizabeth N Martinez, Contract Specialist, Phone 2108080221, Fax 2108086143, Email elizabeth.n.martinez19.civ@mail.mil – GARY BECK, Lead Contract Specialist, Phone 2108086146, Fax 2102211283, Email gary.d.beck4.civ@mail.mil The 502d Contracting Squadron, Joint Base San Antonio at Fort Sam Houston is seeking information concerning the availability of constructing four (4) wood, portable panel iconostasis. Please see attached Request for Information and Draft Statement of Work for detailed information.
Place of Performance: JBSA-Lackland Air Force Base San Antonio, TX 78234 US URL: https://www.fbo.gov/notices/4b4723cb29aa4d491e7332935d6981e

OutreachSystems Article Number: 20160122/PROCURE/0515
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-9 020416 Kimberly Not Afraid, Supervisory Purchasing Agent, Phone 406-638-3390, 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. This procurement is being conducted under FAR Part 13, Simplified Acquisitions and FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award a Fixed-Price contract in response to Request for Quotation RFQ-CSU-16-KNA-9, Healthcare Compliance Software. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. 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 @ $ …………………. per month $ ……………………….;
Option Year One: 12 months @ $ …………………. per month $ ……………………….;
Option Year Two: 12 months @ $ …………………. per month $ ……………………….;
GRAND TOTAL: $ ………………………………

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 policydept of health and human services 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 and 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 this contract.
INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its original invoice to the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107 and a courtesy copy to the COR at the Crow Service Unit, PHS Indian Hospital, 1 Hospital Road, Crow Agency, Montana 59022.
INVOICES: The Contractor agrees to include the following information on each invoice: (1) Contractor’s name, address and telephone number; (2) Contract Number (entire contract number must be included); (3) Invoice number and date; (4) Cost or price; (5) Dates of Service including the number of hours worked; and (6) Remit to address: Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. The Billings Area Financial Management Branch shall make payment.
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 and are included in the relative order of importance: (1) Items conforming to the requested list, determined by requesting department. Brand Name or Equal items will be considered and reviewed by the requesting department. (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, 52.204-13, 52.204-19, 52.209-10 52.212-4, 52.212-5, 52.215-5, 52.216-18, 52.216-21, 52.217-8, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.225-1, 52.225-25, 52.229-3, 52.232-1, 52.232-18, 52.232-33, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.249-1, 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, 352.237-72, 352.242-71, 352.242-72, 352.242-73, 352.270-2 and 352.270-3. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.209-6, 52.219-6, 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. 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
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 be registered with the System for Award Management (SAM), the Official U.S. Government system that consolidated the capabilities of the Central Contractor Registration (CCR) database. SAM is the primary Government repository, which retains information on Government contractors. You may register via the Internet at https://www.sam.go or by calling (866) 606-8220. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Crow Service Unit, Purchasing/Supply Department, Indian Health Hospital, 1 Hospital Road, Crow Agency, Montana 59022, no later than 4:00 p.m., on February 4, 2016. The offer must be submitted in a sealed envelope, addressed to the Purchasing/Supply Department, showing the time specified for receipt, the solicitation number, and your company’s 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: Crow Service Unit IHS Indian Hospital 1 Hospital Road Crow Agency, MT 59022 US URL: https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-CSU-16-KNA-9/listing.htmOutreachSystems Article Number: 20160121/PROCURE/0406
Matching keyword(s): writ*; copy; technical; standard;

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

R — HUMAN RESOURCES COMMAND CLAIMS AND BENEFITS W9124D-16-Q-5008 020216 Donald L. Clark, Contract Specialist, Phone 5026245803, Email donald.l.clark.civ@mail.mil SOURCES SOUGHT SYNOPSIS
THIS IS A SOURCES SOUGHT NOTICE ONLY. The U.S. Government desires to procure the Human Resources Command Claims & Benefits on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.
This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 524292: Third Party Administration of Insurance and Pension Funds.
A continuing need is anticipated for the Human Resources Command Claims & Benefits which is currently being fulfilled through current contract # W9124D-11-C-0011. (If supply, describe the requirement in sufficient detail to help interested vendors address their capabilities relative to the item.) Attached are the draft Performance Work Statement (PWS) containing the Performance Requirements Summary (PRS) and Technical Exhibits with workload data.
In response to this sources sought, please provide:
1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.
2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.
3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.
4. Information to help determine if the Human Resources Command Claims & Benefits service is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.
5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.
6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Dean Carsello, at dean.m.carsello.civ@mail.mil or 210-466-2419, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.
8. All sources sought information shall be received by 2 February, 2016, at 3:00 PM Eastern Time (ET). Responses shall be emailed to Donald Clark at donald.l.clark.civ@mail.mil.

Set-Aside: Total Small Business Place of Performance: Multiple locations for performance; refer to attached Performance Work Statement. Locations include Fort Knox, Kentucky; Military District of Washington (MDW); Joint Base San Antonio (JBSA), Texas; and Joint Base Lewis McChord (JBLM), Washington. Fort Knox, KY 40121 US URL:https://www.fbo.gov/notices/da3b0ad1a7d1bd5d520564796f4f6a1OutreachSystems Article Number: 20160121/PROCURE/0469
Matching keyword(s): age:state!ky; state!ky;

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

R – EKU 65-16 Sale of Translator Frequency Opens: January 25, 201 SOL EKU 65-16 Sale of Translator Frequency Opens: January 25, 2016; 2:00 PM (ET) For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160123/BID/0053
Matching keyword(s): age:state!ky; state!ky;

Colorado – Weld County http://www.co.weld.co.us/Departments/Purchasing/CurrentRequests/index.htm 915 10th Street; Greeley, CO 80632; (970) 336-7225

T – #B15000179 – COUNTY WIDE VIDEO DISTRIBUTION SYSTEM SOL #B15000179 – COUNTY WIDE VIDEO DISTRIBUTION SYSTEM For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160123/BID/0140
Matching keyword(s): video*; distribut*;

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

99 – 3/4 ton 2WD Cab & Chasis Due Date: 1/29/16 3/4 ton 2WD Cab & Chasis For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160123/BID/0236
Matching keyword(s): age:state!ky; state!ky;

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

R – _ RFP#16-06. SOL Public Notice ID: 23086215 _ RFP#16-06. Publish January 22, 2016 REQUEST FOR PROPOSALS Notice is hereby given by the Board of Education of the Roswell Independent School District of Roswell, New Mexico that sealed RFP for the furnishing of the following services will be received by Yajaira Alavarez in the Support and Transportation Services Office, 300 N. Kentucky, Suite 201, Roswell, New Mexico 88201, until February 24, 2016 @ 2:00 pm RFP #16-06 LAN Services – Data Connectivity Lines Specifications and instructions for RFP’s may be obtained from the Roswell Independent School District’s website and the above office. The Board of Education reserves the right to reject all bids and to waive technicalities and irregularities. /s/Peggy Brewer Peggy Brewer, President Board of Education For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160123/BID/0360
Matching keyword(s): state!ky;

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

R – Capital Defense Consultant Professional Services RFP – 515 – 1 SOL Capital Defense Consultant Professional Services RFP – 515 – 1600000213 Department For Public Advocacy James Lamb Pro Services Request for Proposals(RFP) Published On : 1/21/16 Amended On : Closing On : 1/28/16 1:00 PM EST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160122/BID/0045
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 – Glass, Plastic & Glazing Compounds #7208Bid SOL Glass, Plastic & Glazing Compounds #7208Bid closes @ 11:00 a.m. on February 16, 2016 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160122/BID/0224
Matching keyword(s): age:state!ky; state!ky;

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

R — DPA LAWYER LIABILITY INSURANCE – Addendum #1 – NEW DUE DATE. SOL RFB 758 1600000498 version 2 DUE 01/28/2016 Mike Gustafson, Email: Mike.Gustafson@ky.gov Phone: (502) 564-5945; 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: 20160122/KY/4455
Matching keyword(s): age:state!ky; state!ky;

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

R — Capital Defense Consultant Professional Services. SOL RFP 515 1600000213 version 1 DUE 01/28/2016 James Lamb, Email: James.Lamb@ky.gov Phone: (502) 564-8006; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: The work involved will include assisting in training and ongoing consultation tailored to the special needs of criminal defense death penalty teams. Under the direction of the Department of Public Advocacy. Lead case reviews and consultation with criminal defense death penalty teams. Review case review forms, social history and other documents. Develop agenda for case review working with the lead attorney and supervising attorney for the case. Facilitate cases reviews with capital teams and other participants. Each case review will consist of a 2-4 hour meeting. The participants of the case reviews will be identified by DPA. Logistics for case reviews will be provided by DPA. The majority of case reviews will be in Frankfort or Lexington with some travel to other field offices. Assist with DPA training by providing recommendations for training. Participating in planning discussions and assisting with death penalty regional and distance learning training up to 15 hours. 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: 20160122/KY/4456
Matching keyword(s): age:state!ky; state!ky;

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

99 — Ribbons and Rosettes Fair Awards – Addendum #1 – NEW DUE DATE. SOL RFB 758 1600000473 version 2 DUE 01/27/2016 Daniel Salvato, Email: daniel.salvato@ky.gov Phone: (502) 564-5862; 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: 20160122/KY/4458
Matching keyword(s): age:state!ky; state!ky;

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

R — Secretary of State/Bd of Elections Legal Services. SOL RFP 120 1600000230 version 1 DUE 01/26/2016 Michelle Starkweather, Email: michelle.starkweather@ky.gov) Phone: (502) 564-3490; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Scope of Work: Representation of the agency in a current, pending legal matter. To include but not limited to, preparing and drafting legal documents (motions, responses, replies); attending court hearings; participating in conference calls with the court, if any; keeping clients informed on legal issues pertaining to the matter; attending State Board of Elections meetings to meet with and advise clients, as necessary. All timelines and deliverables will be established by the court. 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: 20160122/KY/4460
Matching keyword(s): age:state!ky; state!ky;

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

R — Healthcare Leadership Development and Coaching. SOL UK-1651-16 DUE 02/12/2016 Phone: (859) 257-9100; Website address: http://www.uky.edu/Purchasing/bidlist.ht Intent and Scope: This Request for Proposal (RFP) is being issued by the University of Kentucky HealthCare to obtain proposals from qualified, experienced, financially sound and responsible firms. The purpose of the RFP is to solicit vendors, consultants, and firms to provide executive coaching to UK HealthCare leaders as well as solicit learning and development vendors, practitioners, and providers to submit a proposal to provide leadership trainings to UK HealthCare leaders which includes leaders at all levels (e.g., front-line supervisors to executive level faculty and staff). The Enterprise intends to utilize executive coaching as part of its overall talent management strategy and intends to contract with a cadre of executive coaches that can be leveraged for the coaching needs of our leaders. 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: 20160122/KY/4461
Matching keyword(s): age:state!ky; state!ky;

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 – Addendum #4 – NEW DUE DATE. SOL UK-1645-16 DUE 01/26/2016 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: 20160122/KY/4463
Matching keyword(s): age:state!ky; state!ky;

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

R — Municipal Solid Waste Collections Consulting Service. SOL DUE 01/28/2016 Website: http://www.georgetownky.gov/bidsolicitations.asp The City of Georgetown is seeking a statement of qualifications and service proposal for professional Municipal Solid Waste Collection Consulting Services. The individual/firm will be expected to deliver a comprehensive report on the City’s existing solid waste collection operations, including logistics and routing, personnel, equipment, finances and rate structure, maintenance, safety, regulatory compliance, facilities, quality of service, solid waste ordinances and enforcement procedures. The report should provide an action plan with detailed recommendations for reducing costs and increasing savings, improving customer service levels, decreasing solid waste-related nuisance violations and improving enforcement, and increasing operational efficiency and safety levels. The report should also provide a feasibility study and cost analysis for implementing a curb-side recycling program. Finally, the report should provide a cost and risk/benefit analysis for any alternate collection methods available to the City, including but not limited to the privatization of residential and commercial collections and recycling. 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: 20160122/KY/4466
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

U – Healthcare Leadership Development and Coaching SOL UK-1651-16 Due Date: 2-12-16 Healthcare Leadership Development and Coaching For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160121/BID/0266
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 — Annual Audits. SOL DUE 02/10/2016 Phone: (606) 783-2018, Website: http://www.moreheadstatebids.com Proposals are being accepted to establish a contract for annual audits of the University’s financial statements. 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: 20160121/KY/4339
Matching keyword(s): age:state!ky; state!ky;

Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, KY 40203

R — DISPARITY STUDY. SOL 16-0211 DUE 02/11/2016 Phone: (502) 540-6000; Website: http://www.msdbids.com/construction 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: 20160121/KY/4346
Matching keyword(s): age:state!ky; state!ky;

City of Somerset, 400 E. Mt. Vernon Street, Somerset, KY 42501

99 — Pyrotechnic display. SOL DUE 02/18/2016 Website: http://www.cityofsomerset.com/now_taking_bids/index.ph 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: 20160121/KY/4351
Matching keyword(s): age:state!ky; state!ky;

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

R — Identify research opportunities to expand the volume of sponsored research projects being conducted at University of Louisville. SOL RFP201-PSC DUE 01/29/2016 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: 20160121/KY/4352
Matching keyword(s): age:state!ky; state!ky;

Louisville Metro Housing Authority, Purchasing Department, 3223 S. 7th Street Road, Louisville, KY 40216

R — Annual Environmental Consulting Contract. SOL 1404 DUE 02/09/2016 Website: http://www.lmha1.org/bid_opportunities/index.ph Pre-bid meeting: January 26, 2016 2:00 p.m., LMHA Purchasing Department, 3223 Seventh St. Rd., Louisville, KY 40216. 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: 20160121/KY/4362
Matching keyword(s): age:state!ky; state!ky;

 

Madison County Fiscal Court, 101 West Main Street, Richmond, KY 40475

R — Insurance Product Request for Proposal. SOL DUE 02/05/2016 Website: http://madisoncountyky.us/index.php/bid-packet The Madison County Fiscal Court is requesting proposals from businesses (aka: firms(s)) interested in serving as the Insurance Broker/Provider for the following insurance products for Madison County Government. The proposal should outline the services the firm would provide for various products, including but no limited to, auto, property and health insurance. Proposals should be submitted to: Madison County Judge Executive s Office, 101 West Main Street, Suite 100, Richmond, KY 40475 in such a manner that they are received no later than Friday, February 5, 2016, by 4:00pm (ET). For full details on the Request for Proposal (RFP), see the attachment posted on website: http://madisoncountyky.us/index.php/bid-packet 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: 20160121/KY/4370
Matching keyword(s): age:state!ky; state!ky;

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

99 — Tickets Paper Magnetic. SOL IFB #2016-B01 Website: http://www.go-metro.com/doing-business/bid-opportunitie The Southwest Ohio Regional Transit Authority is seeking bids for IFB #2016-B01 for Paper Magnetic Tickets. Bidding instructions and 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: 20160121/KY/4379
Matching keyword(s): age:state!ky; state!ky;

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

R — Medical Billing Services. SOL #16-07RFP DUE 02/11/2016 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 the Medical Billing Services at the Cincinnati /Northern Kentucky Int’l Airport (“CVG”). Proposals must be received by February 11, 2016 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. 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 bidders 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 http://www.cvgairport.com/bid – Current Opportunities. 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: 20160121/KY/4388
Matching keyword(s): age:state!ky; state!ky;

Lexington-Fayette Urban County Government, Division of Central Purchasing, 200 East Main Street, Lexington, KY 40380

R — Body Worn Camera and Digital Evidence Management Professional Services. SOL RFP3-2016 DUE 02/03/2016 Phone: (859) 258-3320; Website: https://lfucg.economicengine.co Vendor s Scope of Work: Provide a vendor-hosted, off-premises solution to fulfill the business and technical requirements for a Body Worn Camera and Digital Evidence Management solution. Application software. Any other software needed to fulfill these requirements. Provide services to fulfill the business and technical requirements for a Body Worn Camera and Digital Evidence Management solution. To manage this project as the prime contractor, if other firms are involved. To develop, test and implement any customized components of the software. To provide and install any required application components. To develop, test and implement the system interfaces described in this RFP. To provide documentation of the locations, approach, process and procedures regarding the business recovery (e.g. including backup and restore, failover hot sites) of your hosted solution. To provide support, and any applicable hourly rates or any other charges for post-warranty support. To provide training via Train the Trainer approach with accessible augmentation from the Web on a 24/7/365 basis. Please provide a syllabus for this training. To provide training documentation, in both hardcopy and electronic formats, for users and administrators. To comply with all RFP response criteria and terms. Provide hardware to fulfill the functional and technical requirements for a Body Worn Camera and Digital Evidence Management solution. Including all equipment and associated software required for the successful operation of the proposed solution, per the scenarios described in the Pricing Matrix section of the RFP Response Template. 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: 20160121/KY/4410
Matching keyword(s): age:state!ky; state!ky;

Lexington-Fayette Urban County Government, Division of Central Purchasing, 200 East Main Street, Lexington, KY 40380

R — Parks and Recreation Master Plan Consultant. SOL RFP1-2016 DUE 02/08/2016 Phone: (859) 258-3320; Website: https://lfucg.economicengine.co 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: 20160121/KY/4411
Matching keyword(s): age:state!ky; state!ky;

Eastern Kentucky University, Division of Purchases and Stores, Jones Building, Room 213, Richmond, KY 40475

R — Search Consultant – Addendum #1. SOL RFP 61-16 DUE 01/26/2016 Phone: (859) 622-2246; Fax: (859) 622-2047; Website: http://purchasing.eku.edu/bids-and-quote 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: 20160121/KY/4413
Matching keyword(s): age:state!ky; state!ky;

KCTCS, Purchasing, 300 North Main Street, Versailles, KY 40383

69 — Industrial/Technical Training Equipment and Related Accessories (PCT) – Addendum #1. SOL KCT-00992 DUE 01/26/2016 Website: http://www.kctcs.edu/en/Vendor_Information/Opportunities_to_Bid.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: 20160121/KY/4423
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

Olin Corp., Winchester Ammunition Division, East Alton, Illinois, was awarded a $99,200,000 firm-price economic price adjustment, indefinite-delivery/indefinite-quantity contract for .38 and .45 caliber and 9mm ammunition.  One bid was solicited with one received, with an estimated completion date of March 9, 2022.  Funding and work location will be determined with each order.  Army Contracting Command, Rock Island Arsenal,Department of the Army Illinois, is the contracting activity (W52P1J-16-D-0004).

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $15,944,272 cost-plus-fixed-fee foreign military sales contract (Egypt) with options for technical services supporting domestic Egyptian M1A1 production.  One bid was solicited with one received.  Work will be performed in Sterling Heights, Michigan, with an estimated completion date of May 8, 2019.  Fiscal 2010 other procurement funds in the amount of $15,944,272 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-16-C-0063).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Lockheed Martin Corp. – Lockheed Martin Space Systems Co., Littleton, Colorado, has been awarded a $96,040,000 undefinitized contract action modification (P00377) to previously awarded contract FA8807-08-C-0010. Contractor will provide Global Positioning System (GPS) III contingency operations services and supplies to modify the current GPS control segment to operate all GPS III satellites that are launched prior to the transition to the Next Generation Operational Control System. Furthermore, this action will buy GPS III satellite vehicle simulation modules, GPS Simulator, and updates to the GPS Positional Training Emulator. Work will be performed at Littleton, Colorado; and Gaithersburg, Maryland, and is expected to be complete by Dec. 31, 2019. Fiscal 2016 research, development, test, and evaluation funds in the amount of $6,000,000 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

Pelatron Inc., Honolulu, Hawaii, has been awarded an $11,531,100 modification (P00002) to exercise an option on previously awarded contract FA8730-16-C-0007 for Control and Reporting Center (CRC) Operations Module Modification (OM MOD) production. Contractor will provide additional quantities of CRC OM MOD production units and readiness spares packages being produced under the basic contract. Work will be performed at Clearfield, Utah, and is expected to be complete by Nov. 4, 2016. Fiscal 2015 and 2016 other procurement funds in the amount of $11,499,960 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

NAVY

General Dynamics Information Technology, Fairfax, Virginia, is being awarded a $46,672,970 single award, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract that will include terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price task orders for security cooperation, security assistance, foreign military sales technical, and program/project management support services to the Naval International Programs Office, Naval Supply Systems Command (NAVSUP) Weapon Systems Command (WSS) and applicable customers of NAVSUP WSS International Programs Directorate.  Work will be performed in Philadelphia, Pennsylvania (40 percent); Washington, District of Columbia (40 percent); Pensacola, Florida (10 percent); and Wright Patterson Air Force Base, Ohio (10 percent).  The ordering period of the contract is expected to600px-US-DeptOfNavy-Seal.svg be completed by March 2020.  Defense business operations funds in the amount of $50,000 will be obligated at the time of award and will not expire at the end of the current fiscal year.  This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website, with two offers received.  Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Pennsylvania, is the contracting activity (N00189-16-D-Z004).

Progeny Systems Corp., Manassas, Virginia, is being awarded a $45,450,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for follow-on support, sustainment and upgrades of personnel systems under the Department of the Navy Tasking, Records and Consolidated Knowledge Enterprise Repository (DON TRACKER) program. DON TRACKER streamlines the DON records and task management to include creating, assigning and routing of taskings.  The solution replaces multiple legacy Navy and Marine Corps records and task management applications into a single enterprise wide system, enabling seamless tasking and federally compliant records management across the DON.  Work will be performed in Manassas, Virginia, and is expected to be completed by February 2021.  Fiscal 2016 operations and maintenance (Navy) funds in the amount of $250,000 will be obligated at the time of award of task order 0001 running concurrent with contract award. Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured because the contract is a sole-source Small Business Innovation Research Phase III award solicited in accordance with 10 U.S. Code 2304(c)(5).  The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-16-D-0006).

Huntington Ingalls Inc., Newport News, Virginia, is being awarded an $18,151,166 modification to previously awarded contract N00024-14-C-2111 for the continued advance planning of the refueling complex overhaul of USS George Washington (CVN 73).  This contract modification adds long lead time material, increases the level of effort, and extends the period of performance of advance planning.  Work will be performed in Newport News, Virginia, and is expected to be completed by April 2016.  Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of 11,662,334 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Raytheon Co., McKinney, Texas, is being awarded an $11 001,832 modification to a previously awarded firm-fixed-price contract (N00019-15-C-0116) to exercise an option for four APY-10 radar system production kits and related support for the P-8A Poseidon full-rate production aircraft (Lot VII)  for the Navy.   Work will be performed in McKinney, Texas (99 percent); and Seattle, Washington (1 percent).  Work is expected to be completed in June 2018.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $11,001,832 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.

Benaka Inc.,* New Brunswick, New Jersey, was awarded $9,445,000 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N40085-14-D-5247) for installing energy-efficient roofs on Buildings 4, 12, 26, and 592 at Naval Support Activity Philadelphia.  The work to be performed provides for replacing the entire roof systems with energy-efficient roofs to include installation of new insulation board, polyvinyl chloride roofing membrane, flashings, expansion accessories, metal roof edges, coping, and fall protection safety upgrades.  The project incorporates cool roof technology and includes repairing layers of vapor barrier, insulation, building expansion joints, and repairing of roof penetrations.  Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed by October 2016.  Fiscal 2016 operation and maintenance (Navy); and working capital funds (Navy), contract funds in the amount of $9,445,000 are obligated on this award; of which $8,738,000 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. (Awarded on Jan. 29, 2016)

Raytheon Co., McKinney, Texas, is being awarded $7,360,072 for firm-fixed-price delivery order 7013 under previously awarded basic ordering agreement N00383-11-G-003D for eight different part numbers with various quantities of repairs in support of the V-22/H-53 Forward Looking InfraRed System.  Work will be performed in Jacksonville, Florida, and is to be completed by Feb. 10, 2018.  Fiscal 2016 working capital funds (Navy) in the amount of $7,360,072 will be obligated at the time of award and funds will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with FAR 6.302-1, with one offer received in response to this solicitation.  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Lyon Shipyard Inc.,* Norfolk, Virginia (SPRMM1-16-D-Y002); and Colonna’s Shipyard, doing business as Steel America,* Norfolk, Virginia (SPRMM1-16-D-Y003), have each been awarded a maximum $8,483,490 firm-fixed-price, indefinite-delivery/indefinite-quantity contract against solicitation SPRMM1-15-R-YQ15 for outboard, stern tube, propeller and line shafts for landing craft utility boats. The maximum dollar amount is for the life of the contract. This was a competitive acquisition with four responses received. This is a one-year base contract with four one-year option periods. Location of performance is Virginia, with a Feb. 3, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2016 through fiscal 2021 Navy working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania.

*Small business

ARMY

AAI Corp., doing business as Textron Systems, Hunt Valley, Maryland, was awarded a $97,109,000 modification (P00004) to contract W58RGZ-15-C-0047 for the Shadow tactical unmanned aircraft system, tactical data link retrofit full-rate Production VII.  Work will be performed in Hunt Valley, Maryland, with an estimated completion date of Oct. 31, 2018.  Fiscal 2015 other procurement funds in the amount of $97,109,000 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.Department of the Army

Raytheon Integrated Defense Systems, Andover, Massachusetts, was awarded a $92,918,000 firm-fixed-price contract to upgrade of four PATRIOT radars to configuration 3+ (C3+).  One bid was solicited with one received.  Work will be performed in Andover, Massachusetts, with an estimated completion date of Nov. 30, 2018.  Fiscal 2016 other procurement funds in the amount of $92,918,000 were obligated at the time of the award.  Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-16-C-0020).

600px-US-DeptOfNavy-Seal.svgNAVY

Lockheed Martin Missions Systems and Training, Baltimore, Maryland, is being awarded a $52,453,589 performance-based logistics, firm-fixed-economic price adjustment, indefinite-delivery requirements-type contract for supply chain management of aviation tires supporting the following aircraft: P-3C, E-2C/D, C2, AV-8B, CH-46E, F-18A/B/C/D/E/F, EA 18-G, MH-60S/R, SH60B/F, S-3, EA-6B, CH-53/E, V-22, and F-35.  The contractor is responsible for requirements forecasting, inventory management, retrograde management, storage, transportation, and meeting critical supply response time availability metrics.  This contract involves a combined effort between the Navy (85 percent); and the countries of Australia, Bahrain, Brazil, Egypt, France, Greece, Italy, Korea, Spain, Taiwan, Turkey Japan, and the United Kingdom (15 percent) under the Foreign Military Sales program.  This is a three-year contract, with two six-month option periods and also an option for increased quantity for F-35 tires, which if exercised, brings the total estimated value to $131,067,492.  Work will be performed in Baltimore, Maryland, and is expected to be completed by January 2019.  No contract funds will be obligated at the time of award, and funds will not expire at the end of the current fiscal year.  Working capital funds (Navy) will be obligated as individual orders are issued.  This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website, with two offers received.  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Raytheon Technical Services Co. LLC, Norfolk, Virginia, is being awarded a $9,174,340 cost-plus-fixed-fee basic ordering agreement for engineering services, overhaul, repair and upgrade in support of the NATO Seasparrow Surface Missile System (NSSMS) units for the CVN 72, equipment and other associated test, ancillary and support equipment.  Work will be performed in Yorktown, Virginia (70 percent); and Norfolk, Virginia (30 percent), and is expected to be completed by February 2017.  Fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $125,000 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  This basic ordering agreement was not competitively procured in accordance with Federal Acquisition Regulation 6.302-4 and Defense Federal Acquisition Regulation Supplement 206.302-4, recommend approval pursuant to 10 U.S. Code 2304 (c)(4).  The Port Hueneme Division, Naval Surface Warfare Center, Port Hueneme, California, is the contracting activity (N00024-16-G-5437).

DEFENSE THREAT REDUCTION AGENCY

X Corp Solutions Inc., Stafford, Virginia, was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HDTRA1-16-D-0002) with a five-year ordering period and a ceiling of $50,000,000 for security and counterintelligence operations support services.  This contract procures600px-US-DefenseThreatReductionAgency-Seal.svg non-personal services to provide security and counterintelligence support to DTRA/SCC-WMD/JFHQ-E personnel, missions, and facilities worldwide.  Work will be performed at DTRA locations in Albuquerque, New Mexico; Travis Air Force Base, California; Eglin Air Force Base, Florida; Kleber Kaserne, Kaiserslautern, Germany; and primarily, the Defense Threat Reduction Center in Fort Belvoir, Virginia.  The expected end date for this effort is Feb. 28, 2021. Fiscal 2016 operations and maintenance funds in the amount of $100,000 are being obligated at time of award for the initial task order.  This contract was a competitive acquisition and nine offers were received.  DTRA, Fort Belvoir, Virginia, is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Leidos Inc., Reston, Virginia, has been awarded a $17,873,386 cost-plus-fixed-fee contract for research and development. Contractor will develop a portable system for real-time standoff detection and identification of trace chemical residues on surfaces using active infrared spectroscopy at a 30-meter range. Work will be performed at Reston, Virginia, and is expected to be complete by Oct. 3, 2020. This award is the result of a competitive acquisition with 17 offers received. Fiscal 2015 research and development funds in the amount of $3,687,539 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-9107).

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, has been awarded an $11,734,223 firm-fixed-price, cost-plus-fixed-fee contract for Large Aircraft Infrared Countermeasures on India head of state aircraft. Work will be performed in India and is expected to be complete by Jan. 31, 2020. This contract involves foreign military sales. This award is the result of a sole-source acquisition. This contract is 100 percent foreign military sales to India. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8625-16-C-6529).

CORRECTION: The contract awarded to Tecolote Research Inc. on Dec. 11, 2015, gave the wrong contract number. The actual number is FA8802-13-D-0002 GP02. All other contract information is accurate.

*Small business

NAVY

L-3 Platform Integration Division, Waco, Texas, is being awarded an estimated maximum value $22,756,241 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the fiscal 2016 depot-level maintenance support and sustainment for up to four F/A-18A/B/C/D aircraft.  Services to be provided include performance of high-flight-hour (HFH) inspections, HFH recurring inspections, additional inspections, modifications and liaison engineering.  Work will be performed in Mirabel, Quebec, Canada (80 percent); and Waco, Texas (20 percent), and is expected to be completed in November 2018.  Fiscal 2016 aircraft procurement (Navy); and fiscal 2016 operation and maintenance (Navy), funds in the amount of $14,532,460 are being obligated at time of award, $981,307 of which will expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposals and two offers were received.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-16-D-1003).

General Dynamics-National Steel and Shipbuilding Co., San Diego, California, is being awarded a $12,668,280 modification to previously awarded cost-plus-award-fee/incentive-fee contract (N00024-15-C-4313) for USS Independence (LCS-2) fiscal 2016 dry-docking selected restricted600px-US-DeptOfNavy-Seal.svg availability. A dry-docking selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities. Work will be performed in San Diego, California, and is expected to be completed by September 2016.  Fiscal 2016 operations and maintenance (Navy) funding in the amount of $12,668,280 will be obligated at time of award and will expire at the end of the current fiscal year.  The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

L-3 Communications Cincinnati Electronics Corp., Mason, Ohio, is being awarded an $8,961,539 cost-plus-fixed-fee completion contract for work associated with the Shipboard Panoramic Electro-optic Infrared (EO/IR) Cueing and Surveillance System (SPECSS) function of the Combined EO/IR Surveillance and Response System (CESARS) program.  The contractor will design, build or procure, and test both mid-wave infrared (MWIR) and visible spectrum panoramic imagers.  Work will be performed in Mason, Ohio, and is expected to be completed Nov. 2, 2018.  Fiscal 2016 research, development, tests and evaluation (Navy) funds in the amount of $142,265 is being obligated at the time of award.  No funds will expire at the end of the current fiscal year.  The contract was competitively procured under request for proposal N00173-15-R-SE05, with seven offers received.  The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity (N00173-16-C-6002).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Farris Engineering Inc., Colorado Springs, Colorado, has been awarded a $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architectural and engineering services. Contractor will administer, coordinate and technically support facility sustainment, restoration and modernization, military construction and non-appropriated funds projects. Work will be performed at the U.S. Air Force Academy, Colorado; Buckley Air Force Base, Colorado; Cheyenne Mountain Air Force Station, Colorado; Fort Carson, Colorado; F.E. Warren Air Force Base, Colorado; Peterson Air Force Base, Colorado; and Schriever Air Force Base, Colorado, and is expected to be complete by Feb. 1, 2021. This award is the result of a competitive acquisition with 28 offers received. Fiscal 2016 operation and maintenance funds in the amount of $19,763 are being obligated at the time of award. The 10th Contracting Squadron, U.S. Air Force Academy, Colorado, is the contracting activity (FA7000-16-D-0002).

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $9,644,500 firm-fixed-price, commercial, indefinite-delivery/indefinite-quantity contract. Contractor will acquire global positioning system selective availability anti-spoofing modules and single chip module with memory in support to 57 allied nations. Work will be performed at Cedar Rapids, Iowa, and is expected to be complete by March 31, 2021. This award is 100 percent foreign military sales. This award is the result of a sole-source acquisition. Space and Missile Center, Los Angeles Air Force Base, California, is the contracting activity (FA8807-16-D-0001).

CORRECTION: The IGOV Technologies Inc. contract awarded on Jan. 28, 2016, had an inaccurate award amount. The actual amount was $52,355,650. All other contract information was accurate.

ARMY

DynCorp International LLC, Ft. Worth, Texas, was awarded a $7,685,196 modification (P00116) to foreign military sales contract W58RGZ-13-C-0040 (Afghanistan) for aviation field maintenance services for the Army Aviation and Missile Command operations in Afghanistan.  Work will beDepartment of the Army performed in Afghanistan with an estimated completion date of Dec. 31, 2016.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $7,685,196 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Defense_Health_AgencyDEFENSE HEALTH AGENCY

Data Networks Inc., Reston, Virginia, has been awarded a $7,109,155 modification to exercise Option Period 1 of a previously awarded cost-plus-fixed-fee contract (HT0011-15-F-0022) for the Program Executive Office (PEO) Department of Defense Healthcare Management Systems (DHMS) – Defense Medical Information Exchange (DMIX).  The DMIX, in close coordination with the PEO DHMS, is charged with providing technical solutions for seamless data sharing and interoperable electronic health records that will evolve with national standards.   This contract will continue to provide a full range of systems integration and engineering support services towards this interoperability mission for the legacy to modern systems.  Such services include systems integration, information engineering development support, and sustainment tasks required for the effective management of the PM DMIX integrated functional/technical capabilities supporting the modernization and interoperability mission of DHMS.  Work will be performed in Virginia.  The period of performance for this modification starts Feb. 3, 2016, and ends Feb. 2, 2017.  Fiscal 2016 operations and maintenance funds in the amount of $7,109,155 are obligated on this modification.  The Defense Health Agency, Falls Church, Virginia, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

UPDATE: ADS,* Virginia Beach, Virginia (SPE1C1-16-D-5007), has been added as an awardee to the multiple award contract issued against solicitation SPM1C1-12-R-0031 announced Dec. 8, 2011.

*Small business

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Atlantic Diving Supply Inc., doing business as ADS Inc., Virginia Beach, Virginia (FA4890-16-D-0001); CACI Inc., Chantilly, Virginia (FA4890-16-D-0002); DynCorp International, Fort Worth, Texas (FA4890-16-D-0003); Global Threat Reduction LLC, Reston, Virginia (FA4890-16-D-0004); Global Threat Response Group LLC, Cape Canaveral, Florida (FA4890-16-D-0005); Honeywell Technology Solutions Inc., Columbia, Maryland (FA4890-16-D-0006); PAE Applied Technologies LLC, Arlington, Virginia (FA4890-16-D-0007); Raytheon Intelligence, Information, & Services, Dulles, Virginia (FA4890-16-D-0008); Triple Canopy Inc., Reston, Virginia (FA4890-16-D-0009); Blackhawk-PRI Critical Services LLC,* Las Vegas, Nevada (FA4890-16-D-0010); Cambridge International Systems Inc.,* Arlington, Virginia (FA4890-16-D-0011); International Tactical Solutions LLC,* Huntsville, Alabama (FA4890-16-D-0012); Obera LLC,* Herndon, Virginia (FA4890-16-D-0013); Patriot Group International Inc.,* Warrenton, Virginia (FA4890-16-D-0014); and Technology Management Co. Inc.,* Albuquerque, New Mexico (FA4890-16-D-0015), have been awarded a combined not-to-exceed $975,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for counter narcotics and global threats operations and logistics support. Contractor will provide services, equipment, material, and minor construction services to improve the capability of U.S. and partner nation agency organizations; and endeavors to detect, deter, disrupt, degrade, and defeat national security threats posed by illegal drugs, trafficking, piracy, transnational organized crime, threat finance networks, and any potential nexus among these activities. Work will be performed within the continental U.S., to include Alaska and Hawaii, and outside the U.S., and is expected to be complete by Jan. 28, 2025. This award is the result of a competitive acquisition with 16 offers received. Fiscal 2016 operation and maintenance funds in the amount of $50,000 for each offeror are being obligated at the time of award to satisfy the minimum guarantee. Air Combat Command Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity.

Technology Service Corp., Silver Spring, Maryland, has been awarded a $23,812,562 modification (P00025) to previously awarded contract FA8650-14-C-7400 for the Rapid Reaction Multi-Mission/Support Jammer Cueing (RRMMS/SJC) acquisition effort. Contractor will further develop technologies they have established under previous and current Small Business Innovation Research Phase I and II contracts. The contractor will use rapid prototyping processes and modular architectures to deliver mission critical and urgent technological capabilities. Work will be performed at Kirtland Air Force Base, New Mexico; and in deployed locations. Work is expected to be complete by Dec. 23, 2018. Fiscal 2016 research, development, test and evaluation funds in the amount of $775,916 are being obligated at the time of award. Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity.

Harris Corp. – Government Communications Systems, Palm Bay, Florida, has been awarded a $15,816,091 modification (P00230) to exercise the option on previously awarded contract FA8819-08-C-0001 for Space Control Depot support. Contractor will provide depot and sustainment engineering; repairable and disposable item management; stock, storage and issuance of spares; hardware and software maintenance and repairs; and security support along with other requirements in the statement of work. Work will be performed at Palm Bay, Florida, and is expected to be complete by Jan. 31, 2017. Fiscal 2016 operation and maintenance; and research, development, test and evaluation funds in the amount of $7,892,653 are being obligated at the time of award. Air Force Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

Lockheed Martin Missile and Fire Control, Orlando, Florida, has been awarded a $15,699,586 modification (P00014) to previously awarded contract FA8682-14-C-0084 for Lot 12 of NAMMO value engineering change proposal for Joint Air-to-Surface Standoff Missile (JASSM) production. Work will be performed at Orlando, Florida; Troy, Alabama; and Salt Lake City, Utah, and is expected to be complete by Jan. 27, 2018. Fiscal 2014 missile procurement funds in the amount of $15,699,586 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

MRSL Real-Time Systems Laboratory Inc.,* Sarasota, Florida, has been awarded a $11,704,311 cost-plus-fixed-fee completion contract for new capabilities for advanced signal intelligence (SIGINT). Contractor will provide for development of advanced SIGINT processing and exploitation capabilities. Work will be performed at Sarasota, Florida, and is expected to be complete by Feb. 1, 2021. 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 $1,109,000 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-16-C-0023).

NAVY

Rolls Royce Corp., Indianapolis, Indiana, is being awarded $64,515,889 for modification P00004 to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-15-D-0009) for performance based logistics supplies, services, and related support for KC-130J aircraft propulsion systems, including the AE2100D3 turboprop engine and the R391 propeller system, quick engine change kit, and associated propulsion components.  Work will be performed in Indianapolis, Indiana (41 percent); Winnipeg, Canada (21 percent); Oakland, California (16 percent); Sterling, Virginia (14 percent); Al Mubarak, Kuwait (2.1 percent); Iwakuni, Japan (2 percent); Cherry Point, North Carolina (1.3 percent); Miramar, California (1.3 percent); and Fort Worth, Texas (1.3 percent), and is expected to be completed in February 2017.  No funds are being obligated at the time of this award.  Funds will be obligated against individual delivery orders as they are issued.  This contract combines purchases for600px-US-DeptOfNavy-Seal.svg the Navy ($59,599,778; 92.38 percent), and the government of Kuwait ($4,916,111; 7.62 percent) under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Titan Maritime LLC, Pompano Beach, Florida, is being awarded a $43,000,000 modification to previously awarded contract N00024-12-D-4119 to exercise an option for salvage, salvage-related towing, harbor clearance, ocean engineering, and point-to-point towing services to support the Director of Ocean Engineering, Supervisor of Salvage and Diving. Work will be performed in the vicinity of the U.S. West Coast (80 percent); Hawaii (10 percent); and Eastern Pacific (10 percent), and is expected to be completed by February 2017.  No funding is being obligated at time of award and 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.

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $15,194,706 modification to previously issued delivery order 0096 placed against basic ordering agreement N00019-12-G-0006 to exercise an option for integrated aircraft survivability equipment 24 A-kits for MV-22 aircraft to meet the joint urgent operational need in support of the Marine Corps.  Work will be performed at Ridley Park, Pennsylvania (63 percent); Menlo Park, California (5 percent); Anaheim, California (5 percent); Corona, California (4 percent); Huntington Beach, California (2 percent); Fort Worth, Texas (1 percent); and various locations throughout the U.S. (20 percent), and is expected to be completed in February 2018.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $15,194,706 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.

Q.E.D. Systems Inc., Virginia Beach, Virginia, is being awarded an $11,643,306 modification to previously awarded contract N00024-15-C-4400 for third party advanced planning services in support of Chief of Naval Operations availabilities, continuous maintenance availabilities (CMAVs), inactivation CMAVs, sustainment availabilities, phased modernization availabilities, re-commissioning availabilities, continuous maintenance and emergent maintenance window of opportunity for Navy surface combatant ship classes (CG 47/DDG 51).  Work will be performed in Norfolk, Virginia (66 percent); and San Diego, California (34 percent), and is expected to be completed by February 2017.  Fiscal 2016 operations and maintenance (Navy) funding in the amount of $226,210 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.

Baldi Bros. Inc.,* Beaumont, California, is being awarded $10,308,021 for firm-fixed-price task order 0003 under a previously awarded multiple award construction contract (N62473-15-D-2443) to replace asphalt runway 24L at Marine Corps Air Station Miramar.  The work to be performed provides for the construction of the asphalt portion of Runway 24L with portland cement concrete pavement.  This project will also reconstruct the existing shoulders with airfield rated asphalt concrete.  New airfield striping will be installed in accordance with applicable criteria.  Work will be performed in San Diego, California, and is expected to be completed by October 2016.  Fiscal 2016 operation and maintenance (Marine Corps) contract funds in the amount of $10,308,021 are obligated on this award and will expire at the end of the current fiscal year.  Five proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Bell Boeing Joint Project Office, Amarillo, Texas, is being awarded a $9,496,401 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0021) to exercise an option for two V-22 Block A to B (50/60 series) upgrade retrofit kits.  Work will be performed in Cherry Point, North Carolina, and is expected to be completed in October 2016.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $9,496,401 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air System Command, Patuxent River, Maryland, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

TurboCombustor Technology Inc., Stuart, Florida, has been awarded a maximum $57,607,803 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for aircraft afterburner flame holders. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a one-year base contract with four one-year option periods. Location of performance is Florida, with a Sept. 17, 2017, 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 Aviation, Richmond, Virginia (SPE4A7-16-D-0130).

ARMY

Strategic Defense Solutions LLC, Huntsville, Alabama, was awarded a $13,170,497 firm-fixed-price, incrementally funded, multi-year contract with options for gunnery range support, Ft. Rucker, Alabama, with an estimated completion date of Feb. 28, 2017.  Bids were solicited via the Internet with 12 received.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $1,290,709 were obligated at the time of the award.  Army Contracting Command, Ft. Benning, Georgia, is the contracting activity (W9124G-16-C-0003).

Northbank Civil & Marine Inc.,* Vancouver, Washington, was awarded a $10,528,300 firm-fixed-price contract with options for the Dalles Lock and Dam project.  Bids were solicited via the Internet with two received. Work will be performed in The Dalles, Oregon, with an estimated completionDepartment of the Army date of April 15, 2017.  Fiscal 2015 other procurement funds in the amount of $10,528,300 were obligated at the time of the award.  Army Corps of Engineers, Portland, Oregon, is the contracting activity (W912N-16-C-0004).

DynCorp International LLC, Ft. Worth, Texas, was awarded a $7,685,196 modification (P00116) to foreign military sales contract W58RGZ-13-C-0040 (Afghanistan) for aviation field maintenance services for the Army Aviation and Missile Command operations in Afghanistan.  Work will be performed in Afghanistan with an estimated completion date of Dec. 31, 2016.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $7,685,196 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

*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

AIR FORCE

Reliance Test & Technology, Fort Walton Beach, Florida, has been awarded a $150,204,370 cost-plus-award-fee and cost-plus-fixed-fee contract356px-Seal_of_the_US_Air_Force.svg for Eglin Operation and Maintenance Services (E-OMS) support. Contractor will provide engineering and technical services necessary to operate the 96th Test Wing’s ranges and facilities in order to support the research, development, test and evaluation of weapon systems, subsystems, and components. Work will be performed at Eglin Air Force Base, Florida; Wright-Patterson Air Force Base, Ohio; and Holloman Air Force Base, New Mexico, and is expected to be complete by March 31, 2018. This award is the result of a competitive acquisition with three offers received. No funds are being obligated at the time of award. Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2486-16-C-0002).

600px-US-DeptOfNavy-Seal.svgNAVY

Lockheed Martin Aeronautics, Marietta, Georgia, is being awarded a not-to-exceed $141,936,871 value firm-fixed-price, undefinitized contract action for the P-3B modernization program for the government of Greece, which will provide an extension of service life by 15,000 flight hours.  This contract provides for the reactivation of one P-3B aircraft and the procurement of hardware kits for the upgrade/modernization of four P-3B aircraft to support a structural mid-life upgrade.  In addition, this contract provides for phased depot maintenance; a Greece indigenous mission integration and management system; new avionics; and other ancillary hardware and services.  Work will be performed Marietta, Georgia (62 percent); Athens, Greece (15 percent); Schimatari, Greece (13 percent); Baltimore, Maryland (9 percent); and Greenville, South Carolina (1 percent), and is expected to be completed in July 2019.  Foreign military sales funds in the amount of $26,514,460 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) (4).  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-16-C-0125).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded an $81,386,343 cost-plus-fixed-fee contract for requirements decomposition and development of Block 4 modernization program capabilities in support of the F-35A/B/C aircraft.  This contract includes new and upgraded capabilities to provide enhancements and continuous improvements to maintain viability against evolving threats, reduce life cycle costs, and improve operational suitability.  Work will be performed in Fort Worth, Texas, and is expected to be completed in May 2017.   Fiscal 2015 research, development, testing and evaluation (Navy, Marine Corps, Air Force) and non-U.S. Department of Defense (DoD) participant funds in the amount of $55,705,494 are being obligated on this award, $35,990,124 of which will expire at the end of the current fiscal year.  This contract combines purchases for the Marine Corps ($4,164,539; 5.12%); Navy ($6,611,354; 8.12%); Air Force ($25,214,231; 30.98%); and non-U.S. DoD participants ($19,715,370; 24.22%).  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 authority (N00019-16-C-0008).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded not-to-exceed $47,000,000 for undefinitized delivery order 0026 against a previously issued basic ordering agreement (N00019-14-G-0020).  This order provides for non-recurring effort and integration tasks required to operate a hardware-in-the-loop laboratory used to build, modify, verify and validate, and distribute mission data file sets for the F-35.  This contract will deliver modification kits to upgrade the RC West Block 3i Verification Validation Station to the Block 3F, 3F+, and 3F Digital Channelized Receiver/Technique Generator and Tuner Insertion Program configurations, and provide engineering support during the installation and integration of the modification kits, verification and validation test venue support in support of the F-35A aircraft for the governments of Japan and Israel, under the Foreign Military Sales program.  Work will be performed in Fort Worth, Texas (53 percent); Orlando, Florida (25 percent); Nashua, New Hampshire (18 percent); El Segundo, California (2 percent); and San Diego, California (2 percent), and is expected to be completed in September 2021.  Foreign Military Sales funds in the amount of $12,000,000 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.

VSolvit LLC,* Ventura, California, is being awarded a $10,672,929 firm-fixed-price modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N39430-13-D-1231) for the exercise of option year three for information technology enterprise business systems support at Naval Facilities Information Technology Center, Naval Base Ventura County.  The total contract amount after exercise of this option will be $42,399,459.  No task orders are being issued at this time.  Work will be performed in Port Hueneme, California (60 percent); San Diego, California (27 percent); Washington, District of Columbia (7 percent); and Yokosuka, Japan (6 percent), and work for this option period is expected to be completed February 2017.  No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued.  Task orders will be primarily funded by fiscal 2016 operation and maintenance (Navy); and fiscal 2016 working capital funds (Navy).  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

DEFENSE LOGISTICS AGENCY

L-3 Communications, Williamsport, Pennsylvania (SPRMM1-16-D-Y005); and Communications and Power Industries, Beverly, MassachusettsDefense_Logistics_Agency (SPRMM1-16-D-Y004), have each been awarded a maximum $43,033,500 firm-fixed-price, indefinite-delivery/indefinite-quantity contract against solicitation SPRMM1-15-R-YQ77 for weapons systems electron tubes. This was a competitive acquisition with two responses 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. Locations of performance are Pennsylvania and Massachusetts, with a Feb. 10, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2016 through fiscal 2021 Navy working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania.

Department of the ArmyARMY

Mantech SRS Technologies Inc., Fairfax, Virginia, was awarded a $24,109,632 cost-plus-fixed-fee, multi-year, incrementally funded contract to research, develop, and demonstrate a prototype joint-service oriented architecture integrating operational data for real-time situational awareness to enhance border security.  Bids were solicited via the Internet with one received.  Work will be performed in Fairfax, Virginia, with an estimated completion date of March 10, 2019.  Fiscal 2015 research, development, testing, and evaluation funds in the amount of $2,275,000 were obligated at the time of the award.  Army Contracting Command, Adelphi, Maryland, is the contracting activity (W911QX-16-C-0007)

Caterpillar Inc., Mossville, Illinois, was awarded a $14,620,284 modification (0078) to contract W56HZV-08-D-0169 for 28 Type 1 T-5 and 28 Type II T-5 bulldozers.  Work will be performed in Mossville, Illinois, with an estimated completion date of Dec. 31, 2016.  Fiscal 2015 and 2016 other procurement funds in the amount of $14,620,284 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

CORRECTION: Yesterday’s announcement of the contract awarded to AMEC Programs Inc. (W912GB-16-C-0005), included the incorrect amount of obligated funds. The correct amount of obligated funds is $182,753,859. All other information in the announcement is correct.

*Small business

NAVY

Advanced Technology International, doing business as SCRA Applied R&D, Summerville, South Carolina, is being awarded a $99,000,000 indefinite-delivery/indefinite-quantity contract.  The Office of Naval Research Manufacturing Technology (ManTech) requires support in the ManTech Navy Metalworking Center (NMC) of Excellence.  The core mission and function of the NMC is to identify, develop, and facilitate the deployment of potential solution sets to U.S. shipyards and other industrial facilities (i.e., metalworking or related manufacturing technologies to reduce the cost and time to build and repair key naval platforms).  The total cumulative value of the contract is $99,000,000 with two task orders.  The task orders will be awarded concurrent with contract award.  Task order one will be funded in the amount of $400,000 and task order two will be600px-US-DeptOfNavy-Seal.svg funded at $200,000.  Work will be performed in Summerville, South Carolina, and is expected to be completed Feb. 15, 2021.  Fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $600,000 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  The contract was competitively procured under solicitation N00014-15-R-0005, with two offers received.  The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-15-D-4004).

CB&I Federal Services LLC, Alexandria, Virginia, is being awarded a $95,000,000 indefinite-delivery/indefinite-quantity, cost-plus-award-fee contract for environmental remediation services for projects at various locations within the Naval Facilities Engineering Command (NAVFAC) Atlantic area of responsibility (AOR).  Work will be performed primarily within the NAVFAC Atlantic AOR which includes North Carolina (15 percent); Virginia (15 percent); Maine (10 percent); Maryland (10 percent); New York (10 percent); Rhode Island (10 percent); Washington, District of Columbia (10 percent); West Virginia (10 percent); Massachusetts (5 percent); and Pennsylvania (5 percent).  Although principle geographical areas are identified for the contract, the contractor may be required to perform at any Navy or Marine Corps activity in the AOR covered by NAVFAC Atlantic.  Work may also be added and performed anywhere outside of NAVFAC Atlantic’s AOR, as required by the government.  The term of the contract is not to exceed 60 months, with an expected completion date of February 2021.  Fiscal 2016 environmental restoration (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.  This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-16-D-9004).

BAE Systems San Diego Ship Repair, San Diego, California, is being awarded a not-to-exceed $52,125,928 undefinitized contract action modification to previously awarded cost-plus-award-fee/incentive-fee contract N00024-12-C-4403 for USS Rushmore (LSD-47) fiscal 2016 phased maintenance availability (PMA).  A PMA includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities.  Work will be performed in San Diego, California, and is expected to be completed by March 2017. Fiscal 2016 operation and maintenance (Navy); and fiscal 2015 and 2016 other procurement (Navy) funding in the amount of $21,864,251 will be obligated at time of award, and funds in the amount of $21,439,669 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

United Technologies, Pratt & Whitney Military Engines, East Hartford, Connecticut, is being awarded a $33,104,748 modification to a previously awarded fixed-price-incentive-firm, cost-plus-incentive-fee contract (N00019-14-C-0026) to exercise an option for engineering change proposals for the low-rate initial production Lot 8 propulsion system for the F-35 Joint Strike Fighter aircraft.  Work will be performed in Hartford, Connecticut, and is expected to be completed in December 2018.  Fiscal 2014 aircraft procurement (Air Force/Navy/Marine Corps); fiscal 2015 aircraft procurement (Air Force); and international partner funds in the amount of $33,104,748 will be obligated at time of award, $32,637,910 of which will expire at the end of the current fiscal year.  This contract combines purchases for the Marine Corps ($27,005,927; 81.58 percent); Air Force ($4,089,780; 12.35 percent); Navy ($1,605,704; 4.85 percent); and international partners ($403,337; 1.22 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

J&R Tool Inc.,* Loogootee, Indiana, is being awarded a $7,208,440 firm-fixed-price, five-year, indefinite-delivery/indefinite-quantity contract for storage and shipping containers for target sight systems (TSS) and multi-spectral targeting systems (MTS).  The storage and shipping containers are utilized to ship and store government furnished property consisting of TSS and MTS components.  TSS is the multi-sensor electro-optical/infrared fire control system for the Marine Corps attack helicopter.  MTS provides electro-optical/infrared, laser designation, and laser illumination capabilities integrated in a single sensor package.  Work will be performed in Loogootee, Indiana, and is expected to be complete by February 2021.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $31,696 will be obligated at time of award.  Contract funds will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with six offers received.  The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-16-D-JQ70).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Metro Medical Equipment and Supply Inc.,** St. Louis, Missouri, has been awarded a maximum $29,000,000 fixed-price with economic price adjustment contract for medical equipment. This was a competitive acquisition with 98 responses. This is a five-year contract with no option periods. Location of performance is Missouri, with a Feb. 8, 2021, performance completion date. Using services are Army, Navy, Air Force 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 (SPE2DH-16-D-0009).

Raytheon Co., McKinney, Texas, has been awarded a maximum $12,754,649 firm-fixed-price contract for thermal imaging systems. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a 21-month contract with no option periods. Location of performance is Texas, with a Sept. 27, 2017, performance completion date. Using service is Army. Type of appropriation is fiscal 2016 through fiscal 2017 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-16-C-0119).

Graybar Electric Co. Inc., St. Louis, Missouri, has been awarded a maximum $9,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity prime vendor contract for maintenance, repair and operations for the Northeast region, Zone 2 of the U.S. This was a sole-source acquisition using justification 10 U.S. Code  2304 (c)(1). This is a two-month bridge contract. Location of performance is Missouri, with an April 11, 2016, performance completion date. Using 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-0004).

ARMY

AAI Corp., doing business as Textron Systems, Hunt Valley, Maryland, was awarded a $19,421,800 modification (P00005) to contract W58RGZ-15-C-0047 for tactical data link retrofit, Shadow tactical unmanned aircraft system.  Work will be performed in Hunt Valley, Maryland, with an estimated completion date of Jan. 31, 2019.  Fiscal 2016 other procurement funds in the amount of $19,421,800 were obligated at the time of theDepartment of the Army award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity

Gardner Zemke Co.,* Albuquerque, New Mexico, was awarded a $19,090,983 firm-fixed-price, incrementally funded contract with options for The Dalles generator step-up transformer replacement.  Bids were solicited via the Internet with seven received. Work will be performed in The Dalles, Oregon, with an estimated completion date of Sept. 30, 2019.  Fiscal 2016 other procurement funds in the amount of $2,000,000 were obligated at the time of the award.  Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-16-C-0006).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

CAE USA Inc., Training Services, Tampa, Florida, has been awarded a $7,175,010 modification (P00086) to previously awarded contract FA8223-10-C-0013 for KC-135 aircrew training systems. This contract is to adjust for fiscal 2016 collective bargaining agreement-related labor cost increases, to complete funding for Quarter 2 through Quarter 4 contractor logistics support contract line item numbers, and to exercise pre-priced option contract line item numbers. Work will be performed at March Air Reserve Base, California; Scott Air Force Base, Illinois; Grissom Air Reserve Base, Indiana; MacDill Air Force Base, Florida; Hickam Air Force Base, Hawaii; Kadena Air Base, Japan; McConnell Air Force Base, Kansas; Pease Air National Guard Base, New Hampshire; Seymour Johnson Air Force Base, North Carolina; Altus Air Force Base, Oklahoma; Mildenhall Air Force Base, United Kingdom; Fairchild Air Force Base, Washington; and Milwaukee Air National Guard Base, Wisconsin, and is expected to be complete by Aug. 30, 2017. Fiscal 2016 operations and maintenance 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.

*Small business

**Woman-owned small business

DEFENSE LOGISTICS AGENCY

Food Service Inc.,* Mt. Vernon, Washington, has been awarded a maximum $50,181,810 fixed-price with economic price adjustment contract forDefense_Logistics_Agency prime vendor food and beverage support. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a 352-day bridge contract. Location of performance is Washington, with a Jan. 28, 2017, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-16-D-4017). (Awarded on Feb. 5, 2016)

600px-US-DeptOfNavy-Seal.svgNAVY

Electric Boat Corp., Groton, Connecticut, is being awarded a $23,580,735 modification to previously awarded contract N00024-13-C-2128 for the Ohio Replacement Program air conditioning unit detail design, prototype unit manufacture, qualification, and technical manual development.  Work will be performed in Groton, Connecticut, and is scheduled to be complete by December 2020.   Fiscal 2016 research, development, test and evaluation (Navy) funding in the amount of $815,000 will be obligated at time of award and will not expire at the end of this fiscal year.  Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

Lockheed Martin Mission Systems and Training, Manassas, Virginia, is being awarded an $8,825,425 cost-plus-incentive-fee modification to previously awarded contract N00024-13-C-5225 for the Navy’s fiscal 2016 AN/SQQ-89A(V)15 shore site systems.  The AN/SQQ-89A(V)15 is a surface ship undersea warfare combat system with the capabilities to search, detect, classify, localize, and track undersea contacts, and to engage and evade submarines, mine-like small objects and torpedo threats.  Work will be performed in Lemont Furnace, Pennsylvania (97 percent); Marion, South Carolina (2 percent); Syracuse, New York (less than 1 percent); Clearwater, Florida (less than 1 percent); and Manassas, Virginia (less than one percent), and is expected to be completed by May 2017.  Fiscal 2013 and 2014 shipbuilding and conversion (Navy); and fiscal 2014 and 2015 other procurement (Navy) funds in the amount of $8,825,425 will be obligated at the time of award, and funding in the amount of $1,332,421 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

ARMY

Hollon Contracting LLC,* Dothan, Alabama, was awarded a $10,000,000 firm-fixed-price, multi-year advanced contract initiative with optionsDepartment of the Army for emergency repairs in the event of a disaster in Federal Emergency Management Agency Region IV, which covers these states: Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, South Carolina, and Tennessee.  Bids were solicited via the Internet with four received, with an estimated completion date of May 31, 2020.  Funding and work location will be determined with each order.  Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (9128F-16-D-0013).

*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

 

300px-NASA_logo.svgNational Aeronautics and Space Administration, Goddard Space Flight Center, Code 210.P, NASA/Goddard Space Flight Center, Code 210.P Greenbelt MD 20771

R — Diversity Dialogue Project NNG16573188Q 022216 Keva R. Crossen, Purchasing Agent, Phone 3012865385, Email keva.r.crossen@nasa.gov – Keisha S. Willingham, Contract Specialist, Phone 3012863010, Email keisha.s.willingham@nasa.gov This notice 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; Firm-Fixed Price (FFP) offers are being requested and a written solicitation will not be issued.
This notice is being issued as a Request for Quotations (RFQ) for Diversity Dialogue Program Facilitator and Coaching in accordance with the attached Statement of Work.

Scheduled Period of Performance: March 2016 – February 2017 (Base Period) + 1 Year Option
The provisions and clauses in the RFQ are those in effect through FAC 05-86
This procurement is a total small business set-aside.
The NAICS Code and the small business size standard for this procurement are 541611 and $15 million respectively. The offeror shall state in their offer their size status for this procurement.
All responsible sources may submit a FFP offer which shall be considered by the agency.
Offers for the service described above are due by February 22, 2016 at 4:30pm EST to Keva.R.Crossen@nasa.gov and must include, solicitation number, proposed delivery schedule, discount/payment terms, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tm“>http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tm
Offerors shall provide the information required by FAR 52.212-1 (OCT 2015), Instructions to Offerors-Commercial Items, which is incorporated by reference.
FAR 52.212-4 (MAY 2015), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: NFS 1852.225-70; NFS 1852.237-73
FAR 52.212-5 (FEB 2016), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-7, 52.217-5, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33.
The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm
The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.ht“>http://www.hq.nasa.gov/office/procurement/regs/nfstoc.ht
All contractual and technical questions must be in writing via e-mail to Keva.R.Crossen@nasa.gov not later than February 16, 2016. Telephone questions will not be accepted.
Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the service offered meets the Government’s requirement. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)).
Offerors must include completed copies of the provision at 52.212-3 (NOV 2015), Offeror Representations and Certifications – Commercial Items with their offer. The provision may be obtained via the internet at URL:

http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.ht“>http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.ht . These representations and certifications will be incorporated by reference in any resultant contract.
NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html

Prospective offerors shall notify this office of their intent to submit an offer. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
Set-Aside: Total Small Business Place of Performance: NASA/Goddard Space Flight Center Greenbelt, MD 20771 US URL: https://www.fbo.gov/notices/3992d359fc9e8f34cc7135bd68ddfec OutreachSystems Article Number: 20160212/PROCURE/0097
Matching keyword(s): writ*; copy; technical; standard;

Department of the Interior, Bureau of Reclamation, BOR – All Offices, Bureau of Reclamation
Mid-Pacific Region Regional Office Division of Acquisition Services 2800 Cottage Way, Room E-1815
Sacramento CA 95825-1898 US

T–Shasta Historical Tour Video R16PS00415 031816 Fleming, Kara A IGF::OT::IGF::Shasta Historical Tour Video<br> Set-Aside: Total Small600px-US-DeptOfTheInterior-Seal.svg Business URL: https://www.fbo.gov/notices/4845623fb8f74263095afe4e39798cf

OutreachSystems Article Number: 20160212/PROCURE/0136
Matching keyword(s): video*; business*; naics!512110;

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

U — 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.htm OutreachSystems Article Number: 20160212/PROCURE/0140
Matching keyword(s): documentar*;

Department of the Interior, Bureau of Reclamation, BOR – All Offices, Bureau of Reclamation
Mid-Pacific Region Regional Office Division of Acquisition Services 2800 Cottage Way, Room E-1815
Sacramento CA 95825-1898 US

T–Shasta Historical Tour Video R16PS00415 031816 Fleming, Kara A The Bureau of Reclamation, Acquisition Division, Supply and Services Branch, Sacramento, CA 95825, intends to issue a Request for Quotation for a firm fixed-price purchase order to produce an historical/educational tour video for the Shasta Dam in Shasta County, Shasta CA. This requirement is being advertised under NAICS Code 512110 (Motion Picture and600px-US-DeptOfTheInterior-Seal.svg Video Production). The Small Business size standard is $32.5 million. The applicable Product or Service Code is T0006, Film/Video Tape<span style=”color:blue;”> Production Services. This procurement will be set-aside 100% for Small Business concerns. The applicable solicitation for this requirement, R16PS00415, will be posted on the Federal Business Opportunities website at https://www.fbo.go on or about March 7, 2016. The date for receipt of offers will be on or about March 18, 2016 at 4:00 p.m. Pacific Standard Time. The solicitation will be downloaded at the above website; no paper copy of this solicitation will be distributed. A pre-solicitation site visit will be held for those who wish to attend. The date and time will be announced with the solicitation.
Prospective contractors shall be actively registered in System for Award Management (SAM) database at https://www.sam.go to be eligible for award. Questions concerning this solicitation should be directed to Dean Seggay at dseggay@usbr.gov.
Set-Aside: Total Small Business URL: https://www.fbo.gov/notices/40f335a1a07013a7258d0dc289c9bcb

OutreachSystems Article Number: 20160212/PROCURE/0806
Matching keyword(s): video*; film?; produc*; website; site?; education*; business*; produce?; production?; distribut*; video; tape; serv*; naics!512110;

600px-US-DeptOfNavy-Seal.svgDepartment of the Navy, United States Marine Corps, MCB Quantico – National Capital Region (NCR), 2010 Henderson Road Quantico VA 22134-5045

99 — USMC Embassy Security Group (MCESG) Advertising Support Service M00264-16-R-0019 021216 Leslie Kenser, Contract Specialist, Phone 7037841316, Fax 7037843597, Email leslie.kenser@usmc.mil Please use number M00264-16-RFI-0413 when responding to this Sources Sought.
Place of Performance: Varying places of performance between Contractor and Government sites US URL: https://www.fbo.gov/spg/DON/USMC/M00264/M00264-16-R-0019/listing.htm

OutreachSystems Article Number: 20160212/PROCURE/0889
Matching keyword(s): naics!512110;

Department of Housing and Urban Development, OCPO, Northern (Philadelphia) Field Contracting Operations, Chicago Operations Branch, NFNC, 77 West Jackson Boulevard Chicago IL 60604-3507

R — National Rent Comparability Study Contract DU205NC-16-R-0002 Lisa W Simon, Phone 312-913-8599, Fax 312-353-8965, Email Lisa.Simon@hud.gov – Lisa Simon-Lewis, Contracting Officer, Phone 312-913-8599, Fax 312-353-8965, Email lisa.simon@hud.gov The U.S. Department of Housing and Urban Development (HUD) intends to issue a solicitation, Request for Proposal (RFP) DU205NC-16-R-0002, The US Department of Housing and Urban Development (HUD) will have a need to obtain the services of real estate appraisers who will provide Rent Comparability Study Services (RCS) for HUD in designated geographical areas in the United States. The HUD Section 8 Renewal Policy Guidebook requires that HUD obtain and review Rent Comparability Studies (RCSs) when an owner’s RCS exceeds 110 percent of a threshold established by the600px-US-DeptOfHUD-Seal.svg Department. The market rents resulting from these studies determine the rents owners can receive and, hence, greatly influence whether an owner will renew and continue providing project-based assisted housing or opt-out of the Section 8 contract and convert to unassisted, market rent housing. The market rents set in these studies also drive HUD’s outlays for Section 8 project-based subsidy.
The contractor will perform the services (i.e. projects) in the Southeast Region, based in Atlanta the states are; Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, Puerto Rico, South Carolina, and Tennessee.

The solicitation will be posted at https://www.fbo.gov website no later than 45 days after this notice. This is full and open competition. The NAICS code is 531320, Office of Real Estate Appraisers with a Business Size Standard of $7.5 million. HUD will procure MFH Rent Comparability Studies according to Federal Acquisition Regulation (FAR) Part 12 – Commercial Acquisition, and FAR Subpart 15 Contracting by Negotiation. The type of contract will be a combination Firm-fixed-price/Indefinite-Delivery-Indefinite Quantity contract. HUD anticipates awarding up to two (2) contracts as a result of this solicitation, but reserves its right to award less than 2 contracts. The ordering period will be five years.
The solicitation and amendment will be available to all and should be acquired through Federal Business Opportunities (FBO). It’s is the offeror’s responsibility to monitor FBO for the release of the solicitation and amendments. Prospective offerors are responsible for downloading the solicitation and all attachments. HUD will not honor written or telephone requests. All prospective Offerors shall be actively registered in the System for Award Management (SAM) Database at http://www.sam.gov. The solicitation will not be available in paper format. Businesses may obtain information on registration by calling 1-866-606-8220, or via the Internet at website http://www.fsd.gov.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/HUD/NF/NFNC/DU205NC-16-R-0002/listing.htm OutreachSystems Article Number: 20160211/PROCURE/0071
Matching keyword(s): state!ky;

300px-NASA_logo.svgNational Aeronautics and Space Administration, Johnson Space Center, Mail Code: BH, NASA/Lyndon B. Johnson Space Center, Mail Code: BH Houston TX 77058-3696

99 — PERFORATED DOUBLE ALUMINIZED PET FILM AND POLYESTER B4A NETTING NNJ16576925Q 021616 Colleen Wells, Email colleen.l.wells@nasa.gov – J.R. Carpentier, Contracting Officer, Email john.r.carpentier@nasa.gov This notice 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; offers are being requested and a written solicitation will not be issued.
This notice is being issued as a Request for Request for Quotations (RFQ) for:
1) Perforated double aluminized polyethylene terephthalate (PET) film of 1 mil thickness, 54″ width x 1500 ft. The evenly spaced perforation shall equal 1% (+ 0.2%) of the total film area.
2) POLYESTER B4A NETTING, 1500ft, width 54″.
The provisions and clauses in the RFQ are those in effect through FAC 2005-85 and NASA Far Supplement (NFS) through 01/04/2016.
This procurement is a total small business set-aside.
The NAICS Code and the small business size standard for this procurement are 326113 and 500 employees respectively. The offeror shall state in their offer their size status for this procurement.
All responsible sources may submit an offer which shall be considered by the agency.
Delivery to NASA Johnson Space Center is required within 45 days ARO. Delivery shall be FOB Destination.
Offers for the items(s) described above are due by February 16, 2016 at 4:00pm CST to colleen.l.wells@nasa.gov and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL:
http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tm
Offerors shall provide the information required by FAR 52.212-1 (OCT 2015), Instructions to Offerors-Commercial Items, which is incorporated by reference.
If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled “Buy American Act — Supplies,” the offeror shall so state and shall list the country of origin.
FAR 52.212-4 (MAY 2015), Contract Terms and Conditions-Commercial Items is applicable.
FAR 52.212-5 (FEB 2016), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-50, 52.223-18, 52.225-13, 52.232-33.
The following NFS clause is applicable: 1852.237-73.
The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm
The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.ht
All contractual and technical questions must be in writing (e-mail or fax) to colleen.l.wells@nasa.gov not later than 4:00 PM CST on 02/11/2016. Telephone questions will not be accepted.
Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government’s requirement.
Offerors must include completed copies of the provision at 52.212-3 (NOV 2015), Offeror Representations and Certifications – Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm These representations and certifications will be incorporated by reference in any resultant contract.
NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html
Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror’s responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/nais/link_syp.cg . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
URL: https://www.fbo.gov/notices/1dd9da7b2099b6af586e419f8e06db4 OutreachSystems Article Number: 20160211/PROCURE/0551
Matching keyword(s): writ*; copy; technical; standard;

National Aeronautics and Space Administration, Glenn Research Center, Office of Procurement, NASA/Glenn Research Center 21000 Brookpark Road Cleveland OH 44135

R — NASA SAFETY CENTER TECHNICAL SERVICES SUPPORT 2 (NSCTSS2) NNC16ZNA009R 042416 Bernadette J. Kan, Contracting Officer, Phone 2164332525, Email bernadette.j.kan@nasa.gov NASA/GRC plans to issue a Request for Proposal (RFP) for NASA Safety Center Technical Services Support 2 (NSCTSS2). This requirement is a follow-on to the NASA Safety Center Technical Services Support (NSCTSS) contract,300px-NASA_logo.svg NNC14BA02B with Alphaport, Inc. (Alphaport). The Contractor shall provide all material, personnel and supervision to provide SMA training/professional development, discipline training and support, SATERN administration, information dissemination and knowledge sharing including SMA website content development, technical<span style=”color:blue;”> writing, graphics design, video production, and Agency-wide conference and event support, operational support of NSC IT systems including infrastructure management, application development and maintenance, and application user support, mishap investigation safety engineering services support, data mining, analysis, trending, and special studies, and project management and support.
The period of performance for the resulting contract will be a two (2)-year base plus three (3) one-year options.
The Government does not intend to acquire a commercial item using FAR Part 12.
This procurement is a total woman owned small business set-aside.
The NAICS Code and Size Standard are 611430 and $11M, respectively.
All responsible sources may submit an offer which shall be considered by the agency.
NASA/GRC anticipates releasing a DRAFT RFP on or about February 11, 2016. An Industry Day for the NSCTSS2 procurement is being planned for February 23, 2016, from 1:00 p.m. to approximately 3:30 p.m. ET, to be held at the NASA Safety Center. The NASA Safety Center is located at the Ohio Aerospace Institute (OAI), 22800 Cedar Point Road, Brook Park, OH 44142. Specifics instructions are uploaded to this notice. The anticipated release date of the FINAL RFP is on or about March 24, 2016 with an anticipated offer due date of on or about April 24, 2016.

NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.htm
The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA Business Opportunities home page is http://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi;pin-
Prospective offerors shall notify this office of their intent to submit an offer. It is the Offeror’s responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any).
All contractual technical questions must be submitted in writing (e-mail or fax). Telephone questions will not be accepted.
Set-Aside: Woman Owned Small Business URL: https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC16ZNA009R/listing.htm OutreachSystems Article Number: 20160210/PROCURE/0074
Matching keyword(s): video*; produc*; train*; conference?; website; web; site?; page?; business*; event?; production?; instruct*; commercial?; writ*; copy; technical; standard;

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

R — NASA Safety Center Technical Services Support 2 (NSCTSS2) NNC16ZNA09R 042416 Bernadette J. Kan, Contracting Officer, Phone 2164332525, Email bernadette.j.kan@nasa.gov As a result of clerical errors the Presolicitation Notice is canceled in its entirity and a new Presolicitation Notice Number NNC16ZNA009R is substituted in its place.  Please direct all activity to the new solicitation number.

NASA/GRC plans to issue a Request for Proposal (RFP) for NASA Safety Center Technical Services Support 2 (NSCTSS2). This requirement is a follow-on to the NASA Safety Center Technical Services Support (NSCTSS) contract, NNC14BA02B with Alphaport, Inc. (Alphaport). The Contractor shall provide all material, personnel and supervision to provide SMA training/professional development, discipline training and support, SATERN administration, information dissemination and knowledge sharing including SMA website content development, technical<span style=”color:blue;”> writing, graphics design, video production, and Agency-wide conference and event support, operational support of NSC IT systems including infrastructure management, application development and maintenance, and application user support, mishap investigation safety engineering services support, data mining, analysis, trending, and special studies, and project management and support.
The period of performance for the resulting contract will be a two (2)-year base plus three (3) one-year options.
The Government does not intend to acquire a commercial item using FAR Part 12.
This procurement is a total Woman Owned Small Business set-aside.
The NAICS Code and Size Standard are 611430 and $11M, respectively.
All responsible sources may submit an offer which shall be considered by the agency.
NASA/GRC anticipates releasing a DRAFT RFP on or about February 11, 2016. An Industry Day for the NSCTSS2 procurement is being planned for February 23, 2016, from 1:00 p.m. to approximately 3:30 p.m. ET, to be held at the NASA Safety Center. The NASA Safety Center is located at the Ohio Aerospace Institute (OAI), 22800 Cedar Point Road, Brook Park, OH 44142. Specifics instructions are uploaded to this notice. The anticipated release date of the FINAL RFP is on or about March 24, 2016 with an anticipated offer due date of on or about April 24, 2016.

NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.htm
The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA Business Opportunities home page is http://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi;pin-
Prospective offerors shall notify this office of their intent to submit an offer. It is the Offeror’s responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any).
All contractual technical questions must be submitted in writing (e-mail or fax). Telephone questions will not be accepted.

Set-Aside: Woman Owned Small Business URL: https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC16ZNA09R/listing.htm OutreachSystems Article Number: 20160210/PROCURE/1156
Matching keyword(s): video*; produc*; train*; conference?; website; web; site?; page?; business*; event?; production?; instruct*; commercial?; writ*; copy; technical; standard;

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

99 — Sandstone coasters with custom imprinting for the US Army Marketing and Research Group, Fort Knox, KY. W9124D-16-T-0024 021816 Taylor Wellman, Contract Specialist, Phone 5026246859, Email hobart.t.wellman.civ@mail.mil This solicitation notice has beenDepartment of the Army cancelled due to changing requirements from the customer.
Place of Performance: ACCESSIONS DISTRIBUTION CENTER (ADC) 9TH Cavalry Regiment Avenue, Building 210 Fort Knox, KY 40121-2726 US URL: https://www.fbo.gov/notices/8d1d659ee5f4b67cf9563f2eb645bd0 OutreachSystems Article Number: 20160210/PROCURE/1294
Matching keyword(s): age:state!ky; state!ky;

Massachusetts Public Notices http://ma.mypublicnotices.com/PublicNotice.as Provides public notice advertisements from newspapers throughout Massachusetts.

R – ELDERLY 667-1Section 00 11 00 ADVERTISEMENT The North Brookfield SOL ELDERLY 667-1Section 00 11 00 ADVERTISEMENT The North Brookfield Housing Authority, the Awarding Authority, invites sealed bids from Contractors for the Housing Type: Elderly 667-1 Development for the North Brookfield Housing Authority in North Brookfield Massachusetts, in accordance with the documents prepared by TBA Architects, Inc. The Project consists of: Roof replacement, flashing replacement, and siding replacement as indicated on the drawings. base Bid Buildings: #1, #3, #4, #5, & #8. Add Alternate #1 Building: #2. The Base Bid scope of work is estimated to cost $135,825.00 The Add Alternate #1 scope of work is estimated to increase the cost by $24,066.00. The Total Base Bid + Add Alternate #1 scope of work is estimated to cost $159,891.00. Bids are subject to M.G.L.c.149 ?44A-J & to minimum wage rates as required by M.G.L.c.149 ??26 to 27H inclusive. General bidders must be certified by the Division of Capital Asset Management and Maintenance (DCAMM) in the category of Roofing. General Bidders must include a current DCAM Prime Contractor Certificate of Eligibility and a signed DCAM Prime Contractor Update Statement. General Bids will be received until 2:00 p.m., Thursday February 25th, 2016 and publicly opened online, forthwith. All Bids should be delivered to: North Brookfield Housing Authority, 271 N. Main St., North Brookfield, MA, 01525 and received no later than the date & time specified above. General bids and sub-bids shall be accompanied by a bid deposit that is not less than five (5%) of the greatest possible bid amount (considering all alternates), and made payable to the North Brookfield Housing Authority. Bid Forms and Contract Documents will be available for pick-up at: THIS PROJECT IS BEING ELECTRONICALLY BID AT PROJECTDOG, INC. Project Code 810513 Hard copy bids will not be accepted by the Awarding Authority. Bids must be submitted electronically at http://www.Projectdog.com. Obtain all documents online via the job specific project number. Tutorials, instructions and videos on how to complete the electronic bid documents are available online as well as in the instructions to bidders. Call Projectdog, Inc at 978-499-9014 for assistance (M – F 9AM – 5PM) There is a plan deposit of $25.00 per set (maximum of 2 sets) payable to the Projectdog, Inc. The full amount of the deposit will be refunded to all responsive bidders returning the Contract Documents in good condition within ten (10) days after date of general bid opening. Otherwise, the deposit will become the property of Projectdog, Inc. Refundable Deposits must be a certified or cashier’s check, or money order. This deposit will be refunded for up to two sets for general bidders and for one set for sub-bidders upon return of the sets in good condition within thirty (30) days of receipt of general bids. Otherwise the deposit shall be the property of Projectdog, Inc. Additional sets may be purchased for $25.00 Bidders requesting Contract Documents to be mailed to them shall include a separate check for $25.00 per set, payable to the Projectdog, Inc., to cover mail handling costs. The job site and/or existing building(s) will be available for inspection betwwen 11:00 A.M. and 12:00 P.M. on Thursday February 18th, 2016. For an appointment call Donna Gauthier at (508) 867-2826. The Contract Documents may be seen by electronic media at: Project Dog – http://www.projectdog.com; Joseph Merrit & Co http://www.merrittgraphics.com; and CMD (formerly Reed Construction Data) http://www.cmdgroup.com/Home END of Section 00 11 00 ADVERTISEMENT February 10, 2016 Appeared in: Worcester Telegram & Gazette on Wednesday, 02/10/2016 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160211/BID/0401
Matching keyword(s): video*; site?; instruct*;

Oregon – City of Eugene https://www.eugene-or.gov/Bids.asp 125 East 8th Avenue; Eugene, OR 97401; (541) 682-5010

T – 2012200002: Videography Services Due Date: 7/15/2016 5:00 PM Work includes providing videotaping and encoding services for the City of Eugene on an as needed basis. I. INVITATION TO SUBMIT STATEMENTS OF QUALIFICATIONS CITY OF EUGENE INVITATION TO SUBMIT QUALIFICATIONS 2012200002 Notice to Offerors Statements of Qualifications for Videography Services for the City of Eugene will be accepted by the Purchasing Office, 100 West 10th Avenue, Suite 400, Eugene, Oregon 97401. The City intends to establish a pool of qualified Videographers. Inclusion in the pool does not guarantee that a contract for services will be offered to the contractor. There is no closing date for this RFQ. Qualifications will be reviewed as they are submitted. All contractors will be notified of acceptance or rejection of qualifications. The City may reject any statement of qualifications not in compliance with all prescribed public bidding procedures and requirements, and may reject for good cause any or all statements of qualifications or waive any specification or requirement upon a finding of the City it is in the public interest to do so. Project Description In general, work includes providing videotaping and encoding services for the City of Eugene on an as needed basis. Solicitation Documents Solicitation documents may be examined at the City of Eugene Purchasing Office, 100 West 10th Avenue, Suite 400, Eugene, Oregon 97401 or electronically on the eBid system at http://www.eugene-or.gov/purchasing . A paper copy of the Solicitation may be obtained at the Citys Purchasing Office at 100 West 10th Avenue, Suite 400, Eugene, Oregon 97401. Vendors must submit a total of one statement of qualifications, unbound, directly to the Citys Purchasing Office at 100 West 10th Avenue, Suite 400, Eugene, Oregon 97401. Dated: July 15, 2011 Heather Nelson Purchasing Analyst City of Eugene (541) 682-5056 document.write(‘heather.k.nelson’+’@’+’ci.eugene.or.us’)heather.k.nelson@ci.eugene.or.usFor security reasons, you must enable JavaScript to view this E-mail address. For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160213/BID/0503
Matching keyword(s): videotap*; serv*;

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

99 – Master Patient Index (MPI) Clean Up SOL UK-1657-16 Due Date: 3-15-16 Master Patient Index (MPI) Clean Up For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160213/BID/0207
Matching keyword(s): age:state!ky; state!ky;

University of Kentucky, Purchasing Division, 322 Peterson Service Building, 411 S Limestone, Lexington, KY 40506-0005

R — Master Patient Index (MPI) Clean Up. SOL UK-1657-16 DUE 03/15/2016 Phone: (859) 257-9100; Website: http://www.uky.edu/Purchasing/bidlist.ht Intent and Scope: This Request for Proposal (RFP) is being issued by University of Kentucky HealthCare to solicit proposals from qualified, experienced, financially sound and responsible firms to perform the tasks necessary to eliminate duplicate medical record numbers, and/or merge master patient index (MPI) from newly acquired (in the future) organizations with the existing UK HealthCare Enterprise Master Patient Index (ePI). UK HealthCare does not currently have work available related to this RFP, we are in search of a firm for contracting purposes to enable us to move swiftly should an organization be purchased in which we need the ePI to be updated. The process of merging an outside MPI with the ePI will include uploading the information into the ePI, and linking patients that are verified to be the same in both MPI databases. Patients without UK HealthCare medical record numbers will be assigned a UK HealthCare medical record number during the process. The selected offeror shall provide services including process management, and staff to complete the work efficiently and with a high level of accuracy. There are a number of Interfaced departmental systems that are not able to accept automatic merge messages and these systems must be corrected along with any paper medical records and the entries in the electronic medical record. The MPI maintenance operation must provide security and quality measures throughout the process sufficient to maintain UKHC standards and meet federal, state and local regulations regarding UKHC medical records. 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: 20160213/KY/5214
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 – Lunchroom Commodities (Warehouse Delivery) SOL Lunchroom Commodities (Warehouse Delivery) Supplement #7217Bid closes @ 11:00 a.m. on February 19, 2016 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160212/BID/0300
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 — Shasta Historical Tour Video SOL R16PS00415 Description The Bureau of Reclamation, Acquisition Division, Supply and Services Branch, Sacramento, CA 95825, intends to issue a Request for Quotation for a firm fixed-price purchase order to produce an historical/educational tour video for the Shasta Dam in Shasta County, Shasta CA. This requirement is being advertised under NAICS Code 512110 (Motion Picture and Video Production). The Small Business size standard is $32.5 million. The applicable Product or Service Code is T0006, Film/Video Tape<span style=”color:blue;”> Production Services. This procurement will be set-aside 100% for Small Business concerns. The applicable solicitation for this requirement, R16PS00415, will be posted on the Federal Business Opportunities website at https://www.fbo.go on or about March 7, 2016. The date for receipt of offers will be on or about March 18, 2016 at 4:00 p.m. Pacific Standard Time. The solicitation will be downloaded at the above website; no paper copy of this solicitation will be distributed. A pre-solicitation site visit will be held for those who wish to attend. The date and time will be announced with the solicitation. Prospective contractors shall be actively registered in System for Award Management (SAM) database at https://www.sam.go to be eligible for award. Questions concerning this solicitation should be directed to Dean Seggay at dseggay@usbr.gov. Overview Reference number: R16PS00415 Issue date: 02/11/2016 Response due: 03/18/2016 04:00 PM PT 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: Bureau of Reclamation Mid-Pacific Region Regional Office Division of Acquisition Services 2800 Cottage Way, Room E-1815 Sacramento, CA 95825-1898 Place of Performance: Contact: Kara Fleming Phone: Fax: Email: kfleming@usbr.gov Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160212/SMALL/1585
Matching keyword(s): video*; film?; produc*; conference?; website; site?; education*; business*; produce?; production?; distribut*; video; tape; serv*;

Eastern Kentucky University, Division of Purchases and Stores, Jones Building, Room 213, Richmond, KY 40475

U — Harassment & Discrimination Online Training Solution. SOL RFP 53-16 DUE 03/01/2016 Phone: (859) 622-2246; Fax: (859) 622-2047; Website: http://purchasing.eku.edu/bids-and-quote SERVICE: Eastern Kentucky University (EKU) is requesting proposals in order to contract with one consultant to provide internet based anti-harassment and nondiscrimination training compliant with federal and state law to all employees, including student workers. 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: 20160212/KY/5189
Matching keyword(s): age:state!ky; state!ky;

Eastern Kentucky University, Division of Purchases and Stores, Jones Building, Room 213, Richmond, KY 40475

R — Shredding Services for Confidential & Sensitive Information. SOL EKU 62-16 DUE 03/04/2016 Phone: (859) 622-2246; Fax: (859) 622-2047; Website: http://purchasing.eku.edu/bids-and-quote General Specifications: Estimated Shredding Volume. In 2015 Eastern Kentucky University destroyed approximately 36,000 pounds of confidential information annually with 30% of those materials being recyclable. 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: 20160212/KY/5190
Matching keyword(s): age:state!ky; state!ky;

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

99 – 2016 Quilt Festival-Old Mulkey Meetinghouse SHS-Sponsorship SOL RFP-670-1600000210 Due Date: 2/23/1611:00 AMEST Contact: Kentucky Department Of Parks 2016 Quilt Festival-Old Mulkey Meetinghouse SHS-Sponsorshi For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160211/BID/0268
Matching keyword(s): age:state!ky; state!ky;

Lexington-Fayette Urban County Government, Division of Central Purchasing, 200 East Main Street, Lexington, KY 40380

R — Loan Servicing for the Division of Grants and Special Programs. SOL RFP5-2016 DUE 03/09/2016 Phone: (859) 258-3320; Website: https://lfucg.economicengine.co GENERAL: The Lexington-Fayette Urban County Government is requesting proposals from qualified persons or firms to contract for the servicing of housing rehabilitation and mortgage loans made under the government s Housing Rehabilitation and Homeownership Programs. In order for a proposal to be considered, the persons or firms responding to this proposal (Respondents) must demonstrate the capacity to perform (at minimum) all of the services described in the Request for Proposals.This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 20160211/KY/5127
Matching keyword(s): age:state!ky; state!ky;

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

R — 2016 Quilt Festival-Old Mulkey Meetinghouse SHS-Sponsorship. SOL RFP 670 1600000210 version 1 DUE 02/23/2016 Sheena Pettway, Email: SheenaL.Pettway@ky.gov Phone: (502) 564-8110; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: The Department of Parks is issuing this solicitation for the purpose of finding sponsors for the 2016 Quilt Festival to be held at Old Mulkey Meetinghouse State Historic Site June 10 – 12, 2016. See attachment for details. 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: 20160211/KY/5134
Matching keyword(s): age:state!ky; state!ky;

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

R — Consulting services to provide services in regards to Health Sciences Center Office of Diversity & Inclusion’s Cultural Humility initiatives – Addendum #1. SOL RFP202-PSC DUE 02/17/2016 Phone: (502) 852-6248; Website: http://louisville.edu/purchasing/bid SCOPE OF SERVICES REQUIRED: The University of Louisville ( institution ), Health Sciences Center Office of Diversity and Inclusion (HSC ODI) is issuing this Request for Proposals (RFP) from qualified parties ( consultant(s) ) to provide services in regards to HSC ODI s Cultural Humility initiatives. In general, HSC ODI seeks guidance on developing and putting Cultural Humility concepts and ideas tailored to our setting into action within the HSC ODI office itself, with individuals at the Health Sciences Center (HSC) and within the broader institution. Our needs for consultation services can be generalized to the following areas: a. Guiding the HSC ODI into the practices of Cultural Humility. Based on their experience and expertise, the consultant(s) should provide guidance on how institutions and individuals have traditionally incorporated Cultural Humility concepts into their lives and daily practices. How the HSC ODI office can begin to model Cultural Humility for the greater institution. b. Assist with the development of the content to educate the institution about Cultural Humility. The consultant(s) should provide guidance and information about how Cultural Humility information and activities should/could be provided in an educational academy which would give participants a comprehensive understanding of Cultural Humility. The content and practices should be centered on helping participants begin to engage in critical self-reflection, addressing power dynamics in their lives and practices, and working to ensure institutional accountability. The consultant(s) should also provide guidance on how such an academy would flow, be structured, and what skill sets facilitators should have in leading components of this academy. This could include assisting in assessing the skills of individuals within the University of Louisville or identified in the greater Louisville area. The consultant(s) should also identify areas they would be willing to serve in educating participants of the academy, especially in its first year of implementation (either remotely or in person). Ultimately, participants in this Cultural Humility academy should be empowered to practice Cultural Humility in their daily lives and practices, use their new knowledge and skills to go back to their schools/departments and make changes with the institution, and hopefully make changes within broader healthcare systems. c. Identify (with institutional partners) how the institution can be moved toward more Cultural Humility based practices and policies. Within the institution, numerous partners have been identified who are interested in moving institutional practices more towards Cultural Humility based practices and policies. The consultant(s) will need to collaborate with these individuals and the HSC ODI to determine what priority areas within the institution need to be addressed, and how partners within the institution might be able to address the priority areas. 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: 20160211/KY/5155
Matching keyword(s): age:state!ky; state!ky;

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

R — Document Destruction Services. SOL 2016-8006 DUE 02/24/2016 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 provide on-site certified document shredding and removal services in accordance with applicable statutes, rules and regulations. 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: 20160211/KY/5157
Matching keyword(s): age:state!ky; state!ky;

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

U – RFP 53-16 Harassment & Discrimination Online Training Solution D SOL RFP 53-16 Harassment & Discrimination Online Training Solution Due: March 1, 2016, 2:00 PM (ET) For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160210/BID/0037
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 RFP5-2016 Due Date: 03/09/2016 Loan Servicing for the Division of Grants and Special Programs For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160210/BID/0242
Matching keyword(s): age:state!ky; state!ky;

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

99 – Reintegration Specialist SOL RFP-527-1600000242 Due Date: 2/23/162:00 PMEST Contact: Department Of Corrections Reintegration Specialist For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160210/BID/0245
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

AIR FORCE

Bhate Environmental Associates Inc., Birmingham, Alabama (FA8903-16-D-0040); Hydrogeologic Inc., Reston, Virginia (FA8903-16-D-0044); NorthWind, Idaho Falls, Idaho (FA8903-16-D-0045); EA Engineering, Science, and Technology Inc., PBC, Hunt Valley, Maryland (FA8903-16-D-0046); Aerostar SES LLC, Oak Ridge, Tennessee (FA8903-16-D-0047); Oneida Total Integrated Enterprises LLC,  Milwaukee, Wisconsin (FA8903-16-D-0048); and Trihydro Corp., Laramie, Wyoming (FA8903-16-D-0054), have been awarded a combined, not-to-exceed $500,000,000356px-Seal_of_the_US_Air_Force.svg indefinite-delivery/indefinite-quantity contract for architect-engineering services. Contractor will provide architect-engineering (A-E) 2013 environmental services including A-E services to support operations and maintenance; environmental restoration account; environmental compliance; Base Realignment and Closure; and Military Family Housing programs worldwide. The work includes all efforts necessary to manage and execute Title I, Title II, and other A-E services primarily for environmental projects including planning and programming, restoration, quality (compliance and pollution prevention), and conservation. Work will be performed at government locations worldwide, and is expected to be complete by March 2, 2023. This award is the result of a competitive acquisition with 26 offers received. Fiscal 2016 operation and maintenance funds in the amount of $3,000 are being obligated at time of award to each contractor to satisfy the minimum guarantee. Air Force Installation Contracting Agency, 772nd Enterprise Sourcing Squadron, Joint Base San Antonio-Lackland, Texas, is the contracting activity. Additional contracts will be awarded against the program ceiling as they are negotiated.

CORRECTION: Honeywell International Inc., doing business as Honeywell Aerospace-Clearwater, Clearwater, Florida, was awarded a $9,821,166 modification (P00009) on Oct. 28, 2015, to exercise the option on previously awarded contract FA8204-14-C-0002 for repair and refurbishment services for the Pendulous Integrating Gyroscopic Accelerometer float. Work will be performed at Clearwater, Florida, and is expected to be complete by Nov. 30, 2016. Fiscal 2016 operation and maintenance funds in the amount of $9,821,166 were obligated at the time of award. Air Force Nuclear Weapon Center, Hill Air Force Base, Utah, is the contracting activity. An administration review discovered this modification was not announced. This notification corrects that error.

1280px-DARPA_LogoDEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Aurora Flight Sciences, Manassas, Virginia, has been awarded an $89,444,166 cost-plus-fixed-fee contract for Phases II and III of the vertical take-off and landing X-plane research portfolio. Work will be performed in Manassas, Virginia (62 percent); Indianapolis, Indiana (31 percent); Tucson, Arizona (3 percent); and Ventura, California (4 percent), with an expected completion date of September 2018. Fiscal 2015 research and development funds in the amount of $2,692,858; and fiscal 2016 research and development funds in the amount of $50,674,897 are being obligated at time of award. This contract was a competitive acquisition and three offers were received. The Defense Advanced Research Projects Agency is the contracting activity (HR0011-16-C-0049).

DEFENSE LOGISTICS AGENCY

Pinnacle Petroleum Inc.,* Huntington Beach, California, has been awarded a minimum $77,588,910 fixed-price with economic price adjustment contract for various types of fuel. This was a competitive acquisition with 30 responses received. This is a 42-month contract with no option periods. Location of performance is California, with a Sept. 30, 2019, performance completion date. Using services are Army, Navy, Air Force, Marine CorpsDefense_Logistics_Agency 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 (SPE600-16-D-4542).

Thales Communications Inc., Clarksburg, Maryland, has been awarded a maximum $10,268,384 firm-fixed price, indefinite-delivery/indefinite-quantity contract for radio and watt amplifier systems. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a three-year base contract with two one-year option periods. Location of performance is Maryland, with an Aug. 26, 2019, performance completion date. Using service is Army. Types of appropriation are fiscal 2016 through fiscal 2019 defense and Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7MX-16-D-0050).

UPDATE: Kipper Tool Co.,* Gainesville, Georgia (SPE8EC-16-D-0002), has been added as an awardee to the multiple award contract issued against solicitation SPM8EC-11-R-0003 announced Oct. 5, 2011.

600px-US-DeptOfNavy-Seal.svgNAVY

Konecranes Nuclear Equipment and Services LLC, New Berlin, Wisconsin, is being awarded a maximum amount $67,369,570 requirements contract for procurement of four 25-ton portal cranes at Puget Sound Naval Shipyard and Intermediate Maintenance Facility.  The work to be performed includes design, fabrication, assembly, installation, and testing of two 25-ton portal cranes at Bremerton and two 25-ton portal cranes at Bangor, with removal of existing cranes at Bangor.  The cranes will be equipped with a rotating superstructure, luffing boom, main hoist and a single line whip hoist.  The cranes will be capable of simultaneous hoisting, slewing and luffing with rated load at rated speeds on curved tracks.  Work will be performed in Berlin, Wisconsin (85 percent); Bangor, Washington (10 percent); and Bremerton, Washington (5 percent).  The term of the contract is not to exceed 48 months, with an expected completion date of March 2020.  No contract funds are being obligated at the time of award.  Funds will be obligated as future delivery orders are issued.  This contract was competitively procured via the Federal Business Opportunities website, with two proposals received.  The Naval Facilities Engineering Command, Norfolk, Virginia, is the contracting activity (N62470-16-D-2013).

General Dynamics Information Technology Inc., Fairfax, Virginia, is being awarded a $47,396,875 cost-plus-fixed-fee, cost-reimbursable contract for services in support of the Naval Air Warfare Center Aircraft Division’s Ship and Air Integrated Warfare Department.  Services will include rapid design, development, customization, manufacturing, fabrication, integration, test and evaluation, installation, certification, maintenance and upgrade, logistic, modernization, and life cycle support of new and/or existing shipboard and airborne systems. This work will be performed in St. Inigoes, Maryland (15 percent); and various locations inside and outside of the U.S. (85 percent), and is expected to be completed in March 2017.  Fiscal 2016 working capital funds (Navy) in the amount of $9,200,000 will be obligated at time of award, none of which will expire at the end of the current 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 (N00421-16-C-0032).

Electric Boat Corp., Groton, Connecticut, is being awarded a $29,911,907 cost-plus-fixed-fee modification to a previously awarded contract (N00024-09-C-2104) for the planning and execution of USS John Warner (SSN 785) post-delivery work period (PDWP).  Work will include planning and execution efforts, including long lead time material procurement, in preparation to accomplish the maintenance, repair, alterations, testing, and other work during the scheduled PDWP.  Work will be performed in Newport News, Virginia (99 percent); and Groton, Connecticut (1 percent), and is scheduled to be completed by August 2016.  Fiscal 2014, 2015, and 2016 shipbuilding and conversion (Navy) funds in the amount of $17,911,907 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

Harper Construction Co. Inc., San Diego, California, is being awarded $25,074,304 for firm-fixed-price task order 0002 under a multiple award construction contract (N62473-15-D-2432) for repair and construction of Joint Strike Force Foreign Military Sales building at Naval Base Ventura County.  The work to be performed provides for repair of office and laboratory space, interior wall repair and modifications, paint, flooring, ceiling tile, lights, windows, roof repair, demolition of interior building components and phone cabling, major building system repairs include heating ventilation and air conditioning, electrical, fire protection, raised flooring, security systems, and radio frequency shielding.  The task order also contains one planned modification, which if exercised, would increase cumulative task order value to $25,119,304.  Work will be performed in Point Mugu, California, and is expected to be completed by April 2017.  Fiscal 2016 foreign military sales and Defense working capital, contract funds in the amount of $25,074,304 are obligated on this award, and will 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.

ARMY

Northrup Grumman, Herndon, Virginia, was awarded a $24,541,711 cost-plus-fixed-fee, multi-year contract to sustain contingency operations.  One bid was solicited with one received. Work will be performed in Huntsville, Alabama; Afghanistan; and Egypt, with a completion date of Feb. 25, 2018.Department of the Army  Fiscal 2016 operations and maintenance (Army) funds in the amount of $24,541,711 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-16-C-0063).

*Small business

600px-US-DeptOfNavy-Seal.svgNAVY

Fed Con/South Bay JV,* San Diego, California (N62473-16-D-1858); KKP Electrical Contractors LLC, doing business as Mountain Power Electrical Contractors,* Boise, Idaho (N62473-16-D-1859); NEI Contracting and Engineering Inc.,* Chula Vista, California (N62473-16-D-1860); Procal Electric Inc.,* Twentynine Palms, California (N62473-16-D-1861); and Synergy Electric Co. Inc.,* Santee, California (N62473-16-D-1862), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, small business set-aside, multiple award construction contract for new construction, repair, and renovation of dry utilities construction projects at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR).  The maximum dollar value including the base period and four option years for all five contracts combined is $99,000,000.  Types of projects may include, but are not limited to: electrical distribution systems, exterior lighting systems, airfield lighting systems, communications and security systems, grounding systems, and related work.  All structures (including buildings) that are integral parts of these networks are included.  No task orders are being issued at this time.  Work will be performed within the NAVFAC Southwest AOR including, but not limited to, California (90 percent); Arizona (2 percent); Nevada (2 percent); Utah (2 percent); Colorado (2 percent); and New Mexico (2 percent).  The terms of the contracts are not to exceed 60 months, with an expected completion date of March 2021.  Fiscal 2016 operation and maintenance (Navy) (O&M,N) contract funds in the amount of $25,000 are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by O&M,N; working capital funds (Navy); and military construction, (Navy).  This contract was competitively procured as set-aside for small businesses via the Navy Electronic Commerce Online website with 24 proposals received.  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.

Lockheed Martin Aculight Corp., Bothell, Washington, is being awarded a $10,608,799 cost-plus-fixed-fee completion contract for work associated with the multispectral electro-optic infrared (EO/IR) countermeasures for advanced threats function of the combined EO/IR surveillance and response system program.  The total cumulative value of this contract is $10,608,799.  The contract will be incrementally funded.  Work will be performed in Bothell, Washington, and is expected to be completed March 1, 2020.  Fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $10,000 will be obligated at the time of award.  No funds will expire at end of current fiscal year.    The contract was competitively procured under request for proposal N00173-15-R-SE04, for which five offers were received.  The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity (N00173-16-C-6010).

Leidos Inc., Reston, Virginia, is being awarded a $9,295,409 modification to a previously awarded firm-fixed-price contract (N39430-13-C-1201) for lifecycle sustainment of physical security/access control; and command, control, communications, computers, and intelligence systems, in support of the Naval Facilities Engineering Command Anti-Terrorism/Force Protection Ashore Program at various Navy installations worldwide.  The work to be performed provides for preventive maintenance of hardware, associated firmware, and software; response and resolution of service calls for corrective maintenance to include equipment repair, overhaul, or replacement; information assurance vulnerability alert to include version control, patch management, and vulnerability scanning; asset management to track, maintain, upgrade, and dispose of systems; configuration management to establish and maintain consistency of the system attributes with operational requirements and evolving technical baseline; technical refreshments, upgrades and installation of new systems; and programmatic trend analysis to identify systemic sustainment issues such as technology obsolescence. The total contract amount after this modification will be $107,124,950.  The contract also contains five unexercised options, which if exercised would increase cumulative contract value to $122,686,352.  Work will be performed worldwide and is expected to be completed by June 2016.  If all options are exercised, work will continue through November 2016.  Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $9,295,409 are obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is being awarded a $9,085,765 modification to exercise an option to delivery order 2063, which was previously issued against basic ordering agreement N00019-11-G-0001.  This option provides for two 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, and is expected to be completed in June 2017.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $9,085,765 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

Modern Technology Solutions Inc.,* Alexandria, Virginia, was awarded a $63,799,786 cost-plus-fixed-fee, multi-year contract to support distributed digital simulation, with an estimated completion date of March 1, 2021.  Funding and work location will be determined with each order. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-16-D-0017).

Technica LLC,* Charleston, South Carolina, was awarded a $14,282,213 firm-fixed-price contract with options for logistics readiness support for theDepartment of the Army 63d Regional Support Command.  Bids were solicited via the Internet with 12 received. Work will be performed at various locations in Arizona, Arkansas, California, Nevada, New Mexico, Oklahoma, and Texas, with an estimated completion date of April 25, 2012.  Funding will be determined with each order.  Army Contracting Command, Ft. McCoy, Wisconsin, is the contracting activity (W911SA-16-D-0004).

Brayman Construction Corp., Saxonburg, Pennsylvania, was awarded a $9,997,962 modification (P00029) to contract W91237-10-C-0012 for dam safety assurance, Bluestone Dam.  Work will be performed in Hinton, West Virginia, with an estimated completion date of Feb. 22, 2017.  Fiscal 2014 and 2016 other procurement funds in the amount of $9,997,962 were obligated at the time of the award.  Army Corps of Engineers, Huntington, West Virginia, is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

L-3 Communications Corp., Link Simulation Training Div., Arlington, Texas, has been awarded a $36,300,000 firm-fixed-price contract for an F-16 A/B Block 20 mission training center (MTC). Contractor will provide MTC hardware, spares, and initial software development. Work will be performed at Arlington, Texas, and is expected to be complete by Nov. 1, 2016. This contract is 100 percent foreign military sales to Taiwan. 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 (FA8621-16-C-6378).

Pinnacle Solutions Inc., Huntsville, Alabama, has been awarded a $14,743,219 modification (P00001) to previously awarded contract FA8621-16-C-6281 for support of the KC-10 training system. Contractor will provide operations, maintenance, and sustainment of 39 aircrew training devices and maintenance training devices. These training devices support maintenance and aircrew personnel continuous training at Air Mobility Command, Air Force Reserve Command, and Air Education Training Command. Work will be performed at Travis Air Force Base, California; Joint Base McGuire-Dix-Lakehurst, New Jersey; and the Training System Support Center in Fairfield, California, and is expected to be complete by Dec. 31, 2016.  Fiscal 2016 operation and maintenance funds in the amount of $14,743,219 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8621-16-C-6281).

*Small business

NAVY

General Dynamics National Steel and Shipbuilding Co., San Diego, California, is being awarded an undefinitized contract action with a not-to-exceed amount of $156,596,386 to a previously awarded cost-plus-award-fee contract (N00024-13-C-4404) for USS Essex (LHD-2) fiscal 2016 phased maintenance availability (PMA).  The PMA includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities.  Work will be performed in San Diego, California, and is expected to be completed by June 2017. Fiscal 2016 operation and maintenance (Navy); and fiscal 2015 other procurement (Navy) funding in the amount of $81,992,331 will be obligated at time of award; and contract funds in the amount of $121,692,679 will expire at the end of the current fiscal year.  The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

Bell Helicopter Textron Inc., Fort Worth, Texas, is being awarded a $55,927,999 advance acquisition contract for the procurement of long-lead parts and components for the manufacture and delivery of 24 Lot 14 AH-1Z new build aircraft in support of the H-1 upgrade program.  Work will be performed in Fort Worth, Texas (60 percent); and Amarillo, Texas (40 percent), and is expected to be completed in June 2017.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $55,927,999 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 Federal Acquisition Regulation 6.302-1.  The Naval Air Systems Command, Patuxent600px-US-DeptOfNavy-Seal.svg River, Maryland, is the contracting authority (N00019-16-C-0003).

Lion-Vallen Industries, Dayton, Ohio, is being awarded a $28,372,680 firm-fixed-price, undefinitized contract for logistics services to manage, support, and operate the Marine Corps Consolidated Storage Program warehouse network.  Contractor support consists of managing individual combat clothing equipment; chemical, biological, radiological, and nuclear defense equipment; special training allowance pool, soft-walled shelters and camouflage netting; and contractor-owned contractor-operated asset visibility capability system.  This contract includes an eight-month option period which, if exercised, would bring the cumulative value of this contract to $47,728,683.  Work will be performed in Barstow, California (23 percent); Camp Lejeune, North Carolina (18 percent); Camp Pendleton, California (13 percent); Okinawa, Japan (10 percent); Miramar, California (9 percent); Camp Geiger, North Carolina (7 percent); Twenty-nine Palms, California (4 percent); Cherry Point, North Carolina (4 percent); Kaneohe Bay, Hawaii (3 percent); Yuma, Arizona (2 percent); Beaufort, South Carolina (2 percent); Iwakuni, Japan (2 percent); New River, North Carolina (2 percent); and Bridgeport, California (1 percent).  Work is expected to be completed February 2017.  With options exercised, work will continue through October 2017.  Fiscal 2016 operation and maintenance funds in amount of $14,186,340 are being obligated at time of award and funds will expire at the end of the current fiscal year.  This is a sole-source contract in accordance with 10 U.S. Code 2304 (c)(1), as implemented by the Federal Acquisition Regulation 6.302-1, only one source.  The Marine Corps Logistics Command, Albany, Georgia, is the contracting activity (M67004-16-C-0004).

Austal USA, Mobile, Alabama, is being awarded a $14,656,227 modification to a previously awarded contract (N00024-11-C-2301) to exercise options for post-delivery support of littoral combat ships USS Gabrielle Giffords (LCS 10) and USS Omaha (LCS 12).  Austal will perform the planning and implementation of deferred design changes that have been identified during the construction period.  The corrections and upgrades are necessary to support sail-away and follow-on post-delivery test and trials period.  Work will be performed in Mobile, Alabama (70 percent); Pittsfield, Massachusetts (20 percent); and San Diego, California (10 percent), and is expected to be complete by July 2017.  Fiscal 2012 shipbuilding and conversion (Navy) funding in the amount of $3,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Northrop Grumman Corp., Aerospace Systems, San Diego, California, is being awarded $7,280,560 for cost-plus-fixed-fee task order 1269 against a previously issued basic ordering agreement (N00019-15-G-0026) in support of the MQ-8 Fire Scout unmanned aircraft systems.  This test support effort for the MQ-8C includes software verification; software regression; cybersecurity; dynamic interface; and other requirements in preparation for, but not including, initial operational test and evaluation.  The MQ-8B scope includes providing aircraft maintenance support for two government-owned MQ-8B test aircraft. Work will be performed in Point Mugu, California, and is expected to be completed in October 2016.  Fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $7,280,560 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.

Department of the ArmyARMY

BTF Solutions JV, Dallas, Texas (W912DY-16-D-0003); General Dynamics Information Technology Inc., Warrenton, Virginia (W912DY-16-D-0004); Honeywell Technology Solutions Inc., Columbia, Maryland (W912DY-16-D-0005); VW International Inc., Alexandria, Virginia (W912DY-16-D-0006); Walsh Healthcare Logistics JV, Chicago, Illinois (W912DY-16-D-0007); Martek Global Services Inc., Bethesda, Maryland (W912DY-16-D-0008); Omega Group, San Diego, California (W912DY-16-D-0009); Partners Healthcare Group LLC, Brentwood, Tennessee (W912DY-16-D-0010); and Strategic Initial Outfitting Transition Solutions, Anchorage, Alaska (W912DY-16-D-0011), were awarded a $123,750,000 firm-fixed-price contract with options for personnel, equipment, tools, materials, supervision, and non-personal services to support planning, outfitting, and transitioning staff and patients.  Bids were solicited via the Internet with 20 received with an estimated completion date of March 1, 2017.  Funding and work location will be determined with each order.  Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

Accenture Federal Services LLC, Arlington, Virginia, was awarded a $30,727,032 modification (D00376) to contract N00104-04-A-ZF12 for the General Fund Enterprise Business System financial program.  Work will be performed in Arlington, Virginia, with an estimated completion date of June 27, 2016.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $30,727,032 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Structural Associates Inc.,* Syracuse, New York, was awarded a $20,117,794 firm-fixed-price contract with options to construct an Army Reserve Center.  Bids were solicited via the Internet with seven received. Work will be performed in Mattydale, New York, with an estimated completion date of Jan. 29, 2018.  Fiscal 2015 and 2016 military construction, operations, and maintenance (Army) funds in the amount of $20,117,794 were obligated at the time of the award.  Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-16-C-0009).

DynCorp International LLC, Ft. Worth, Texas, was awarded a $9,259,344 modification (P00119) to contract W58RGZ-13-C-0040 for aviation field maintenance services, Afghanistan.  Work will be performed in Afghanistan with an estimated completion date of Dec. 31, 2016.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $9,259,344 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Mansfield Oil Co.,* Gainesville, Georgia, has been awarded a minimum $51,995,101 fixed-price with economic price adjustment contract for various types of fuel. This was a competitive acquisition with 30 responses received. This is a 42-month contract with no option periods. Locations of performance are Arizona, California, Georgia, Nevada, and Utah, with a Sept. 30, 2019, performance completion date. Using services are Army, Navy, Air Force, Marine Corps 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 (SPE600-16-D-4541).

Short Bark Industries Inc.,** Vonore, Tennessee, has been awarded a maximum $24,164,500 modification (P00124) exercising the third one-year option period of a one-year base contract (SPM1C1-13-D-1030) with four one-year option periods for various types of Army combat uniformDefense_Logistics_Agency coats. This is a firm-fixed-price contract. Locations of performance are Tennessee, Puerto Rico, and Mississippi, with a March 4, 2017, performance completion date. Using military service is Army. 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.

GE Datex Ohmeda Inc., Madison, Wisconsin, has been awarded a maximum $19,847,688 modification (P00107) exercising the seventh one-year option period of a one-year base contract (SPM2D1-09-D-8348), with nine one-year option periods for patient monitoring systems, subsystems, accessories, consumables, spare/repair parts and training. This is a fixed-price with economic price adjustment contract. Location of performance is Wisconsin, with a March 5, 2017, performance completion date. Using 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.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

R. C. Construction Co. Inc., Greenwood, Mississippi, has been awarded a $9,374,906 firm-fixed-price contract for repair of the C-17 landing zone at the North Auxiliary Airfield. Contractor will provide the complete reconstruction of a 3,500-foot-long runway. The reconstructed landing zone will be comprised of a new 90-foot-wide Portland cement concrete section and asphalt shoulder pavement. New airfield lighting and signage, pavement markings, sodding, grassing, and incidental related work will also be included in the project. Work will be performed at Joint Base Charleston – North Auxiliary Air Field, South Carolina, and is expected to be complete by Jan. 3, 2017. This award is the result of a competitive acquisition with six offers received. Fiscal 2016 operations and maintenance funds in the amount of $9,374,906 are being obligated at the time of award. The 628th Contracting Squadron, Joint Base Charleston, South Carolina, is the contracting activity (FA4418-16-C-0007).

Armtec Countermeasures Co., Coachella, California, has been awarded a $9,074,846 firm-fixed-price contract for replenishment of MJU-53/B infrared countermeasure flares. Work will be performed at Camden, Arkansas, and is expected to be complete by June 2, 2017. This award is the result of a competitive acquisition with two offers received. Fiscal 2015 and 2016 procurement funds in the amount of $9,074,846 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-16-C-0027).

*Small business

**Small business in a historically underutilized business zone

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $769,511,730 modification to a previously awarded cost-plus-incentive-fee, fixed-price-incentive-firm contract (N00019-15-C-0114) for recurring logistics sustainment services support for delivered F-35 Lightning II aircraft for the Air Force, Marine Corps, Navy, non-Department of Defense participants, and foreign military sales customers.  Support to be provided includes ground maintenance activities; action request resolution; depot activation activities; Automatic Logistics Information System operations and maintenance; reliability, maintainability and health management implementation support; supply chain management; and activities to provide and support pilot and maintainer initial training.  Work will be performed in Ft. Worth, Texas (46 percent); El Segundo, California (7 percent); Warton, United Kingdom (9 percent); Orlando, Florida (32 percent); and Greenville, South Carolina (6 percent).  Work600px-US-DeptOfNavy-Seal.svg is expected to be completed in December 2016.  Fiscal 2016 operation and maintenance funds (Air Force and Navy); fiscal 2015 and 2016 aircraft procurement funds (Air Force and Navy); international partner and foreign military sales funds in the amount of $646,571,536 will be obligated at time of award, of which $233,427,816  will expire this fiscal year.  This contract combines purchases for the Air Force ($372,107,211; 48 percent); Marine Corps ($181,292,120; 24 percent); Navy ($115,009,621; 15 percent); international partners ($93,092,756; 12 percent); and foreign military sales ($8,010,022, 1 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

The Boeing Co., Seattle, Washington, is being awarded a $276,261,820 modification to a previously awarded fixed-price-incentive, firm target contract (N00019-14-C-0067) for the production and delivery of two full-rate production Lot III P-8A Multi-mission Maritime Aircraft.  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).  Work is expected to be completed in February 2019.  Fiscal 2014 and 2016 aircraft procurement (Navy) funds in the amount of $138,130,910 will be obligated at time of award, $69,065,455 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is being awarded $50,762,901 for modification 0026 to a previously awarded fixed-price-incentive, firm target, cost-plus-fixed-fee contract (N00019-13-C-9999) for non-recurring engineering, product support, engineering investigations, and software sustainment in support of the full-rate production Lot 4 E-2D Advanced Hawkeye aircraft.  Work will be performed in Melbourne, Florida (52 percent);  Syracuse, New York (13.6 percent); St. Augustine, Florida (8.1 percent); Herndon, Virginia (5.2 percent); Greenlawn, New York (4.7 percent);  Liverpool, New York (4.7 percent); Indianapolis, Indiana (2.9 percent); Woodland Hills, California (2.7 percent); El Segundo, California (2.3 percent); Menlo Park, California (1.5 percent); Rolling Meadows, Illinois (0.9 percent); and various locations within the U.S. (1.4 percent), and is expected to be completed in March 2017.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $50,762,901 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.

Science Applications International Corp., McLean, Virginia, is being awarded a $26,712,116 indefinite-delivery/indefinite-quantity, cost-reimbursement contract for technical support in the areas of project management, system engineering, research, test and evaluation, logistics, integration, technical troubleshooting, installation, and security.  This is one of four multiple-award contracts: all awardees will have the opportunity to compete for task orders during the ordering period.  This three-year contract includes two one-year option periods which, if exercised, would bring the potential value of this contract to $45,049,296.  All work will be performed in San Diego, California, and is expected to be completed Feb. 28, 2019.  No contract funds will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  Funding will be obligated via task orders as they are issued.  The types of funding to be obligated include operations and maintenance (Navy); research, development, test and evaluation; and other procurement (Navy).  This contract was competitively procured using full and open competition via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with four offers received and four selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-16-D-0068).

Capstone Corp., Alexandria, Virginia, is being awarded a $25,845,759 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract that will include terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price task orders for implementation and maintenance of information resource management solutions through the performance of program management; help desk services; field services; information assurance compliance support; applications and system support; projects and new work services; and enterprise video teleconference support to the Office of the Chief of Naval Operations and selected components of Secretary of the Navy and subordinate echelons.  Work will be performed in Washington, District of Columbia metropolitan area (67 percent); and Arlington, Virginia (33 percent), and work is expected to be completed March 2021.  Fiscal 2016 operations and maintenance (Navy) funds in the amount of $175,000 will be obligated at the time of award and funds will expire at the end of the current fiscal year.  This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website, with seven offers received.  Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Pennsylvania, is the contracting activity (N00189-16-D-Z015).

G2 Software Systems Inc.,* San Diego, California, is being awarded a $24,510,631 indefinite-delivery/indefinite-quantity, cost-reimbursement contract for technical support in the areas of project management, system engineering, research, test and evaluation, logistics, integration, technical troubleshooting, installation, and security.  This is one of four multiple-award contracts: all awardees will have the opportunity to compete for task orders during the ordering period.  This three-year contract includes two one-year option periods which, if exercised, would bring the potential value of this contract to $41,611,865.  All work will be performed in San Diego, California, and is expected to be completed Feb. 28, 2019.  No contract funds will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year.  Funding will be obligated via task orders as they are issued. The types of funding to be obligated include operations and maintenance (Navy); research, development, test and evaluation; and other procurement (Navy).  This contract was competitively procured using full and open competition via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with four offers received and four selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-16-D-0069).

BAE Systems Surface Ships Ltd., United Kingdom, is being awarded a $22,172,442 firm-fixed-price contract for the production and delivery of Archerfish Destructors and fiber optic spools.  The Archerfish Destructors are a component of the airborne mine neutralization system.  The Navy has a mission need to neutralize bottom, close tethered, and moored sea mines. This contract includes options which, if exercised, would bring the cumulative value of this contract to $56,208,000.  Work will be performed in the United Kingdom and is expected to be completed by August 2018.  Fiscal 2014, 2015 and 2016 weapons procurement (Navy) funding in the amount of $22,172,442 will be obligated at time of award and funds in the amount of $11,856,775 will 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) — BAE is the only responsible source capable of satisfying the Navy’s requirements for the immediate production of the Archerfish Destructor.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-C-6304).

Kratos Defense & Rocket Support Services, San Diego, California, is being awarded a $21,413,622 indefinite-delivery/indefinite-quantity, cost-reimbursement contract for technical support in the areas of project management, system engineering, research, test and evaluation, logistics, integration, technical troubleshooting, installation, and security.  This is one of four multiple-award contracts: all awardees will have the opportunity to compete for task orders during the ordering period.  This three-year contract includes two one-year option periods which, if exercised, would bring the potential value of this contract to $36,215,638.  All work will be performed in San Diego, California, and work is expected to be completed Feb. 28, 2019.  No contract funds will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  Funding will be obligated via task orders.  The types of funding to be obligated include operations and maintenance (Navy); research, development, test and evaluation; and other procurement (Navy).  This contract was competitively procured using full and open competition via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with four offers received and four selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-16-D-0070).

Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is being awarded a $20,144,483 firm-fixed-price, cost-plus-fixed-fee modification to previously awarded contract (N00024-15-C-6318) for the exercise of options for Airborne Laser Mine Detection Systems (ALMDS); depot services and software support; and peculiar support equipment in support of Program Executive Office, Littoral Combat Ships.  ALMDS is a laser-based system which uses streak tube imaging light detection and ranging to detect, classify, and localize surface and near-surface moored sea mines.  ALMDS provides a revolutionary, high area coverage rate capability.  Work will be performed in Melbourne, Florida (41 percent); Tucson, Arizona (31 percent); St. Charles, Missouri (11 percent); Irvine, California (7 percent); Santa Clarita, California (6 percent); and Brentwood, New York (4 percent), and is expected to be complete by March 2018.  Fiscal 2016 other procurement (Navy); and fiscal 2016 operations and maintenance (Navy) funding in the amount of $19,732,562 will be obligated at the time of award.  Contract funds in the amount of $1,275,000 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.

Booz Allen Hamilton Engineering Services LLC, Linthicum, Maryland, is being awarded a $19,187,597 indefinite-delivery/indefinite-quantity, cost-reimbursement contract for technical support in the areas of project management, system engineering, research, test and evaluation, logistics, integration, technical troubleshooting, installation, and security.  This is one of four multiple-award contracts: all awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two one-year option periods which, if exercised, would bring the potential value of this contract to $32,502,917.  All work will be performed in San Diego, California, and work is expected to be completed Feb. 28, 2019.  No contract funds will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year.  Funding will be obligated via task orders.  The types of funding to be obligated include operations and maintenance (Navy); research, development, test and evaluation; and other procurement (Navy).  This contract was competitively procured using full and open competition via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with four offers received and four selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-16-D-0071).

Rockwell Collins-ESA Vision Systems, Fort Worth, Texas, is being awarded $18,500,550 for modification P00004 to a previously issued firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-15-D-0024) to exercise an option for night vision cueing and display system hardware, support equipment, non-recurring engineering, testing, and technical data for the Joint Helmet Mounted Cueing system.  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 February 2018.  Fiscal 2015 and 2016 other procurement (Navy) funds in the amount of $18,500,550 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.

Vericor Power Systems LLC, Alpharetta, Georgia, is being awarded a $26,157,664 modification to a previously awarded contract (N00024-15-C-4100) to exercise options for the manufacturing, testing and delivery of ETF40B marine gas turbine engines in support of the Landing Craft Air Cushion (LCAC) service life extension program (SLEP) as well as the repair and refurbishment of output group modules for LCAC engines.  The SLEP will extend the service life of LCAC from 20 to 30 years; sustain/enhance craft capability; replace obsolete electronics; repair corrosion damage; reduce life cycle cost by improving reliability and maintainability; increase survivability; and establish a common configuration baseline.  Work will be performed in Winnipeg, Manitoba, Canada, and is expected to be completed by February 2017.  Fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $26,157,664 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.

L-3 Communications, Communication Systems-West, Salt Lake City, Utah, is being awarded $16,930,838 for modification PO0022 to a previously awarded firm-fixed-price contract (N00019-12-C-2024) to exercise an option for the manufacture, test, delivery and support of 29 AN/ARQ-59 radio terminal Common Data Link Hawklink systems in support of the MH-60R aircraft.  Work will be performed in Salt Lake City, Utah (60 percent); Atlanta, Georgia (14 percent); Mountain View, California (6 percent); Exeter, New Hampshire (2 percent); and Phoenix, Arizona; El Cajon, California; Oxnard, California; Salinas, California; Sunnyvale, California; Boise, Idaho; Derby, Kanas; Littleton, Massachusetts; Stow, Massachusetts; Minnetonka, Minnesota; Skokie, Illinois; Dover, New Hampshire; Bohemia, New York; York Haven, Pennsylvania; Providence, Rhode Island; Cedar Park, Texas; Ft. Worth, Texas; and Toronto, Canada (1 percent each), and is expected to be completed in October 2017.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $16,930,838 are being obligated on this award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Rockwell Collins Inc., Cedar Rapids, Iowa, is being awarded $9,201,304 for modification 0041 to a previously awarded firm-fixed-price contract (N00019-13-C-0004) to exercise an option for the installation of one Block I modification aircraft kit, to include the Internet Protocol Bandwidth Expansion and Very Low Terminal kits, on one E-6B aircraft.  Work will be performed in Oklahoma City, Oklahoma (95 percent); and Richardson, Texas (5 percent), and is expected to be completed in March 2017.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $9,201,304 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.

Pacific West Builders,* National City, California, is being awarded $8,998,037 for firm-fixed-price task order 0027 under a multiple award construction contract (N62473-11-D-0065) for repair and rehabilitation of Field Maintenance Facility, Building 2000 at Marine Corps Air Ground Combat Center, Twentynine Palms.  The task order also contains one unexercised option, which if exercised, would increase cumulative task order value to $9,839,392.  Work will be performed in Twentynine Palms, California, and is expected to be completed by December 2016.  Fiscal 2016 operation and maintenance, (Marine Corps) contract funds in the amount of $8,998,037 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, Southwest, San Diego, California, is the contracting activity.

Ace Electronics Defense Systems LLC,* Aberdeen Proving Ground, Maryland, is being awarded a $8,744,704 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide various supply materials in support of producing Tactical Tomahawk Weapons Control Systems suites of equipment for installation in new ships and retrofit into existing ships.  Work will be performed in Aberdeen Proving Ground, Maryland, and is expected to be completed by February 2019.  Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $373,177 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 two offers received.  The Naval Surface Warfare Center, Port Hueneme, California, is the contracting activity (N63394-16-D-0002).

Sikorsky Support Services Inc., Stratford, Connecticut, is being awarded an $8,491,857 modification to a previously awarded firm-fixed-price, cost reimbursement contract (N00421-15-C-0022) to exercise an option for organizational, selected intermediate and limited depot level aircraft maintenance, management, and logistics support services for the 44 F-5 F/N aircraft.   Work will be performed in Key West, Florida (39 percent); Yuma, Arizona (32 percent); and Fallon, Nevada (29 percent); and is expected to be completed in June 2016.  Fiscal 2016 operations and maintenance (Navy Reserve) funds in the amount of $8,491,857 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, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Mission Systems and Training, Liverpool, New York, is being awarded an $8,046,094 modification to previously awarded contract N00024-14-C-6227 to exercise options for the production of two low cost conformal array (LCCA) production units, spare modules and spare outboard electronics canisters.  The LCCA is a passive planar array mounted on the aft submarine sail structure that is integrated with the Acoustic Rapid Commercial Off-The-Shelf Insertion AN/BQQ-25 system to provide situational awareness and collision avoidance for improved tactical control in high density environments. Work will be performed in Syracuse, New York (90 percent); Marion, Massachusetts (8 percent); and Owego, New York (2 percent); and work is expected to be complete by July 2017.  Fiscal 2016 other procurement (Navy) funding in the amount of $8,046,094 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 Navy Yard, District of Columbia, is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Connecticut, is being awarded $7,912,270 for modification P00022 to a previously awarded fixed-price-incentive-firm target contract (N00019-14-C-0050) for integration of formation lighting into the VH-92A Integrated Air Vehicle in support of the engineering and manufacturing development phase of the Presidential Helicopter Replacement Program.  Efforts will include the design, development, qualification/certification, documentation, and integration of formation lights into six test aircraft, including spares support.  Work will be performed in Stratford, Connecticut, and is expected to be completed in October 2020.  Funds are not being obligated at time of award; funds will be obligated on future modifications. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Aerojet Rocketdyne, Canoga Park, California, has been awarded a $115,312,613 other transaction agreement for the development of the AR1 rocket propulsion system prototype for the Evolved Expendable Launch Vehicle program. This agreement implements Section 1604 of the fiscal 2015 National Defense Authorization Act, which requires the development of a next-generation rocket propulsion system that will transition away from the use of the Russian supplied RD-180 engine to a domestic alternative for National Security Space launches. An other transaction agreement was used in lieu of a standard procurement contract in order to leverage ongoing investment by industry in rocket propulsion systems. This other transaction agreement requires shared cost investment with Aerojet Rocketdyne for the development of a prototype of the AR1 engine, a booster stage engine intended for use on United Launch Alliance’s Vulcan launch vehicle. The locations of performance are Canoga Park, California; Sacramento, California; Centennial, Colorado; Huntsville, Alabama; Stennis Space Center, Mississippi; West Palm Beach, Florida; and Los Angeles Air Force Base, California. The work is expected to be completed no later than Dec. 31, 2019. Air Force fiscal 2015 research, development, test and evaluation funds in the amount of $52,200,000; and Air Force fiscal 2016 research, development, test and evaluation funds in the amount of $63,112,613 are being obligated at the time of award.  Aerojet Rocketdyne is contributing $57,656,307 at the time of award. The total potential government investment, including all options, is $536,029,652. The total potential investment by Aerojet Rocketdyne, including all options, is $268,014,826. This award is the result of a competitive acquisition with multiple offers received. The Launch Systems Enterprise Directorate, Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-16-9-0003).

United Launch Services LLC, a majority owned subsidiary of United Launch Alliance, Centennial, Colorado, has been awarded a $46,629,267 other transaction agreement for the development of the Vulcan BE-4 and Advanced Cryogenic Evolved Stage (ACES) rocket propulsion system prototypes for the Evolved Expendable Launch Vehicle program.  This agreement implements Section 1604 of the fiscal year 2015 National Defense Authorization Act, which requires the development of a next-generation rocket propulsion system that will transition away from the use of the Russian supplied RD-180 engine to a domestic alternative for National Security Space launches.  Another transaction agreement was used in lieu of a standard procurement contract in order to leverage ongoing investment by industry in rocket propulsion systems. This other transaction agreement requires shared cost investment with United Launch Services for the development of prototypes of the Vulcan BE-4 rocket propulsion system, which is a booster stage engine, and the ACES rocket propulsion system, which is an upper stage engine. The Vulcan BE-4 award is for $45,820,515, or 98.3 percent of the total awarded amount. The ACES award is for $808,752, or 1.7 percent of the total awarded amount. Both of these rocket propulsion systems are intended for use on United Launch Alliance’s Vulcan launch vehicle. The locations of performance are Denver, Colorado; Decatur, Alabama; Kent, Washington; Midland, Texas; Jupiter, Florida; and Los Angeles Air Force Base, California. The work is expected to be completed no later than Dec. 31, 2019. Air Force fiscal 2015 research, development, test and evaluation funds in the amount of $26,344,603 are being obligated at the time of award.  United Launch Services is contributing $40,828,213 at the time of award.  The total potential government investment, including all options, is $201,655,584. The total potential investment by United Launch Services, including all options, is $134,196,971. This award is the result of a competitive acquisition with multiple offers received. The Launch Systems Enterprise Directorate, Space and Missile Systems Center, Los Angeles Air Force Base, California is the contracting activity (FA8811-16-9-0004).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a not-to-exceed $32,000,000 modification (P00035) to previously awarded contract FA8615-12-C-6012 for a one-year extension of Iraq pilot training. Work will be performed at Tucson, Arizona, and is expected to be complete by Feb. 28, 2017. This contract is 100 percent foreign military sales to Iraq. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Engineering and Software System Solutions Inc., Warner Robins, Georgia, has been awarded a $27,028,876 firm-fixed-price requirements contract for C-5 depot supplemental repair. Contractor will be the source of repair for overhaul of all organically assigned C-5 Air Force managed structural items classified within the 1560 Federal Stock Class. Work will be performed at Warner Robins, Georgia, and is expected to be complete by Feb. 28, 2020. This award is the result of a competitive acquisition with four offers received. No funds are being obligated at the time of award. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8538-16-D-0005).

Lockheed Martin Aeronautics, Marietta, Georgia, has been awarded a not-to-exceed $16,239,664 modification (P00511) to previously awarded FA8625-11-C-6597 for the sustainment of two Kingdom of Saudi Arabia KC-130J aircraft. Contractor will provide additional spares and logistics and engineering support services. The work will be performed at Marietta, Georgia; and Prince Sultan Air Base, Kingdom of Saudi Arabia, and is expected to be complete by Jan. 31, 2017. This contract action is 100 percent foreign military sales for an unclassified procurement on behalf of Saudi Arabia. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

ARMY

Goodyear Tire and Rubber Co., Akron, Ohio, was awarded a $43,458,174 indefinite-delivery/indefinite-quantity, fixed-price economic price adjustment, foreign military sales contract (Israel) for tires.  One bid was solicited with one received, with an estimated completion date of Dec. 31, 2020.  Funding and work location will be determined with each order.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W91CRB-16-D-0005).

Sentel Corp., Alexandria, Virginia, was awarded a $25,081,184 modification (0001) to contract W52P1J-13-G-0027 for logistics support services.  Work will be performed at Fort Bragg, North Carolina, with an estimated completion date of March 20, 2021.  Fiscal 2016 operations and maintenanceDepartment of the Army (Army) funds in the amount of $171,576 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Smiths Detection, Edgewood, Maryland, was awarded a $17,262,861 modification (P00061) to contract W911SR-07-C-0080 to purchase 2,092 M4A1 Joint Chemical Agent Detectors; 2,088 communication adapter kits; and 10 platform interface kits.  Work will be performed in Edgewood, Maryland, with an estimated completion date of Sept. 30, 2016.  Fiscal 2016 other procurement (Army); operations and maintenance (Army); and research, development, testing and evaluation funds in the amount of $17,262,861 were obligated at the time of the award.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

Boeing Co., Mesa, Arizona, was awarded a $9,849,966 modification (0030) to contract W58RGZ-14-G-0005 for Apache helicopter rotary tail blades.  Work will be performed in Mesa, Arizona, with an estimated completion date of Dec. 31, 2017.  Fiscal 2016 other procurement funds in the amount of $9,849,966 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Honeywell International, Tempe, Arizona, was awarded a $9,585,183 modification (P00040) to contract W58RGZ-11-C-0039 for technical and logistics support for the repair of CH-47 T-55 engines.  Work will be performed in Corpus Christi, Texas, with an estimated completion date of Aug. 29, 2017.  Fiscal 2016 other procurement funds in the amount of $9,585,183 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

3D Systems Inc., Rock Hill, South Carolina, has been awarded a maximum $18,637,163 fixed-price with economic price adjustment contract for medical equipment and accessories. This was a competitive acquisition with 90 responses received. This is a five-year contract with no option periods. Location of performance is South Carolina, with a Feb. 28, 2021, performance completion date. Using 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 (SPE2DH-16-D-0010).

Bell Boeing, California, Maryland, has been awarded a maximum $8,231,859 firm-fixed-price delivery order (5069) against basic ordering agreement SPRPA1-15-G-001Y for aircraft hub assemblies. This is a 38-month contract with no option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Location of performance is Maryland, with a May 31, 2019, performance completion date. Using service is Navy. Type of appropriation is fiscal 2016 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

DEFENSE MEDIA ACTIVITY

Taft Broadcasting LLC, Houston, Texas, was awarded a $17,451,682 firm-fixed-price contract for audio-visual maintenance services.  This contract provides for 24/7/365 audio-visual maintenance support services to the Defense Media Activity (DMA) at locations in Riverside, California;Defense Media Activity and Fort Meade, Maryland, with an expected completion date of Feb. 28, 2021.  Fiscal 2016 operations and maintenance funding in the amount of $3,304,276 are being obligated at time of award. This contract was a competitive acquisition and one offer was received. The Defense Media Activity, Fort Meade, Maryland, is the contracting activity (HQ0028-16-C-0010). (Awarded on Feb. 26, 2016)

Department of DefenseDEPARTMENT OF DEFENSE EDUCATION ACTIVITY

The Town of Lincoln/Lincoln Public Schools, Massachusetts, is being awarded a $12,500,205 firm-fixed price modification exercising the fourth of four option periods of contract HEVAS6-12-C-0001.  The contract is for comprehensive education program services, grades pre-kindergarten through eight, servicing eligible dependent children of Department of Defense personnel residing on Hanscom Air Force Base, Massachusetts.  The period of performance for this option is March 1, 2016, through June 30, 2017.  The modification, which will use fiscal 2016 operations and maintenance funds, brings the total cumulative face value of the contract to $59,267,385 from $46,767,180. The contracting activity for this action is Department of Defense Education Activity, Peachtree City, Georgia.

The Caesar Rodney School District, Delaware, is being awarded an $8,856,304 firm-fixed price modification exercising the third of four option periods of contract HEVAS6-13-C-0001.  The contract is for comprehensive education program services, grades kindergarten through 12, servicing eligible dependent children of Department of Defense personnel residing on Dover Air Force Base, Delaware. The period of performance for this option is March 1, 2016, through June 30, 2017.  The modification, which will use fiscal 2016 operations and maintenance funds, brings the total cumulative face value of the contract to $33,682,736 from $24,826,432.  The contracting activity for this action is Department of Defense Education Activity, Peachtree City, Georgia.

DEFENSE FINANCE AND ACCOUNTING SERVICE

Cotton & Co. LLP, Alexandria, Virginia, was awarded a maximum $10,600,216 modification (P00010) to contract HQ0423-15-F-0013 for auditDefense_Finance_Accounting_Services_(DFAS)_Official_Logo services to perform an audit of the Navy General Fund Schedule of Budgetary Activity for fiscal 2016. The modification brings the total cumulative face value of the contract to $21,155,580. Work will be performed in Alexandria, Virginia, with an expected completion date of Dec. 31, 2016. Fiscal 2016 operations and maintenance (Navy) funds in the amount of $10,600,216 were obligated at the time of the award. Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity.

*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, Army Contracting Command, ACC – RI (W9098S) (JMTC-RIA), BLDG 211 RODMAN AVENUE Rock Island IL 61299-5000

99 — Marketing Video W9098S16T0105 032516 Sabrina L. Lowe, Phone 3097821598, Email sabrina.l.lowe.civ@mail.mil Army Contracting Command – Rock Island (ACC-RI) has requirements for a marketing video in support of Rock Island Arsenal Joint Manufacturing and Technology Center (RIA-JMTC).

RIA-JMTC has requirements for a marketing video which highlights the core capabilities with emphaisis on such topics as employees, soliders, safety and security, equipment, and product use in the field.

This requirement shall be in accordance with the Scope of Work (SOW) dated 11-05-2015.

The anticipated release date for solicitation is:   10 March 2016
All interested vendors may download a copy on or after 10 March 2016.
All responsible sources may submit a proposal which shall be considered by the Government.

100% Small Business Set Aside

Questions may be directed to Sabrina Lowe at sabrinal.l.lowe.civ@mail.mil

URL: https://www.fbo.gov/notices/f0ff76ad4f24ffaf6113e6a161cfb6d

OutreachSystems Article Number: 20160308/PROCURE/0538
Matching keyword(s): naics!512110;

Department of the Army, FedBid, FedBid.com — for Department of Army procurements only, 1000 Halsey Ave SE, Marietta, GA 30060

R–Georgia Association of Broadcasters Event Advertising W912JM-T0058 031116 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 W912JM-T0058 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisionsDepartment of the Army and clauses are those in effect through Federal Acquisition Circular 2005-86. The associated North American Industrial Classification System (NAICS) code for this procurement is 541810 with a small business size standard of $15.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on http://www.FedBid.com will start on the date this solicitation is posted and will end on 2016-03-11 14:00:00.0 Eastern Time or as otherwise displayed at http://www.FedBid.com.FOB Destination shall be Marietta, GA 30060 Set-Aside: Total Small Business Place of Performance: Marietta, GA 30060 30060 US URL: https://www.fbo.gov/notices/0b8c25fd80f5eed1cd98df0a6ff34eb

OutreachSystems Article Number: 20160307/PROCURE/0004
Matching keyword(s): broadcast*; event?;

140px-US-GeneralServicesAdministration-Logo.svgGeneral Services Administration, Public Buildings Service (PBS), Acquisition Management Division (3PQC), The Strawbridge Building 20 North 8th Street, 9th Floor Philadelphia PA 19107-3191

R — Art in Architecture Project – William J. Green Building GS-03-P-16-AZ-C-7006 040516 Neil Gilligan, Contracting Officer , Phone 2154462892, Email neil.gilligan@gsa.gov The General Services Administration (GSA) Art in Architecture Program commissions American artists (citizens and Lawful Permanent Residents or Permanent Workers of the United States) to create publicly scaled and permanently installed artworks for federal buildings nationwide.
GSA announces an opportunity for a federal art commission in conjunction with the modernization of the William J. Green Jr. Federal Building in Philadelphia, PA.

The modernization project will improve the building’s overall utilization through the realignment and implementation of various economical workplace solutions and result in effective long-term housing solutions for multiple federal agencies. By maximizing space in the federal building, additional federal tenant agencies will relocate from leases space resulting in significant savings in annual lease payments to the private sector.

GSA allocates one-half of one percent of the estimated construction costs of new or modernized federal buildings for art commissions. The art budget for the William J. Green Jr. Federal Building project is currently estimated to be between $300,000.00 and $400,000.00. One or more artists will be awarded a fixed-price contract for a commission. A portion of the art budget may be used to care for existing artwork at the building.

Artists who wish to be considered for this and all future GSA art commissions must submit application materials to GSA’s National Artists Registry (Registry). The Registry constitutes the qualified list of artists for this and all GSA commissions. Instructions on how to join the Registry are available on the following Web site:

http://www.gsa.gov/artinarchitecture

All artists who wish to be considered as candidates for a commission at the William J. Green Jr. Federal Building in Philadelphia, PA, must have their application materials submitted and received by GSA by 3:00 PM Eastern Time on April 5, 2016. Artists’ submissions received after the deadline will not be considered for this project, but will be eligible for consideration on future GSA commissions alongside the other artists on the Registry. Artists already on the Registry need not resubmit, but may elect to update their information prior to the deadline.

GSA evaluates artists based on the following criteria: the media, materials, content, style, and scope of the artist’s past work, along with the artist’s past performance and experience with commissions or projects similar to the one described in this synopsis. Short-listed artists will be contacted and asked to submit additional information including a statement that he or she can perform the work associated with the GSA commission within the identified budget. GSA will count the combined weight of all the selection criteria as significantly more important than price.

At a minimum, the scope of services for this commission will require: collaboration with the lead designer selected for the building project; development of preliminary and final concepts; fabrication of the artwork; participation in meetings and conservation reviews as necessary; and the installation of the artwork at the project site.

Place of Performance: William J. Green Federal Building, 600 Arch Street, Philadelphia, PA 19106 Philadelphia, PA 19106 US URL: https://www.fbo.gov/spg/GSA/PBS/3PPRC1/GS-03-P-16-AZ-C-7006/listing.htm OutreachSystems Article Number: 20160305/PROCURE/0072
Matching keyword(s): naics!711510;

Department of the Army, U.S. Army Medical Command, European Regional Contracting Office, ATTN:MCAA E CMR 402 Box 1376 Landstuhl Germany APO AE 09180-3460

R — SHARP Seminars/Classes Instructors W9114F16T0027 040416 Domenico Maddaloni, Phone 01149637194645414, Email domenico.maddaloni.ln@mail.mil This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued.
Solicitation number W9114F-16-T-0027 is issued as a request for quotation (RFQ).

Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, effective 16 March 2011. Not a set-aside. North American Industry Classification System (NAICS) code for this solicitation is 611430.
The Regional Health Contracting Office- Europe has a requirement to procure non-personal services for Instructors to conduct a training seminar forDepartment of the Army up to 120 participants from 24 thru 26 May 2016, of SHARP Training classes Domestic Violence, Drug and Crime Prevention in accordance with Sexual Harassment/Assault Response & Prevention (SHARP) Program standards, established principles and ethics of the medical profession, the national standards established by the Department of the Army (DA), Department of Defense (DoD), National Advocate Credentialing Program (NACP), Department of Defense (DoD) Sexual Assault Advocate Certification Program (D-SAACP), and the professional standards at U.S. Army Medical Treatment Facilities (MTFs).
The contract line items (CLINs) for this acquisition are as follows:
Line Items 0001
QTY 6 Days
Non-personal services for two (2) Seminar Instructors – SHARP Training classes Domestic Violence, Drug and Crime Prevention Instructors to conduct a training seminar for up to 120 participants, from 24 thru 26 May 2016, in accordance with Sexual Harassment/Assault Response & Prevention (SHARP) Program standards, established principles and ethics of the medical profession, the national standards established by the Department of the Army (DA), Department of Defense (DoD), National Advocate Credentialing Program (NACP), Department of Defense (DoD) Sexual Assault Advocate Certification Program (D-SAACP), and the professional standards at Medical U.S. Army Treatment Facilities (MTFs).
Line Item 0002
QTY 1 Lump Sum
Travel & Lodging Costs Not-to-exceed (NTE) reimbursement of costs for all travel, transportation, meals, lodging, and incidentals IAW FAR Part 31 and IAW the rates prescribed by the Joint Travel Regulations (JTR) and § 1.10.1 of the PWS. Costs for these expenses will be reviewed, certified and approved by the Contracting Office. All travel and transportation shall utilize commercial sources and carriers provided the method used for the appropriate geographical area results in reasonable charges to the government. The Government will not pay for business class or first-class travel.

Line Item 0003
QTY 1
Contractor Manpower Reporting (CMR) In accordance with PWS paragraph 10. entitled “Accounting for Contract Services/Contractor Manpower Reporting”. Delivery Date: NO LATER THAN (NLT) 31 October 2015.
The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition:
CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE
52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011
52.212-4 Contract Terms and Conditions–Commercial Items – MAY 2015
52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving – AUG 2011
52.225-13 Restrictions on Certain Foreign Purchases JUN 2008
52.232-33 Payment by Electronic Funds Transfer–System for Award Management – JUL 2013
52.232-39 Unenforceability of Unauthorized Obligations – JUN 2013
52.233-1 Disputes – MAY 2014
52.233-3 Protest After Award – AUG 1996
52.233-4 Applicable Law for Breach of Contract Claim – OCT 2004
52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984
252.201-7000 Contracting Officer’s Representative DEC 1991
252.203-7000 Requirements Relating to Compensation of Former DoD Officials – SEP 2011
252.203-7002 Requirement to Inform Employees of Whistleblower Rights – SEP 2013
252.204-7000 Disclosure Of Information AUG 2013
252.204-7003 Control Of Government Personnel Work Product – APR 1992
252.222-7002 Compliance With Local Labor Laws (Overseas) JUN 1997
252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014
252.225-7041 Correspondence in English JUN 1997
252.225-7048 Export-Controlled Items JUN 2013
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012
252.232-7008 Assignment of Claims (Overseas) JUN 1997
252.232-7010 Levies on Contract Payments DEC 2006
252.233-7001 Choice of Law (Overseas) JUN 1997
CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT
52.209-2 Prohibition on Contracting With Inverted Domestic Corporations. (NOV 2015)
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. (NOV 2015)
52.212-1 Instructions to Offerors-Commercial Items (OCT 2015)
52.212-2 Evaluation-Commercial Items (OCT 2014)
52.212-3 Offeror Representations and Certifications-Commercial Items ALT I – OCT 2014
52.212-5 Contract Terms and Conditions required to implement Statutes or Executive Orders – Commercial Items – FEB 2016 (Deviation)
52.222-50 Combating Trafficking in Persons (Aug 2007) Alternate I – MAR 2015
52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran–Certification. – OCT 2015
52.252-1 Solicitation Provisions incorporated by Reference – FEB 1998
52.252-2 Clauses incorporated by Reference – FEB 1998
52.252-5 Authorized deviations in Provisions (APR 1984)
52.252-6 Authorized Deviations in Clauses (APR 1984)
252.203-7005 Representation Relating to Compensation of Former DOD Officials (NOV 2011)
252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016-O00003 (OCT 2015)
252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016-O00003 (OCT 2015)
252.204-7012 Safeguarding Of Unclassified Controlled Technical Information DEC 2015
252.204-7015 Disclosure of Information to Litigation Support Contractors (FEB 2014)
252.209-7991 Representation by Corporations Regarding an Unpaid delinquent Tax Liability or a Felony Conviction under Any Federal Law – Fiscal 2016 Appropriations (Deviation 2016-O0002) (OCT 2015)
252.225-7042 Authorization to Perform (APR 2003)
252.225-7043 Antiterrorism/Force Protection Policy for Defense Contractor Outside the United States (JUN 2015)
HIPAA – Non-Defense Health Agency (Non-DHA) Health Insurance Portability and Accountability Act (HIPAA) Business Associate Agreement (BAA) (7 July 2014)
ADDENDUM TO 52.212-1 Instructions to Vendors–Commercial Items –
Quoter shall submit written narratives explaining how they will comply with the requirements in the RFQ by submitting written technical quotes which describe:
i. SUBFACTOR 1: EXPERIENCE. Quoters shall submit narratives demonstrating the Quoter’s capability to provide Sexual Harassment/Assault Response & Prevention  (SHARP) Program training seminar, and to warrant continuing education (CEU) credits for renewal of D-SAACP credentials to Sexual Assault Response Coordinators (SARC), Victim Advocates (VA), as well as renewal of Social Workers licenses for the Landstuhl Regional Medical Center (LRMC) and Regional Health Command-Europe (RHC-E), as described in the PWS. The Government will evaluate the narrative quote for demonstrating that the Quoter has a clear understanding of the nature and magnitude of the effort.
ii. SUBFACTOR 2: TECHNICAL APPROACH. Quoters shall submit narratives that clearly describe what resources – personnel, equipment, training and material – will be dedicated to meeting the requirements outlined in the PWS. Quoters shall submit a Lesson Plan in accordance with § 5.1.1.3 and Technical Exhibit B of the PWS.
iii. SUBFACTOR 3: QUALIFICATIONS. Quoters, specifically his/her representative who will conduct the training courses, shall submit written documentation indicating their capability to facilitate continuing education (CEU) credits for advocacy services in Sexual Assault, Crime and Drug Prevention, Domestic Violence and Interdisciplinary Rape, and Crisis Intervention.
iv. SUBFACTOR 4: QUALITY CONTROL PLAN (QCP). Quoters shall submit written QCP including a description of communications and authorities and responsibilities within the organization as it relates to maintaining a QCP and quality management; methods of measuring performance against the standards and the proposed metrics; use by management of performance measures in controlling quality through corrective and preventive actions; and Quality Control organization/staffing and independence.
FACTOR II: PRICE. Quoters shall submit prices on the price schedule in the solicitation. Price will be evaluated for reasonableness based on anticipated adequate price competition. Price analysis will be performed through the use of comparative price quotation analysis for technically acceptable quotations. Price will not be rated. The extended amount for each contract line item will be added up for a grand total and will be used to calculate the Quoter’s total price. Contract award will be made to the technically acceptable quote with the lowest acceptable total price.
All CLINs shall be priced. If you fail to price all CLINs, your quote will not be considered for award.
Para (n) ELECTRONIC QUOTES. Vendors may submit electronic quotes in response to this RFQ. The quote must arrive by the time specified on Page 1, Block 8 of the Standard Form 1449 (RFQ )to the following email address: domenico.maddaloni.ln@mail.mil
Vendors may call Domenico Maddaloni at 011-49-6371-9464-5414 to verify receipt of the quote. If the vendor chooses to email the quote, the Government will not be responsible for any failure of transmission or receipt of the quote, or any failure of the vendor to verify receipt of the emailed quote. If receipt of the quote submitted by email is not verified within 24 hours of submission, the vendor must resubmit their quote by fax.
Para (o) QUESTIONS. Prospective vendors are strongly encouraged to submit any questions regarding this RFQ no later than the 28 March 2016 to domenico.maddaloni.ln@mail.mil or by fax (011) 49-6371-86-8070. If the vendor chooses to email the questions, the Government will not be responsible for any failure of transmission or receipt of the questions, or any failure of the vendor to verify receipt of the emailed inquiry. If receipt of questions submitted by email is not verified within 24 hours of submission, the vendor must resubmit their inquiry by fax..
ADDENDUM TO FAR 52.212-2
The Government will offer a Purchase Order with fixed unit priced CLINs resulting from this solicitation to the responsible Quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Quoter can accept the Government’s offer and form a binding contract by signing block 28 of the SF 1449 and returning it to the Contracting Officer.
The offer of the Purchase Order will be made using the Lowest Price Technically Acceptable (LPTA) source selection process. Issuance of the Purchase Order will be made to the responsible Quoter on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors. Issuance of the Purchase Order may be made without discussions with Quoters (except communications conducted for the purpose of minor clarification). Therefore, each initial quote shall contain the Quoter’s best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the Contracting Officer to be necessary.
TECHNICAL EVALUATION STANDARDS:
The Government will use the following standards to rate Technical:
1. Acceptable – Quote clearly meets the minimum requirements of the solicitation.
2. Unacceptable – Quote does not clearly meet the minimum requirements of the solicitation.
SPECIAL NOTE: All vendors must be registered in the System for Award Management (SAM) prior to award. Lack of registration shall make a quote ineligible for award. Vendors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via Internet at http://www.sam.go . All quotes are due on the date and Central European Time (CET) time shown on page 1, Block 8 of the SF 1449. Quotes may be sent via email to domenico.maddaloni.ln@mail.mil , or faxed to 011-49-6371-86-8070. If the Quoter does not receive confirmation that the quote was received within 24 hours of submission, the Quoter shall fax a copy of the quote to 011-49-6371-86-8070. The point of contact for this acquisition is Domenico Maddaloni, telephone number 011-49-6371-9464-5414 or at domenico.maddaloni.ln@mail.mil
ADDENDUM TO 52.212-4
(w) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found.
(x) SHARP Advisory Publications Army Regulation 600-20, Army Command Policy, 20 Sep 2012.
OTSG/MEDCOM Policy Memo 13-062, Policy for Reporting Incidents of Sexual Assault and Sexual Harassment under the Sexual Assault Prevention and Response Program (SHARP), 12 Nov 2013.
Place of Performance: Landstuhl Regional Medical Center (LRMC), Landstuhl Germany DE URL: https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114F16T0027/listing.htm OutreachSystems Article Number: 20160305/PROCURE/0085
Matching keyword(s): writ*; copy; technical; standard;

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

99 — Toilet Pumping on the Cumberland Ranger District of the Daniel Boone National Forest in Kentucky AG-531A-S-16-0002 032116 Sharon R Martin, Contract Specialist, Phone 859-745-3131, Fax 859-745-4710, Email smartin03@fs.fed.us – Leslie C. Hughes, Contract Specialist, Phone 859-745-3128, Fax 859-745-4710, Email lesliechughes@fs.fed.us This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Offers are being requested and a separate solicitation will not be issued. This solicitation, identified as AG-531A-S-16-0002, is issued as a Request for Quotation (RFQ) and is attached, using the Simplified Acquisition Procedures.
SET-ASIDE: This solicitation is a Total Small-Business Set-Aside. The NAICS code is 562991 and the applicable small business size standard is $7.5 Million.
DESCRIPTION OF REQUIREMENT: Toilet Pumping and cleaning services on a call when needed basis at the Morehead Sites (North Side) and Stanton Sites (South Side) on the Cumberland Ranger District of the Daniel Boone National Forest in Rowan, Bath, Menifee, Morgan, Powell and Wolfe Counties, Kentucky for a Base Period + 4 Option Years if exercised.

SUBMIT OFFERS: Complete and return the information shown under Instructions to Offerors on Page 7. Offers must be received by 4:30 PM EST on March 21, 2016. You can submit your offer by regular or express mail to: USDA, Forest Service, Daniel Boone National Forest, Attn: Procurement, 1700 Bypass Road, Winchester, KY 40391 or fax your offer to 859-745-4710.  If you fax your offer please followup and mail a signed original via regular or express mail as soon as possible.
Offers will be evaluated based on Price, Experience and Past Performance. Any award resulting from this solicitation will be a firm, fixed price contract.
SPECIAL NOTE: Successful contractor must be registered in the System for Award Management (https://www.acquisition.go) or (https://www.sam.go) prior to award of a contract. Offerors must submit a DUNS number with their offer.
Contact Lee Breth at (606) 784-6428, Extension 130 for technical questions or contact Sharon Martin at (859) 745-3131 or Leslie Hughes at (859) 745-3128 if you have questions regarding this solicitation.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquistion Circular 2005-85-2. The clauses and provisions referenced in this solicitation may be obtained in full text form at https://www.acquisition.gov/far
The following provisions and clauses apply to this commercial item acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items.

Set-Aside: Total Small Business Place of Performance: USDA FOREST SERVICE Cumberland Ranger District Various Counties Morehead, KY 40351 US URL: https://www.fbo.gov/notices/fa5216aa27c1af9f01173cfac6a1abb OutreachSystems Article Number: 20160305/PROCURE/0429
Matching keyword(s): age:state!ky; state!ky;

Social Security Administration, Office of Budget, Finance, Quality and Management, Office of Acquisition and Grants, Social Security AdministrationOffice of Acquisition and Grants10th Floor, Post B8601 E 12th StKansas CityMO64106-2818

R–On-Site Shredding Services – Reg. 7 ODAR Hearing Offices SSA-RFI-16-1029 031516 TERRY CROWLEY TERRY.CROWLEY@SSA.GOV THIS IS A REQUEST FOR INFORMATION (RFI). The Social Security Administration is seeking sources, for Market Research ONLY, to determine the availability of potential small business firms for set-aside. Potential Offerors having the skill, capabilities and personnel necessary to perform the on-site shredding services requirement for the Hearing Offices located in the states of Missouri, Kansas, Nebraska, Iowa, and Kentucky are invited to provide feedback via e-mail to Mr. Terry Crowley at terry.crowley@ssa.gov. The associated North American Industrial Classification Code (NAICS) is 561410, with a small business standard $15 million. The Product Service Code (PSC) is R614, Support ? Administrative: Paper Shredding. A fixed price contract anticipated. The duration of this requirement anticipated to be one base year with four one-year options. This requirement planned for release in early April. Project Description: The Contractor shall provide all management, personnel, supervision, labor, materials, secured vehicles to provide on-site destruction services for security waste, such as, but not limited to, administrative papers, braille documents, compact disks(CD), digital600px-US-SocialSecurityAdmin-Seal.svg versatile disc(DVD), video home system tapes(VHS), for the Social Security Administration located at Social Security Hearing Offices in Kansas, Missouri, Nebraska, Iowa, and Kentucky. Security waste will be collected in secured bins or containers provided by the Contractor. Hearing Office locations are listed on the attachment. Capability Statement: The following request designed to apprise the Social Security Administration of any prospective small businesses capabilities to execute the requirement. Please provide your response to the following: 1) Offeror’s Name, Address, Point of Contact, Phone Number, and E-Mail Address; 2) Offeror’s interest in bidding on the solicitation when it is issued; 3) Offeror’s business size certified status, number of years in business, and your DUNS number; 4) Offeror’s capability statement demonstrating the Offeror’s ability to perform comparable work within the last five (5) years – brief description of the project, indicate the Hearing Office locations you can provide on-site shredding services, customer name, phone number, timeliness of performance, customer satisfaction, dollar value ? limit to three (3) examples The capabilities statement for this RFI is not a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. The Government is seeking short statements regarding the company’s ability to demonstrate existing-or-developed expertise, past performance, and experience in relation to the requirement specified herein. Submission of your Capabilities Statement is not a prerequisite to any future offerings, but, will assist the Social Security Administration in tailoring requirements to be consistent with industry capabilities. The Government will not pay for any information or materials provided in response to this RFI. ALL interested Offerors should notify this office in writing via e-mail by 2:00pm CST on/ or before March 15, 2016. Submit your response and information by e-mail to: terry.crowley@ssa.gov.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/SSA/DCFIAM/OAG/SSA-RFI-16-1029/listing.htm

OutreachSystems Article Number: 20160305/PROCURE/0468
Matching keyword(s): state!ky;

Department of the ArmyDepartment of the Army, National Guard Bureau, USPFO for Iowa, Camp Dodge 7700 NW Beaver Drive Johnston IA 50131-1902

U — Amend 0002: Technical Instruction Services – Video Techniques for Drug and Border Investigations W912LP-16-R-0003 041516 Tracy C. Canada, Contracting Specialist, Phone 5152524616, Fax 5152524617, Email tracy.c.canada.mil@mail.mil – Vicky L. Williams, Contracting Officer, Phone 5152524615, Fax 5152524617, Email vicky.l.williams10.civ@mail.mil Amendment 0002 is incorported to add Round 1 Questions and Answers.

Amendment 0001 is incorporated to correct the number of iterations for the base and option periods.

The Iowa Army National Guard’s (IARNG) Midwest Counterdrug Training Center (MCTC) has a requirement for Technical Instruction Services for a Video Techniques for Drug and Border Investigations course. The IARNG anticipates award on or about 13 May 2016.

Initial award will be for a base period from date of award to 30 September 2016, and will consist of 10 iterations of the course with dates and locations to be determined. The award will also be for one (1) option period that will include a maximum of 14 course iterations, dependent upon available funding and need determined by MCTC, with dates and locations to be determined from 1 October 2016 – 30 September 2017. The requested course shall provide a three-day, 24-hour block of instruction to law enforcement officers and/or military personnel.
The course of instruction shall be designed to teach law enforcement personnel to document narcotics-related criminal activity using video camcorders and associated equipment. The course shall cover the use of video to document drug crimes such as the sale of narcotics, the documentation of drug search warrants and seizures, and the evidence generated by drug labs and surveillance of narcotics activity. In addition, it shall cover the use of video surveillance systems to document narcotics cases.
The class shall include hands-on practical exercises that are relevant and represent real world activities. They shall challenge students to apply effective classroom theory to the exercises. Topics covered shall include shooting video of both controlled and uncontrolled action, such as controlled drug buys and mobile surveillance. Students shall learn how to use an alternate light source and specialized equipment such as night vision and IR illuminators. Each hands-on exercise shall be followed by an after-action review of the students’ products to ensure training objectives have been met.
Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available.

Set-Aside: Total Small Business Place of Performance: Camp Dodge Joint Maneuver Training Center 7105 NW 70th Avenue Johnston, IA 50131 US URL: https://www.fbo.gov/spg/USA/NGB/DAHA13/W912LP-16-R-0003/listing.htm OutreachSystems Article Number: 20160305/PROCURE/0595
Matching keyword(s): video*; produc*; train*; business*; documentation; instruct*;

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

R — On-Site Shredding Services – Reg. 7 ODAR Hearing O SOL SSA-RFI-16-1029 Description THIS IS A REQUEST FOR INFORMATION (RFI). The Social Security Administration is seeking sources, for Market Research ONLY, to determine the availability of potential small business firms for set-aside. Potential Offerors having the skill, capabilities and personnel necessary to perform the on-site shredding services requirement for the Hearing Offices located in the states of Missouri, Kansas, Nebraska, Iowa, and Kentucky are invited to provide feedback via e-mail to Mr. Terry Crowley at terry.crowley@ssa.gov. The associated North American Industrial Classification Code (NAICS) is 561410, with a small business standard $15 million. The Product Service Code (PSC) is R614, Support ? Administrative: Paper Shredding. A fixed price contract anticipated. The duration of this requirement anticipated to be one base year with four one-year options. This requirement planned for release in early April. Project Description: The Contractor shall provide all management, personnel, supervision, labor, materials, secured vehicles to provide on-site destruction services for security waste, such as, but not limited to, administrative papers, braille documents, compact disks(CD), digital versatile disc(DVD), video home system tapes(VHS), for the Social Security Administration located at Social Security Hearing Offices in Kansas, Missouri, Nebraska, Iowa, and Kentucky. Security waste will be collected in secured bins or containers provided by the Contractor. Hearing Office locations are listed on the attachment. Capability Statement: The following request designed to apprise the Social Security Administration of any prospective small businesses capabilities to execute the requirement. Please provide your response to the following: 1) Offeror’s Name, Address, Point of Contact, Phone Number, and E-Mail Address; 2) Offeror’s interest in bidding on the solicitation when it is issued; 3) Offeror’s business size certified status, number of years in business, and your DUNS number; 4) Offeror’s capability statement demonstrating the Offeror’s ability to perform comparable work within the last five (5) years – brief description of the project, indicate the Hearing Office locations you can provide on-site shredding services, customer name, phone number, timeliness of performance, customer satisfaction, dollar value ? limit to three (3) examples The capabilities statement for this RFI is not a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. The Government is seeking short statements regarding the company’s ability to demonstrate existing-or-developed expertise, past performance, and experience in relation to the requirement specified herein. Submission of your Capabilities Statement is not a prerequisite to any future offerings, but, will assist the Social Security Administration in tailoring requirements to be consistent with industry capabilities. The Government will not pay for any information or materials provided in response to this RFI. ALL interested Offerors should notify this office in writing via e-mail by 2:00pm CST on/ or before March 15, 2016. Submit your response and information by e-mail to: terry.crowley@ssa.gov. Overview Reference number: SSA-RFI-16-1029 Issue date: 03/04/2016 Response due: 03/15/2016 02:00 PM CT Set Aside: Total Small Business NAICS: 561410-Document Preparation Services PSC / FSC: R614-SUPPORT- ADMINISTRATIVE: PAPER SHREDDING Agency: Social Security Administration Contracting office: Social Security Administration Office of Acquisition and Grants 10th Floor, Post B8 601 E 12th St Kansas City, MO 64106-2818 Place of Performance: Region 07 Contact: TERRY CROWLEY Phone: Fax: Email: TERRY.CROWLEY@SSA.GOV Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160305/SMALL/8606
Matching keyword(s): state!ky;

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

T — BRCA FILM CINEMATOGRAPHY SOL P16PS00560 Description BRYCE CANYON NATIONAL PARK FILM CINEMATOGRAPHY Overview Reference number: P16PS00560 Issue date: 03/04/2016 Response due: 04/05/2016 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: Jason_Albright@nps.gov Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160305/SMALL/8607
Matching keyword(s): video*; film?; produc*; conference?; business*; production?;

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

99 – Auto Physical Damage, Auto Liability, and General Liability Clai SOL UK-1653-16 Due Date: 3-29-16 Auto Physical Damage, Auto Liability, and General Liability Claims AdministrationAttachment A For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160308/BID/0274
Matching keyword(s): age:state!ky; state!ky;

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

R — Veterinary Services – Blackburn Farm Lexington, Ky. SOL RFP 527 1600000253 version 1 DUE 03/21/2016 Nikki James, Email: NikkiJ.James@ky.gov Phone: (502) 564-2246; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: Provide veterinary services for the cattle on the Department of Corrections farm in Lexington, KY. (Fayette County) at the Blackburn Correctional Complex. 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: 20160308/KY/6052
Matching keyword(s): age:state!ky; state!ky;

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

R — KDFWR CAMP ACCIDENT AND SICKNESS INSURANCE. SOL RFB 758 1600000673 version 1 DUE 03/16/2016 Debbie Mathews, Email: debbie.mathews@ky.gov Phone: (502) 564-8649; 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: 20160308/KY/6053
Matching keyword(s): age:state!ky; state!ky;

Eastern Kentucky University, Division of Purchases and Stores, Jones Building, Room 213, Richmond, KY 40475

R — Virtual Campus Tour. SOL EKU 79-16 DUE 04/08/2016 Phone: (859) 622-2246; Fax: (859) 622-2047; Website: http://purchasing.eku.edu/bids-and-quote Non-Mandatory Pre-Proposal Conference: A non-mandatory pre-proposal conference will be held on March 22nd, 2016. The meeting will begin promptly at 2:00 PM in 122 Jones Building at Eastern Kentucky University. The purpose of this conference is to fully acquaint potential Offerors with all proposal conditions. During this conference questions concerning the RFP will be answered. Attendance at the pre-proposal conference is not a prerequisite requirement to be qualified to submit a proposal. SCOPE OF SERVICES: 3.1 General: It is the University s goal to establish a single contract to serve all of the programs and buildings of the University. With this RFP, the University is taking a campus-wide approach to building a customized partnership with a major vendor to serve our University community. The initial term of the contract shall commence on May 2nd, 2016 May 1st, 2019. The contract will have a provision to renew annually up to four (4) additional years upon the agreement of the Successful Offeror and the University. 3.2 Objectives: The initial virtual tour would include a guided interactive tour with videos, pictures, and maps of our main University campus in Richmond, KY, which encompasses 83 buildings total, as well as the city of Richmond. The buildings including in this virtual tour includes our main classrooms, dining facilities, our athletic complex and facilities, as well as several buildings that enhance the students experience such as the library, the union, recreation center, and residence halls. 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: 20160308/KY/6066
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 – Consultant Services for Transforming Dixie Highway Bus Rapid Tra SOL RFQ-3619-0-2016/KBM Due Date: 3/25/2016 3:00 PM Eastern Contact: Kim Henry Consultant Services for Transforming Dixie Highway Bus Rapid Transit (BRT) System For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160305/BID/0379
Matching keyword(s): age:state!ky; state!ky;

Northern Kentucky University, Procurement Services, 617 Lucas Administrative Center, Suite 617, 1 Nunn Drive, Highland Heights, KY 41099

R — HSA and Cobra Services. SOL NKU-19-16 DUE 03/18/2016 Website: http://nkuplanroom.com/View/Default.asp NKU desires a long-term relationship with a vendor who is committed to providing a high level of quality service through a strong, innovative and creative service team at a competitive cost. 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: 20160308/KY/6074
Matching keyword(s): age:state!ky; state!ky;

Northern Kentucky University, Procurement Services, 617 Lucas Administrative Center, Suite 617, 1 Nunn Drive, Highland Heights, KY 41099

R — Vision Services. SOL NKU-18-16 DUE 03/21/2016 Website: http://nkuplanroom.com/View/Default.asp Request for Proposal to provide Vision Insurance coverage. The RFP PDF version will serve as a master copy but the excel file will allow vendors to answer directly within the file.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: 20160308/KY/6075
Matching keyword(s): age:state!ky; state!ky;

Transportation Cabinet, Division of Professional Services, 200 Mero Street, 3rd Floor, Frankfort, KY 40622

R — TRANSPORTATION ENGINEERING SERVICES – Statewide Right of Way Appraisal Services. SOL Procurement Bulletin 2016-09 DUE 03/30/2016 Phone: (502) 564-4555; Fax: (502) 564-4422; Website: http://transportation.ky.gov/Professional-Services/Pages/default.asp PROJECT DESCRIPTION: Up to six (6) appraisers will be selected to provide Right of Way Appraisal Services for proposed highway projects on a statewide basis on an as-needed basis for two (2) years. A restriction of communication is in effect for this project. From the advertisement date of the solicitation through selection, all respondents are not allowed to communicate about this solicitation or scope with any staff of KYTC, including the Appraisal Branch Manager or Director of Right of Way & Utilities, except for submission of questions as instructed in the RFP or as provided by any existing work agreement(s). For violation of this provision, KYTC reserves the right to reject the submittal of the offending Respondent. SCOPE OF WORK: The selected Appraiser(s) will be responsible for appraisal and other appraisal-related services. Additionally the Appraiser may be called upon to testify in a court of law during a condemnation trial. Additional compensation will be negotiated at the time of the request to testify. a. The selected Appraiser agrees that upon request, he or she will be available to assist in responding to FHWA or State inquiries or citations. b. Scoping Meeting a scoping meeting shall be required for all projects and should follow the Scoping Meeting Requirements General Guidelines c. Project Report It will be the responsibility of the selected Appraiser to compile and complete the Project Report prior to the scoping meeting. The Report shall summarize in detail all appraisal related issues related to each parcel to be assigned. Note: Project Report shall be written by a qualified person(s). Note: The Cost of the Project Report shall be part of the fee proposal. d. The District Right of Way Agent Supervisor will be the single point of contact for all Valuation Services and will be responsible for resources, assignment of work, managing workload, monitoring schedules and ensure quality of reports meet Department expectations and requirements. PREQUALIFICATION REQUIREMENTS: To respond to this project, the proposed consultant must be prequalified for Appraisal Services by the Division of Right of Way and Utilities by the Response Due Date of this Advertisement. The selected Appraiser must maintain prequalification as set out in the ROW Guidance Manual throughout the term of the contract. APPRAISAL SERVICES: Right of Way Appraisal. 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: 20160308/KY/6079
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

76 – Software SOL Q2-2016 Due Date: 03/07/2016 AutoCAD Subscription Renewals For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160307/BID/0046
Matching keyword(s): age:state!ky; state!ky;

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

R — Health Insurance Actuarial and Consulting Services. SOL RFP 790 1600000292 version 1 DUE 04/19/2016 Sherry Kefauver, Email: SherryA.Kefauver@ky.gov Phone: (502) 564-3638; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: The Vendor/Consultant engaged will be responsible for: 1) providing actuarial and consultant services; 2) assisting with plan design and premium contribution calculations; 3) assisting with member and stakeholder communications; 4) providing actuarial and financial reporting; 5) providing support services; 6) providing assistance with case management, utilization management, disease management, and wellness initiatives; 7) providing assistance with auditing vendors and vendor contractual requirements; 8) assisting with drafting RFP s and contract negotiations; and 9) providing assistance with HIPAA policies and other compliance. 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: 20160307/KY/6015
Matching keyword(s): age:state!ky; state!ky;

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

T — Bookbinding for KY Colonel Executive Orders and Legislation – Addendum #1 – NEW DUE DATE. SOL RFB 758 1600000642 version 2 DUE 03/18/2016 Jenifer Taylor, email: jenifer.taylor@ky.gov Phone: (502) 564-4510; 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: 20160307/KY/6017
Matching keyword(s): age:state!ky; state!ky;

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

R — Auto Physical Damage, Auto Liability, and General Liability Claims Administration. SOL UK-1653-16 DUE 03/29/2016 Phone: (859) 257-9100; Website address: http://www.uky.edu/Purchasing/bidlist.ht Intent and Scope: The programs covered by this RFP include Auto Physical Damage, Auto Liability and General Liability lines. Only one claim service provider will be chosen to administer all programs. Background Information: The University of Kentucky is self-insured for Auto and GL. This contract is for Third Party Administrator services only. Brokerage services for excess insurance above the SIR or deductible are provided through a separate contract. 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: 20160307/KY/6020
Matching keyword(s): age:state!ky; state!ky;

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

R — Commercial Excess Liability Insurance Coverages for LAGIT. SOL RFQ-3615-0-2016/KBM DUE 03/10/2016 Phone: (502) 574-3211; Website: http://www.demandstar.com/supplier/bids/agency_inc/bid_list.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: 20160308/KY/6036
Matching keyword(s): age:state!ky; state!ky;

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

R — Third Party General Liability Claims Administration Services to the Louisville Area Governmental Self Insurance Trust. SOL IFB-3613-0-2016/KBM DUE 03/24/2016 Phone: (502) 574-3211; Website: http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp Pre-Bid Conference: Thursday, March 10, 2016 10:00 am. Office of Management and Budget, Division of Purchasing, 611 West Jefferson St, Mezzanine Level Conference Room, Louisville, KY 40202. 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: 20160307/KY/6035
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

NAVY

Georgia Tech Research Institute (GTRI), Atlanta, Georgia, is being awarded an $84,538,427 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for command, control, communications, computers, intelligence and cyberspace technology research in GTRI’s capacity as a Department of Defense university affiliated research center.  Work will be performed San Diego, California (90 percent); and Atlanta, Georgia (10 percent), and is expected to be completed by Feb. 28, 2021. No funds are being obligated at the time of award.  Funds will be obligated as individual delivery orders are issued.  This contract was a sole-source acquisition not competitively procured in accordance with 10 U.S. Code 2304 (c)(3) and Federal Acquisition Regulation Subpart 6.302-3.  The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-16-D-0060).

Lockheed Martin Mission Systems and Training, Manassas, Virginia, is being awarded a $21,052,229 undefinitized contract action modification600px-US-DeptOfNavy-Seal.svg under a previously awarded contract (N00024-15-C-6222) for the additional procurement of long lead material for two Virginia-class modernization systems and spares; one Seawolf-class production system and spares; two fleet ballistic missile submarine system spares; and the engineering development models in support of acoustic rapid commercial-off-the-shelf technical insertion (A-RCI).  A-RCI TI16 program provides significant improvements in acoustic performance without changing the sensors by upgrading ship sensor processing.  Work will be performed in Manassas, Virginia (78 percent); Clearwater, Florida (10 percent); Marion, Massachusetts (6 percent); and Syracuse, New York (6 percent), and is expected to be completed by August 2020.  Fiscal 2016 other procurement (Navy); fiscal 2016 research, development, test and evaluation (Navy); and fiscal 2015 and 2016 shipbuilding and conversion (Navy), funds in the amount of $21,052,229 are being obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Austal USA, Mobile, Alabama, is being awarded a $13,974,187 modification to previously awarded contract N00024-11-C-2301 to exercise an option for special studies, analyses and review efforts for the Littoral Combat Ship Program Office, PMS 501.  Work will be performed in Mobile, Alabama (72 percent); and Pittsfield, Massachusetts (28 percent), and is expected to be complete by March 2017.  Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $1,500,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity.

L-3 KEO, Northampton, Massachusetts, is being awarded a $12,038,714 firm-fixed-price modification to previously awarded contract N00024-15-C-6252 to exercise options for the production of 16 Universal Modular Masts (UMM).  The UMM is a non-hull penetrating mast that serves as a lifting mechanism for five different sensors including the Photonics Mast Program, High Data Rate Mast, Multi-Functional Mast, Multi-Functional Modular Mast, and Integrated Electronic Support Measures Mast.  Work will be performed in Bologna, Italy (74 percent); and Northampton, Massachusetts (26 percent), and is expected to be complete by April 2018.  Fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $12,038,714 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 Navy Yard, District of Columbia, is the contracting activity.

Department of the ArmyARMY

Scientific Research Corp., Atlanta, Georgia, was awarded a $40,547,844 cost-plus-fixed-fee contract to provide engineering, technical, administrative, and analytical support for the test resource management center headquarters and following programs.  Performance locations and funding will be determined with each order, with an estimated completion date of March 31, 2021.  Bids were solicited via the Internet with three received.  Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-16-D-0011).

CDM Federal Programs Corp., Carbondale, Illinois (W912HQ-16-D-0003); Louis Berger Group, Washington, District of Columbia (W912HQ-16-D-0004); Tetra Tech Inc., Seattle, Washington (W912HQ-16-D-0005); and Abt Associates Inc., Cambridge, Massachusetts (W912HQ-16-D-0002), will share in a $9,400,000 firm-fixed-price, multiple award task order contract for indefinite-delivery/indefinite-quantity water resource analytical and professional support services.  Performance locations and funding will be determined with each order, with an estimated completion date of March 17, 2017.  Bids were solicited via the Internet with 17 received.  Army Corps of Engineers, Alexandria, Virginia, is the contracting activity.

G&G Steel Inc.,* Russellville, Alabama, was awarded a $7,131,795 modification (P00004) to contract (W912EK-15-C-0047) for the fabrication and delivery of lock miter gates and spare parts for lock and dams on the Mississippi River.  Work will be performed in Pleasant Valley, Iowa, with an estimated completion date of Dec. 29, 2018.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $7,131,795 were obligated at the time of the award.  Army Corps of Engineers, Rock Island, Illinois, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Wolverine World Wide, Rockford, Michigan, has been awarded a maximum $7,209,521 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Marine Corps boots. This was a competitive acquisition with three responses received. This is a one-year base contract with four one-yearDefense_Logistics_Agency option periods. Location of performance is Michigan, with a March 16, 2017, performance completion date. Using service is Marine Corps. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support Philadelphia, Pennsylvania (SPE1C1-16-D-1032).

*Small business

600px-US-DeptOfNavy-Seal.svgNAVY

BAE Systems San Diego Ship Repair, San Diego, California (N00024-16-D-4416 and N00024-16-D-4419); Continental Maritime of San Diego, San Diego, California (N00024-16-D-4417 and N00024-16-D-4420); and General Dynamics, NASSCO, San Diego, California (N00024-16-D-4418 and N00024-16-D-4421), are each being awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contracts to provide complex emergent and continuous maintenance and Chief of Naval Operations availabilities on surface ships; and San Diego, California, homeport, including surface combatants (DDG and CG) class ships and amphibious (LSD, LPD, LHA, and LHD) class ships.  Each contractor will be awarded one contract for surface combatants class ships and one contract for amphibious class ships.  These contracts contain options, which if exercised, would have a cumulative ceiling value of $1,319,651,593.  These three companies will have the opportunity to offer on individual delivery orders.  Work will be performed in San Diego, California, at contractor facilities or at Naval Base San Diego as needed. Completion is expected by April 2021 if all options are exercised.  Fiscal 2016 operations and maintenance (Navy) funding in the amount of $60,000 ($10,000 minimum guarantee per contract) is being obligated under each contract’s initial delivery order and expires at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin, Mission Systems and Training, Moorestown, New Jersey, is being awarded a $197,578,594 modification to a previously awarded contract (N00024-13-C-5116) for Aegis combat system engineering agent efforts for the design, development, integration, test, and delivery of computer program baselines and associated technology insertion hardware design support for the next advanced capability build.  Work will be performed in Moorestown, New Jersey (98 percent); and Manassas, Virginia (2 percent), and is expected to be completed by October 2019.  Fiscal 2016 research, development, test and evaluation (Navy); fiscal 2016 other procurement (Navy); and fiscal 2014 shipbuilding and conversion (Navy) funding in the amount of $82,124,633 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

General Dynamics Advanced Information Systems, Pittsfield, Massachusetts, is being awarded an $8,000,000 cost-no-fee contract for capital maintenance of the Navy Industrial Reserve Ordnance Plant in Pittsfield, Massachusetts.  The work will be performed in Pittsfield Massachusetts, and is expected to be completed in June 30, 2019.  Fiscal 2016 other procurement (Navy) funds in the amount of $8,000,000 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 (N00030-16-C-0024).

AIR FORCE

Raytheon Co., Tucson, Arizona, has been awarded a $573,031,316 modification (P00027) to exercise the option on previously awarded contract FA8675-15-C-0022. Contractor will provide Advanced Medium Range Air to Air Missile (AMRAAM) production Lot 30 and other AMRAAM system items. Work will be performed at Tucson, Arizona, and is expected to be complete by Feb. 28, 2019. Fiscal 2016 Navy and Air Force procurement funds in the amount of $418,243,313 are being obligated at the time of award. Air Force Life Cycle Management Center, Air Dominance Contracting Office, Eglin Air Force Base, Florida, is the contracting activity (FA8675-15-C-0022).

Standard Aero Inc., San Antonio, Texas, has been awarded a not-to-exceed $43,232,559 indefinite-delivery/indefinite-quantity contract to overhaul and repair the T56-A-15 Series 3.0 engine compressor and turbine for the LC-130H aircraft. Contractor will provide overhaul and repair of356px-Seal_of_the_US_Air_Force.svg compressor and turbine modules with installation of T56-A-15A Series 3.5 upgrade kit hardware. Work will be performed at San Antonio, Texas, and is expected to be complete by March 15, 2019. This award is the result of a competitive acquisition with two offers received. No funds are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8121-16-D-0008).

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, has been awarded a not-to-exceed $14,000,000 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for research, analysis, engineering, development of specialized munitions. Work will be performed at Grand Prairie, Texas, and is expected to be complete by March 16, 2021. This award is the result of a competitive acquisition with four offers received. Fiscal 2016 research, development, test and evaluation funds in the amount of $309,463 are being obligated at the time of award. The Air Force Research Laboratory, Munitions Directorate, Eglin Air Force Base, Florida, is the contracting activity (FA8651-16-D-0316).

Department of the ArmyARMY

H & L Contracting LLC, Bay Shore, New York, was awarded a $37,595,900 firm-fixed-price contract for the Long Beach coastal storm risk management project.  Work will be performed in Nassau, New York, with an estimated completion date of Sept. 14, 2018.  Bids were solicited via the Internet with eight received.  Fiscal 2016 other funds in the amount of $37,595,900 were obligated at the time of the award.  Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-16-C-0008).

EFW Inc., Fort Worth, Texas, was awarded a $24,996,015 firm-fixed-price contract for the purchase of heads-up tracking systems components, various parts and quantities.  Work performance locations and funding will be determined with each order.  Bids were solicited via the Internet with one received.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-16-D-0029).

Phillips Hardy,* Boonville, Missouri, was awarded a $13,490,330 firm-fixed-price contract for work that includes dewatering, rock removal and channel shaping of Turkey Creek.  Work will be performed at Kansas City, Kansas, with an estimated completion date of Jan. 16, 2018.  Bids were solicited via the Internet with four received.  Fiscal 2015 other funds in the amount of $13,490,330 were obligated at the time of the award.  Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-16-C-1056).

Missouri Department of Social Services, Jefferson City, Missouri, was awarded an $8,075,004 firm-fixed-price contract for full food service at 10 dining facilities.  Work will be performed at Fort Leonard Wood, Missouri, with an estimated completion date of June 13, 2016.  Bids were solicited via the Internet with one received.  Fiscal 2016 operations and maintenance, Army funds in the amount of $5,475,916 were obligated at the time of the award.  Army Contracting Command, Fort Leonard Wood, Missouri, is the contracting activity (W91157-16-C-0006).

DEFENSE LOGISTICS AGENCY

Pentaq Manufacturing Corp.,** Sabana Grande, Puerto Rico, has been awarded a maximum $27,133,220 modification (P00127) exercising the third one-year option period of a one-year base contract (SPM1C1-13-D-1036) with four one-year option periods for various military coats. This is aDefense_Logistics_Agency firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Puerto Rico and Alabama, with a March 17, 2017, performance completion date. Using military services are Army and Afghan army. Types of appropriation are fiscal 2016 through fiscal 2017 defense working capital funds and foreign military sales funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

API, LLC,** Camuy, Puerto Rico, has been awarded a maximum $11,953,600 modification (P00128) exercising the third one-year option period of a one-year base contract (SPM1C1-13-D-1037) with four one-year option periods for various Army coats. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Puerto Rico and Mississippi, with a March 18, 2017, performance completion date. Using military service is Army. 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.

Teledyne Instruments Inc., Dallas, Texas, has been awarded a maximum $7,986,717 firm-fixed-price contract for radio frequency cables. This was competitive acquisition with two responses received. This is a one-year contract with no option periods. Location of performance is Texas, with a Feb. 9, 2017, 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 Land and Maritime, Columbus, Ohio (SPE7M1-16-C-0018).

UPDATE: Safety Storage Inc.,* Charleston, Illinois (SPE8EC-16-D-0006), has been added as an awardee to the multiple award contract issued against solicitation SPM8EC-11-R-0006 announced Oct. 5, 2011.

600px-WHS_Insignia.svgWASHINGTON HEADQUARTERS SERVICES

Qualx Corp., Springfield, Virginia, is being awarded $8,455,241 to exercise Option Period 4 in a firm-fixed-price, level-of-effort contract in order to provide records management support services to include development of a governance strategy and document conversion from paper-based to electronic enterprise content management. The specific task areas include project management, information access and transparency, enterprise content management, records management application integration and business process support services. Work performance will take place in Springfield, Virginia; Arlington, Virginia; Alexandria, Virginia; and College Park, Maryland. The expected completion date is March 16, 2017. Fiscal 2016 operations and maintenance funds in the amount of $8,455,241 are being obligated at time of the award. Washington Headquarters Services, Arlington, Virginia, is the contracting office. (HQ0034-12-F-0213)

*Small business

**Small disadvantaged business

ARMY

The Boeing Co., Ridley Township, Pennsylvania, was awarded an $896,929,889 modification (P00040) to contract W58RGZ-13-C-0002 for cargo (CH-47F) helicopter multiyear for production lot 14 for 27 renew helicopters and 12 new build helicopters.  Work will be performed in Ridley Township, Pennsylvania, with an estimated completion date of Dec. 20, 2020.  Fiscal 2015 and 2016 other funds in the amount of $866,263,928 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 $56,713,565 cost-plus-incentive-fee contract for engineering, manufacturing and development ofDepartment of the Army B-Kits for the third generation forward looking infrared program.  B-Kits consist of components that will be integrated to sights of ground vehicles.  Work will be performed in McKinney, Texas (64 percent); and Melbourne, Florida (36 percent), with an estimated completion date of March 16, 2020.  Bids were solicited via the Internet with two received.  Fiscal 2016 research, development, test and evaluation funds in the amount of $7,250,000 were obligated at the time of the award.  Army Contracting Command, Alexandria, Virginia, is the contracting activity (W909MY-16-C-0007).

Raytheon Co., Goleta, California, was awarded a $26,776,083 cost-plus-incentive-fee contract to design, develop, fabricate and qualify a production Dewar cooler bench to improve the Army’s existing third generation forward looking infrared sensor technology.  Work will be performed in Goleta, California, with an estimated completion date of Sept. 15, 2021.  Bids were solicited via the Internet with three received.  Fiscal 2016 research, development, test and evaluation funds in the amount of $4,000,000 were obligated at the time of the award.  Army Contracting Command, Alexandria, Virginia, is the contracting activity (W909MY-16-C-0010).

DRS Network & Imaging Systems LLC, Dallas, Texas, was awarded a $26,103,645 cost-plus-incentive-fee contract to design, develop, fabricate and qualify a producible Dewar cooler bench to improve the Army’s existing third generation forward looking infrared sensor technology.  Work will be performed in Dallas, Texas, with an estimated completion date of Sept. 15, 2021.  Bids were solicited via the Internet with three received.  Fiscal 2016 research, development, test and evaluation were obligated at the time of the award.  Army Contracting Command, Alexandria, Virginia, is the contracting activity (W909MY-16-C-0009).

Bell Helicopter Textron Inc., Fort Worth, Texas, was awarded an $18,935,563 modification (0005) to foreign military sales contract W58RGZ-11-G-0011 for the procurement of three UH-1H (Huey II) aircraft in support of the government of Lebanon.  Work will be performed in Fort Worth, Texas (99.85 percent); and Lebanon (0.15 percent), with an estimated completion date of March 14, 2017.  Fiscal 2016 other funds in the amount of $18,935,563 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

HDR Engineering Inc., Folsom, California, was awarded a $12,000,000 firm-fixed-price, indefinite-delivery contract for engineering and architectural design and planning services to support civil works, military, and international and interagency services projects.  Performance locations and funding will be determined with each order.  Bids were solicited via the Internet with 10 received.  Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-16-D-0003).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Aleut O&M Services LLC, Colorado Springs, Colorado, has been awarded a $395,000,000 indefinite-delivery/indefinite-quantity contract for Cape launch operations and infrastructure support. Contractor will provide 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 June 30, 2022. This award is the result of a competitive acquisition with eight offers received. Fiscal 2015 operation 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).

Lockheed Martin Corp., Marietta, Georgia, has been awarded a $106,000,000 modification (P00009) to previously awarded contract FA8625-14-C6450 for C-130J multi-year production aircraft. This modification provides procurement funding for long lead efforts associated with 11 fiscal 2017 C-130J aircraft in the following configuration: two C-130J-30, three HC-130J, five MC-130J and one KC-130J. Work will be performed at Marietta, Georgia, and is expected to be complete by July 31, 2017. Fiscal 2016 Air Force and Navy aircraft procurement funds in the amount of $106,000,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Utah State University Research Foundation/Space Dynamic Laboratory, North Logan, Utah, has been awarded a maximum $49,000,000 indefinite-delivery/indefinite-quantity contract for dynamic sensor support. Contractor will provide necessary research and development to maintain essential engineering, research and development capability in the areas of sensor development, image processing, and data analysis. Work will be performed at North Logan, Utah, and is expected to be complete by June 15, 2021. This award is the result of a sole-source acquisition. Fiscal 2015 and 2016 research, development, test and evaluation funds in the amount of $3,748,000 are being obligated at the time of award. The Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-16-D-0004).

NAVY

MTG Services Inc., Lakehurst, New Jersey, is being awarded $38,689,255 for indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee delivery order 0001 for engineering and technical support services in support of Naval Air Systems Command, Lakehurst, Support Equipment Engineering Division; and the governments of Kuwait and Malaysia, under the Foreign Military Sales program.  Work will be performed in Lakehurst, New Jersey, and is expected to be completed in March 2021.  Foreign military sales funds in the amount of $18,000 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 electronic request for proposals; one offer was received. This contract combines purchases for the Navy ($38,539,255; 99.8 percent); the government of Kuwait ($75,000; 0.1 percent); and the government of Malaysia ($75,000; 0.1 percent), under the Foreign Military Sales program.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-16-D-0013).

General Electric Aviation Systems LLC, Vandalia, Ohio, is being awarded $31,590,977 for firm-fixed-price delivery order EF01 against a previously issued basic ordering agreement (SPE4A1-14-G-0009) for the procurement of 240 retrofit kit parts to modify the G3 generator converter600px-US-DeptOfNavy-Seal.svg units (GCUs) to G4 GCUs; four G4 GCU test units; and four field service representatives in support of the F/A-18 aircraft.  Work will be performed in Vandalia, Ohio (98.8 percent); Naval Air Station (NAS) Oceana, Virginia (0.6 percent); and NAS Lemoore, California (0.6 percent), and is expected to be completed in June 2017.  Fiscal 2015 and 2016 aircraft procurement (Navy) funds in the amount of $31,590,977 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.

HDR Architecture Inc., San Diego, California, is being awarded a maximum amount $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for large multi-discipline projects under the military construction program in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR).  The work to be performed provides for preparation of request for proposals for design-build projects; design-bid-build construction contract packages; site investigations to support new development of facilities on raw land and/or redevelopment of existing facilities on developed sites; studies/reports related to the designs of new facilities and/or renovation/repair of existing buildings; cost estimates; and post construction award services.  Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southwest AOR including, but not limited to California (87 percent); Arizona (5 percent); Nevada (5 percent); Colorado (1 percent); New Mexico (1 percent); and Utah (1 percent), and is expected to be completed by March 2021.  Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year.  No task orders are being issued at this time.  Future task orders will be primarily funded by military construction, (Navy).  This contract was competitively procured via the Navy Electronic Commerce Online website, with 13 proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-16-D-1850).

The Boeing Co., Seattle, Washington, is being awarded a $9,062,408 modification to a previously awarded fixed-price-incentive firm target contract (N00019-14-C-0067) to exercise an option for the procurement of two A-Kits and two mechanisms in support of 16 full-rate production Lot III P-8A Multi-mission Maritime Aircraft.  Work will be performed in Dallas, Texas (70 percent); and Seattle, Washington (30 percent), and is expected to be completed in March 2018.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $9,062,408 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Intercell USA Inc.,* Gaithersburg, Maryland, has been awarded a maximum $32,488,750 firm-fixed-price, indefinite-quantity contract for a supply of the Japanese Encephalitis vaccine. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a one-year base contract with a one-year option period. Location of performance is Maryland, with a March 14, 2017, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DP-16-D-0003).

*Small business

ARMY

Sysorex Government Services Inc.,* Herndon, Virginia (W52P1J-14-D-0032); and OBXtek Inc.,* Vienna, Virginia (W52P1J-16-D-0052), have been added to a previously awarded (March 21, 2014) $461,000,000 firm-fixed-price, multiple award task order contract for program management services for the Program Executive Office Enterprise Information Systems headquarters, directorates, project/product offices and related organizations.  Funding and work location will be determined with each order.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

CAS, Huntsville, Alabama, was awarded an $11,821,010 modification (003887) to foreign military sales contract W31P4Q-05-A-0024 (Egypt, Taiwan,Department of the Army United Arab Emirates, Mexico, Colombia, Jordan, Brazil, Tunisia, Sweden, Slovakia) for labor hours and travel supporting the Utility Helicopter Project Office.  Work will be performed in Huntsville, Alabama, with an estimated completion date of Sept. 30, 2016.  Fiscal 2010, 2014, 2015, and 2016 research, development, testing, and evaluation; operations and maintenance (Army); and other procurement funds in the amount of $11,821,010 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Zimmer US Inc., Warsaw, Indiana, has been awarded a maximum $380,977,134 fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract for various orthopedic products. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a one-year base contract with four one-year option periods. The maximum dollar amount is for the life of the contract. Location of performance is Indiana, with an April 25, 2021, performance completion date. Using 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-0004).

AIR FORCE

Abacus Technology Corp., Chevy Chase, Maryland, has been awarded a $25,732,228 firm-fixed-price contract for command, control, communications and computer services. Contractor will monitor current networks and ensure security tools and security patches are implemented across all base systems. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be complete by March 15, 2016. This award is the result of a sole-source acquisition. Fiscal 2016 operation and maintenance funds in the amount of $2,594,552 are being obligated at the time of award. The 377th Mission Support Group, Contracting Division, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9401-16-C-0005).

Pacific Defense Solutions LLC (a wholly-owned subsidiary of Integrity Applications Inc.), Kihei, Hawaii, has been awarded a $17,915,769 task order (0001) to previously awarded contract FA9451-16-D-0014 for research and development. Contractor will provide development of electro-optical space situational awareness systems, components and integration. Work will be performed at Maui, Hawaii, and is expected to be complete by356px-Seal_of_the_US_Air_Force.svg June 14, 2021. Fiscal 2016 research, development, test and evaluation funds in the amount of $50,000 are being obligated at the time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity.

Pacific Defense Solutions LLC (a wholly-owned subsidiary of Integrity Applications Inc.), Kihei, Hawaii, has been awarded a $9,939,536 task order (0003) to previously awarded contract FA9451-16-D-0014 for development of electro-optical space situational awareness systems. Contractor will provide research and development of technologies which are intended to advance satellite custody and characterization (imaging, detection, acquisition, and tracking) within the paradigm of low-cost space situation awareness.  Work will be performed at Maui, Hawaii, and is expected to be complete by June 14, 2021. Fiscal 2016 research, development, test and evaluation funds in the amount of $40,000 are being obligated at the time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

The Charles Stark Draper Laboratory, Cambridge, Massachusetts, is being awarded a $25,250,261 indefinite-delivery/indefinite-quantity contract in support of the Controlled Technical Services (CTS) program for the Naval Surface Warfare Center Dahlgren Division.  The CTS program requires the development of miniaturized multi-chip processors and other related technologies, while maintaining system functionality.  Work will be performed in Cambridge, Massachusetts, and is expected to be complete by February 2021.  Fiscal 2015 operations and maintenance (Navy) funding in the amount of $35,000 will be obligated at time of award, and contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured.  The sole-source award is in accordance with Federal Acquisition Regulation 6.302-1(a)(2)(iii) – only one responsible source and no other supplies or services will satisfy agency requirements.  Naval Surface Warfare Center Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-16-D-0001).

CORRECTION: Contract awarded on March 10, 2016, to Watermark Environmental Inc.,* Lowell, Massachusetts, for $13,216,283, is revised to show the contract number as N40085-16-C-6146 and the expected date of completion as October 2017.

MISSILE DEFENSE AGENCY

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, has been awarded a $10,700,569 modification (P00199) to previously awarded contract HQ0276-10-C-0001 for contract line item numbers 0300, 0301, 0304 and 0305. These efforts will provide additionalDefense_Logistics_Agency Aegis Ballistic Missile Defense 4.X ship installations. This modification increases the total cumulative contract value to $2,199,273,467 from $2,188,572,898.  Work will be performed in Moorestown, New Jersey, with an expected completion date of May 27, 2018. Fiscal 2015 procurement funds in the amount of $1,984,660 are being obligated at the time of award. Fiscal 2016 procurement funds in the amount of $7,639,013 are being obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

*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

AIR FORCE

Lockheed Martin Corp., Marietta, Georgia, has been awarded a $1,527,352,469 modification (P00010) to previously awarded contract FA8625-14-C-6450 for C-130J multi-year production aircraft. This modification is to fully fund and subsume advance procurement funding for long-lead items previously awarded via modification P0004 associated with 28 fiscal 2016 C-130J aircraft. This supports 14 C-130J, five HC-130J, one MC-130J and seven MC-130J aircraft. Work will be performed at Marietta, Georgia, and is expected to be complete by July 31, 2019. Fiscal 2015 and 2016 Air Force procurement; and 2016 Navy procurement funds in the amount of $1,527,352,469 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Northrop Grumman Systems Corp., Baltimore, Maryland, has been awarded a not-to-exceed $70,288,310 undefinitized contract action for radar356px-Seal_of_the_US_Air_Force.svg risk reduction efforts intended for the Joint Surveillance Target Attack Radar System Recapitalization (JSTARS Recap) program. Contractor will provide nonrecurring hardware and software engineering activities to ensure radars are scaled to meet JSTARS Recap Wide Area Surveillance requirements. Work will be performed at Baltimore, Maryland, and is expected to be complete by Sept. 30, 2017. This award is the result of a sole-source acquisition. Fiscal 2015 and 2016 research, development, test and evaluation funds in the amount of $7,500,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-16-C-0016).

Raytheon – Space and Airborne Systems, McKinney, Texas, has been awarded a not-to-exceed $60,000,000 undefinitized contract action for radar risk reduction efforts intended for the Joint Surveillance Target Attack Radar System Recapitalization (JSTARS Recap) program.  Contractor will provide nonrecurring hardware and software engineering activities to ensure radars are scaled to meet JSTARS Recap Wide Area Surveillance requirements. Work will be performed at Baltimore, Maryland, and is expected to be complete by Sept. 30, 2017. This award is the result of a sole-source acquisition. Fiscal 2015 and 2016 research, development, test and evaluation funds in the amount of $7,500,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-16-C-0015).

BAE Systems Information and Electronic Systems Integration Inc., Totowa, New Jersey, has been awarded an $8,085,613 undefinitized contract action. Contractor will provide the Taiwanese air force an upgrade to the ALR-56M Line Replaceable Unit 5 Analysis Processor to the new configuration required for compatibility with the F-16 Taiwan retrofit program. Work will be performed at Greenlawn, New York, and is expected to be complete by March 20, 2021. This contract is 100 percent foreign military sales. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8540-16-C-0018).

Department of the ArmyARMY

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $549,874,060 cost-plus-incentive-fee contract for Stryker program supply.  One bid was solicited with one received, with an estimated completion date of Feb. 28, 2019.  Funding and work location will be determined with each order.  Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-16-D-0060).

Cubic Global Defense Inc., San Diego, California, was awarded a $9,911,524 modification (P00036) to contract W91QVN-14-C-0033for operation of the Korea Battle Simulation Center.  Work will be performed in Korea with an estimated completion date of March 31, 2017. Fiscal 2016 operations and maintenance (Army) funds in the amount of $9,911,524 were obligated at the time of the award.  Army Contracting Command – Regional Contracting Command, Yongsan, Republic of Korea, is the contracting activity.

TsiCorp.,* Las Vegas, Nevada, was awarded a $9,412,687 modification (P00010) to contract  W9124J-12-D-0012 for computer aided design/drafting operations, engineering design support, maintenance services, heating ventilation/air conditioning technical support, and heavy equipment operations, with an estimated completion date of March 31, 2017.  Funding and work location will be determined with each order.  Army Contracting Command, Ft. Hood, Texas, is the contracting activity.

Ross Group Construction Corp., Tulsa, Oklahoma, was awarded a $9,290,840 firm-fixed-price contract with options for a KC-46A formal training unit add-on alteration fuel system maintenance dock, Hanger 518, Altus Air Force Base, Oklahoma. Bids were solicited via the Internet with five received. The estimated completion date is Sept. 24, 2017.  Fiscal 2016 military construction funds in the amount of $9,290,840 were obligated at the time of the award.  Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-16-C-0016).

CORRECTION: The Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, $73,015,100 modification (P00039) to contract W31P4Q-14-C-0034 was announced on March 11, 2016. W31P4Q-14-C-0034 is not a foreign military sales contract to Saudi Arabia.

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $179,916,000 fixed-price-incentive, firm-target modification to a previously awarded advance acquisition contract (AAC) N00019-C-16-0033 for the advance procurement of long lead time materials, parts, components, and effort to maintain the planned production schedule for low-rate initial production (LRIP) Lot 11 F-35 aircraft.  The effort also increases the quantity of aircraft that the LRIP 11 AAC supports for the Air Force by 15 F-35A variant aircraft, and for the Marine Corps by 10 F-35B variant aircraft. Work will be performed in Fort Worth, Texas (55 percent); El Segundo, California (15 percent); Warton, United Kingdom (10 percent); Orlando, Florida (5 percent); Nashua, New Hampshire (5 percent); Baltimore, Maryland (5 percent); and Cameri, Italy (5 percent), and is expected to be completed in December 2019.  Fiscal 2016 aircraft procurement (Air Force, Navy, Marine Corps) funds in the amount of $179,916,000 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract combines purchase for the Air Force ($118,142,000; 65.6 percent); Navy ($16,509,000; 9.2 percent), and Marine Corps ($45,265,000; 25.2 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Bethel-Webcor JV-1,* Anchorage, Alaska, is being awarded a $69,994,276 firm-fixed-price contract for the design and construction of a communication information system (CIS) operations complex at Marine Corps Base Camp Pendleton.  The work includes the design and construction of multiple facilities, and installation of telecommunications cable connecting the new remote switch and the new CIS operations complex.  The contract600px-US-DeptOfNavy-Seal.svg also contains one unexercised option, which if exercised, would increase cumulative contract value to $74,198,108.  Work will be performed in Oceanside, California, and is expected to be completed by January 2020.  Fiscal 2014 military construction (Navy) contract funds in the amount of $69,994,276 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 15 proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-16-C-0606).

Northrop Grumman Systems Corp. – Marine Systems, Sunnyvale, California, is being awarded $25,624,032 for modification P00002 to a previously awarded cost-plus-incentive-fee, cost-plus-fixed-fee contract (N00030-16-C-0015) to provide support for technical engineering services; design and development engineering; component and full scale test and evaluation engineering; and tactical underwater launcher hardware production to support the development and production of the Common Missile Compartment.  The maximum dollar value of the modification, including the base items and all option items if exercised, is $198,048,723.  The work will be performed in Sunnyvale, California (55 percent); Ridgecrest, California (20 percent); Cape Canaveral, Florida (10 percent); Bangor, Washington (5 percent); Kings Bay, Georgia (5 percent); Barrow-In-Furness, England (2 percent); New London, Connecticut (1 percent); Quonset Point, Rhode Island (1 percent); and Arlington, Virginia (1 percent), with an expected completion date of September 2020.  Fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $25,624,032 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1) & (4).  The Navy’s Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Techflow Mission Support LLC, Idaho Falls, Idaho, is being awarded a $23,633,164 modification under a previously awarded, indefinite-delivery/indefinite-quantity contract (N40085-10-D-0213) to exercise Option 6 for base operations support services at Marine Corps Base Camp Lejeune, Marine Corps Air Station New River, and other outlying areas in eastern North Carolina.  After award of this option, the total cumulative contract value will be $156,862,020.  Work will be performed in Jacksonville, North Carolina, and is expected to be completed March 2017.  No funds will be obligated at time of award.  Fiscal 2016 operation and maintenance (Marine Corps) contract funds in the amount of $20,433,732 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

CACI Enterprise Solutions Inc., Chantilly, Virginia, is being awarded an $11,882,631 cost-plus-fixed-fee level of effort contract for continued professional support services in support of naval shipyards fleet maintenance and modernization workload requirements.  This contract includes options which, if exercised, would bring the cumulative value to $14,812,421. Work will be performed at vendor location in Chantilly, Virginia (26 percent), and also at multiple U.S. Naval Shipyards including Norfolk, Virginia (22 percent); Portsmouth, New Hampshire (14 percent); Bremerton, Washington (18 percent); Pearl Harbor, Hawaii (12 percent); Washington, District of Columbia (4 percent): and U.S. Naval Shipyard surrounding areas (4 percent).  Work is expected to be completed July 2017.  Fiscal 2016 operation and maintenance (Navy) funds in the amount of $4,542,939 will be obligated at time of award and will expire at the end of the current fiscal year.  The contract was not competitively procured under statutory authority 10.U.S. Code 2304(c)(1) – only one responsible source and no other type of supplies or services will satisfy agency requirements.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-C-4422).

Lockheed Martin Mission Systems and Training, Manassas, Virginia, is being awarded a $9,500,548 cost-plus-incentive-fee modification to previously awarded contract N00024-09-C-6247 to procure five 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); SSN 774 (Virginia class); (Ohio class) submarines; 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 Processor Builds (TI/APB) Submarine Warfare Federated System process.  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 March 2018.  Fiscal 2016 other procurement (Navy); and fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $9,500,548 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.

Industrial Automation Inc.,* Seattle, Washington, is being awarded a $9,186,110 firm-fixed-price contract for the procurement of support equipment for the Navy (217 items) and the government of Australia (200 items) in support of the P-8A aircraft.  Work will be performed in Seattle, Washington, and is expected to be completed in March 2017.  Fiscal 2015 aircraft procurement (Navy); and cooperative partner (Australia) funds in the amount of $9,186,110 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 and two offers were received.  This contract combines purchase for the Navy ($5,392,463; 58.7 percent); and the government of Australia ($3,793,647; 41.3 percent), under a cooperative agreement.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-16-C-0024).

Canadian Commercial Corp., Ontario, Canada, is being awarded an $8,495,844 basic long-term requirements contract for depot level repair support of exhaust frames on the F404 engine and commercial asset visibility reporting requirements.  Work will be performed in Ontario, Canada, and is expected to be completed by March 2019.  No funding will be obligated at the time of award.  When funds are obligated, Navy working capital funds will be obligated, and will not expire at the end of the contract ordering period.  Four firms were solicited for this competitive requirement, and three offers received.  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-16-D-026M).

Defense_Health_AgencyDEFENSE HEALTH AGENCY

Relay Health, a division of McKesson Technologies Inc., Emeryville, California, was awarded a $139,048,432 fixed-price contract with optional Federal Risk and Authorization Management Program requirements contract line item numbers to continue providing 11,725 Patient Engagement and Interoperable Secure Messaging (SM) subscriptions for the Military Health System (MHS). The subscriptions are for MHS physicians, physician assistants, nurse case managers, physical therapists, occupational therapists, dentists, and other medical providers. Patients and medical support staff do not need a subscription to use the service.  The contract will also provide related account management service, SM training resources, non-standard report preparation and cybersecurity requirements. This is a nine-month base transition-in period contract with four 12-month option periods.  SM is a critical access tool that allows the MHS to increase capacity to meet enrollee demand for care by supporting delivery of virtual care through patient-to-provider and provider-to-provider communications before and after actual appointments. SM facilitates delegation-of-care tasks to providers with the expertise to deal with them without escalating all messages to the physician level. This contract was a sole-source acquisition, and fiscal 2016 operations and maintenance funds in the amount of $13,395,937 are being obligated at time of award.  The Defense Health Agency, Contract Operations Division San Antonio, Texas is the contracting activity (HT0015-16-C-0001).

DEFENSE LOGISTICS AGENCY

Lancair Corp.,* San Diego, California, has been awarded a minimum $16,929,938 fixed-price with economic price adjustment contract for jet fuel. This was a competitive acquisition with 30 responses received. This is a 42-month contract with no option periods. Location of performance is California, with a Sept. 30, 2019, performance completion date. Using customers are 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 (SPE600-16-Defense_Logistics_AgencyD-4551).

General Petroleum Corp.,* Compton, California, has been awarded a minimum $7,976,304 fixed-price with economic price adjustment contract for various types of fuel. This was a competitive acquisition with 30 responses received. This is a 42-month contract with no option periods. Locations of performance are California, Nevada and Utah, with a Sept. 30, 2019, performance completion date. Using services are Army, Navy, Air Force, Marine Corps 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 (SPE600-16-D-4536).

*Small business

Department of the ArmyARMY

General Dynamics Ordnance & Tactical Systems Inc., St. Petersburg, Florida, was awarded a $35,788,624 modification (P00022) to contract W52P1J-12-C-0026 for 120mm M1002 new production cartridges, and 120mm M865 recapitalized cartridges, for 120mm tank training ammunition.  Work will be performed in St. Petersburg, Florida, with an estimated completion date of Nov. 30, 2017.  Fiscal 2014 and 2016, other procurement funds in the amount of $35,788,624 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Orbital Alliant Techsystems Operations LLC, Plymouth, Minnesota, was awarded a $30,884,661 modification (P00033) to contract W52P1J-12-C-0027 for 120mm M1002 new production cartridges, and 120mm M865 recapitalized cartridges, for 120mm tank training ammunition.  Work will be performed in Plymouth, Minnesota, with an estimated completion date of Feb. 22, 2018.  Fiscal 2014 and 2016 other procurement funds in the amount of $30,884,661 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Georgia Tech Applied Research Corp., Atlanta, Georgia, was awarded a $22,306,013 modification (P0004) to contract W9113M-15-D-0002 for requirements pertaining to the design, development, modification, assessment, and testing of integrated electronics systems, sensors, weapon systems, communications and information infrastructure, with an estimated completion date of Aug. 23, 2017.  Funding and work location will be determined with each order.  Army Space & Missile Defense Command, Huntsville, Alabama, is the contracting activity.

Oklahoma Department of Rehabilitation Services, Oklahoma City, Oklahoma, was awarded a $16,531,980 firm-fixed-price contract with options for full food service.  Bids were solicited via the Internet with three received, with an estimated completion date of March 31, 2021. Funding and work location will be determined with each order.  Army Contracting Command, Ft. Sill, Oklahoma, is the contracting activity (W9124L-16-D-0001).

Katami Technical Services,* Anchorage, Alaska, was awarded a $9,900,000 firm-fixed-price contract for professional business services for the Engineer Research and Development Center Executive Office and Command Staff Division.  One bid was solicited with one received, with an estimated completion date of March 22, 2021.  Funding and work location will be determined with each order.  Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912HZ-16-D-0003).

CH2M Hill Inc., Englewood, Colorado, was awarded a $9,000,000 firm-fixed-price, multi-year, indefinite-delivery/indefinite-quantity contract for architectural and engineering services within the Corps of Engineers Great Lakes and Ohio River mission boundaries.  Bids were solicited via the Internet with one received, with an estimated completion date of March 20, 2021.  Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-16-D-0007).

NAVY

URS Federal Services Inc., Germantown, Maryland, is being awarded a $21,713,648 modification (P00003) against a previously awarded cost-plus-fixed-fee contract (N00421-15-C-0020) for program management services in support of the Broad Area Maritime Surveillance-Demonstrator Program Office.  Work will be performed in Patuxent River, Maryland (68 percent); and Germantown, Maryland (32 percent), and is expected to be completed in March 2018.  Fiscal 2016 operations and maintenance (Navy) funds in the amount of $4,000,000 are being obligated on this award, all of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity

Coastal Marine Services Inc.,* San Diego, California (N55236-16-D-0003); and Thermcor Inc., Chula Vista, California (N55236-16-D-0004), are each being awarded $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award contracts to provide hullboard lagging and insulation services onboard Navy ships and vessels within a 50-mile radius of San Diego. Each contractor shall provide all management, administrative services, materials, tools, equipment, labor, rigging, scaffolding, utilities (i.e. air, water and electricity, etc.), and required services and support to accomplish hullboard lagging and insulation services onboard Navy ships within a 50-mile radius of San Diego, which may include Oceanside, California.600px-US-DeptOfNavy-Seal.svg Both contracts are being awarded with four option years and a maximum ceiling of $15,000,000 for the five-year term. Small business as defined under North American Industry Classification System code 336611 – Ship Building and Repairing. Work will be performed in San Diego, or contractor’s facilities along the West Coast, and is expected to be completed by April 2021. Fiscal 2016 operation and maintenance (Navy) funds in the amount of $6,000 will be obligated ($3,000 per contract) 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 web site and three offers were received. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

Lockheed Martin Corp., Baltimore, Maryland, is being awarded a $11,130,902 modification to a previously awarded contract (N00024-11-C-2300) to exercise an option for post-delivery support for USS Sioux City (LCS 11) of the Littoral Combat Ship program.  Lockheed Martin will perform the planning and implementation of deferred design changes that have been identified during the construction period. The corrections and upgrades are necessary to support Sioux City’s sail-away and follow-on post-delivery test and trials period. Work will be performed in Marinette, Wisconsin (57 percent); Hampton, Virginia (14 percent); Moorestown, New Jersey (11 percent); San Diego, California (11 percent); and Washington, District of Columbia (7 percent), and is expected to be complete by November 2017.  Fiscal 2012 shipbuilding and conversion (Navy) funding in the amount of $3,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Insitu Inc., Bingen, Washington, is being awarded a $10,056,486 firm-fixed-price, cost-reimbursable contract for interim contractor services in support of the RQ-21A Blackjack unmanned aircraft system program.  Services include logistics, training, data reporting and field service representative support.  Work will be performed in Cherry Point, North Carolina (35 percent); Yuma, Arizona (35 percent);  Bingen, Washington (20 percent); and Kaneohe Bay, Hawaii (10 percent), and is expected to be completed in October 2018.  Fiscal 2016 procurement (Marine Corps) funds in the amount of $10,056,486 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 Federal Acquisition Regulation 6.302-1.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-16-C-0031).

MLSUSA Corp., Longmeadow, Massachusetts, is being awarded $10,000,000 for modification P00016 to extend the previously single-awarded, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract N00189-10-D-0051 for husbanding support services including trash removal, the provision of potable water, tug boat assistance, and wastewater removal to U.S. government vessels and associated units throughout the geographical area of the East Coast of the U.S.  This modification to the existing contract is to extend the period of performance for an additional six months, with two three-month options, as well as to increase the contract’s ceiling.  The government’s estimate for the modification period of performance, inclusive of all options, is $9,878,499.  Considering projections through the current period of performance and the extension period, the contract modification will increase the total contract ceiling by $10,000,000, if all option periods are exercised, from $34,688,229 to $44,688,229.  Work will be performed at non-Navy ports along the East Coast continental U.S., including all eastern U.S. territories from Maine through Texas.  Work is expected to be completed by September 2016; if all options are exercised, work will continue through March 2017.  No funding will be obligated at the time of award.  Fiscal year 2016 operations and maintenance (Navy) funds will be obligated as individual task orders are issued, and will expire at the end of the current fiscal year.  The modification is a non-competitive action in accordance with Federal Acquisition Regulation 6.302-1, using justification 10 U.S. Code 2304(c)(1).  Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Norfolk, Virginia, is the contracting activity.

Center for Disease Detection LLC, San Antonio, Texas, is being awarded a $9,523,915 indefinite-delivery/indefinite-quantity contract with firm-fixed-price task order provisions for Human Immunodeficiency Virus (HIV), Hepatitis B and C testing services in support of the Department of the Navy (DoN) and Marine Corps active-duty and reserve component military personnel as required by Navy Bloodborne Infection Management Center (NBIMC).  NBIMC, under the direction of the Navy Bureau of Medicine and Surgery, manages the DoN and Marine Corps HIV and hepatitis testing program.  This contract includes a 12-month base period and four 12-month optional periods, which if exercised, will bring the contract value to $49,045,895.  Work will be performed in San Antonio, Texas.  Work is expected to be completed by April 2017; if all options are exercised, work will be completed in March 2022.  Fiscal year 2016 Defense Health Program funds in the amount of $10,000 will be obligated to fund the contract’s minimum amount and will expire at the end of the current fiscal year.  This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website, with two offers received.  Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Norfolk Office, Virginia, is the contracting activity (N00189-16-D-0023).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Aero Components Inc.,* Fort Worth, Texas (SPRWA1-16-D-0002); Honeycomb Co. of America,* Sarasota, Florida (SPRWA1-16-D-0004); and Top Flight Aerostructures,* Dallas, Georgia (SPRWA1-16-D-0007), have each been awarded an estimated maximum $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPRWA1-15-R-C5 panel for various honeycomb panels for the C-5 aircraft. These were competitive acquisitions with five offers received. They are three-year base contracts with one two-year option period. Locations of performance are Texas, Florida and Georgia, with a March 22, 2021, performance completion date. Using services are Air Force and Defense Logistics Agency. Type of appropriation is fiscal 2016 through fiscal 2021 material support division Air Force funds, and defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia.

*Small business

ARMY

Oshkosh Defense was awarded a $243,767,232 modification (P00004) to contract W56HZV-15-C-0095 for 657 Joint Light Tactical Vehicles; 25 trailers; 2,977 kits; 12 months of system engineering and program management; test support; 175-test hardware; and one technical data package.  Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Dec. 1, 2024.  Fiscal 2016 research, development, testing, and evaluation; other procurement (Army); and other procurement funds in the amount of $243,767,232 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

Great Lakes Dredge & Dock Co. LLC, Oak Brook, Illinois, was awarded a $14,115,011 modification (P00007) to contract W912BU-15-C-0003 toDepartment of the Army refill beach areas, repair dune crossovers and dune grass damaged by Winter Storm Jonas, from Great Egg to Townsends Inlet, Ocean City, and Sea Isle City, New Jersey, with an estimated completion date of May 30, 2016.  Fiscal 2014 operations and maintenance (Army) funds in the amount of $14,115,011 were obligated at the time of the award.  Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity.

Towill Inc.,* Concord, California, was awarded a $12,500,000 firm-fixed-price, multi-year contract for architectural and engineering services for photogrammetric and LiDAR surveying and mapping.  Bids were solicited via the Internet with 25 received, with an estimated completion date of March 21, 2021.  Funding and work location will be determined with each order. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-16-D-0004).

600px-US-DeptOfNavy-Seal.svgNAVY

Creek Technologies Co., Beavercreek, Ohio (N00244-16-D-0009); General Dynamics Information Technology, Fairfax, Virginia (N00244-16-D-0005); Digital Consulting Services, Newbury Park, California (N00244-16-D-0006); DeVine Consulting Inc., Fremont, California (N00244-16-D-0008); and MAC Consulting Services Inc., Fairfax, Virginia (N00244-16-D-0007), are being awarded an estimated $87,996,380 multiple award, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, task order contracts to provide a variety of teaching, research and subject matter experts to support various educational programs for the Naval Postgraduate School.  Each contract includes a one-year base period and four-year option periods.  If all options are exercised, the contract value will reach a ceiling value of $502,670,476.  Work will be performed in Monterey, California (95 percent); San Diego, California (2 percent); Washington, District of Columbia (2 percent); and Norfolk, Virginia (1 percent).  Work is expected to be completed by March 2017; if all options are exercised, work will be completed by March 2021.  Fiscal 2016 operation and maintenance (Navy) funds in the amount of $1,000 will be obligated on each of the five contracts to fund the contract’s minimum amount and will 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 seven offers received.  Naval Supply Systems Command Fleet Logistics Center San Diego, California, is the contracting activity.

Systems Application & Technologies Inc.,* Oxnard, California, is being awarded a $22,733,501 modification to a previously awarded cost-plus-fixed-fee contract (N68936-13-C-0083) to exercise an option for maintenance and operations of aerial and seaborne target assets and associated equipment.  Work will be performed at the Naval  Air Warfare Center Weapons Division (NAWCWD), Point Mugu, California (45 percent); Naval Surface Warfare Center, Port Hueneme, California (40 percent);  NAWCWD China Lake, Ridgecrest, California (7 percent); White Sands Missile Range, Las Cruces, New Mexico (3 percent); Pacific Missile Range Facility, Kauai, Hawaii (2 percent);  Utah Test and Training Range, Salt Lake City, Utah (2 percent); and Vandenberg Air Force Base, Lompoc, California (1 percent).  Work is expected to be completed in March 2017.  Working capital funds (Navy); and fiscal 2016 management and operations of the major range and test facility base funds in the amount of $11,839,309 will be obligated at time of award; $10,611,559 of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Weapons Division, Point Mugu, California, is the contracting activity.

Engineering Design Technologies Inc.,* Marietta, Georgia, is being awarded $16,355,240 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N69450-14-D-1764) for design and repair to the airfield storm drainage systems at Barksdale Air Force Base.  The repair includes the removal and replacement of storm drain pipe and associated catch basins, manholes, headwalls, grate inlets and junction boxes.  Work will be performed in Bossier City, Louisiana, and is expected to be completed by October 2017.  Fiscal 2016 operation and maintenance (Air Force) contract funds in the amount of $16,355,240 are being obligated on this award and will expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

The Boeing Co., Huntington Beach, California, is being awarded $13,381,495 to exercise a cost-plus-incentive-fee option to a previously awarded contract (N00178-15-C-2016) to continue to provide design agent and technical engineering services in support of the AN/USQ-82(V) Gigabit Ethernet Data Multiplex Systems (GEDMS) program.  GEDMS is a shipboard network used for DDG 51 class destroyers.  The GEDMS network transfers inputs and/or outputs for the machinery control systems, damage control system, steering control system, AEGIS combat system, navigation displays, and interior communications alarms and indicators.  It was designed to replace the mile of point-to-point cabling, signal converters, junction boxes, and switchboards associated with conventional ship’s cabling. GEDMS is being forward-fitted on DDG 51 new construction, back-fitted to Flight I/II DDG 51-78 and Flight IIA DDGs 79-107, LHD Capstone ships and AEGIS Ashore installations.  This contract combines purchases for the Navy (91 percent); and the governments of Australia (3 percent); Korea (3 percent); and Japan (3 percent), under the Foreign Military Sales program.  The work will be performed in Huntington Beach, California (72 percent); Arlington, Virginia (11 percent); Bath, Maine (9 percent); Pascagoula, Mississippi (3 percent); Georgetown, District of Columbia (3 percent); Richardson, Texas (1 percent); and Fairfax, Virginia (1 percent), and is expected to be completed by March 2017. Fiscal 2016 operations and maintenance (Navy); fiscal 2010 shipbuilding and conversion (Navy); and foreign military sales funding in the amount of $840,589 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Surface Warfare Center – Dahlgren Division, Dahlgren, Virginia, is the contracting activity.

Booz Allen Hamilton Inc., McLean, Virginia, was awarded an $8,560,211 firm-fixed-price requirements task order contract to provide technical, analytical, and operational services to support the nine primary objectives of Marine Corps Installations Command, Marine Corps Installations Energy and Water Management Program, and Headquarters Marine Corps Transportation Services.   These objectives include: 1) energy strategy implementation; 2) renewable energy analysis; 3) energy project analysis; 4) energy ethos campaign; 5) energy information; 6) data and information management; 7) energy security; 8) non-tactical vehicle energy campaign; and 9) regional energy and water assistance centers across the Marine Corps.  This contract includes options which, if exercised, would bring the cumulative dollar value of the contract to $20,409,845.  The majority of the work will be performed at the contractor’s facilities in McLean, Virginia, and work is expected to be completed March 22, 2017.  If all options are exercised, work will continue through Sept. 21, 2018.  Fiscal 2016 operations and maintenance funds in the amount of $8,560,211 will be obligated at the time of award, and will expire at the end of the current fiscal year.  This contract was competitively procured via a solicitation under GSA eBuy, with two offers received.  The Marine Corps Installation Contracting Office, Arlington, Virginia, is the contracting activity (M00264-16-F-0011). (Awarded on March 21, 2016)

*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

356px-Seal_of_the_US_Air_Force.svgDepartment of the Air Force, Air Education and Training Command, Fort Sam Houston, 502d Contracting Squadron, 2250 Engineer St. Ste 1 JBSA Ft Sam Houston TX 78234-7584

99 — Portable Iconostasis F2MRAR5317AW010 012716 Elizabeth N Martinez, Contract Specialist, Phone 2108080221, Fax 2108086143, Email elizabeth.n.martinez19.civ@mail.mil – GARY BECK, Lead Contract Specialist, Phone 2108086146, Fax 2102211283, Email gary.d.beck4.civ@mail.mil The 502d Contracting Squadron, Joint Base San Antonio at Fort Sam Houston is seeking information concerning the availability of constructing four (4) wood, portable panel iconostasis. Please see attached Request for Information and Draft Statement of Work for detailed information.
Place of Performance: JBSA-Lackland Air Force Base San Antonio, TX 78234 US URL: https://www.fbo.gov/notices/4b4723cb29aa4d491e7332935d6981e

OutreachSystems Article Number: 20160122/PROCURE/0515
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-9 020416 Kimberly Not Afraid, Supervisory Purchasing Agent, Phone 406-638-3390, 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. This procurement is being conducted under FAR Part 13, Simplified Acquisitions and FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award a Fixed-Price contract in response to Request for Quotation RFQ-CSU-16-KNA-9, Healthcare Compliance Software. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. 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 @ $ …………………. per month $ ……………………….;
Option Year One: 12 months @ $ …………………. per month $ ……………………….;
Option Year Two: 12 months @ $ …………………. per month $ ……………………….;
GRAND TOTAL: $ ………………………………

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 policydept of health and human services 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 and 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 this contract.
INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its original invoice to the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107 and a courtesy copy to the COR at the Crow Service Unit, PHS Indian Hospital, 1 Hospital Road, Crow Agency, Montana 59022.
INVOICES: The Contractor agrees to include the following information on each invoice: (1) Contractor’s name, address and telephone number; (2) Contract Number (entire contract number must be included); (3) Invoice number and date; (4) Cost or price; (5) Dates of Service including the number of hours worked; and (6) Remit to address: Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. The Billings Area Financial Management Branch shall make payment.
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 and are included in the relative order of importance: (1) Items conforming to the requested list, determined by requesting department. Brand Name or Equal items will be considered and reviewed by the requesting department. (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, 52.204-13, 52.204-19, 52.209-10 52.212-4, 52.212-5, 52.215-5, 52.216-18, 52.216-21, 52.217-8, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.225-1, 52.225-25, 52.229-3, 52.232-1, 52.232-18, 52.232-33, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.249-1, 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, 352.237-72, 352.242-71, 352.242-72, 352.242-73, 352.270-2 and 352.270-3. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.209-6, 52.219-6, 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. 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
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 be registered with the System for Award Management (SAM), the Official U.S. Government system that consolidated the capabilities of the Central Contractor Registration (CCR) database. SAM is the primary Government repository, which retains information on Government contractors. You may register via the Internet at https://www.sam.go or by calling (866) 606-8220. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Crow Service Unit, Purchasing/Supply Department, Indian Health Hospital, 1 Hospital Road, Crow Agency, Montana 59022, no later than 4:00 p.m., on February 4, 2016. The offer must be submitted in a sealed envelope, addressed to the Purchasing/Supply Department, showing the time specified for receipt, the solicitation number, and your company’s 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: Crow Service Unit IHS Indian Hospital 1 Hospital Road Crow Agency, MT 59022 US URL: https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-CSU-16-KNA-9/listing.htmOutreachSystems Article Number: 20160121/PROCURE/0406
Matching keyword(s): writ*; copy; technical; standard;

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

R — HUMAN RESOURCES COMMAND CLAIMS AND BENEFITS W9124D-16-Q-5008 020216 Donald L. Clark, Contract Specialist, Phone 5026245803, Email donald.l.clark.civ@mail.mil SOURCES SOUGHT SYNOPSIS
THIS IS A SOURCES SOUGHT NOTICE ONLY. The U.S. Government desires to procure the Human Resources Command Claims & Benefits on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.
This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 524292: Third Party Administration of Insurance and Pension Funds.
A continuing need is anticipated for the Human Resources Command Claims & Benefits which is currently being fulfilled through current contract # W9124D-11-C-0011. (If supply, describe the requirement in sufficient detail to help interested vendors address their capabilities relative to the item.) Attached are the draft Performance Work Statement (PWS) containing the Performance Requirements Summary (PRS) and Technical Exhibits with workload data.
In response to this sources sought, please provide:
1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.
2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.
3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.
4. Information to help determine if the Human Resources Command Claims & Benefits service is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.
5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.
6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Dean Carsello, at dean.m.carsello.civ@mail.mil or 210-466-2419, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.
8. All sources sought information shall be received by 2 February, 2016, at 3:00 PM Eastern Time (ET). Responses shall be emailed to Donald Clark at donald.l.clark.civ@mail.mil.

Set-Aside: Total Small Business Place of Performance: Multiple locations for performance; refer to attached Performance Work Statement. Locations include Fort Knox, Kentucky; Military District of Washington (MDW); Joint Base San Antonio (JBSA), Texas; and Joint Base Lewis McChord (JBLM), Washington. Fort Knox, KY 40121 US URL:https://www.fbo.gov/notices/da3b0ad1a7d1bd5d520564796f4f6a1OutreachSystems Article Number: 20160121/PROCURE/0469
Matching keyword(s): age:state!ky; state!ky;

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

R – EKU 65-16 Sale of Translator Frequency Opens: January 25, 201 SOL EKU 65-16 Sale of Translator Frequency Opens: January 25, 2016; 2:00 PM (ET) For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160123/BID/0053
Matching keyword(s): age:state!ky; state!ky;

Colorado – Weld County http://www.co.weld.co.us/Departments/Purchasing/CurrentRequests/index.htm 915 10th Street; Greeley, CO 80632; (970) 336-7225

T – #B15000179 – COUNTY WIDE VIDEO DISTRIBUTION SYSTEM SOL #B15000179 – COUNTY WIDE VIDEO DISTRIBUTION SYSTEM For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160123/BID/0140
Matching keyword(s): video*; distribut*;

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

99 – 3/4 ton 2WD Cab & Chasis Due Date: 1/29/16 3/4 ton 2WD Cab & Chasis For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160123/BID/0236
Matching keyword(s): age:state!ky; state!ky;

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

R – _ RFP#16-06. SOL Public Notice ID: 23086215 _ RFP#16-06. Publish January 22, 2016 REQUEST FOR PROPOSALS Notice is hereby given by the Board of Education of the Roswell Independent School District of Roswell, New Mexico that sealed RFP for the furnishing of the following services will be received by Yajaira Alavarez in the Support and Transportation Services Office, 300 N. Kentucky, Suite 201, Roswell, New Mexico 88201, until February 24, 2016 @ 2:00 pm RFP #16-06 LAN Services – Data Connectivity Lines Specifications and instructions for RFP’s may be obtained from the Roswell Independent School District’s website and the above office. The Board of Education reserves the right to reject all bids and to waive technicalities and irregularities. /s/Peggy Brewer Peggy Brewer, President Board of Education For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160123/BID/0360
Matching keyword(s): state!ky;

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

R – Capital Defense Consultant Professional Services RFP – 515 – 1 SOL Capital Defense Consultant Professional Services RFP – 515 – 1600000213 Department For Public Advocacy James Lamb Pro Services Request for Proposals(RFP) Published On : 1/21/16 Amended On : Closing On : 1/28/16 1:00 PM EST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160122/BID/0045
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 – Glass, Plastic & Glazing Compounds #7208Bid SOL Glass, Plastic & Glazing Compounds #7208Bid closes @ 11:00 a.m. on February 16, 2016 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160122/BID/0224
Matching keyword(s): age:state!ky; state!ky;

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

R — DPA LAWYER LIABILITY INSURANCE – Addendum #1 – NEW DUE DATE. SOL RFB 758 1600000498 version 2 DUE 01/28/2016 Mike Gustafson, Email: Mike.Gustafson@ky.gov Phone: (502) 564-5945; 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: 20160122/KY/4455
Matching keyword(s): age:state!ky; state!ky;

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

R — Capital Defense Consultant Professional Services. SOL RFP 515 1600000213 version 1 DUE 01/28/2016 James Lamb, Email: James.Lamb@ky.gov Phone: (502) 564-8006; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: The work involved will include assisting in training and ongoing consultation tailored to the special needs of criminal defense death penalty teams. Under the direction of the Department of Public Advocacy. Lead case reviews and consultation with criminal defense death penalty teams. Review case review forms, social history and other documents. Develop agenda for case review working with the lead attorney and supervising attorney for the case. Facilitate cases reviews with capital teams and other participants. Each case review will consist of a 2-4 hour meeting. The participants of the case reviews will be identified by DPA. Logistics for case reviews will be provided by DPA. The majority of case reviews will be in Frankfort or Lexington with some travel to other field offices. Assist with DPA training by providing recommendations for training. Participating in planning discussions and assisting with death penalty regional and distance learning training up to 15 hours. 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: 20160122/KY/4456
Matching keyword(s): age:state!ky; state!ky;

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

99 — Ribbons and Rosettes Fair Awards – Addendum #1 – NEW DUE DATE. SOL RFB 758 1600000473 version 2 DUE 01/27/2016 Daniel Salvato, Email: daniel.salvato@ky.gov Phone: (502) 564-5862; 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: 20160122/KY/4458
Matching keyword(s): age:state!ky; state!ky;

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

R — Secretary of State/Bd of Elections Legal Services. SOL RFP 120 1600000230 version 1 DUE 01/26/2016 Michelle Starkweather, Email: michelle.starkweather@ky.gov) Phone: (502) 564-3490; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Scope of Work: Representation of the agency in a current, pending legal matter. To include but not limited to, preparing and drafting legal documents (motions, responses, replies); attending court hearings; participating in conference calls with the court, if any; keeping clients informed on legal issues pertaining to the matter; attending State Board of Elections meetings to meet with and advise clients, as necessary. All timelines and deliverables will be established by the court. 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: 20160122/KY/4460
Matching keyword(s): age:state!ky; state!ky;

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

R — Healthcare Leadership Development and Coaching. SOL UK-1651-16 DUE 02/12/2016 Phone: (859) 257-9100; Website address: http://www.uky.edu/Purchasing/bidlist.ht Intent and Scope: This Request for Proposal (RFP) is being issued by the University of Kentucky HealthCare to obtain proposals from qualified, experienced, financially sound and responsible firms. The purpose of the RFP is to solicit vendors, consultants, and firms to provide executive coaching to UK HealthCare leaders as well as solicit learning and development vendors, practitioners, and providers to submit a proposal to provide leadership trainings to UK HealthCare leaders which includes leaders at all levels (e.g., front-line supervisors to executive level faculty and staff). The Enterprise intends to utilize executive coaching as part of its overall talent management strategy and intends to contract with a cadre of executive coaches that can be leveraged for the coaching needs of our leaders. 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: 20160122/KY/4461
Matching keyword(s): age:state!ky; state!ky;

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 – Addendum #4 – NEW DUE DATE. SOL UK-1645-16 DUE 01/26/2016 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: 20160122/KY/4463
Matching keyword(s): age:state!ky; state!ky;

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

R — Municipal Solid Waste Collections Consulting Service. SOL DUE 01/28/2016 Website: http://www.georgetownky.gov/bidsolicitations.asp The City of Georgetown is seeking a statement of qualifications and service proposal for professional Municipal Solid Waste Collection Consulting Services. The individual/firm will be expected to deliver a comprehensive report on the City’s existing solid waste collection operations, including logistics and routing, personnel, equipment, finances and rate structure, maintenance, safety, regulatory compliance, facilities, quality of service, solid waste ordinances and enforcement procedures. The report should provide an action plan with detailed recommendations for reducing costs and increasing savings, improving customer service levels, decreasing solid waste-related nuisance violations and improving enforcement, and increasing operational efficiency and safety levels. The report should also provide a feasibility study and cost analysis for implementing a curb-side recycling program. Finally, the report should provide a cost and risk/benefit analysis for any alternate collection methods available to the City, including but not limited to the privatization of residential and commercial collections and recycling. 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: 20160122/KY/4466
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

U – Healthcare Leadership Development and Coaching SOL UK-1651-16 Due Date: 2-12-16 Healthcare Leadership Development and Coaching For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160121/BID/0266
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 — Annual Audits. SOL DUE 02/10/2016 Phone: (606) 783-2018, Website: http://www.moreheadstatebids.com Proposals are being accepted to establish a contract for annual audits of the University’s financial statements. 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: 20160121/KY/4339
Matching keyword(s): age:state!ky; state!ky;

Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, KY 40203

R — DISPARITY STUDY. SOL 16-0211 DUE 02/11/2016 Phone: (502) 540-6000; Website: http://www.msdbids.com/construction 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: 20160121/KY/4346
Matching keyword(s): age:state!ky; state!ky;

City of Somerset, 400 E. Mt. Vernon Street, Somerset, KY 42501

99 — Pyrotechnic display. SOL DUE 02/18/2016 Website: http://www.cityofsomerset.com/now_taking_bids/index.ph 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: 20160121/KY/4351
Matching keyword(s): age:state!ky; state!ky;

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

R — Identify research opportunities to expand the volume of sponsored research projects being conducted at University of Louisville. SOL RFP201-PSC DUE 01/29/2016 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: 20160121/KY/4352
Matching keyword(s): age:state!ky; state!ky;

Louisville Metro Housing Authority, Purchasing Department, 3223 S. 7th Street Road, Louisville, KY 40216

R — Annual Environmental Consulting Contract. SOL 1404 DUE 02/09/2016 Website: http://www.lmha1.org/bid_opportunities/index.ph Pre-bid meeting: January 26, 2016 2:00 p.m., LMHA Purchasing Department, 3223 Seventh St. Rd., Louisville, KY 40216. 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: 20160121/KY/4362
Matching keyword(s): age:state!ky; state!ky;

 

Madison County Fiscal Court, 101 West Main Street, Richmond, KY 40475

R — Insurance Product Request for Proposal. SOL DUE 02/05/2016 Website: http://madisoncountyky.us/index.php/bid-packet The Madison County Fiscal Court is requesting proposals from businesses (aka: firms(s)) interested in serving as the Insurance Broker/Provider for the following insurance products for Madison County Government. The proposal should outline the services the firm would provide for various products, including but no limited to, auto, property and health insurance. Proposals should be submitted to: Madison County Judge Executive s Office, 101 West Main Street, Suite 100, Richmond, KY 40475 in such a manner that they are received no later than Friday, February 5, 2016, by 4:00pm (ET). For full details on the Request for Proposal (RFP), see the attachment posted on website: http://madisoncountyky.us/index.php/bid-packet 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: 20160121/KY/4370
Matching keyword(s): age:state!ky; state!ky;

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

99 — Tickets Paper Magnetic. SOL IFB #2016-B01 Website: http://www.go-metro.com/doing-business/bid-opportunitie The Southwest Ohio Regional Transit Authority is seeking bids for IFB #2016-B01 for Paper Magnetic Tickets. Bidding instructions and 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: 20160121/KY/4379
Matching keyword(s): age:state!ky; state!ky;

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

R — Medical Billing Services. SOL #16-07RFP DUE 02/11/2016 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 the Medical Billing Services at the Cincinnati /Northern Kentucky Int’l Airport (“CVG”). Proposals must be received by February 11, 2016 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. 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 bidders 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 http://www.cvgairport.com/bid – Current Opportunities. 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: 20160121/KY/4388
Matching keyword(s): age:state!ky; state!ky;

Lexington-Fayette Urban County Government, Division of Central Purchasing, 200 East Main Street, Lexington, KY 40380

R — Body Worn Camera and Digital Evidence Management Professional Services. SOL RFP3-2016 DUE 02/03/2016 Phone: (859) 258-3320; Website: https://lfucg.economicengine.co Vendor s Scope of Work: Provide a vendor-hosted, off-premises solution to fulfill the business and technical requirements for a Body Worn Camera and Digital Evidence Management solution. Application software. Any other software needed to fulfill these requirements. Provide services to fulfill the business and technical requirements for a Body Worn Camera and Digital Evidence Management solution. To manage this project as the prime contractor, if other firms are involved. To develop, test and implement any customized components of the software. To provide and install any required application components. To develop, test and implement the system interfaces described in this RFP. To provide documentation of the locations, approach, process and procedures regarding the business recovery (e.g. including backup and restore, failover hot sites) of your hosted solution. To provide support, and any applicable hourly rates or any other charges for post-warranty support. To provide training via Train the Trainer approach with accessible augmentation from the Web on a 24/7/365 basis. Please provide a syllabus for this training. To provide training documentation, in both hardcopy and electronic formats, for users and administrators. To comply with all RFP response criteria and terms. Provide hardware to fulfill the functional and technical requirements for a Body Worn Camera and Digital Evidence Management solution. Including all equipment and associated software required for the successful operation of the proposed solution, per the scenarios described in the Pricing Matrix section of the RFP Response Template. 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: 20160121/KY/4410
Matching keyword(s): age:state!ky; state!ky;

Lexington-Fayette Urban County Government, Division of Central Purchasing, 200 East Main Street, Lexington, KY 40380

R — Parks and Recreation Master Plan Consultant. SOL RFP1-2016 DUE 02/08/2016 Phone: (859) 258-3320; Website: https://lfucg.economicengine.co 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: 20160121/KY/4411
Matching keyword(s): age:state!ky; state!ky;

Eastern Kentucky University, Division of Purchases and Stores, Jones Building, Room 213, Richmond, KY 40475

R — Search Consultant – Addendum #1. SOL RFP 61-16 DUE 01/26/2016 Phone: (859) 622-2246; Fax: (859) 622-2047; Website: http://purchasing.eku.edu/bids-and-quote 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: 20160121/KY/4413
Matching keyword(s): age:state!ky; state!ky;

KCTCS, Purchasing, 300 North Main Street, Versailles, KY 40383

69 — Industrial/Technical Training Equipment and Related Accessories (PCT) – Addendum #1. SOL KCT-00992 DUE 01/26/2016 Website: http://www.kctcs.edu/en/Vendor_Information/Opportunities_to_Bid.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: 20160121/KY/4423
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 MICROELECTRONICS ACTIVITY

Lockheed Martin Corp., Owego, New York (HQ0727-16-D-0001); BAE Systems Information & Electronic Systems Integration, Nashua, New Hampshire (HQ0727-16-D-0002); General Dynamics Advanced Information Systems, Minneapolis, Minnesota (HQ0727-16-D-0003); Northrop Grumman Systems Corp., Linthicum Heights, Maryland (HQ0727-16-D-0004); Aeroflex Colorado Springs Inc., Colorado Springs, Colorado (HQ0727-16-D-0005); Raytheon Co., El Segundo, California (HQ0727-16-D-0006); The Boeing Co., Hazelwood, Missouri (HQ0727-16-D-0007); and Honeywell International Inc., Albuquerque, New Mexico (HQ0727-16-D-0008), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award, engineering services contract for the Advanced Technology  Support Program IV (ATSP4). The ATSP4 program is designed to resolve problems with obsolete, unreliable, unmaintainable, underperforming, orDMEA incapable electronics hardware and software through development of advanced technology insertions and applications to meet the requirements of the Department of Defense for a quick reaction capability. The maximum dollar ceiling, including the base period and four options for all eight contracts combined, is $7,200,000,000. Work is expected to be performed at each of the contractors’ locations, but may vary and may be worldwide with a total of 10 years of potential ordering period. All work under the subsequent task orders will be completed by March 31, 2028.  The ATSP4 contracts are capable of supporting Foreign Military Sales tasks. These awards have programmatic ceiling only; funding will be obligated for each task; no funds are obligated on the basic contracts. The contracts were competitively procured via solicitation HQ0727-15-R-0001, resulting in nine proposals. The Defense Microelectronics Activity, McClellan, California, is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Blair Remy Architects, Oklahoma City, Oklahoma (FA8903-16-D-0001); GCAG – SCG JV,  Pensacola, Florida (FA8903-16-D-0003); KZF Design Inc., Cincinnati, Ohio (FA8903-16-D-0004); Luckett & Farley Architects, Engineers and Construction Managers Inc., Louisville, Kentucky (FA8903-16-D-0005); MOCA Systems Inc., San Antonio, Texas (FA8903-16-D-0006); STOA International/Florida Inc. (doing business as STOA Architects), Pensacola, Florida (FA8903-16-D-0007); and Waller, Todd & Sadler Architects Inc., Virginia Beach, Virginia (FA8903-16-D-0009), have been awarded a combined indefinite-delivery/indefinite-quantity contract with a program ceiling of $950,000,000 for design and construction services. Contractors will provide architect-engineering (A-E) design and construction service including A-E services to support sustainment, restoration and modernization (SRM) programs.  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 SRM program areas. Work will be performed at various U.S. government locations and is expected to be complete by March 30, 2023. This award is the result of a competitive acquisition with 83 offers received. Fiscal 2016 operation and maintenance funds in the amount of $21,000 are being obligated to each company at the time of award. Air Force Installation Contracting Agency, Joint Base San Antonio-Lackland, Texas, is the contracting activity.

The Boeing Co., doing business as Boeing Defense Space and Security, St. Louis, Missouri, has been awarded a $325,821,749 delivery order (0003) to previously awarded contract FA8213-15-D-0002 for 15,000 Lot 20 Joint Direct Attack Munitions (JDAM) tailkits.  The delivery order also includes technical services task management, non-warranty support induction and evaluation, and system field support.  Work will be performed at St. Louis, Missouri, and is expected to be completed by March 29, 2018.  Fiscal 2016 munitions procurement funds in the amount of $325,821,749 are being obligated at the time of award.  Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.

URS Federal Services Inc., Germantown, Maryland, has been awarded a $35,408,531 firm-fixed-price and indefinite-delivery/indefinite-quantity contract for contractor logistics support of the Air National Guard’s C-26 fleet. Contractor will provide sustainment and engineering support for the current fleet of 11 aircraft. Work will be performed at Fresno, California; Clarksburg, West Virginia; Jacksonville, Florida; Albuquerque, New Mexico; Meridian, Mississippi; Houston, Texas; Des Moines, Iowa; Spokane, Washington; Tucson, Arizona; Madison, Wisconsin; and Montgomery, Alabama, and is expected to be complete by March 31, 2017. This award is the result of a sole-source acquisition. Fiscal 2016 Air National Guard operation and maintenance funds in the amount of $7,340,422 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8131-16-D-0001).

Sierra Nevada Corp., Sparks, Nevada, has been awarded a $24,608,390 cost-plus-fixed-fee, firm-fixed-price and cost-reimbursement contract for precision strike package contractor logistics services in support of the AC-130W. Contractor will provide maintenance of the precision strike package on 12 aircraft. Work will be performed at Eglin Air Force Base, Florida; and Hurlburt Air Force Base, Florida, and is expected to be complete by March 30, 2017. This award is the result of a sole-source acquisition. Fiscal 2016 operation and maintenance funds in the amount of $16,050,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA850916C0003).

Aviation Training Consulting LLC*, Altus, Oklahoma, has been awarded a $22,432,164 firm-fixed price and fixed price incentive-firm contract for operations, maintenance, and sustainment support of the B-52 training system. Contractor will provide contractor logistics support, training system support center services, modifications and upgrades to the B-52 training system’s aircrew and maintenance training devices. Work will be performed at Barksdale Air Force Base, Louisiana; Minot Air Force Base, North Dakota; and Altus Air Force Base, Oklahoma, and is expected to be complete by Dec. 31, 2023. This award is the result of a competitive small business set-aside acquisition with six offers received. Fiscal 2015 and 2016 research, development, test and evaluation; and operation and maintenance funds in the amount of $10,450,596 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8621-16-C-6339).

Newbegin Enterprises Inc., Johnson City, Tennessee, has been awarded a $15,000,000 modification (0006) to exercise the option on previously awarded contract FA4803-11-D-0001 for an Internet-based contractor operated parts store. Contractor will provide vehicle parts for deployed Air Force vehicles in theater. Work will be performed at Johnson City, Tennessee, and is expected to be complete by March 30, 2017. Fiscal 2016 operation and maintenance funds in the amount of $3,750,000 are being obligated at the time of award. , Shaw Air Force Base, South Carolina, is the contracting activity. (Awarded on March 30, 2016)

Boeing Co., St. Louis, Missouri, has been awarded a not-to-exceed $14,000,000 cost-plus-fixed-fee contract for research, analysis, engineering and development of specialized munitions. Work will be performed at St. Louis, Missouri, and is expected to be complete by March 21, 2021.  This award is the result of a competitive acquisition with four offers received. Fiscal 2016 research, development, test and evaluation funds in the amount of $313,188 are being obligated at the time of award for task order 0001. Air Force Research Laboratory, Eglin Air Force Base, Florida, is the contracting activity (FA8651-16-D-0315).

Sierra Nevada Corp., Sparks, Nevada, has been awarded a $12,500,000 firm-fixed-price and indefinite-delivery/indefinite-quantity contract for standoff precision guided munitions and precision strike system components. Contractor will provide precision strike components and systems to support existing and new platforms and employments. Work will be performed at Englewood, Colorado, and is expected to be complete by March 29, 2018. This award is the result of a sole-source acquisition. Fiscal 2014 procurement funds in the amount of $2,072,210; and fiscal 2016 research, development, test and evaluation funds in the amount of $2,300,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8656-16-D-0098).

InDyne Inc, Reston, Virginia, has been awarded a $10,457,795 modification (P00159) to previously awarded contract FA2521-08-C-0006 to extend infrastructure operations and maintenance services at Cape Canaveral Air Force Station (AFS). Contractor will provide operation and maintenance of the facilities, systems, equipment, utilities and infrastructure. Work will be performed at Cape Canaveral AFS, Florida; and several annexes, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operation and maintenance funds in the amount of $9,422,675 are being obligated at the time of award. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity.

Agile Defense Inc., Reston, Virginia, has been awarded a $7,376,489 modification (P00006) to exercise the option on previously awarded contract FA2816-15-F-A016 for Network Control and Livelink/SharePoint support services. Work will be performed at Los Angeles Air Force Base, California, and is expected to be complete by April 30, 2017. Fiscal 2016 research, development, test and evaluation; and operation and maintenance funds in the amount of $4,725,083 are being obligated at the time of award. The Space and Missile Systems Center, Specialized and Operational Contracting Division, Los Angeles Air Force Base, California, is the contracting activity.

PAE Aviation and Technical Services LLC, Marlton, New Jersey, has been awarded a $7,042,148 firm-fixed-price and cost-reimbursement contract for backshop aircraft maintenance services. Contractor will provide support for on- and off-equipment maintenance on 37 aircraft to include F-15, F-16, A-10, C-130, and UN-1N aircraft and assigned engines in support of the 96th Test Wing and 53rd Wing test missions. In addition, contractor will provide host base crash recovery and hydrazine response team support. 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 sole-source acquisition. Fiscal 2016 research and development funds in the amount of $7,042,148 are being obligated at the time of award. Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2486-16-C-0074).

CORRECTION: Contract FA8730-16-C-0015, awarded to Raytheon – Space and Airborne Systems on March 24, 2016, with a not-to-exceed amount of $60,000,000, listed an incorrect place of performance.  The actual place of performance is McKinney, Texas.  All other information was accurate.

NAVY

Lockheed Martin Corp., Baltimore, Maryland, is being awarded a not-to-exceed the congressional cost cap of $564,000,000 modification to previously awarded contract N00024-11-C-2300 to exercise options for construction of one fiscal 2016 Freedom-variant littoral combat ship (LCS 25).  The three contract line items being exercised for each ship are for the basic seaframe construction, selected ship systems integration and test, and selected ship systems equipment.  Work will be performed in Marinette, Wisconsin (56 percent); Walpole, Massachusetts (14 percent); Washington, District of Columbia (12 percent); Oldsmar, Florida (4 percent); Beloit, Wisconsin (3 percent), Moorestown, New Jersey (2 percent); Minneapolis, Minnesota (2 percent); and various locations of less than 1 percent each (totaling 7 percent), and is expected to be complete by July 2020.  Fiscal 2016 shipbuilding and conversion (Navy) funding not to exceed the congressional cost cap of $564,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Austal USA, Mobile, Alabama, is being awarded a not-to-exceed the congressional cost cap of $564,000,000 modification to a previously awarded contract N00024-11-C-2301 to exercise options600px-US-DeptOfNavy-Seal.svg for construction of one fiscal 2016 Independence-variant littoral combat ship (LCS 26).  The three contract line items being exercised for each ship are for the basic seaframe construction; selected ship systems integration and test; and selected ship systems equipment.  Work will be performed in Mobile, Alabama (51 percent); Pittsfield, Massachusetts (13 percent); Cincinnati, Ohio (4 percent); Baltimore, Maryland (2 percent); Burlington, Vermont (2 percent); New Orleans, Louisiana (2 percent); and various locations of less than 2 percent each (totaling 26 percent), and is expected to be complete by July 2020. Fiscal 2016 shipbuilding and conversion (Navy) funding not to exceed the congressional cost cap of $564,000,000, will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded $151,274,907 for cost-plus- fixed-fee order 0130 against a previously issued basic ordering agreement (N00019-12-G-0006) for non-recurring engineering services associated with the development of the capability for the Navy variant of the V-22 (CMV-22B) to perform the carrier on-board delivery mission.  The capability being added to the baseline MV-22 aircraft is extended range, high frequency beyond line-of-sight radio and a public address system.  Work will be performed at Philadelphia, Pennsylvania (71.02 percent); Fort Worth, Texas (20.31 percent); Rockmart, Georgia (3.96 percent); St. Louis, Missouri (2.57 percent); and various locations within the continental U.S. (2.14 percent), and is expected to be completed in September 2020.  Fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $15,674,576 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Electric Boat Corp., Groton, Connecticut, is being awarded a $139,406,130 modification to previously awarded contract N00024-10-C-2118 for additional lead yard services and development studies and design efforts related to Virginia Class submarines that will maintain, update, and support the Virginia Class design and related drawings and data for each Virginia Class submarine, including technology insertion, throughout its construction and post shakedown availability period.  Work will be performed in Groton, Connecticut (93 percent); Newport News, Virginia (5 percent); Newport, Rhode Island (1 percent); and Quonset, Rhode Island (1 percent), and is expected to be completed September 2016.  Fiscal 2010, 2011, 2012, 2013, 2014, and 2015 shipbuilding and conversion (Navy); and fiscal 2016 research and development (Navy) funding in the amount of $96,897,617 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.

Turner Construction Co., Reston, Virginia, is being awarded a $106,674,440 firm-fixed-price contract for the design and construction of the academic building for Cyber Security Studies at U.S. Naval Academy.  The work to be performed provides for the design and construction of a multi-story academic mission facility including classrooms, teaching and research laboratories, lecture halls, offices, multi-purpose space, an observatory, loading dock, and research and testing tank in support of the engineering and weapons labs.  The contract also contains three unexercised options, which if exercised, would increase cumulative contract value to $114,422,412.  Work will be performed in Annapolis, Maryland, and is expected to be completed by September 2019.  Fiscal 2015 military construction (Navy) contract funds; and gift funds in the amount of $106,674,440 are obligated on this award and will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-16-C-0156).

Huntington Ingalls Inc., Pascagoula, Mississippi, is being awarded a not-to-exceed $116,813,059 modification to previously awarded contract N00024-16-C-2431 for procurement of long lead time material and advance construction activities in support of LPD 28, Amphibious Transport Dock Ship class.  Work will be performed in Pascagoula, Mississippi, and is expected to be completed by September 2021.  Fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $58,406,528 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  In accordance with Federal Acquisition Regulation subpart 6.302-1(a)(ii), this procurement is deemed to be a follow-on contract for the continued development or production of a major system that is available only from the original source.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, is being awarded a $41,459,691 modification to previously awarded contract N00024-14-C-5114 to provide multi-year procurement funding for an AEGIS Weapon System (AWS) MK 7 ship set and associated special tooling/special test equipment.  Work will be performed in Moorestown, New Jersey (85 percent); and Clearwater, Florida (15 percent), and is expected to be completed by September 2019.  Fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $41,459,691 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.

BAE Systems, Land & Armaments LP, Minneapolis, Minnesota, is being awarded a $38,226,066 modification to a previously awarded contract (N00024-13-C-5314) to exercise options for fiscal 2016 MK 41 vertical launching system canister production requirements.  BAE Systems will provide a quantity of 80 MK 14 MOD 2 canisters, a quantity of 134 MK 14 MOD 1 government furnished equipment upgrades, a quantity of four MK 25 MOD 0 canisters, and a quantity of 101 MK 21 MOD 3 canisters, with associated coding plug assemblies, explosive bolts, and impulse cartridge assemblies in support of MK 41 Vertical Launching System canister production requirements.  This contract combines purchases for the Navy (97 percent); and the government of Thailand (3 percent), under the Foreign Military Sales program. Work will be performed in Aberdeen, South Dakota (90 percent); and Minneapolis, Minnesota (10 percent), and is expected to be completed by January 2018.  Fiscal 2015 and 2016 weapons procurement (Navy); and foreign military sales funding in the amount of $38,226,066 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

CDW Government, Vernon Hills, Illinois, is being awarded $30,058,075 for delivery order 0061 under a previously awarded firm-fixed-price contract (M67854-12-D-4153) for a quantity of 27,961 general purpose laptops to support the Next Generation Enterprise Network Computer Refresh.  Work will be performed in North Las Vegas, Nevada, and is expected to be completed by Nov. 25, 2016.  Fiscal 2016 procurement (Marine Corps) funds in the amount of $30,058,075 will be obligated at the time of award and will not expire the end of the current fiscal year. The base contract was competitively procured through the Navy Electronic Commerce website with 12 offers received.  Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

Wing Inflatables, Arcata, California, is being awarded a $25,686,244 five-year, firm-fixed-price requirements contract for the purchase of combat rubber raiding craft and hard floors in support of the Special Warfare System.  Work will be performed in Arcata, California, and is expected to be completed by March 31, 2021.  No funds will be obligated at the time of award.  Fiscal 2016 working capital funds (Navy) will be provided through individual delivery orders; none of which will expire at the end of the current fiscal year.  This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website and Navy Electronic Commerce Online website, with six offers received.  Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-16-D-X004).

General Dynamics Land Systems, Sterling Heights, Michigan, is being awarded a $24,843,074 modification to a previously awarded contract (N00024-15-C-5344) for the fiscal 2015 and fiscal 2016 production of MK 46 Gun Weapon Systems (GWS) for the Littoral Combat Ship (LCS) program and San Antonio Class Landing Platform Dock (LPD 28).  The MK 46 MOD 2 GWS is a remotely operated system that uses a 30mm high velocity cannon for shipboard self-defense against small, high speed surface targets. This modification is for the procurement of five MK 46 GWS for the LCS surface warfare mission module and two MK 46 GWS for the San Antonio Class (LPD 28).  Work will be performed in Sterling Heights, Michigan (60 percent); Anniston, Alabama (25 percent); Lima, Ohio (7 percent); Tallahassee, Florida (6 percent); and Scranton, Pennsylvania (2 percent), and is expected to be completed by February 2018.  Fiscal 2015 and 2016 other procurement (Navy); fiscal 2013 and 2015 shipbuilding and conversion (Navy); and fiscal 2016 weapons procurement (Navy) funding in the amount of $24,843,074 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Harkins Builders Inc., Marriottsville, Maryland, is being awarded a $24,385,470 firm-fixed-price contract for the design and construction of the Academic Instruction Facility at Marine Corps Base, Quantico.  The contract also contains four unexercised options, which if exercised, would increase cumulative contract value to $28,639,041.  Work will be performed in Quantico, Virginia, and is expected to be completed by January 2018.  Fiscal 2014 military construction (Navy) contract funds in the amount of $24,385,470 are obligated on this award and will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-16-C-0151).

Raytheon Co. Intelligence, Information and Services, Dulles, Virginia, is being awarded a $20,896,246 firm-fixed-price, cost-plus-fixed-fee, cost-reimbursement contract for operations and maintenance services for the relocatable over-the-horizon radar system in support of the U.S. Navy Forces Surveillance Support Center, Chesapeake, Virginia.  This contract includes a one year base and four one-year option periods, which if all exercised, will bring the contract value to $104,909,402.  Work will be performed in Chesapeake, Virginia (57.5 percent); Pounce, Puerto Rico (11.5 percent); Premont, Texas (8.5 percent); Vieques, Puerto Rico (8 percent); New Kent, Virginia (7.5 percent); and Freer, Texas (7 percent).  Work is expected to be completed by April 2017; if all options are exercised, work will be completed in April 2021.  Fiscal 2016 operations and maintenance (Navy) funds in the amount of $1,742,000 will be incrementally funded under the contract’s base period at time of award and funds will expire at the end of the current fiscal year.  This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website, with one offer received.  Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Pennsylvania, is the contracting activity (N00189-16-C-Z032).

Exelis Inc., Annapolis, Maryland, is being awarded an $18,514,372 modification to previously awarded firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00174-11-D-0002) to extend the ordering period and exercise option-year five for the procurement and support of the Transmitting Set, Countermeasures AN/PLT-4 to support explosive ordnance disposal personnel.  The AN/PLT-4 is a man-portable system in support of the Joint Service Explosive Ordnance Disposal Counter Radio Controlled Improvised Explosive Device Electronic Warfare program. Work will be performed in Annapolis, Maryland, and is expected to be completed by March 2017.  No funds are being obligated at the time of this action.  The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division Indian Head, Maryland, is the contracting activity.

TEC-AECOM Pacific JV, Charlottesville, Virginia, is being awarded a $13,000,000 firm-fixed-price modification to increase the maximum dollar value of a previously awarded indefinite-delivery/indefinite-quantity contract (N62742-11-D-1801) for architect-engineering services for the preparation of National Environmental Policy Act (NEPA) documents and environmental studies at various Navy and Marine Corps activities located within the Pacific Basin and Indian Ocean areas.  The work to be performed provides for, but is not limited to, environmental planning services in the preparation, updating and reviewing of NEPA documents, environmental studies and technical services related to such documents as may be requested by the Department of the Navy, Naval Facilities Engineering Command (NAVFAC) Pacific area of responsibility (AOR) and may include services for other Department of Defense (DOD) or Federal agencies.  After award of this modification, the total cumulative contract value will be $63,000,000.  Work will be performed predominantly in Guam (90 percent) and other areas within the NAVFAC  Pacific AOR and may include services for other DOD or Federal agencies (10 percent), and is expected is to completed by August 2016.  No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued.  Task orders will be primarily funded by customer reimbursable funds.  The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

General Dynamics Mission Systems, Scottsdale, Arizona, is being awarded a $12,868,497 modification to a previously awarded firm-fixed-price contract (N00039-10-C-0069) for the continued production of AN/USC-61(C) digital modular radios (DMR), initial sparing components, and associated supplies and services.  The AN/USC-61(C) DMR is used to provide operational forces aboard surface ships and submarines the ability to communicate using high frequency, ultra high frequency (UHF), line of site, UHF satellite communications and very high frequency waveforms.  This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $304,125,788.  Work will be performed in Scottsdale, Arizona (85 percent); Vista, California (10 percent); and Johnston, Pennsylvania (5 percent), and is expected to be completed by October 2018.  Fiscal 2016 other procurement (Navy) funds in the amount of $2,324,926; and fiscal 2016 ship construction (Navy) funds in the amount of $10,432,635 will be placed on contract and obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-10-C-0069).

Harper Construction Co. Inc., San Diego, California, is being awarded $12,488,749 for firm-fixed-price task order 0003 under a previously awarded, multiple award construction contract (N62473-15-D-2432) for repair of Bachelor Enlisted Quarter Building 779, Quarterdeck 778, and Bachelor Enlisted Quarter Building 780 at Naval Base Coronado.  The work to be performed provides for modernization of buildings and ancillary support buildings by repairing structures for seismic upgrades, concrete walkways, flooring, painting, repair and replace bathroom fixtures, doors, windows, roofing, insulation mechanical, electrical systems, and all other work described in the request for proposal.  The task order also contains nine unexercised options, which if exercised, would increase cumulative task order value to $18,797,777.  Work will be performed in Coronado, California, and is expected to be completed by August 2018.  Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $12,488,749 are obligated on this award and will expire at the end of the current fiscal year.  Five proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Northrop Grumman Systems Corp., Bethpage, New York, is being awarded an $11,474,244 firm-fixed-price contract to provide mission module production containers and support equipment that will deploy from and integrate with littoral combat ships (LCS), in support of the LCS mission modules.  The mission module production containers and support equipment serve as the major warfighting capability aboard the LCS Seaframe. This contract will provide hardware, specifically one set of the mission module containers and support equipment.  This contract includes an option which, if exercised, would bring the cumulative value of this contract to $12,744,727.  Work will be performed in Portsmouth, Virginia (67 percent); and Bethpage, New York (33 percent), and is expected to be completed by January 2018.  Fiscal 2015 other procurement (Navy) funds in the amount of $11,474,244 are being obligated at the time of award and will not 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). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-C-6311).

Atlas North America LLC, Yorktown, Virginia, is being awarded an $11,168,512 firm-fixed-price, cost-plus-fix-fee contract to provide ATLAS Seafox explosive and inert neutralizer rounds and an AN/SLQ-60 Shipboard Mine Neutralization System (Seafox) and engineering services and support, in support of Littoral Combat Ship program.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $48,272,262. Work will be performed in Bremen, Germany (60 percent); Panama City, Florida (35 percent); and Yorktown, Virginia (5 percent), and is expected to be completed by April 2017.   Fiscal 2015 weapons procurement (Navy); and fiscal 2014 other procurement (Navy) funding in the amount of $11,168,512 is being obligated at the time of award and funds in the amount of $3,646,393 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).  The Naval Sea Systems Command, Washington District of Columbia, is the contracting activity (N00024-16-C-6301).

Computer Sciences Corp., Washington, District of Columbia, is being awarded a $10,198,964 cost-plus-fixed-fee modification to previously awarded contract N00024-14-C-2307 to exercise options for professional services in support of the Littoral Combat Ship (LCS) Program Office, and the LCS Fleet Introduction and Sustainment Program Office.  This contract is for professional support services in the areas of test and evaluation, lifecycle engineering and support, logistics and operational readiness, program management, business and financial management, systems engineering, production planning and production engineering, manning, personnel and training, human systems integration analysis and engineering, data management engineering, and combat systems development. Work will be performed in Washington, District of Columbia, and is expected to be completed by June 2016.  Fiscal 2013 shipbuilding and conversion (Navy); fiscal 2016 operation and maintenance (Navy); and fiscal 2015 research, development, test and evaluation (Navy) funds in the amount of $4,799,624 will be obligated at time of award, and $1,571,708 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Electronic Metrology Laboratory LLC,* Franklin, Tennessee, is being awarded a $9,857,307 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N69450-14-D-8000) to exercise option two for base operations support services at Naval Air Station Whiting Field and outlying fields.  The work to be performed provides for all management, supervision, labor, equipment, materials, supplies, and tools necessary to perform facilities management, facilities investment, facility maintenance services (non-family housing), pest control, utility plant and distribution system operations and maintenance (chiller, electrical, gas, wastewater, steam and water),  managed safety services, and base support vehicles and equipment.  After award of this option, the total cumulative contract value will be $29,317,959.  Work will be performed in Milton, Florida (80 percent); and outlying fields (20 percent), and work is expected to be completed March 2017.  No funds will be obligated at the time of award.  Fiscal 2016 operation and maintenance (Navy); fiscal 2016 Navy working capital funds; and fiscal 2016 Defense health program contract funds in the amount of $9,857,307 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.

CH2M Hill Inc., Virginia Beach, Virginia, is being awarded $8,594,000 for cost-plus-award-fee task order 0004 under a previously awarded indefinite-delivery/indefinite-quantity architect-engineering contract (N62470-16-D-9000) for Comprehensive Environmental Response, Compensation, and Liability Act munitions response sites investigations, Title II services, operations and program support services, and community relations at former Vieques Naval Training Range and Naval Ammunition Support Detachment.  The work to be performed provides for environmental restoration/munitions response program management and project management, environmental investigation and related activities at sites designated as munitions response sites (or potentially had/have munitions and/or munitions constituents present), Title II oversight of the munitions response contractor(s) conducting munitions removal and disposal, operations and program support services, and community involvement support and related activities.  Work will be performed in Vieques, Puerto Rico, and is expected to be completed by April 2018.  Fiscal 2016 environmental restoration (Navy) contract funds in the amount of $8,594,000 are obligated on this award and will not expire at the end of the current fiscal year.  One proposal was received for this task order.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity.

Case Western Reserve University, Cleveland, Ohio, is being awarded $8,444,287 under their current cost contract (N66001-15-C-4014) to exercise a 30-month option to provide research and development services for the Defense Advanced Research Projects Agency (DARPA). Research includes technological developments and functional investigations to restore dexterous, intuitive motor function and cutaneous and proprioceptive sensory function after hand amputation and focuses in three technical areas: improvements of electrodes and algorithms; electronics and packaging; and functional tests on human subjects in laboratory and home settings.  Work will be performed at the contractor’s facilities in Ohio (40 percent); and at four subcontractor facilities in Minnesota, Rhode Island, California, and Illinois (60 percent), and work is expected to be completed Sept. 30, 2018.  Fiscal 2016 research, development test and evaluation funds in the amount of $8,444,287 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 by DARPA via publication of a broad agency announcement on the Federal Business Opportunities website, with eight proposals selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity.

Science Applications International Corp., McLean, Virginia, is being awarded a $7,796,002 modification to previously awarded contract N00024-15-C-5103 for engineering support services in support of Program Executive Office for Integrated Warfare Systems 1.0 for AEGIS/AEGIS Fleet Readiness, 4.0 Foreign Military Sales, 7.0 Future Combat Systems, and 9.0 DDG 1000. This contract combines purchases for the Navy (94 percent); and the governments of Japan (2 percent); Australia (1 percent); Korea (1 percent); Spain (1 percent); Norway (0.5 percent); Egypt (0.1 percent); Poland (0.1 percent); Turkey (0.1 percent); Chile (0.1 percent); and Italy (0.1 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 June 2016.  Fiscal 2016 operations and maintenance (Navy); fiscal 2016 research and development (Navy); fiscal 2013 and 2015 shipbuilding and conversion (Navy); and foreign military sales funding in the amount of $6,323,444 will be obligated at time of award.  Contract funds in the amount of $4,044,721 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Department of the ArmyARMY

Pyrotechnique by Grucci Inc.,* Radford, Virginia, was awarded a $58,948,537 firm-fixed-price contract for M115A2 ground burst projectile simulators and the M116A1 hand grenade simulators.  Bids were solicited via the Internet with two received with an estimated completion date of Oct. 31, 2021.  Funding and work location will be determined with each order. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-16-D-0051).

Heckler & Koch Defense Inc., Ashburn, Virginia, was awarded a $44,500,000 firm-fixed-price contract with options for Compact Semi-Automatic Sniper System spare parts, training, and government purpose rights.  Bids were solicited via the Internet with eight received with an estimated completion date of March 30, 2022.  Funding and work location will be determined with each order.  Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-16-D-0051).

Boeing Co., Mesa, Arizona, was awarded a $37,793,822 modification (P00014) to contract W58RGZ-15-C-0017 for the continuation of the Apache Helicopter 64 (AH-64) Performance Based Logistics program.  Work will be performed in Mesa, Arizona, with an estimated completion date of Oct. 31, 2016.  Fiscal 2016 other procurement funds in the amount of $37,793,822 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Professional Contract Services Inc., Austin, Texas, was awarded a $16,684,734 firm-fixed-price contract for food and dining facility attendant services.  One bid was solicited with one received. Work will be performed at Ft. Hood, Texas, with an estimated completion date of March 31, 2021.  Funding and work location will be determined with each order.  Army Contracting Command, Ft. Hood, Texas, is the contracting activity (W91151-16-D-0101).

Mantech Advanced Systems International Inc., Fairfax, Virginia, was awarded a $16,683,388 cost-plus-award-fee, incrementally funded contract with options for test and engineering services.  One bid was solicited with one received.  Work will be performed at Ft. Huachuca, Arizona, electronic proving ground, with an estimated completion date of Jan. 31, 2017.  Fiscal 2016 research, development, testing, and evaluation funds in the amount of $4,000,000 were obligated at the time of the award.  Army Contracting Command, Ft. Huachuca, Arizona, is the contracting activity (W91151-16-D-0101).

LOC Performance, Plymouth, Michigan, was awarded a $15,672,216 firm-fixed-price, foreign military sales contract (Morocco) for M1A1 track and road wheels and associated components.  One bid was solicited with one received.  Work will be performed in Lima, Ohio, with an estimated completion date of Oct. 30, 2017.  Fiscal 2010 other procurement funds in the amount of $15,672,216 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-16-C-0083).

General Dynamics Information Technology, Fairfax, Virginia, was awarded a $12,943,157 modification (P00019) to contract W91RUS-12-C-0011 for administration, information technology engineering and logistical support to the 160th Signal Brigade and subordinate battalions in U.S. Central Command.  Work will be performed in Kuwait, Qatar, Afghanistan, Iraq, and Jordan, with an estimated completion date of March 31, 2017.  Fiscal 2016 funds in the amount of $12,943,157 were obligated at the time of the award.  Army Contracting Command, Ft. Huachuca, Arizona, is the contracting activity.

Chimes District of Columbia, Baltimore, Maryland, was awarded a $12,392,273 modification (P00005) to contract W91247-12-D-0029 for base custodial services.  Work will be performed at Ft. Bragg, North Carolina, with an estimated completion date of March 31, 2017.  Funding and work location will be determined with each order.  Army Contracting Command, Ft. Bragg, North Carolina, is the contracting activity.

Z Systems Corp.,* Greenbelt, Maryland, was awarded a $10,950,219 modification (000137) to contract W52P1J-12-G-0036 for modification of the global logistics order pertaining to transportation motor pool operations.  Work will be performed at Ft. Hood, Texas, with an estimated completion date of Aug. 7, 2019.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $46,582 were obligated at the time of the award.  Army Contracting Command, Ft. Hood, Texas, is the contracting activity.

Navistar Defense LLC, Lisle, Illinois, was awarded an $8,311,516 firm-fixed-price, foreign-military sales contract (Iraq) for 46 medium tactical vehicles in two variations.  One bid was solicited with one received.  Work will be performed in Springfield, Ohio; West Point, Mississippi; and Ootlewah, Tennessee, with an estimated completion date of July 29, 2016.  Fiscal 2015 other procurement funds in the amount of $8,311,516 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-16-C-0096).

EXP Federal Inc., Chicago, Illinois, was awarded a $7,954,992 firm-fixed-price contract with options for electrical safety assessments, repairs program, materials management and control services within U.S. Central Command.  Bids were solicited via the Internet with three received. Work will be performed in Kuwait, Jordan, Iraq, United Arab Emirates, Qatar, and Bahrain, with an estimated completion date of March 30, 2018.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $7,954,992 were obligated at the time of the award.  Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-16-F-0025).

SAIC, McLean, Virginia, was awarded a $7,399,599 modification (P00014) to contract W31P4Q-15-F-0007 for field service representative support for aviation mission planning software.  Work will be performed in McLean, Virginia, with an estimated completion date of Feb. 2, 2017.  Fiscal 2016 other procurement funds in the amount of $7,399,599 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

MISSILE DEFENSE AGENCY

Parsons Government Services Inc.,Pasadena, California, is being awarded a $63,226,099 cost-plus-fixed-fee contract including options for TEAMS Warfighter Integration Support.  This contract provides requirement support for definition, planning, deployment, life-cycle management, operations support, readiness, situational awareness and transition of Missile Defense Agency-developed capabilities to the military services for employment in support of combatant command (CCMD) priorities.  Support is required for the Warfighter Strategic Integration Directorate and includes three operational elements within the Ballistic Missile Defense System (BMDS), Aegis BMD, Ground-based Midcourse Defense, and sensors.  This support covers worldwide, geographically dispersed locations.  The requirements in this contract cover:  a) strategic level integration with the services, Joint Staff and CCMDs; b) strategic support with policy development;600px-US-MissileDefenseAgency-Seal.svg c) current operations support with coordination, development, and execution of operational events supporting the BMDS; d) performance management support of BMDS prime contractors; e) Ground-based Mid-course Defense program support; f) sensors program support; g) Aegis program support; h) BMDS fielding and life-cycle operations support; i) maintenance support including technical, programmatic, deployment, and site activation.  Work will be performed in Huntsville, Alabama; National Capital Region, Virginia; Colorado Springs, Colorado; Dahlgren, Virginia; Fort Greely, Alaska; San Diego, California; and Vandenberg Air Force Base, California, with an expected completion date of June 2021.  Fiscal 2016 research and development funds in the amount of $1,211,000 are being obligated at time of award.  This contract was a competitive acquisition and two offers were received.  The Missile Defense Agency Contracts Directorate, Redstone Arsenal, Alabama, is the contracting activity (HQ0147-16-C-0030).

Raytheon Integrated Defense Systems, Woburn, Massachusetts, is being awarded a $23,753,644 modification (P00043) to a previously awarded contract (HQ0147-12-C-0006) for electronic equipment unit modification kits and obsolescence mitigation. The modification brings the total cumulative face value of the contract to $980,316,516 from $956,562,872. The work will be performed in Woburn, Massachusetts, with an expected delivery date of April 2018. Fiscal 2016 procurement funds in the amount of $10,449,725 are being obligated at the time of award. The Missile Defense Agency,Huntsville, Alabama, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

US 21 Inc.,* doing business as US21, Fairfax, Virginia, has been awarded a maximum $48,461,748 fixed-price with economic price adjustment contract for fuel. This was a competitive acquisition with seven responses received. This is a five-year contract with no option periods. Location of performance is Virginia, with an April 30, 2021, performance completion date. Using military services are Navy and Air Force. 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-1255).

Pharma Logistics Ltd.,* Mundelein, Illinois (SPM2DX-13-D-5203); and EXP Pharmaceutical Services Corp.,* Fremont, California (SPM2DX-13-D-5201); are sharing a maximum $46,159,211 modification (P00002) exercising the second 15-month option period of their respective 15-month base contracts with three 15-month option periods for the pharmaceutical reverse distribution program. These are fixed-price, indefinite-delivery/indefinite-quantity contracts. Locations of performance are Illinois and California, with a June 30, 2017, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, Coast Guard and other government 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.

Calumet San Antonio Refining LLC, Brooks City Base, Texas, has been awarded a $36,393,732 modification (P00013) exercising the third one-year option period of a one-year base contract (SPE600-14-D-0482) with three one-year option periods for fuel. This is a fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Texas, with a March 31, 2017, performance completion date. Using customer is Defense Logistics Agency Energy. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Medline Industries Inc., Mundelein, Illinois, has been awarded a maximum $15,000,000 fixed-price with economic price adjustment contract for medical items and accessories. This was a competitive acquisition with 111 responses received. This is a five-year contract with no option periods. Location of performance is Illinois, with a March 30, 2021, performance completion date. Using 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 (SPE2DH-16-D-0012).

DEFENSE MEDIA ACTIVITY

Taft Broadcasting Company LLC, Houston, Texas, has been awarded a $16,472,869 firm-fixed-price contract to provide on-site broadcast operation support services for the American ForcesDefense Media Activity Network – Broadcast Center located at the Defense Media Activity, Riverside, California.  The base performance period is from April 1, 2016, to March 31, 2017.   The contract has four one-year option periods. Bids were solicited via the Federal Business Opportunities website; one proposal was received. Fiscal 2016 operations and maintenance funds will be used. The Defense Media Activity, Fort Meade, Maryland, is the contracting activity (HQ0028-16-C-0011).

*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, Army Contracting Command, MICC, MICC – Fort Campbell, Bldg 2174, 131/2 & Indiana St Fort Campbell KY 42223-1100

99 — MOBILE BALLISTIC SHIELD W9124816T0013 041516 SaLonda M. Ozier, Contract Specialist, Phone 2707987825, Email salonda.m.ozier.civ@mail.mil See attachments
Set-Aside: Total Small Business URL: https://www.fbo.gov/notices/aed3f33d212039225bf02fd6a423915

OutreachSystems Article Number: 20160408/PROCURE/0786
Matching keyword(s): age:state!ky;

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

99 — Sale of Post-Consumer Lead Acid Batteries QRP16-0020 041416 Daniel G Pearman, Program Manager, Phone 502-624-5673, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil – Bridgette Caico, Clerk, Phone 502-624-5026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil The Fort Knox Qualified Recycle Program is issuing an invitation for sale of Post-Consumer Lead Acid Batteriesl. The duration of this is for a 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 requiredDepartment of the Army 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/QRP16-0020/listing.htmOutreachSystems Article Number: 20160408/SURPLUS/1312
Matching keyword(s): state!ky;

720px-US-DefenseInformationSystemsAgency-Logo.svgDefense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr. Building 3600 Scott AFB IL 62225-5406

R — JITC Test, Evaluation, and Certification Services TEMSSrecompete 110915 Tara D Schmitt, Phone 618-229-9485, Email Tara.D.Schmitt.civ@mail.mil – Kyle P. Cadwallader, Phone 6182299460, Email kyle.p.cadwallader.civ@mail.mil SOURCES SOUGHT ANNOUNCEMENT

The Defense Information Systems Agency (DISA) is seeking sources for DISA/Joint Interoperability Test Command (JITC) Test, Evaluation, and Certification (TEC) Services. TEC is a recompete to the DISA Test and Evaluation Mission Support Services (T&E MSS) contract.
CONTRACTING OFFICE ADDRESS: DISA, Procurement Directorate (PSD), Defense Information Technology Contracting Organization (DITCO)-Scott, 2300 East Drive Bldg. 3600, Scott AFB, IL, 62225-5406.
1.0. INTRODUCTION:
1.1. This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of any businesses and their team members (including the following subsets: Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to perform all the various task areas as outlined in Section 4.0 of this Sources Sought.
1.2. JITC operates as a field activity under DISA and is the Department of Defense’s (DoD’s) Joint Interoperability Certifier and only non-Service Operational Test Agency (OTA) for Information Technology/National Security Systems (IT/NSS). JITC provides risk-based TEC services, tools, and environments to ensure Joint Warfighting IT capabilities are interoperable and support mission needs. Information on DISA’s and JITC’s missions and functions is available at:
1.2.1. DISA: http://www.disa.mil
1.2.2. JITC: http://jitc.fhu.disa.mil
1.3. JITC is seeking information for potential sources for non-personal TEC services. The contractor will provide TEC planning, test conduct, data collection and analysis, and results reporting for DoD and non-DoD IT and NSS capabilities. IT/NSS TEC support encompasses a range of capabilities from legacy systems to emerging net-centric technologies, cyber security, mobile devices, cloud-based systems, and evolving IT/NSS capabilities. The contractor will assist the government in providing agile and responsive TEC services in support of functional areas including enterprise services; enterprise logistics; business systems; tactical systems; cyberspace; national intelligence; networks/communications; unified capabilities; warfighter support; knowledge management; strategic communications; business operations; testbed management; information assurance; engineering; automation/instrumentation; quality control; technical<span style=”color:blue;”> writing/editing; JITC strategy, plans, and policies support; and Network and internal application development/maintenance. The contractor will provide personnel, materials, travel, services, and other items needed to satisfy the operations, infrastructure, policy development, and TEC requirements of JITC and its customers.

2.0 DISCLAIMER:

2.1. THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
3.0. CONTRACT/PROGRAM BACKGROUND:
3.1. Contract Number: DISA T&E MSS:
HC1028-12-D-0023, Alion Science and Technology Corporation (large business)
HC1028-12-D-0024, TASC Inc. (large business)
HC1028-12-D-0026, ManTech Advanced Systems International Inc. (large business)
HC1028-12-D-0027, American Systems Corporation (large business)
HC1028-12-D-0028, Lockheed Martin Corporation (large business)
HC1028-12-D-0029, Oberon Associates, Inc. (large business)
3.2. Contract Type: Multiple award Indefinite Delivery/Indefinite Quantity with Cost Plus Fixed Fee and Firm Fixed Price Task Orders
3.3. Method of previous acquisition: Full and open competition
3.4. Contract ceiling: Existing DISA T&E MSS contract ceiling is $871 million, although the government anticipates DoD budget reductions will reduce the new TEC contract ceiling.
3.5. Description: The objective of the DISA T&E MSS contract is to provide a full-range of agile and cost-effective TEC services that support testing for DoD and non-DoD IT/NSS technologies and capabilities, and to provide direct support to the Nation’s warfighters through Joint and Coalition exercises and efforts. Approximately 600 FTEs support over 1,500 TEC activities (of which about 200 are various Acquisition Category (ACAT) level programs) annually. During peak TEC periods, including all program sizes and ACAT levels, the 600 FTEs may simultaneously support up to 250 programs. TEC and/or technical services are provided to all four military Services, many of the DoD Agencies, all the Combatant Commands, Office of the Secretary of Defense, industry, academia, and a variety of other customers.
3.6. Period of Performance: July 30, 2012 – January 26, 2018 (Includes 3-month phase-in, 1-year base, four 1-year options, and 3-month phase-out)
3.7. Places of Performance:
JITC, 2001 Brainard Rd, Fort Huachuca, AZ 85670-2798
JITC, 3341 Strauss Ave, Indian Head, MD 20640-5035
DISA/JITC, 6910 Cooper Ave., Fort Meade, MD 20755
Various locations within and outside the Continental United States
4.0. REQUIRED CAPABILITIES:
4.1 The contractor would perform the following:
4.1.1 Service requirements that enable JITC to directly support its customers’ T&E needs, which includes Interoperability, Standards Compliance and Conformance, Developmental Test and Evaluation, Operational Test and Evaluation, Cybersecurity, Enterprise Service, and other T&E and Subject Matter Expert support.
4.1.2 Service requirements that enable JITC to support its customers’ T&E needs through the development and sustainment of core organizational T&E processes and capabilities to include policy and process support, technical capabilities (such as tools, instrumentation, and automation) support, laboratory support, knowledge management support, and customer relation management support.
4.1.3 Service requirements that enable JITC to support its customers’ T&E needs through the development and sustainment of general organizational processes and capabilities that include network and internal business application development and maintenance operations support.
4.2. Additional areas that are critical to JITC include:
4.2.1 Ability to track funding provided and expenses at the job order (individual customer) level. JITC is a member of the DoD’s Major Range and Test Facility Base, and as such, is required by the DoD’s Financial Management Regulation to maintain a job order accounting system.
4.2.2. Ability to provide timely and flexible support given that “normal operations” are consistently conducted and tailored to optimize support for diverse customer expectations in regards to testing cost, timeliness, technical performance, comprehensiveness, and reporting.
4.2.3. Ability to quickly respond to fluctuations in workload caused by conditions such as, but not limited to: schedule slips and misalignments resulting in concurrent activities within select timeframes, changes in test policies, increasing or emerging TEC requirements, and sudden advances in technologies.
4.2.4. Ability to implement Scientific Based Test Design techniques in IT/NSS test methodologies.

5.0. SPECIAL REQUIREMENTS:
5.1. Secret clearance required for all personnel. Some personnel will require a Top Secret clearance.
5.2. Contractor must adhere to Capability Maturity Model Integration (CMMI) Level 3 or higher, or ISO 9001:2008 or later, or ISO/IEC 2000-1:2011 or later processes.
5.3. Deliverables will require adherence to the Gregg Reference Manual, 11th edition or later.
5.4. Contractor must be able to quickly augment workforce to surge operations as much as 20 percent.
5.5. Some personnel will require IT certification in accordance with 8570.01-M Information Assurance Workforce Improvement Program.
6.0 SOURCES SOUGHT:
6.1. The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541380, with the corresponding small business size standard of $15 million. This Sources Sought Synopsis is requesting responses to the following criteria from ONLY businesses and their team members to perform all the various task areas as outlined in Section 4.0 of the Sources Sought under the NAICS Code, although the government will consider rationale for use of other NAICS Codes.
6.2. To assist DISA in making a determination regarding small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company’s areas of expertise and those of any proposed JV/partner would combine to meet the specific requirements contained in this announcement.
6.3. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications to satisfy the listed capabilities above. Responses must demonstrate that you and your team members can perform all the various task areas as outlined in Section 4.0 of the Sources Sought in accordance with the Limitations on Subcontracting clause (FAR 52.219-14).

7.0. SUBMISSION DETAILS:
7.1. Contractors are encouraged to submit a 10-page or less Capability Statement with a minimum font size of 12 and Times New Roman font, along with a 2-page or less cover letter, indicating their ability with their team members to satisfy these requirements. Documentation should be in bullet format. Marketing brochures are not permitted and will not be evaluated. Additionally, only Microsoft Word/Excel compatible files or Adobe Acrobat PDF files will be evaluated.
7.2. Contractors who wish to respond to this should send responses via email no later than November 9, 2015 4:00 PM Eastern Daylight Time to tara.d.schmitt.civ@mail.mil.
7.3. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become government property and will not be returned. All government and contractor personal reviewing responses to this announcement will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The government shall not be held liable for any damages incurred if proprietary information is not properly identified.
7.4. Capability Statement responses (maximum 10-page, minimum font size of 12, Times New Roman font, excluding the maximum 2-page cover letter) should include the following:
Cover letter:
a) Company name and address
b) Primary point of contact (including phone and email)
c) Alternate point of contact (including phone and email)
d) Cage Code
e) DUNS Number
f) Size of business under NAICS 541380 (large, small, small business status such as Small Disadvantaged, 8(a), HUBZone, Woman Owned, Minority Owned, and/or Service Disabled Veteran).
g) Contract numbers, government contact POC info (name, title, phone number) to support Capability Statement responses.

Capability Statement:
The Capabilities Statement shall succinctly address the following three areas to demonstrate the Contractor’s and their team members’ capability to perform the requirements identified in section 4.0 of this Sources Sought Announcement:
(1) The Contractor’s ability to manage, as prime Contractor, the types and magnitude of requirements identified in the Announcement;
(2) The Contractor’s technical ability, or potential approach to achieving technical ability in order to perform the requirements identified in the Announcement;
(3) The Contractor’s capacity, or potential approach to achieving capacity, to conduct the requirements identified in the Announcement. For the purposes of this Capability Statement, capacity shall refer to matters such as the magnitude of the tasking, the amount of equipment or facilities involved, and the size of the staff needed.
The Capability Statement should address whether your company would propose a teaming (prime contractor/major subcontractor(s)) and/or JV (business partners) arrangement. If the respondent proposes teaming with another contractor, or creating a JV, identify the firm(s), if known, otherwise indicate that an arrangement would be contemplated and its structure and contractors would be identified as soon as available. Be sure to segregate this information in the Capability Statement by firm.

Place of Performance: JITC, 2001 Brainard Rd, Fort Huachuca, AZ 85670-2798 JITC, 3341 Strauss Ave, Indian Head, MD 20640-5035 DISA/JITC, 6910 Cooper Ave., Fort Meade, MD 20755 Various locations within and outside the Continental United States US URL: https://www.fbo.gov/spg/DISA/D4AD/DITCO/TEMSSrecompete/listing.htmOutreachSystems Article Number: 20160407/PROCURE/0522
Matching keyword(s): writ*; technical; standard;

Department of the Army, U.S. Army Corps of Engineers, USACE HNC, Huntsville, P. O. Box 1600 Huntsville AL 35807-4301

R — UESC Project, USAG Fort Campbell KY W912DY16RUES6 051116 BARBARA L. OSTERKAMP, Phone 2568951782, Email barbara.l.osterkamp@usace.army.mil – R–Sources Sought for190px-United_States_Army_Corps_of_Engineers_logo.svg Utility Energy Service Contract (UESC), Energy Conservation Services
Solicitation Number: W912DY16RUES6
Agency: Department of the Army
Office: U.S. Army Corps of Engineers
Location: USACE HNC, Huntsville
Classification Code:
R — Professional, administrative, and management support services

NAICS Code:
221122 Electric Power Distribution
221210 Natural Gas Distribution
221310 Water Supply and Irrigation Systems
1. Contract Information: The U.S. Government is the nation’s single largest energy consumer. Due to the magnitude of funds spent on energy in support of Government operations and the steady inflation of such costs, the Government is re-evaluating its operations and reducing its energy consumption. Executive Order 13423 of January 24, 2007, states the head of each agency shall improve energy efficiency by 3% annually or 30% in total by the end of fiscal year 2015, relative to each agency’s fiscal year 2003 energy use baseline. The primary purpose of the proposed acquisition is to acquire the design, implementation, and operation of a Utility Energy Services Contract (UESC) project for US Army Garrison (USAG) Fort Campbell KY.
2. Background: 10 U.S.C. 2913 Energy Savings Contracts and Activities, is the overarching bill for shared energy savings contracting for the DOD. The Secretary of Defense through Defense Energy Program Policy Memorandum (DEPPM) 91-2 dated March 19, 1991, directed the Secretary of the Army to coordinate with the Secretaries of the Navy and Air Force and with the heads of Defense Agencies to develop an integrated strategy for all Components within the service territory of each utility to coordinate activity and maximize savings. DEPPM 94-1, issued December 20, 1993, establishes the guidelines for participation in Energy Conservation and Demand Side Management (EC/DSM) programs offered by or to be negotiated with public utilities. 42 U.S.C. 8256 provides information relating to utility incentive programs. Four key elements of this section are highlighted below.
– Agencies are authorized and encouraged to participate in programs to increase energy efficiency and water conservation or manage electricity demand conducted by gas, water, or electric utilities and generally available to customers of such utilities.
– Each agency may accept any financial incentive, goods, or services generally available from any such utility, to increase energy efficiency or to conserve water or manage electricity demand.
– Each agency is encouraged to enter into negotiations with electric, water, and gas utilities to design cost-effective demand management and conservation incentive programs to address the unique needs of facilities utilized by such agency.
– If an agency satisfies the criteria that generally apply to other customers of a utility incentive program, such agency may not be denied collection of rebates or other incentives.
2. Description of the Requirement: The requirement at the USAG Fort Campbell KY, is for these Energy Conservation Measures (ECMs) for all buildings in the 3700 and 4000 Blocks of buildings served by the Central Energy Plant, Building 3902:
Energy efficiency and water efficiency upgrades to include controls (HVAC and Lighting).
DOAS Units.
AHUs in the Administrative Buildings.
DHW Recirculation.
Pumps and mixing valves.
Occupancy Sensors.
Upgrade for fan coil units in the common areas.
Water and energy losses in the distribution system.
Thermal energy storage.
Photovoltaic and any other viable ECMs.
3. Project Information:
A UESC is a contracting vehicle that allows agencies to accomplish energy savings projects for their facilities without up-front capital costs and without special Congressional appropriations to pay for the improvements. Under a UESC contract, the selected UESC utility provider (Utility) will provide their own funding, provide financed funding, or a combination of their own and financed funding, for an energy conservation project that will be repaid from utility bill savings. The Utility will conduct a comprehensive energy audit to identify improvements that will result in energy savings. With coordination and approval of the Government, the Utility will design and construct an energy savings project and provide assurance that the improvements will result in savings sufficient to pay for the project over a maximum 10 year repayment period. The Utility will also develop a savings assurance plan and arrange project financing. The project energy savings will be measured over the course of the financing period.
4. Submission Requirements: The Government does not intend to rank submittals or reply to interested companies/firms. This synopsis is for Market Research purposes only and is not a Request For Proposal (RFP) or a Request For Quote (RFQ). The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Your firm’s response is requested no later than 4:00 Central Time, Wednesday, May 11, 2016. Send responses by email to tondra.r.madison@usace.army.mil, and Barbara.l.osterkamp@usace.army.mil. Responses should be limited to a maximum of 10 pages. No hard copy or facsimile submissions will be accepted. Cover letters and extraneous materials such as brochures will not be considered. Personal visits for the purpose of discussing this announcement will not be considered or scheduled.
Sources Sought Questionnaire.
1. Is your business currently a utility provider to USAG Fort Campbell KY?
2. What is the name and address of your business?
3. Identify a responsible point of contact who can be contacted regarding your response, their phone number, and email address.
4. Is your firm a large business, small business, a certified 8(a) small business, certified HUBZone business and/or Service Disabled veteran owned concern? List all that apply.
5. Provide your company’s project annual and maximum financing capability over a 10 year period in dollars that could be utilized for this contract for a project taking approximately 9-16 months to develop and award, plus an additional 12-18 months to complete construction. Assume no advance payment or financial assistance is available from the Government prior to or during the construction phase.
6. Provide no more than three (3) examples of financed energy conservation projects for which you were the prime contractor, a joint venture partner, or a first-tier subcontractor responsible for developing, financing, and/or managing the design, construction and/or post construction effort. Identify the scope of your contractual responsibilities, location, client, and size of the project in terms of construction cost and total financed amount.
7. Identify the financier and the amount financed (if any) for the above listed project(s). Provide financing source reference(s) including points of contact for telephonic confirmation of the dollar amount claimed for project financing capability.
8. Does your company have the capability to identify and obtain all permits required by Federal, state, local and installation agencies, including the capability of complying with environmental laws and regulations?
9. Does your company have the ability to work in the USAG Fort Campbell KY?
11. Does your company have experience or has partnered with a firm, in performing investment grade feasibility studies, economic analysis, such as Life Cycle Cost, Risk, and Return on Investment (ROI), which may be required in order to determine/demonstrate the financial viability of a proposed project?
12. Does your company have experience coordinating rebates, other incentives, and any potential interconnect/transmission discussions/agreements that may be necessary as part of a proposed project?
13. Is your company capable and qualified to search out energy and ancillary cost savings potentials in the USAG Fort Campbell KY area?
14. Is your company capable of developing procedures, courses of action, steps, repairs, or changes in equipment which result in lower energy costs?
15. Is your company qualified and capable of providing work plans/designs?
16. Does your company have the capability to perform the ECM efforts to include site security (fencing, lighting, and/or guard service) if required by the project?
17. Is your company capable of and qualified to provide maintenance and repair services for any energy related equipment including computer software systems?
18. Is your company capable of providing yearly equipment inspections to assure the equipment is being operated properly and maintenance is being performed?
19. Does your company have the capability to provide all personnel including dedicated project management, tools, equipment, transportation, materials, and supervision needed to safely and efficiently perform a UESC project?
20. Does your company have the capability to implement, maintain, and control a system for identification, preparation, reproduction, distribution, and maintenance of all documentation needed for its management of a UESC contract?
21. Does your company have the capability to provide and maintain an effective quality control program?
22. Does your company have the capability to provide, maintain, and execute an approved site safety and health plan?
23. Does your company have the capability to provide metering, monitoring, measuring, or testing equipment to verify savings?
24. Does your company have the capability to coordinate all work from all trades including subcontractors and suppliers for a UESC project?
25. Does your company have expertise and experience with each of the following energy conservation measures? Identify with a “yes” or “no” to each.
a. Energy efficiency and water efficiency upgrades to include controls (HVAC and Lighting).
b. DOAS Units.
c. AHUs in the Administrative Buildings.
d. DHW Recirculation.
e. Pumps and mixing valves.
f. Occupancy Sensors.
g. Upgrade for fan coil units in the common areas.
h. Water and energy losses in the distribution system.
i. Thermal energy storage.
j. Photovoltaic and any other viable ECMs.
Contracting Office Address:
USACE HNC, Huntsville
P. O. Box 1600
Huntsville, AL 35807-4301
Points of Contact: Tondra R. Madison, 256-895-1980, or Barbara L. Osterkamp, 256-895-1782
Place of Performance:
USAG Fort Campbell KY

Place of Performance: USAG Fort Campbell KY Clarksville, KY US URL: https://www.fbo.gov/spg/USA/COE/DACA87/W912DY16RUES6/listing.htmOutreachSystems Article Number: 20160407/PROCURE/0523
Matching keyword(s): state!ky;

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

U — Advance Free Fall Instructor and Rigger Support W911SF-16-T-0002 041116 Shirley C. Rivas-Beck, Purchasing Agent, Phone 7065456196, Email shirley.c.rivasbeck.civ@mail.mil THIS IS A SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. The Mission and Installation Contracting – Fort Benning, Georgia, is conducting market research to determine availability of firms that are capable of providing Advanced Free Fall Instructor and Rigger Support. This special notice is for planning and informational purposes only and SHALL NOT be considered as an Invitation for Bid, Request for Quotation, or Request for Proposal. There is no obligation on the part of the Government to acquire any products or services described in this Sources Sought. The Government is not obligated to, and will not, pay for any information received from potential sources as a result of this synopsis. Your responses to this sources sought will be treated as information only. The results of the market research will be used to determine the best overall acquisition strategy.
The Government is seeking responses to this sources sought synopsis from all interested businesses capable of providing the requirement. Small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned SmallBusiness, etc.) are highly encouraged to identify capabilities in meeting the requirements at fair market prices. Provide suggestions on how the requirement could be structured to facilitate competition by and among small business concerns. Describe any conditions, if any, which may limit small businesses from participation.
Description of the Requirement to Include:
1. Description of services: Work includes instructor and rigger support for Advanced Free Fall (day and night) Training for candidates in the Reconnaissance Training Course (RTC) as part of the Regimental Reconnaissance Company’s (RRC) training pipeline. The contractor must provide three instructors and four Federal Aviation Administration (FAA) riggers dedicated to training and support for approximately 10-14 hours per day over the course of all 12 training days (it is possible that 13 days may be required depending on weather). Instructors will provide video and still photography for both air and ground operations to document and aid in briefing the RTC candidates. Instructors will also provide air-to-air canopy control and ground coaching as well as organizing, wind tunnel instruction, and free fall instruction to aid in the RRC’s training event end state. Instructors and riggers must be capable of meeting all training objectives and support a condensed timeline of jumping, packing, parachutes, and conducting classroom instruction.
2. The estimated period of performance: 8 May 2016 through 20 May 2016
3. NAICS code for this requirement: 611512 – Flight Training FSC Code: U006
Interested firms responding to this synopsis are to include the following information:
1. Firm’s name, profile, address, DUNS number, CAGE code, point of contact, telephone number, and email address.
2. Firm’s capability to perform the REQUIRED service. Be specific with RELEVANT contracts of same or similar in nature of work, size, and complexity. Include contract description, dollar value, and customer POC. Describe your recent and relevant contracts performed within the past three years for the same or similar service as required in the draft PWS. Contracts may include those with Federal, State and local Government as well as private companies. Each reference must include the contract dollar value; the contract period of performance; and a brief description of the contract requirements.
3. Firm’s business size (large or small) and all applicable socio-economic category information (i.e. SDB, 8(a) HUBZ, EDWOSB, WOSB, SDVOSB, etc.).
4. Responses are limited to email correspondence, and limited to 10 pages.
Respondents are encouraged to review the information requested above carefully and ensure a complete response for thorough consideration. The Government WILL review general capability statements, please ensure submissions are tailored to this requirement(s) of the above request. The Government will not return any information submitted in response to this synopsis. Questions shall be submitted via email to the POC below. Questions regarding this Sources Sought announcement shall be submitted NLT 1600 Eastern Standard Time (EST) on 11 April 2016. After this deadline, questions will not be considered regarding this announcement.
Additional Info:
Additional documentation
Contracting Office Address:
MICC – Fort Benning, Directorate of Contracting, Building 6, Meloy Hall, Room 207, Fort Benning, GA 31905-5000
Place of Performance: DeLand Municipal Airport in Deland, FL
US
Point of Contact(s):
Shirley Rivas-Beck (706) 545-4224

Place of Performance: DeLand Municipal Airport 1777 Langley Avenue DeLand, FL 32724 US URL: https://www.fbo.gov/notices/cbf0966e0db7a302774d99f76f5ee6bOutreachSystems Article Number: 20160407/PROCURE/0528
Matching keyword(s): video*; produc*; train*; page?; business*; documentation; event?; instruct*;

Department of the Interior, National Park Service, NPS – All Offices, NPS, NER – NE MABO
Boston National Historical Park Charlestown Navy Yard Building I-1 Boston MA 02129-4543 US

R–FIIS WM FLOYD ESTATE HFR IMPLEMENT PLAN P16PS00699 050616 Mckenzie, Diane The Government anticipates awarding a Firm Fixed Price purchase order resulting from this Request for Quotation (RFQ) to the responsible quoter whose quote, conforming to the RFQ, will be most advantageous to the Government considering Lowest Price Technically Acceptable. The contractor shall prepare a Historic Furnishings Report (HFR), Part 2, Implementation Plan for the William Floyd Estate located in Brookhaven, Long Island, New York within Fire Island National Seashore. The Historic Furnishings Report (HFR), Part 2, Implementation Plan is the final phase of a two phase project documenting the furnishings in the Old Mastic House at the William Floyd Estate. This implementation plan shall be based on the research findings in Historic Furnishings Report, Part 1, Historical Data completed in 2011. The HFR implementation plan shall steer future600px-US-DeptOfTheInterior-Seal.svg use and management of the structures’ interiors. It shall also be useful in guiding future acquisitions for the site. The implementation plan shall contain introductory text, lists of recommended furnishings, and documentary photographs (working drawings for one room, Reception Room E 1-2) to guide furnishings installation and to provide a permanent record of object placement for park staff. The period of contract performance is estimated to be from 9/6/16 – 12/29/17. All work shall be performed in accordance with the attached Scope of Work (Attachment 1), Reproduction Services (Attachment 2), List of rooms to address in Mastic House (Attachment 3), Bibliography of sources for research (Attachment 4), Floor plans (Attachment 5), Floyd family information (Attachment 6) and Historic Furnishings Report Appendix B Treatment Option 2 (Attachment 7). Attachments 1 – 7 are all inclusive in the same document labeled Scope of Work (Attachment 1). Quoter shall submit quote in accordance with Instructions – Section L and Evaluation Criteria – Section M (Attachment 8). Quoter shall provide pricing on the SF-18. This Request for Quote (RFQ) will be evaluated as a lowest priced technically acceptable quote on the basis of the criteria as further described in Section M of this document. Point of contact for Site Visit pursuant to solicitation provision 52.237-1 is Chris Olijnyk, Chris_Olijnyk@nps.gov, tel. 631/395-1406. A SITE VISIT IS SCHEDULED FOR WEDNESDAY, APRIL 20, 2016 AT 11:00 AM LOCAL PREVAILING TIME. PLEASE MEET AT FIRE ISLAND NATIONAL SEASHORE, 20 WASHINGTON AVE., MASTIC BEACH, NY 11951. THERE IS FREE PARKING AVAILABLE ON SITE. PLEASE CONTACT CHRIS OLIJNYK TO CONFIRM YOUR ATTENDANCE. Correct phone number for Beth Faudree is 781/492-1020.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS00699/listing.htm

OutreachSystems Article Number: 20160407/PROCURE/0650
Matching keyword(s): documentar*;

600px-US-SocialSecurityAdmin-Seal.svgSocial Security Administration, Office of Budget, Finance, Quality and Management, Office of Acquisition and Grants, Social Security Administration
Office of Acquisition and Grants 1540 Robert M. Ball Building 6401 Security Blvd Baltimore MD 21235

R–PSA Production Contract Setup SSA-RFQ-16-1065 WALKER, LISA SS00-16-40017 $0.00 040516 MIND & MEDIA, INC.
901 N PITT STREET SUITE 310 ALEXANDRIA VA 22314
USA IGF::CL::IGF To establish a BPA for producing Public Service Announcements and other video projects for SSA
URL: https://www.fbo.gov/spg/SSA/DCFIAM/OAG/Awards/SS00-16-40017.htm

OutreachSystems Article Number: 20160407/AWARDS/0822
Matching keyword(s): video*; produc*; production?; naics!512110;

Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service, SSMC 3 1315 East West Highway Silver Spring MD 20910

T — Custom Designed Animation and Video of Marine Fisheries Ecosystems EE133F16RQ0308 Susan Henderson, Contracting OFficer, Phone 508-495-2206, Fax 508-495-2004,600px-US-DeptOfCommerce-Seal.svg Email susan.henderson@noaa.gov EE133F16SE0613 $43940.00 040616 PerspectX, 2097 E 25S, Layton, UT 84040 US
URL: https://www.fbo.gov/spg/DOC/NOAA/NMFSJJ/EE133F16RQ0308/listing.htm

OutreachSystems Article Number: 20160407/AWARDS/0831
Matching keyword(s): naics!512110;

Department of the ArmyDepartment of the Army, Army Contracting Command, ECC, 411TH CSB (W91QVN) RCC YONGSAN,

R — Military Personnel Division (MPD) and Transition Center (TC) Support Services for IMCOM-P, Korea W91QVN16R0029 U NAN.YI, Phone 01182279146947, Email unan.yi4.ln@mail.mil R – This is a pre-solicitation notice for the Military Personnel Division (MPD) & Transition Center (TC) services for IMCOM-P, Korea.

Solicitation Number: W91QVN16R0029
Agency: Department of the Army
Office: Army Contracting Command, ECC
Location: 411th CSB (PARC Korea)
Notice Type: Pre-solicitation
Posted Date: 6 April 2016
Response Date: 27 April 2016
Archiving Policy: Automatic, on specified date
Archive Date: 1 Jun 2016
Set Aside: N/A
Classification Code: R – Professional, administrative, and managerial support services
NAICS Code: 541612, Human Resources Consulting Services
Synopsis:
This pre-solicitation notice is issued by the government to make appropriate acquisition notification.
This is a draft Performance Work Statement (PWS) and serves as a pre-solicitation notice. Vendors should use this notice for preliminary planning purposes. No proposals are being requested or accepted with this notice. THIS IS NOT A SOLICITAT ION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS DOCUMENT.
The 411th Contracting Support Brigade (CSB), Korea is seeking sources to perform non-personal services to provide Military Personnel Division (MPD) & Transition Center (TC) services for IMCOM-P, Korea at Garrisons (Area I, II, III and IV) throughout the Republic of Korea (ROK). The contractor shall provide military personnel division and transition services for soldiers and family members assigned to the US Army in the ROK. The government anticipates using a Firm Fixed Price contract type for this requirement.
Award will be based on the overall Best-Value Continuum, Lowest Price Technically Acceptable (LPTA) source selection process. The anticipated solicitation issuance date is on or about 17 May 2016 and the estimated proposal due date is on or about 21 June 2016. The anticipated award date is on or about 9 September 2016. Note: these dates may change and are only tentative.
The solicitation will be issued via Federal Business Opportunity (https://www.fbo.gov) website. A response to this synopsis is NOT a request to be added to a prospective bidders list or to receive a copy of the solicitation.

Contracting Office Address:
411th Contracting Support Brigade, Korea, Unit# 15289, APO AP 96205-5289
Seoul, Republic of Korea
Place of Performance:
– Area I (Camp Casey, Camp Mobile, Camp Red Cloud)
– Area II (Yongsan Garrison)
– Area III (Camp Humphreys)
– Area IV (Camp Henry, Camp Carroll)
Primary Point of Contact: Mrs. YI, U NAN
Contract Specialist
Services Division Team Tiger
411th Contracting Support Brigade, KOREA Email: unan.yi4.ln@mail.mil

PERFORMANCE WORK STATEMENT (PWS)
INSTALLATION MANAGEMENT COMMAND PACIFIC REGION, KOREA (IMCOM P Korea)
UNITED STATES ARMY MILITARY PERSONNEL DIVISION (MPD) &
TRANSITION CENTERS (TC)

PART 1
General Information

1. GENERAL: This is a non-personnel services contract to provide military personnel and transition services for Soldiers and Family members assigned to US Army in the Republic of Korea (ROK). The Government will not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the contractor who, in turn is responsible to the Government.
1.1 Description of Services/Introduction: The contractor shall provide military personnel and transition services for Soldiers and Family members assigned to US Army in the Republic of Korea (ROK).
1.2 Background: The primary workload shall be performed at four (4) Garrisons for support at site organizations. The contractor shall provide Transition Center (TC) services for all qualified Army personnel and Family members in the theater. The contractor shall provide all Military Personnel Division (MPD) services to Installation Management Command Pacific Region (IMCOM P), Korea at four (4) Garrisons (Areas I, II, III, IV (see TAB C-Map of Areas I-IV)), and the Non-Personnel Services Delivery Redesign (PSDR) units located across the Korean peninsula (see TAB D List of Organizations to include Non-PSDR Units).
1.3 Objectives:
• Accuracy: Accuracy of information impacts not only on decisions made by Commanders, but impacts Soldiers and their Families. For Soldiers, accurate information impacts their careers, retention, compensation, promotions, and general well-being. For Family members, accuracy of information is critical for next of kin (NOK) notification if a Soldier becomes a casualty. Human Resources (HR) providers must understand the dynamic nature of HR system’s architecture and the fact that data input at the lowest level has direct impact on decisions being made at the highest level.
• Timeliness: Timeliness ensures decision makers have access to relevant HR information and analysis that supports current and future operations. It also supports a near real-time common operational picture across all echelons of HR support.
• Responsiveness: Responsiveness is providing the right support to the right place at the right time. It is the ability to meet ever-changing requirements on short notice and to apply HR support to meet changing circumstances during current and future operations. It involves identifying, accumulating, and maintaining sufficient resources, capabilities, and relevant information to enable commanders to make rapid decisions.
• Integration: Maximize effectiveness by joining all elements of HR support (tasks, functions, systems, processes, and organizations) with operations ensuring unity of purpose and effort to accomplish the mission. Innovation and technology play a tremendous role in these objectives since only throughout innovation HR professional can keep remain relevant and provide the most effective ways for mission accomplishment.
• Anticipation: Foresee events and requirements in order to initiate the appropriate HR support.
1.4 Scope: The contractor shall conduct daily functions under the general guidance of an appropriate Government/Military Official from the Installation Management Command Pacific Region (IMCOM P), Korea.
1.5 Period of Performance: The period of performance shall be for a phase-in period, one (1) 12 month base period and two (2) 12-month option periods. The Period of Performance reads as follows:
Phase-In Period: 15 September 2016-31 October 2016
Base Period: 1 November 2016-14 September 2017
Option Period I: 15 September 2017-14 September 2018
Option Period II: 15 September 2018-14 September 2019
1.5.1 Phase-In Period: The contractor shall execute an effective phase-in period to address all requirements with minimal disruption to operations. The contractor shall assume full responsibility for work in each functional area by the end of the phase-in period. The contract awardee shall exercise their transition plan (submitted in conjunction with their Phase-In Plan) to the government, during the phase in and phase out period between contract award and termination.
1.5.2 Phase Out Period: The services provided by this contract are vital to the Government’s overall effort and services must be maintained without interruption. Therefore, during the 45-calendar day period immediately prior to the end of the contract, the current contractor shall, if applicable, permit the successor contractor to observe and become familiar with all operations under this contract. The contractor shall not defer any needed services for the purpose of avoiding responsibility or transferring such responsibility to the successor contractor.
1.6 General Information: The contractor shall perform all military personnel division and transition center functions in accordance with Army regulations, policies, directives, local regulation and directives, and the contract. Perform the administrative tasks required for the daily operation of the Military Personnel Division and Transition Center.
1.6.1 General Administrative: These tasks are to be performed at each MPD and TC location:
a. Perform general administrative tasks required for the daily operation of the MPD and TC.
b. Maintain a customer service line to handle inquiries and refer clients to the appropriate MPD and TC section. Customer service lines shall operate during the established business hours.
c. Coordinate with the Garrison Director of Human Resources (DHR) or designated Contracting Officer Representative (COR) concerning daily work flow requirements and priorities.
d. Perform administrative duties such as data entry, desktop publishing, word processing, general clerical duties, taking notes at meetings, filing, photocopying, correspondence and answering MPD and TC telephone lines.
e. Coordinate with the COR concerning matters of daily work accomplishment, priorities and procedures.
f. Maintain work area in a safe, clean and orderly manner at all times.
g. Each MPD and TC shall be open and operational at least forty (40) hours per week. The hours of operation shall be established from 0800-1800 hours; not to exceed more than ten (10) consecutives hours per day, Monday – Friday except on legal holidays listed in this PWS. The COR will establish each Garrison hours of operation in accordance with each Garrison Commander’s guidance. The hours of operation may vary during installation closing due to inclement weather, force protection exercises, and/or special operations in which the contractor may not be permitted in the work area.

h. The contractor shall prepare daily installation correspondence material and conduct daily distribution of requirements.
1.6.2 At Government’s request, the contractor may be required to assist third party agencies during official investigations and inquiries such as Military Law Enforcement Agencies and Army Career Counselors. Assistance may include the following: provide Government’s copies of inventories/logs, reports, and Soldier’s personal files, and generate memorandum for record. The contractor shall ensure all releases of information to third parties are in accordance with the Freedom of Information Act (FOIA).
1.6.3 Quality Control. The contractor shall develop and maintain an effective Quality Control Plan (QCP) to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor’s quality control plan is the means by which he assures himself that his work complies with the requirement of the contract. The QCP shall be provided to the KO with contractor’s proposal and shall be updated thereafter to maintain an effective and efficient quality control program. The contractor shall submit a Quality Control Report (QCR) to the Government within 30 days after the contract is awarded for review and acceptance. After acceptance of the QCR the contractor will receive the contracting officer’s acceptance in writing of any proposed change to his QC system.
1.6.3.1 A quality control report will be submitted within 30 days of contract award. This report will be submitted to the government on the 5th working day of every month. The QCR will cover all the objectives of the QCP.
1.6.3.2 Be a comprehensive program to plan and deliver quality services to the Government.
1.6.3.3 Cover and prioritize all services described in this contract and PRS table.
1.6.3.4 Describe a method acceptable to the Government of identifying deficiencies in the quality of service performed under this contract before the level of performance becomes unacceptable and address processes for corrective actions without dependence upon Government direction.
1.6.3.5 Describe a method acceptable to the Government of identifying deficiencies in the quality of service performed under this contract before the level of performance becomes unacceptable and address processes for corrective actions without dependence upon Government direction.
1.6.3.6 Establish an inspection system covering all services required by this contract. This plan shall specify areas to be inspected on either a scheduled or an unscheduled basis and the title of the individual who will do the inspection.
1.6.3.7 Contain specific quality control techniques and standards for contract services identified in the Performance Requirements Summary and Inspection of Services Clause list. The quality control methods shall be comprehensive and adaptable to the reporting systems of the QCP. Control measures must be specified and metrics developed to ensure accurate program monitoring.
1.6.3.8 Include a customer complaint feedback system for correction of validated complaints and to inform the Government of corrections. The QCP shall describe how the Government may identify problem areas or situations to the contractor. The customer complaint program shall be compatible with the reporting and communication systems of the QCP.
1.6.3.9 Require documentation of all contractor quality control inspections and corrective actions to be maintained by the contractor throughout the term of this contract. Inspection documents and the corrective action taken shall be made available to the KO or designated representative.
1.6.4 The Quality Control Plan will be used by the contractor to collect data, evaluate and document performance against standards associated with each specific requirement. Performance is measured by assessing the required workload quantity in terms of quality and timeliness. The contractor shall use the format below measure each line item in the PRS table.
See Example Below.
Objective PERFORMANCE STANDARD
What level of performance is required to meet the Performance Objective or Task? CONTRACTOR PERFORMANCE STANDARD
What level of performance is required to meet the Performance Objective or Task? Performance
Threshold WHAT/DATA SOURCE
What are you going to inspect? HOW/METHOD OF ASSESSMENT
How are you going to inspect? see drop down list CALCULATION
How will you determine if the AQL and Standard are being achieved?
Contract Management Para
The contractor shall develop and maintain an effective Quality Control Program (QCP) to ensure services are performed in accordance with this PWS Contractor submit based on PWS requirement 100% Contractor submits based on PWS requirement 100% / Periodic / Random Inspection Contractor will submit (Pass/Fail)

1.6.5 Hours of Operation: The contractor is responsible for conducting business, between the hours of 0800-1800 Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The contractor shall at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the contractor shall keep in mind that the stability and continuity of the workforce are essential. Each MPD and TC shall be open and operational at least forty (40) hours per week. The hours of operation shall be established from 0800-1800 hours; not to exceed more than ten (10) consecutives hours per day, Monday – Friday except on legal holidays listed in this PWS 1.6.4.2. The COR will establish each garrison hours of operation in accordance with each Garrison Commander’s guidance. The hours of operation may vary during installation closing due to inclement weather, force protection exercises, and/or special operations in which the contractor may not be permitted in the work area.
1.6.5.1 No proposed or directed change in working hours shall be effective until approved in writing by the Contracting Officer.
1.6.5.2 The contractor shall observe the following as legal public holidays. As such, the MPD and TC shall not be required to conduct normal operations on these holidays:
US Government legal holidays are as follows:
• 1st January (New Year’s Day)
• 3rd Monday, January (Dr. King’s Birthday)
• 3rd Monday, February (President’s Day)
• Last Monday, May (Memorial Day)
• 4th July (Independence Day)
• 1st Monday, September (Labor Day)
• 2nd Monday, October (Columbus Day)
• 11th November (Veterans’ Day)
• 4th Thursday, November (Thanksgiving Day)
• 25th December (Christmas Day)

1.6.6 Place of Performance: The work to be performed under this contract will be performed at Camp Casey, Camp Red Cloud, Yongsan, Camp Humphreys, Camp Henry, and Camp Carroll. Satellite sites might be established at other locations in order to support training exercises and the Korea Relocation Program. Contractor personnel may be required to visit other installation offices in the execution of their duties.
1.6.6.1 Place of performance is subject to change as personnel and resources shift from one garrison to another. The government reserves the right to direct/govern place of performance as required and necessary to support new mission requirements.
1.6.6.2 Satellite sites have fixed staff and equipment. They have no supervisory role over other locations but may support and travel to remote site.
1.6.6.3 Remote sites have no permanent staff or fixed equipment.
1.6.7 Type of Contract: The government will award a Firm-Fixed Price contract.
1.6.8 Special Qualifications: Contractor employees shall be fully trained, qualified, certified or licensed under the requirements specified in individual sections of the PWS prior to starting work. The contractor shall maintain records of training qualifications, certifications, and licenses on each employee for the duration of their employment. These records shall be available to the COR or designated representative upon request. The contractor shall provide internal training to ensure that employees remain qualified, certified, and licensed.
a. The government reserves the right to direct contractor to conduct and complete other required training. This training might include: Information Security/Assurance, Anti-Terrorism Training, Operations Security Training, Suicide Prevention Program, and Sexual Harassment Assault Response Prevention (SHARP) Program Training.
b. Application for Status of Forces Agreement: Contractor shall submit the following documentation for each employee (1) Complete USFK Form 700-19A-R-E; (2) Letter of Accreditation; (3) USFK Form 217-E; (4) USFK Form 237-E; (4) Copy of passport (to include all stamped pages); (6) proof of ordinary residency; (7) previous USFK 700-19A-R-E (if applicable). Additional documentation shall be required in some cases. These requirements are subject to change at any time and without notice. All documentation must be submitted thirty (30) days after contract award and whenever a new contractor employee is hired IAW USFK Regulation 700-19.
1.6.9 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor contractor’s performance and notifies both the Contracting Officer and contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order.
1.6.10 Key Personnel: The contractor shall designate in writing, a primary and alternate point of contact. The contractor shall provide the names, telephone numbers, fax numbers, and e-mail addresses, as well as the individuals’ level of authority. The contractor shall submit the same information for any person acting as an alternate to the POC. Key personnel shall not be replaced or relocated without prior approval of the KO and COR.
1.6.10.1 In addition the contractor shall provide an organizational chart with their proposal and an updated copy within thirty (30) calendar days after contract award. The organizational chart shall include names, addresses, and telephone numbers of the contractor’s point of contact, supervisory personnel, and key management personnel who shall serve as a focal point between the contractor and the Government to resolve problems and emergency situations. The contractor shall ensure that the chart shall remain current at all times and shall notify the COR immediately, in writing, whenever changes are made.
1.6.10.2 Project Manager: The contractor shall provide at least one in country (Republic of Korea) Project Manager who shall be responsible for the overall management and coordination of the contract to include timely performance, quality and compliance with the terms and conditions of the contract and shall be the primary point of contact with the Government Contracting Officer’s Representative (COR). The Government shall have 24/7 telephonic accessibility to the Project Manager or his/her alternate. The Project Manager shall have at least seven (7) years of experience within the last ten (10) years in U.S. military (US Army) Human Resources. Additionally, the Program Manager shall have at least a Bachelor’s Degree from an accredited college.
1.6.10.3 MPD Site Managers: The Government requires a site manager for each MPD site. MPD sites are located in the following installations: Camp Casey, Area I (subject to relocate or remove based on USFK Land Partnership Plan (LPP)), Yongsan; Area II (subject to relocate or remove based on USFK Yongsan Relocation Plan (YRP)), Camp Humphreys; Area III, and Camp Henry, Area IV. MPD Site Managers shall have the following:
a. At least five (5) years of experience within the last ten (10) years in U.S. military (US Army) Human Resources with the Associate Degree from an accredited college.
OR
b. At least eight (8) years of experience within the last ten (10) years in U.S. military (US Army) Human Resources. [Note: Three (3) years of experience within the last ten (10) years in U.S. military (US Army) Human Resources substitutes Associate Degree from an accredited college.]
1.6.10.4 Sr. Transition Analyst: The Government requires a Sr. Transition Analyst who has an oversight for following Transition Center locations: Camp Casey, Area I; Yongsan, Area II; Camp Humphreys, Area III; and Camp Henry, Area IV. The TC Processing Analyst requires at each area under the oversight of a Sr. Transition Analyst. The Sr. Transition Analyst shall have the following;
a. At least five (5) years of experience within the last ten (10) years in U.S. military (US Army) Human Resources with an Associate Degree from an accredited college.
OR
b. At least eight (8) years of experience within the last ten (10) years in U.S. military (US Army) Human Resources. [Note: Three (3) years of experience within the last ten (10) years in U.S. military (US Army) Human Resources substitutes Associate Degree from an accredited college.]
1.6.10.5 Personnel: All contractor employees shall abide by pertinent regulations set forth in this PWS and all applicable Federal and local installation laws, policy or regulations. The contractor shall develop and update standing operating procedures (SOPs) as required in the performance of this PWS to sustain operations and process customer products. This will be done IAW applicable regulations and as directed by the COR.
a. The contractor shall provide a workforce possessing the skills, knowledge, and training to satisfactorily perform the requirements of services included in this PWS. Contractor employees shall have the ability to proficiently communicate in the English language. Personnel performing work under this PWS shall remain employees of the contractor and shall not be considered employees of the Government.
b. The contractor shall be responsible for its employees’ work performance and conduct. The contractor shall maintain provisions for the immediate removal of employees for misconduct or other causes prejudicial to the maintenance of health, welfare, morale or security. The contractor shall be aware of the Installation Commander’s responsibility for the general security and well-being of personnel, and shall ensure that personnel removal provisions support the Installation Commander in this regard.
c. The Government has an inherent right under law, practice and regulation, to control access to its facilities, property and data, including those that are the subject of this contract. Access privileges will be tailored to individual contractor personnel responsibilities. The Government will be the final authority in determining access privileges. The Government’s exercise of its right to grant and revoke access by particular individual(s) to its facilities will not constitute a breach or change to this contract, regardless of whether said individual(s) are employed by the contractor, and regardless of whether said individuals are thereby precluded from performing work under this PWS.
1.7 Attire and Identification: The contractor shall develop dress code requirements subject to Government approval 14 days after contract award. Contractor shall provide nametags and employees shall wear them at all times. Nametags shall be visible to customers and others at all times.
1.8 Travel: The Contractor shall be required to travel in performance of this contract.
The contractor may be required to travel between installations within the Republic of Korea. The contractor shall be required to conduct two quality control visits annually to the contractor-operated Military Personnel Divisions and Transition Centers. All travel shall be conducted in accordance with FAR 31.205-46, “Travel Costs,” and the Joint Travel Regulations (JTR) and shall be pre-approved by the COR. The number of trips and personnel travelling shall be limited to the minimum number required to accomplish work requirements and shall be coordinated with the COR.
1.9 Inspections and Acceptance: All reports must be approved by the COR.
1.10 Information Security and Government Systems Access: Contractor personnel shall require Common Access Cards, user accounts and system passwords for access to the Government’s personal computer networks. Contractor staff shall be required to initiate paperwork for a national agency check as applicable and apply for AHRS access within thirty (30) days after contract award.
1.10.1 Within thirty (30) days of contract award, all contract employees shall apply for Army Knowledge Online (AKO) accounts. An AKO account is a prerequisite to access Korea domain and AHRS. Contract employees who are unable to apply for an AKO account in their own right or who choose to register as a DoD Contract Employee will use the COR as the sponsor. Once the COR certifies/validates the account, the contract employee will receive an email message confirming the account is active. After establishment of the Korea domain account, each contract employee will update their AKO profile to have the AKO emails automatically forwarded to their Korea domain account. AKO accounts are verified/validated on a periodic basis and will be cancelled upon termination of employment or expiration of contract.
1.11 Security Requirements: Contractors are required to hold National Agency Check with Inquiry (NACI). Additionally, they are responsible for safeguarding official and sensitive information. Failure to safeguard any official and sensitive information which may involve the contractor or the contractor’s personnel or to which they may have access may subject the contractor and/or the contractor’s employees to criminal liability under Title 18, section 793 and 7908 of the United States Code. Provisions of the Privacy Act apply to all records and reports maintained by the contractor. All programs and materials developed at government expense during the course of this contract are the property of the government. Contractor personnel shall be required to adhere to the security requirements of the Republic of Korea Theater of operation.
1.12 Key Control: The contractor shall establish, implement and maintain records for ensuring that all keys issued to contractor employees by the Government are not lost or misplaced, and are not used by unauthorized persons. Keys issued to contractor personnel by the Government shall not be duplicated without the express written consent of the Government. The Government will initially furnish all keys required for access to offices and buildings. The cost of any changes to locks as a result of keys lost by contractor employees shall be pay by the contractor. Key personnel shall not be replaced or relocated without prior approval of the KO and COR.
Please review for accuracy. This section had information about the reimbursable…that is no longer regulatory.
1.13 Common Access Card: The Government will issue a CAC to each contract employee. This card will be utilized for access to the installation, and for other identification purposes as required. Upon employment termination or CAC Card expiration, whichever comes first, the Contractor Program Manager or Contractor Site Manager shall collect and turn-in CAC Card to the local ID card section. Additionally, the Program Manager or Contract Site Manager shall provide applicable documentation to COR proving that CAC Card has been turn-in.
1.14 Reference Secretary of the Army Memorandum dated 28 Jun 06, Subject: Contractor Verification System (CVS) Implementation guidance and instructions for the implementation of the CVS Army-wide. IAW with this guidance, the authorizing official (Contracting Officer Representative (COR), the designated Contracting Officer (KO) assigned to the installation contracting office, the installation’s designated representative, or other approving officials) will approve issuance of the CAC through the automated CVS system. The TASM will be the designated TASM as described in the Secretary of the Army guidance. The contractor’s CVS applications under this task order should clearly cite the contract and task order numbers identified on the DD Form 1144 for this task order.
1.15 Quality Assurance: The contractor’s quality control program is the means to assure that the work complies with the requirement of the contract. The contractor shall develop and maintain an effective quality control program into every phase of every project to ensure services are performed in accordance with the PWS. Contractor is responsible for review of all projects to verify accuracy and completeness. The contractor quality assurance plan must address the areas identified in the Performance Requirements Summary (PRS) described in TAB A of the PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor shall prepare and submit to the Contracting Officer (KO) and Contracting Officer Representative (COR) a quality control plan for approval 30 days after award.
1.16 Performance Assessment: The Government reserves the right to evaluate all areas of contractor’s performance under this contract without any advance notice to the contractor.
1.17 Accounting for Army Service Contracts: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for the performance of the contract. The contractor is required to completely fill in all the information in the format using the following web address https://cmra.army.mil/Login.aspx The required information includes: (1) Contracting Office, Contracting Officer’s Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (4) Actual direct labor hours; (6) Actual direct labor dollars paid this reporting period; (7) Total payment; (8) Predominant Federal Service Code (FSC) reflecting services provided by the contractor; (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor perform the work-overseas location, using standardized nomenclature provided on website; (12) Presence of deployment or contingency contract language; and (13) Number of contractor employees deployed in theater this reporting period. As part of its submission, the contractor shall also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by October 31 of each calendar year. Contractors shall use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor’s systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML transfer may be downloaded from the web site. The contractor shall report data submission to the COR via the Monthly Status Report.

Previous Section Removed.

PART 5
SPECIFIC TASKS

5. Specific Tasks:
5.1 Coordinate and conduct a “kick-off” meeting within 14 days of award.
5.2 Perform Battalion S1 functions for US Army Garrison Red Cloud/Casey, US Army Garrison Yongsan (to include IMCOM P Forward and the Religious Retreat Center), US Army Garrison Humphreys, and US Army Garrison Daegu.
PWS 5.2.1-5.2.6 – MPD’s functions provided to all IMCOM P units
5.2.1 Track and report all creditable Personnel Tempo (PERSTEMPO) IAW appropriate Military Personnel (MILPER) Message.
5.2.2 Review, edit and process individual military and unit awards and decorations. Ensure certificates are completed correctly; grammatically correct and spelling error free IAW 600-8-22.
5.2.3 Process and prepare local awards such as General Paik Sun Yup (8th Army Regulation 672-4), Helping Hand (8th Army Regulation 672-4), Mary Walker (8th Army Regulation 672-2), Sergeant Audie Murphy (8th Army Regulation 672-3), General Franks award and Ranger Hall of Fame award. If award requires CG, 8th Army approval, MPD process through 8th Army G1. These include General Douglas MacArthur Award and awards for Republic of Korea officers.
5.2.4 Process all DA Form 31 (ordinary leave, convalescent leave, PTDY requests) and maintain control log IAW AR 600-8-10.
5.2.5 Prepare documents for recorder for NCO/Soldier of the month, quarter and year boards IAW AR 600-8-19, local guidance and SOP.
5.2.6 Counsel Soldiers on the completion of the DA Form 5434, Request for Sponsor located in the ACT Sponsorship Module and monitor the ACT Sponsorship process of losing and inbound Soldiers and provide Garrison Commander an ACT Sponsorship monthly report IAW AR 800-8-8, the Total Army Sponsorship Program, HQDA EXORD 161-15 and local policies.
5.3 Personnel Services Support for Non-PSDR units (see list at TAB D) and geographically separated PSDR units without S1 support, i.e., parent unit is deployed.
PWS 5.3.1-5.3.32 – MPD’s functions provided to all Non-PSDR units
5.3.1 Conduct in and out processing procedures; this might include: issuing battalion clearing and in processing papers, updating Soldier’s DD 93 and SGLV 8286, and filing Soldier’s MPF IAW AR 600-8-101, and local SOP.
5.3.2 Maintain accountability for Military Personnel Files (MPF). Update MPF to include mandatory information/forms IAW AR 600-8-104.
5.3.3 Conduct monthly personnel reconciliation IAW 600-8-6, AR 630-10 and Field Manual (FM) 1-0.
5.3.4 Ensure Soldiers are slotted in appropriate position local IAW 600-8-6 and command guidance.
5.3.5 Process Meritorious Service Medal (MSM) and above-review, edit and process individual military and unit awards and decorations. Ensure certificates are completed correctly; grammatically correct and spelling error free IAW 600-8-22.
5.3.6 Process and manage Army Good Conduct Medal Program IAW 600-8-22.
5.3.7 Process and monitor Suspension of Favorable Personnel Actions (FLAG) to verify compliance and accuracy IAW AR 600-8-2.
5.3.8 Process Absence Without Leave (AWOL) requests IAW AR 600-8-6, AR 630-10, FM 1-0, and other applicable guidance.
5.3.9 Process Drop From Roll (DFR) request IAW AR 600-8-6, AR 630-10, FM 1-0, and other applicable guidance.
5.3.10 Manage the Officer and Enlisted Evaluation Report System to include maintaining suspense, reviewing for accuracy, and assuring timely submission, IAW AR 623-3 and DA PAM 623-3.
5.3.11 Manage and update rating scheme in IAW AR 623-3 and DA PAM 623-3.
5.3.12 Conduct records update for officers, warrant officers and enlisted Soldiers. This may include records update for promotion selection and special selection boards IAW FM 600-8-104, AR 600-8-19, AR 600-8-29 and applicable MILPER Messages.
5.3.13 Manage and process all decentralized and semi-centralized promotions and reduction matters in IAW 600-8-19, AR 600-8-29 and applicable guidance.
5.3.14 Monitor centralized promotion lists-Sergeant First Class through Sergeant Major, CW3 through CW5, and CPT through Colonel. Print promotion orders and prepare promotion certificate IAW AR 600-8-19 and AR 600-8-29.
5.3.15 Process and publish lateral promotion orders IAW AR 600-8-19 and AR 600-8-29.
5.3.16 Process requests for personnel actions such as Hometown Recruiter Assistance Program, airborne training, legal name change, service school, Military Occupational Specialty (MOS) reclassification, Army married couples program, language training, separate rations, foreign service tour extensions and curtailments (FSTE/FSTC), intra theater transfer (ITT), consecutive overseas tour (COT), compassionate reassignment, and assignment incentive pay (AIP) IAW AR 600-8, AR 614-30, appropriate MILPER Message, local guidance, and applicable regulations.
5.3.17 Process officer and enlisted separation actions. Forward eligible separation actions to TC and assist TC in ensuring separations are completed accuracy and timely IAW 635-200 and other applicable guidance.
5.3.18 Prepare and publish orders awarding Military Occupational Specialty (MOS), Additional Skill Identifier (ASI), and Special Qualification Identifier (SQI). Verify qualifications are met prior to publication of orders IAW AR 600-8-104.
5.3.19 Prepare and process orders for Special Duty Assignment, Hazardous Duty, and Foreign Language Proficiency Pay (FLPP) IAW AR 600-8-104.
5.3.20 Provide unit commanders documents affecting military pay to include Unit Commander Financial Report (UCFR).
5.3.21 Coordinate Officer Candidate School (OCS) boards IAW AR 350-51, AR 135-100 and applicable MILPER Messages.
5.3.22 Process Green to Gold applications IAW AR 145-1, AR 135-100, applicable guidance and local SOP.
5.3.23 During Soldier Readiness Processing (SRP), perform personnel and unit verification (DD 93, SGLV 8286, Emergency Data, ID Tags, and coordination for CAC) IAW AR 600-8-101.
5.3.24 Provide unit commanders required documentation and requested assistance during Personnel Asset Inventory (PAI) and complete and submit supporting documents IAW AR 600-8-6.
5.3.25 Conduct personnel accounting strength reporting (PASR). Submit transactions to update Army Human Resources Systems (AHRS). Verify information contained in AHRS is accurate and edit discrepancies IAW FM 1-0 and eMILPO functional guidance.
5.3.26 Maintain Stop Move Program IAW applicable guidance.
5.3.27 Manifest deploying units IAW Deployment Cycle Support (DCS) Directive and Communication Plan (COMPLAN), applicable DA guidance and local SOP.
5.3.28 Perform AHRS maintenance to include initiating and retiring user accounts.
5.3.29 Extract and submit statistical data as required and provide as requested. The contractor shall compile historical data and prepare required reports as necessary. At Government’s request, contractor shall brief the data collected at Training Meetings, Commanders’ Conferences and other Staff Meetings. The Contractor shall not release any personal information to third parties. All requests for a Soldier’s personal information by third parties will be cleared for release by the Freedom of Information Act (FOIA) Officer.
5.3.30 Notify Soldiers and commanders or designated representative of suspense requirements and assure completion of such suspense requirements as provided by DoD, DAHQ, HRC, 8th Army and/or any Army HR proponent.
5.3.31 Provide miscellaneous services, such as preparing statements of service, verification of qualifications, preparing and updating casualty documents, processing military pay documents, and providing other extracts of contents of personnel records to staff agencies, commanders, and the Soldier.
5.3.32 Counsel Soldiers on the completion of the DA Form 5434, Request for Sponsor located in the ACT Sponsorship Module and monitor the ACT Sponsorship process of losing and inbound Soldiers and provide Garrison Commander an ACT Sponsorship monthly report IAW AR 800-8-8, the Total Army Sponsorship Program, HQDA EXORD 161-15 and local policies.
5.4 Personnel Services Support for all Army units located in the Republic of Korea.
PWS 5.4.1- 5.4.22 – MPD’s functions provided to all Army units in Korea
5.4.1 Review, update, and electronically file Soldier DD 93 and SGLV 8286 during in processing IAW AR 600-8-101.
5.4.2 Utilize Installation Support Model to issue installation inprocessing checklist DA 5123-1 for Soldiers in assigned area and monitor 100% completion rates.
5.4.3 Conduct out processing procedures; this might include but might not be limited to: conduct out processing briefing, issue Permanent Change of Station (PCS) orders, collect and file mandatory clearing papers IAW AR 600-8-101.
5.4.4 At government’s request, provide fund site to prepare emergency leave travel documents and funded convalescent leave documents IAW AR 600-8-10.
5.4.5 Process Soldiers for command sponsorship request, Exceptional Family Member Program (EFMP), dependent travel, and joint domicile. The Garrison Commander is the approval authority IAW AR 608-8-1, USFK Reg 614-1, JTR, Appendix Q, DoD Directive 1314.07, DoDEA Reg 1034-1, DoDEA Reg 1342.13, and USFK Procedural Guidance for Army Command Sponsorship Korea.
5.4.6 Process and publish final order for Overseas Housing Allowance (OHA) IAW USFK Procedural Guidance for Army Command Sponsorship Korea and Joint Travel Regulations (JTR) Appendix Q, Part I, Note 4.
5.4.7 Process reassignment in accordance with HRC assignment instructions in a timely manner with minimal hardship to the Soldiers and their Families IAW AR 600-8-11, AR 608-75, AR 55-46, AR 614-30, and USFK Regulation 614-1.
5.4.8 Process outbound Soldiers’ operational deletion and deferment requests IAW AR 600-8-11, AR 608-75, AR 55-46, and AR 614-30.
5.4.9 Process requests and applications for early return of dependents IAW AR 600-8-11, AR 608-74, AR 55-46, AR 614-30, and USFK Regulation 614-1.
5.4.10 Process requests for student travel, early/advance return of Family members, and in-country separations IAW AR 55-46, AR 608-8-101, AR 614-30, and AR 608-8-1.
5.4.11 Monitor WIAS and at government’s request, publish Temporary Change of Station (TCS) orders, and AR 600-8-104.
5.4.12 Assign order number to confinement orders completed by legal office IAW AR 633-30.
5.4.13 Process confinement orders if a PCS is involved IAW AR 633-30 and AR 600-8-104.
5.4.14 Issue orders for reassignment if Soldier is moving between units IAW AR 614-30 and AR 600-8-104, 8th Army guidance and local SOP.
5.4.15 MPD in Area II will perform all administrative functions associated with the tracing and routing of Congressional inquiries received from the Office of Chief Legislative Liaison (OCLL)/USARPAC. They will refer them to the non-PSDR units and monitor the replies for timeliness. For PSDR units, the MPD in Area II will receive the inquiries from OCLL/USARPAC and refer them to G1/S1 or the rear detachment for direct reply to USARPAC with a copy of the close out furnished to MPD for monitoring purposes IAW AR 1-20 and local SOP.
5.4.16 Operate a Retirement Services Office. Provide retirement services to all eligible retired Soldiers and Family members: providing information and referral benefits/entitlements. Conduct Retiree Appreciation Days (RAD) as requested by Garrison Commander or representative IAW AR 600-8-7 and local guidance.
5.4.17 As per government’s request coordinate, assist, and provide requested administrative support for Army Emergency Relief (AER) yearly donation for the Garrison Commander. Receive AER reports from installation tenant units. Compile and submit Garrison report as required IAW AR 600-29 and AR 930-4.
5.4.18 As per government’s direction coordinate, assist, and provide requested administrative support for Combined Federal Campaign (CFC). Appoint a Garrison Coordinator and provide administrative support upon government’s request. Receive CFC reports from installation tenant units. Compile and submit Garrison report as required IAW AR 600-250 and 8th Army guidance.

5.4.19 As per government’s request coordinate, assist, and provide requested administrative support for the Garrison Voting Assistance Officer (VAO). Assist the installation VAO in coordination, publicity and execution of the voting assistance mission IAW AR 608-20 and 8th Army guidance.
5.4.20 During 8th Army required semi-annual Soldier Readiness Processing (SRP), at Government’s request, schedule the location and functional staff representatives and unit participation. Schedule as required any additional SRPs needed for deploying units. Schedule any required reverse SRP reintegration. Coordinate and assist in mobilization and demobilization site availability and coordinate the functional agency attendance IAW AR 600-8-101.
5.4.21 Reassignment Work Center (RAWC) monitor the ACT Sponsorship Dashboard for assignment of sponsors and input the out/inbound Soldier family travel data in ACT Sponsorship Module and publish and distribute assignment orders to each Soldier and organization IAW 600-8-105 and local standard operating procedure.
5.4.22 Grant/remove ACT Sponsorship Module access to all BDE/BN USCs and CSMs and maintain duty appointment orders for all BDE/BN USCs. Monitor the installation level program via ACT Sponsorship Dashboard, mitigate issues with Soldiers, commands, and other installations and provide Garrison CDR/CSM with ACT Sponsorship Module reports as required IAW AR 600-8-8 and HQ DA EXORD 161-15 and local policies.
5.5 Automated System Support.
PWS 5.5.1-5.5.4 – Automated System Support provided to all Non-PSDR units
5.5.1 MPD must identify and appoint personnel to serve as the main point of contact for all AHRS baseline applications.
5.5.2 Appointees must process applications for AHRS access (examples are: eMILPO, TOPMIS, EDAS, iPERMS and IPPS-A) IAW AR 25-2 and the remote system access procedures.
5.5.3 Conduct eMILPO training quarterly and provide assistance as requested.
5.5.4 Serve as the primary point of contact for all AHRS matters to include publishing guidance, complete queries, provide feedback, and ensure security requirements are met.
5.6 Timely, thorough and accurate transition processing services for all eligible Soldiers and Family members.
PWS 5.6.1-5.6.2 – Transition Center’s functions provided to all Army units in Korea
5.6.1 Operate the transition centers in accordance with the provisions contained in the Site Management Manual (SMM) – sample will be provided upon request. Update the SMM within thirty (30) days of start work and provide a copy of the SMM to the COR and the IMCOM P G1.
5.6.2 Provide transition processing services during the following time periods:
(1) Pre-transition processing within the 210-120 day time frame preceding a Soldier’s transition date.
(2) Transition administrative processing within the 120-2 day time frame preceding the Soldier’s departure date.
(3) Final transition processing 2-0 days preceding the Soldier’s departure.
(4) Post transition processing 0-/+ 5 days after the Soldier’s separation date.
5.7 Timely and accurately, process all separation requests to include retirements and chapters for all eligible Soldiers and Family members.
5.7.1 Ensure all received retirement requests are in compliance with regulatory guidance.
5.7.2 Review, process and forward officer retirement and separation considerations to HRC for approval.
5.7.3 Review, process and forward senior enlisted Soldiers (SSG promotable and above) retirement and separation considerations to HRC for approval.
5.7.4 Review, process and forward all other retirement requests in accordance with AR 634-200.
5.8 Timely, thorough and accurate transition processing services for all eligible Soldiers and Family members.
5.8.1 Ensure Soldiers are referred for Retention Counseling with the USAR/ARNG Career Counselor.
5.8.2 Conduct Survivor Benefit Plan (SBP) counseling for eligible Soldiers.
5.8.3 Perform record review and update information as necessary IAW AR 600-8-104.
5.8.4 Prepare/publish Good Conduct Medals and Orders and issue the DA Form 4950 (Good Conduct Medal Certificate), IAW AR 600-8-22, AR 600-8-104 and IMCOM Pacific guidance, for eligible Soldiers who did not receive the award from their unit.
5.8.5 Prepare transition orders using formats prescribed in AR 600-8-104, including required amendments/revocations for transitioning Soldiers.
5.8.6 Identify Soldiers required to have a medical (physical/dental) examination and/or waiver.
5.8.7 Ensure retirees who meet the criteria for mandated requirements or programs are enrolled and receive required briefings. Contractor shall schedule the final appointment.
5.8.8 Submit electronic Military Personnel Office (eMILPO) transactions in accordance with established SOPs and other regulatory documents (e.g., regulations, bulletins, circulars, procedures and messages).
5.8.9 Verify receipt of the DA Form 137 (Soldier’s Installation Clearance Record) or equivalent installation clearance form, health/dental records and VA Form 21-526 (Veteran’s Application for Compensation or Pension), if applicable.
5.9 Timely, thorough and accurate pre-separation briefings for eligible Soldiers and Family members.
5.9.1 Provide pre-separation briefings to eligible Soldiers at all Garrisons.
5.10 Timely, thorough and accurate Survivor Benefit Plan (SBP) Elections Briefings for all eligible pre-retiree Soldiers and spouses.
5.10.1 Brief Survivor Benefit Plan (SBP) election options to identified pre-retirees and spouses, to include completion of DD Form 2656 (Data for Payment of Retired Personnel).
5.11 Accurate DD Form 214 preparation.
5.11.1 Brief the importance of the DD Form 214, VA benefits, TRICARE/medical, dental and vision benefits, transportation requirements, clearance responsibilities, Continued Health Care Benefit Plan (CHCBP), conversion of Service Member’s Group Life Insurance (SGLI) to Veterans Group Life Insurance, Reserve Component affiliation and retention options, and ID Card procedures.
5.11.2 Ensure that retiring Soldiers receive a US flag, retirement pin, retirement letter, spouse certificate, and certificate of retirement no later than two weeks before their retirement ceremony. (All these items are provided by the Government per Section 644 PL105-261). The contractor shall annotate the retiree’s DD 214 regarding receipt of these items.
5.11.3 Manage the Retirement Services Initiative web-program to ensure proper accountability of retirement supplies (US flags, retirement pins, generic retirement packages).
5.11.4 Distribute the DD Form 214 with supporting documentation.
5.12 Timely, thorough and accurate final transition processing for all eligible Soldiers and Family members.
5.12.1 Ensure Soldiers have appropriate ID cards and passports.
5.12.2 Ensure Soldiers review and sign the DD Form 214, unless the Soldier has elected the Station of Choice (SOC) option. For Soldiers who elect the SOC option, ensure they complete the DD Form 214WS and give them the supporting documents to hand carry to the SOC location.
5.12.3 Ensure that an authorized representative has authenticated the DD Form 214.
5.12.4 Ensure Soldiers receive copy 1 and 4 of the DD Form 214. Soldiers starting transition leave or Permissive TDY (PTDY) will receive copy 1 and 4 of the DD Form 214 at out-processing.
5.12.5 Advise Soldiers that the DD Form 214 is an important document that should be safeguarded.
5.12.6 For Soldiers departing on transition leave or PTDY, maintain a suspense file until the Soldier’s transition date and then process according to regulatory guidance and local SOP.
5.12.7 Conduct final review of documents to include ensuring all applicable discharge certificates are completed.
5.13 Provide customer service and provide DA Form 1506 computations to all eligible Soldiers. Compute and ensure all DA Form 1506 are completed and submitted to applicable agency (ies) in accordance with AR 37-104-3.
5.13.1 Collect and file supporting documents to validate the accurate computation of DA Form 1506.
5.13.2 Determine eligibility and compute separation pay for Soldiers IAW applicable guidance.
5.13.3 Provide statements of service to requesting Soldiers or legal representative.
5.14 For a list of all deliverables refer to TECHNICAL EXHIBIT 1. The following reports are required:
5.14.1 30/60/90/120 Monthly Report: This report must capture all personnel departing within the next 30/60/90/120 days from submitting date. The report must indicate the following information: Loss Roster, Evaluations for Officers and NCOs, and Awards. Each MPD will submit their report to assigned DHR. Each DHR will establish suspense date for their garrison.
5.14.2 Monthly Activity Report: The monthly report indicating total number of customers serviced, by functional category, will be provided to the COR by the 15th day of each month.
5.14.3 Government Property Inventory: Contractor must submit an inventory report on any government owned property within sixty (60) days of award. Thereafter, a report is only required when changes occur.
5.14.4 Close Out Report: This report must include a final inventory of all government property to include but not limited to keys, CAC/ID Cards, Ration Cards, and security badges. The close out report is due 14 days prior to contract expiration.
5.14.5 Additional Reports: At government’s request, contractor shall be required to provide/create additional reports. Additional reports may include: Army Managers’ Internal Control Program, Common Level of Support (CLS), Supply Reports, Policy Change Report, Information Briefing/Papers, and Executive Summaries.
5.14.6 The performance requirement summary matrix is located in TAB A.

Place of Performance: 411th Contracting Support Brigade, Korea, Unit# 15289, APO AP 96205-5289 Seoul, Republic of Korea SEOUL, 1 15289 KR URL: https://www.fbo.gov/notices/679e7b176fe241a4b15120e6f8bdd1a OutreachSystems Article Number: 20160406/PROCURE/0085
Matching keyword(s): writ*; copy; technical; standard; operating; procedure?;

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–Script and Performances in support of NECC Reintegration Training Workshops N0018916T0256 Monti Dutta 757-443-1330 Monti Dutta, email: monti.dutta@navy.mil , phone: 757-443-1330 monti.dutta@navy.mil The Fleet Logistics Center (FLC) Norfolk, Contracting Office intends to procure a script and docudrama performances in support of NECC Reintegration training workshops. The objectives of the script and resulting performances are to: 1) de-stigmatize psychological injury by placing it in the larger context of the warrior culture; 2) develop a deeper understanding of the challenges faced by combat and non-combat veterans and those who support them both through engagement of the audience with the dramatic portrayal of these challenges and a dialogue immediately following the performance; 3) facilitate feeling of connection, pride and commitment related to supporting Service members and those who support them through being part of the group dialogue and bonding process; 4) develop a powerful tool for military and medical deployment/combat stress training; and, 5) remain relevant and agile through600px-US-DeptOfNavy-Seal.svg periodic rewrites of the docudrama in order to reflect the challenges of current Navy Expeditionary Force missions.
The contractor shall submit a script and perform a live action docudrama production to NECC staff for approval.
The docudrama productions must incorporate non-combat psychological stresses (e.g. separation anxiety, lack of emotional control, financial pressures, and anger issues) and challenges into a live action production. These stresses should be identified during the interview process, the script writer will identify repeating trends within the interviews and ensure they are highlighted in the script. The docudramas must explore the plight many service members face as they return from NECC specific deployments and attempt to re-enter civilian or garrison life, in addition to any trends identified during interviews the performance should address family separation and the effects deployments have on children.
The docudramas will be integrated with the Department of Defense mandated re-integration training workshops for returning sailors in NECC’s four concentration areas. Once approved, the vendor will include an optional script re-write and rehearsal of the dialogue prior to delivering up to two (2) training events at each of the four (4) NECC Force concentration areas (Virginia Beach, VA; Gulfport, MS; Port Hueneme, CA; and San Diego, CA). Each training event will be conducted over a five day period (Monday-Friday) and may include one (1) docudrama per training day. Each individual docudrama will be followed by audience participation and a training workshop.
The script will be based on interviews with NECC personnel and embedded mental health staff.
NECC will provide access to personnel within 14 days of contract award, contractor will have 30 days to complete interviews and an additional 30 days to write and submit the script to NECC All personnel interviewed will be approved by the NECC technical review board. The final script will provide a list of personnel interviewed and all professional source material with referenced date and page citations (i.e. Journal of Head Trauma Rehabilitation, Journal of Rehabilitation Research and Development, Alcohol Research: Current Reviews, VA Research Currents, etc.) to ensure the clinically acceptable basis of the script.
The two types of required positions include:
Script Writer. The scriptwriter should have a minimum recognized qualification of a Masters Degree in Psychology, Social Work, Counseling, or Marriage and Family Therapy, accompanied with the successful passing of either the National Clinical Mental Health Counselors Examination (NCMHCE) or Association of Marital and Family Therapy Regulatory Boards (AMFTRB) National Examination in Marital and Family Therapy.

Professional Talent/Narrator. The term professional talent is defined as an individual whose income, in whole or in part, is derived by appearing in entertainment and or industrial productions produced by a profit making company; and who has been in similar roles as the one being cast in a professionally produced play, motion picture or television production. All talent employed under this contract shall be costumed and equipped by the Contractor as determined by the approved script.
The estimated Period of Performance is September 26, 2016 to September 25, 2017, plus two one-year option periods. The Government intends to award on or about August 9, 2016 a single, firm fixed-price (FFP) contract to an eligible, responsible offeror.
The specific evaluation criteria will be outlined in the solicitation. When available, the request for proposals (RFP) will be posted at the Navy Electronic Commerce Online (NECO) Web site, http://www.neco.navy.mil. The RFP will indicate the closing date. The North American Industry Classification (NAICS) Code is 624190, and the applicable size standard is $11.0 million in average annual receipts.
Point of Contact:
Monti Dutta, NAVSUP Contracting Department, 1968 Gilbert St., Suite 600, Norfolk, VA, 23511, Phone: 757-443-1330, email: monti.dutta@navy.mil
URL: https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018916T0256/listing.htm

OutreachSystems Article Number: 20160406/PROCURE/0092
Matching keyword(s): writ*; script?; technical; standard;

dept of health and human servicesDepartment of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000 Atlanta GA 30341-4146

R — Field Support Officers for the Polio Eradication and Vaccine Preventable Disease Activities 2016-90342 041916 Christina M. Cusack, Contract Specialist, Phone 7704882052, Email vfz7@cdc.gov – Thersa Routh-Murphy, Contracting Officer, Phone 770-488-2713, Email tnr3@cdc.gov Polio and VPD Field Officer Support
Global Immunization Division (GID)
Centers for Disease Control and Prevention (CDC)
Background: This is a SOURCES SOUGHT NOTICE to determine the availability of potential 8(a) small businesses in accordance with FAR 7.104(d). The potential 8(a) small business will need to demonstrate the ability to provide services a) related to technical assistance and support activities in support of vaccine preventable disease (VPDs) programs, and b) in low resource, VPD vulnerable countries and regions, such as Nigeria, Afghanistan, Pakistan, Southeast Asia.
This contract will continue the work already started in several overseas locations in the areas of technical assistance and scientific services supporting VPD programs, with particular emphasis on the Global Polio Eradication Initiative. The services will support the regional activities of the 4 teams in the Polio Eradication Branch (PEB) of GID – (1) Eastern Mediterranean region team, (2) Africa region team, (3) the Science, Innovation and Research team, and (4) the Nigeria team. PEB’s global immunization activities include informing the Ministries of Health on polio eradication strategies, VPD surveillance, polio campaign improvements, routine immunization implementation, data management, poliovirus containment and polio legacy activities.
Services required are the following:
• Immunization systems strengthening, including routine immunization (RI) systems;
• New vaccine introduction;
• Information systems development;
• Improving the quality of immunization data collection;
• Implementation of vaccine preventable disease (VPD) surveillance in developing countries.
• Project and Data Management
• Program Monitoring and Evaluation
• Workforce development at the local and country level, including training for personnel supported through CDC Cooperative Agreements, to support polio vaccination campaigns, provide outreach to nomadic and hard-to-reach populations, and conduct outbreak investigations
• Polio Program Legacy planning and implementation to utilize polio program infrastructure to address other vaccine preventable diseases and public health interventions.
Description of the work
The contractor shall be expected to possess expertise in the following areas:
A. Data Management , Consultation, and Documentation Support:
• Participate in World Health Organization(WHO) and United Nations International Children’s Emergency Fund (UNICEF) activities (Expanded Program on Immunization (EPI) reviews, surveillance assessments, data quality assessments, or other aspects of program implementation) to promote polio eradication, routine immunization, data quality and surveillance of new vaccines.
• Analyze epidemiologic data as it relates to vaccine preventable disease (VPD) surveillance, disease transmission and outbreaks.
• Provide technical support regarding data collection activities in operational research, including integration projects in polio endemic countries and countries with re-established transmission of polio, in order to assist with the analysis of the resultant database.
• Set-up tracking tool and procedure for follow up of regional office and country level legacy activities
• Assist with the selection and use of methods for documenting and operationalizing lessons learned in priority countries
• Monitor and evaluate progress of legacy activities and prepare mid-year and end of year reports
• Map polio program resources (all assets, functions, resources, etc) across Global Polio Eradication Initiative (GPEI)
• Assist in the analysis of epidemiologic data as it relates to VPD disease surveillance with an emphasis on accute flaccid paralysis (AFP) and polio environmental surveillance
• Technical<span style=”color:blue;”> writing and editing to develop documentation and user guides for systems and applications produced under this contract;

B. Training Activities
• Support efforts to train and develop local CDC grantee workforce in country, in the areas of health systems strengthening, strategic planning, evaluations, routine immunization, vaccine preventable disease surveillance and other immunization program areas.
• Assist with developing and conducting short-term training for personnel supported through CDC Cooperative Agreements, including epidemiologists, program managers, laboratory technicians, data managers and others, in support of polio eradication activities.
• Assist with training and technical guidance of National Stop Transmission of Polio (NSTOP), Stop Transmission of Polio (STOP) teams and other non-U.S. Government public health officials.
• Assist CDC field and headquarters offices with cataloging CDC Polio Program activities and infrastructure, analysing associated financial data, and planning for the transition of these activities to address other CDC vaccine preventable programs and public health initiatives.
• Develop, pilot and apply training materials and tools that support workforce capacity building in surveys, surveillance, statistics, modeling and epidemiologic investigation and analysis. Training will be targeted at non-U.S. Government personnel, working under CDC Cooperative Agreements in polio eradication and vaccine preventable disease activities. Training methods may include formal classroom training, interactive video, computer-assisted training, Internet based training, individual tutoring, mentoring, and other effective methods. This may include the development of new courses and adaptation of existing courses to new settings.

C. Program Activities Support
• Assist with planning and conducting evaluations of VPD programs and related activities
• Provide experienced technical advice for implementation of polio eradication activities in endemic countries and countries with reestablished transmission or outbreaks of polio.
• Assist with the coordination of planning and implementation of supplemental immunization campaigns (SIAs) and surveillance projects in polio endemic countries and countries with re-established polio transmission.
• Provide advice in the strengthening of the accute flaccid paralysis (AFP) and VPD surveillance systems via coordination, monitoring and evaluation of surveillance activities. Includes travel to remote locations to conduct surveillance activities.
• Support for surveillance, data collection and analysis in response to cases of confirmed or potential poliovirus infection as part of an outbreak response
• Participate in three and six month assessments of status of outbreaks, effectiveness of response and likelihood of continuing transmission of polio.
• Assist with the planning, coordination and implementation of targeted and supplemental immunization campaigns (SIAs), and surveillance activities in response to suspected and/or confirmed cases of poliovirus or other VPDs;
Contractor Requirements:
The contractor shall have experience providing staff to work in immunization programs in low resource, VPD vulnerable countries, such as Nigeria, Afghanistan and Pakistan, to include working with ministry-level government officials, local level public health personnel and other non-governmental public health organization (NGO) officials. Experience supporting polio eradication is desireable, but not required. The contractor shall also have experience collaborating in a multi-agency environment in the execution of tasks, as needed, to achieve the objectives of the task. The prime contractor shall demonstrate the ability to work (through its staff or collaborating organizations) in several of the United Nations (UN) languages, including English, French, and Spanish.
Contractors must respond to all the following points, by indicating your experience and ability to provide:
(1) Similar experience or the ability to provide the experience – Providing technical support for vaccine preventable diseases (VPDs) to foreign governmental entities and non-governmental organizations (NGOs) in developing world countries in the areas of disease surveillance, disease outbreak response support, data management, training, program management and evaluation.
(2) Similar experience or the ability to provide the experience – Expertise providing a variety of services related to diseases surveillance, technical advice and consultation, and project planning and implemetation in a resource-constrained, international setting.
(3) Knowledge or the ability to provide the understanding of the OPDIV program and the complexities associated with its frequently changing nature—Describe the current situation with the World Health Organization’s Global Polio Eradication Initiative (GPEI), including the components of the Polio Eradication & Endgame Strategic Plan 2013-2018, found at the following links: http://www.polioeradication.org/AboutUs.asp and http://www.polioeradication.org/Resourcelibrary/Strategyandwork.asp, respectively
(4) Similar experience or the ability to provide the experience —Provide technical and scientific experts who have experience working in immunization programs in polio priority countries such as Nigeria, Afghanistan and Pakistan, or other low resource, VPD vulnerable countries, to include working with ministry-level government officials, local level public health personnel and other non-governmental public health organization (NGO) officials.
(5) Experience with or the ability to provide the following:
a. Immunization services and support for vaccine preventable diseases
b. Health Information Systems support
c. Disease Surveillance activities
d. Outbreak Response support
Interested parties having the capabilities necessary to perform the stated requirements may submit capability statements via email to Mrs. Christina M. Edwards at vfz7@cdc.gov . CAPABILITY STATEMENTS MUST DEMONSTRATE THE MINIMUM REQUIREMENTS OUTLINED ABOVE. All capability statements must be submitted via e-mail. Responses shall be limited to 7 pages. Responses must be submitted no later than April 19, 2016 at 5:00pm EST . Capability Statements will not be returned and will not be accepted after the due date.  Please address each in order listed above.
Teaming Arrangements: All teaming arrangements shall include the above-cited information and certifications for each entity on the proposed team. Teaming arrangements are encouraged.
This is not an invitation for bid, request for proposal or other solicitation and in no way obligates CDC to award a contract . The sole intent of this Sources Sought Notice is to obtain capabilities for set-aside and procurement planning purposes.
Please provide the following business information:
1. DUNS Number
2. Company Name
3. Company Address.
4. Company Point of Contact, phone number and email address
5. Type of company under NAICS, as validated via the System for Award Management (SAM). Additional information on NAICS codes can be found at http://www.sba.gov. Any potential government contract must be registered in SAM located at http://www.sam.gov
6. Corporate structure (corporation, LLC, sole proprietorship, partnership, limited liability partnership, professional corporation, etc.);
7. Current GSA Schedules appropriate to this Sources Sought,
8. Current Government Wide Agency Contracts (GWACs)
9. Point of Contact, phone number and email address of individuals who can verify
the demonstrated capabilities identified in the responses.
10. Responders should also include a statement about whether or not they have an approved Federal audited accounting system. If the responder has an approved accounting system, please provide the certification in which the accounting system was deemed adequate (e.g. the name of the audit agency and audit number). You may submit as an attachment, which will not count towards the overall page limit.
Set-Aside: Competitive 8(a) Place of Performance: 2920 Brandywine Road Atlanta, GA 30341 US URL: https://www.fbo.gov/spg/HHS/CDCP/PGOA/2016-90342/listing.htm OutreachSystems Article Number: 20160406/PROCURE/0918
Matching keyword(s): video*; edit*; produc*; train*; you; page?; business*; documentation; produce?; writ*; technical; procedure?;

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

R — On-Site Shredding for ODAR Reg7 Hearing Offices SOL SSA-RFQ-16-1259 Description Contracting On-Site Shredding services for ODAR Region 7 Iowa, Kansas, Kentucky, Missouri and Nebraska. IGF::OT::IGF Overview Reference number: SSA-RFQ-16-1259 Issue date: 04/04/2016 Response due: 04/15/2016 02:00 PM CT Set Aside: N/A NAICS: 561410-Document Preparation Services PSC / FSC: R614-SUPPORT- ADMINISTRATIVE: PAPER SHREDDING Agency: Social Security Administration Contracting office: Social Security Administration Office of Acquisition and Grants 1540 Robert M. Ball Building 6401 Security Blvd Baltimore, MD 21235 Place of Performance: Region 07 Contact: TERRY CROWLEY Phone: Fax: Email: Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160406/SMALL/4305
Matching keyword(s): state!ky;

Washington – Kitsap County http://www.kitsapgov.com/purchasing/bids.htm 614 Division St.; Port Orchard, WA; (360) 337-7071

T – Scoreboard & Video Production SOL 2016-133 Due Date: 4/21/16 @ 2:00 PM Scoreboard & Video Production For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160408/BID/0904
Matching keyword(s): video*; produc*; production?;

Kenton County Board of Education, 1055 Eaton Drive, Fort Wright, KY 41017

R — Builder’s Risk Insurance – Ft Wright Elementary. SOL DUE 04/18/2016 Phone: (859) 344-8888; Fax: (859) 344-1531; Website:http://www.kenton.k12.ky.us/content_page2.aspx This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 20160408/KY/7379
Matching keyword(s): age:state!ky; state!ky;

Kenton County Board of Education, 1055 Eaton Drive, Fort Wright, KY 41017

R — Third Party Administrator. SOL DUE 05/06/2016 Phone: (859) 344-8888; Fax: (859) 344-1531; Website:http://www.kenton.k12.ky.us/content_page2.aspx This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 20160408/KY/7382
Matching keyword(s): age:state!ky; state!ky;

Kentucky Lottery Corporation, 1011 West Main Street, Louisville, KY 40202-2623

R — Legal Services. SOL KL-16-024 DUE 05/05/2016 Website: http://www.kylottery.com/apps/about_us/procurement/solicitations.htm 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: 20160408/KY/7383
Matching keyword(s): age:state!ky; state!ky;

Kentuckiana Regional Planning and Development Agency, 11520 Commonwealth Drive, Louisville, KY 40299

R — Long Term Care Ombudsman Program. SOL Website: http://www.kipda.org/Requests_for_Proposals.asp LONG TERM CARE OMBUDSMAN and ELDER ABUSE PREVENTION SERVICES. KIPDA is seeking applications from organizations interested and capable of providing advocacy services to residents of area long-term care facilities as directed by the Office of the State Long Term Care Ombudsman. Applicants are invited to submit a proposal that meets the service requirements and proposal specifications and addresses all components of this service for the entire KIPDA region. Applications will not be accepted for less than regional coverage. 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: 20160408/KY/7388
Matching keyword(s): age:state!ky; state!ky;

Whitley County Board of Education, 300 Main Street, Williamsburg, KY 40769

R — BANK OF DEPOSITORY. SOL DUE 04/14/2016 Website: http://www.whitley.k12.ky.us/Whitley_Board/CentralOffice/Finance.htm The intent of this invitation is to receive quotes from local financial institutions to serve as the official primary depository for the Whitley County Board of Education for the fiscal year beginning July 1, 2016 and ending June 30, 2017. Two secondary depositories may be appointed by the Board as recommended by the Superintendent. Such secondary depositories shall be for the purpose of soliciting quotes on investment instruments and/or for use for school activity funds for the purpose of convenience. The Board of Education hereby limits acceptable respondents to commercial banks and/or savings and loan associations located and having an office in Williamsburg, Whitley County, Kentucky. 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: 20160408/KY/7395
Matching keyword(s): age:state!ky; state!ky;

Whitley County Board of Education, 300 Main Street, Williamsburg, KY 40769

T — District Ed News Printing. SOL DUE 04/15/2016 Website: http://www.whitley.k12.ky.us/Whitley_Board/CentralOffice/Finance.htm PRINTING WHITLEY COUNTY DISTRICT ED NEWS. 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: 20160408/KY/7407
Matching keyword(s): age:state!ky; state!ky;

Whitley County Board of Education, 300 Main Street, Williamsburg, KY 40769

69 — Instructional & Office Supplies. SOL DUE 04/14/2016 Website: http://www.whitley.k12.ky.us/Whitley_Board/CentralOffice/Finance.htm 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: 20160408/KY/7420
Matching keyword(s): age:state!ky; state!ky;

Whitley County Board of Education, 300 Main Street, Williamsburg, KY 40769

T — Student Pictures. SOL DUE 04/14/2016 Website: http://www.whitley.k12.ky.us/Whitley_Board/CentralOffice/Finance.htm STUDENT/ATHLETIC PICTURES. 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: 20160408/KY/7432
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

T – REFERENCE NUMBER: PT2384 Nature of Work/Contract Title: MN SOL REFERENCE NUMBER: PT2384 Nature of Work/Contract Title: MN Child Support Paternity Video Description of Work: The Minnesota Department of Human Services, Child Support Division (STATE) requests proposals for the development and production of a videowhich provides unwed mothers and fathers a video and oral explanation of their legal rights, responsibilities and consequences of voluntarily signing a paternity acknowledgment form. The current video ??The Power of Two?? is outdated. The new video must comply with accessibility standards, be culturally diverse, and be produced originally in English??with voice over translation into three (3) languages: Spanish, Somali, and Hmong. In addition, the video must comply with Minnesota Statutes, section 257.75. Project completion date is four (4) months from signed contract. Please see the contact information below to request the full solicitation. Estimated Cost: $5,001 – $25,000 Contracting Agency: Department of Human Services Location of Work: Taping can take place anywhere in the United States. Response to this solicitation is due no later than 05/13/16 at 04:00 PM CENTRAL TIME. To receive a copy of the complete solicitation, contact: Name: Rebecca Radcliffe Phone: 651.431.4409 TTY: 711 or 1.800.627.3529 (MN Relay Service for persons with speech or hearing disabilities) Email: Rebecca.radcliffe@state.mn.us Date This Solicitation Was Posted: 4/4/2016 10:48:41 AM For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160407/BID/0023
Matching keyword(s): video*; produc*; produce?; production?; video; taping; serv*;

Oregon – City of Portland https://procure.portlandoregon.gov/bso/external/publicBids.sd 1120 SW 5th Avenue; Portland, OR 97204; (503) 823-6855

R – TECHNICAL<span style=”color:blue;”> WRITING POLICY & PROCEDURE SOL 00000288 Due Date: 04/20/2016 04:00:00 PM TECHNICAL<span style=”color:blue;”> WRITING POLICY & PROCEDURE For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160407/BID/0815
Matching keyword(s): writ*; technical;

Utah – Division of Purchasing https://www.bidsync.com/DPX 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 athttp://purchasing.utah.gov/StatewideContracts/Contracts.aspx

T – Bid #RH16021 – Video Production and Editing Services Due Date: Apr 29, 2016 3:00:00 PM MDT Bid #RH16021 – Video Production and Editing Services For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160407/BID/0973
Matching keyword(s): video*; edit*; produc*; production?;

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 Production Services SOL Ref #: #B-16-01 Due Date: 04/26/16 Contact: Dianna Thiele Video Production Services – produce several two-three minute marketing videos. For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160407/BID/1002
Matching keyword(s): video*; produc*; produce?; production?;

California – City of Sunnyvale http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp City of Sunnyvale; PO Box 3707, Sunnyvale CA 94088-3707, Phone (408) 730-7405 FAX (408) 730-7710 Email purchasing@ci.sunnyvale.ca.us

T – Video Production for Silicon Valley Advanced Transportation Workforce Initiative SOL RFQL-NOVA 042016-0-2016/lj Due Date: 4/22/2016 3:00 PM Pacific Contact: Luther Jackson The Workforce Board of the North Valley Job Training Consortium (NOVA) is issuing this Request for Qualifications (“RFQ”) for video production consulting services to document a Silicon Valley initiative connecting advanced transportation industry hiring and training needs with the high schools and community colleges responsible for preparing the future workforce. It is the intent of NOVA to enter into a vendor relationship with a qualified individual(S) capable or providing the services described within the RFQ. Included in this RFQ are a scope of services and tasks and other information describing this opportunity. The performance period is May 16, 2016 through September 30, 2016. For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160406/BID/0034
Matching keyword(s): video*; produc*; train*; production?;

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

R – April 1, 2016 Request for Proposals RFQ – 04-16 Ap SOL April 1, 2016 Request for Proposals RFQ – 04-16 April 1, 2016 Request for Proposals RFQ – 04-16 – Automotive Request for Proposal for Automotive Technology Shop and Classroom Equipment at the Somersworth Career Technical Center (SCTC) You are cordially invited to submit an RFP to supply new automotive technology shop and classroom equipment for the Automotive Technology program at Somersworth Career Technical Center, located at Somersworth High School. The Center is a regional educational facility-housing career and technical education programs for students attending Somersworth High School and seven other area high schools. The SCTC was constructed originally in 1990 and has recently received state of New Hampshire and local funding to complete a major renovation of its facility and to update all programs to meet the current and future needs of students, employers and the communities it serves. Construction will begin in March 2016 and be substantially complete by September 2016. This project will include renovation and redesign of facilities for the following instructional programs: Automotive Technology, Broadcast Technology, Building Trades, Culinary Arts, Digital Media, Marketing, Pre-Engineering, and Teacher Education as well as the addition of two new programs in Medical Assisting and Performing Arts. The Center will also include the addition of a separate entry, expanded restaurant and dining room, and a small 1black box’ theatre for the Performing Arts program. Please see the attached basic specifications and requirements to be included in a bid proposal. One original and 4 hard copies of proposal must be submitted in a sealed envelope or box, plainly marked: Sealed RFP – 04-16-Automotive Automotive Technology Shop and Classroom Equipment for the Somersworth Career Technical Center (SCTC) Lori Lane, Director of Curriculum Somersworth School District 51 West High Street Somersworth, NH 03878 All RFP’s must be received no later than Friday, April 22 at 3:00 pm. RFP’s sent by email or fax will not be considered. Preliminary questions can be submitted in writing to Lori Lane by Friday, April 15, 2016 at 3 PM to llane@sau56.org. A response in the form of an addendum will be posted on the SAU #56 website by Tuesday April 19, 2016. For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160406/BID/0498
Matching keyword(s): broadcast*; program?; education*;

Western Kentucky University, Bowling Green, KY

R — Workers’ Compensation Third Party Administration and Managed Care. SOL 10065 DUE 04/22/2016 Website: http://www.wkuplanroom.com/construction WKU seeks proposals from qualified and credentialed organizations seeking to partner with WKU as third-party-administrator (TPA). It is the intent of WKU to outsource all administrative aspects and managed care services associated with the Program. 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: 20160407/KY/7328
Matching keyword(s): age:state!ky; state!ky;

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

R — CPA Consultant – Addendum #1 – NEW DUE DATE. SOL RFP 074 1600000294 version 2 DUE 04/29/2016 Judy Solomon, Email: Judy.Solomon@ky.gov Phone: (502) 564-9203; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Accounting/Auditing/Budget Consulting. Department of Veteran’s Affairs. 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: 20160408/KY/7440
Matching keyword(s): age:state!ky; state!ky;

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

R — Master Lease Purchase Program Administrator – Addendum #2. SOL RFP 758 1600000291 version 3 DUE 04/19/2016 Joydi Hall, email: jodyi.hall2@ky.gov Phone: (502) 564- 8625; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: This Request for Proposal (RFP) is being issued for the purpose of soliciting proposals from qualified organizations to serve as a Master Lease Purchase Program Administrator for the Commonwealth of Kentucky. The responsibilities of the successful Offeror will be to finance new lease purchase agreements for state agencies, institutions and authorities of the Commonwealth. Any execution using the Master Lease Purchase mechanism will be under the direction of the Office of Financial Management (OFM) and the Office of Procurement Services (OPS) of the Finance and Administration Cabinet within the Commonwealth of Kentucky. Proposals will be accepted only from entities which are free of all obligations and interests which might be in conflict with the best interests of the Commonwealth. Please refer to Attachment A – Terms and Conditions for RFP 758 1600000291 which is available as an attachment to this RFP. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 20160408/KY/7441
Matching keyword(s): age:state!ky; state!ky;

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

99 — FELT BANNERS – Addendum #2 – NEW DUE DATE. SOL RFB-758-1600000729 version 3 DUE 04/14/2016 Richard Mize, Email: Richard.Mize@ky.gov Phone: (502) 564-6521; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: Approximately one half of all banners indicated will be purple and the other half will be lavender. The banners will be wool felt with sewn on yellow letters and a straight yellow fringed bottom. Each banner should include a wooden cross bar approximately 1 inch in diameter, that is slipped through a solid sleeve sewn at the top of the banner. Each banner should include end acorns that are made of gold colored plastic and yellow satin rope approximately 6′ long with tassel ends and yellow felt trim on sides and top of each banner. The initial order of banners will be for the North American International Livestock Expo.in November. Lettering on banners will include the following: Class name, show name and 2016 North American International Livestock Exposition. Vendors should not that all quantities are estimates and not to be taken as guarantees. Similar orders will be placed in subsequent years if contract is renewed. 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: 20160408/KY/7445
Matching keyword(s): age:state!ky; state!ky;

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

R — Workers Comp Reviewed Financial Statements. SOL RFP 790 1600000254 version 1 DUE 04/25/2016 Sherry Kefauver, Email: SherryA.Kefauver@ky.gov Phone: (502) 564-3638; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: Prepare Reviewed Financial Statements and an Actuarial Report for the Commonwealth Of Kentucky’s self-insured workers compensation program for the Years Ended June 30, 2016 and June 30, 2017. 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: 20160407/KY/7348
Matching keyword(s): age:state!ky; state!ky;

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

R — Veterinary Services – Northpoint Farm – Burgin. SOL RFP 527 1600000385 version 1 DUE 04/20/2016 Julie Wooldridge, Email: Julie.Wooldridge@ky.gov Phone: (502) 564-7712; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: Provide veterinary services and medicines for the cattle on the Department of Corrections farm in Burgin, KY (Boyle Co.) at the Northpoint Training 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: 20160407/KY/7350
Matching keyword(s): age:state!ky; state!ky;

Ludlow Board of Education, 525 Elm Street, Ludlow, KY 41016

R — BANK DEPOSITORY BID. SOL DUE 04/18/2016 The Ludlow Board of Education will receive sealed bids at the Ludlow Board of Education Office located at 525 Elm Street, Ludlow, KY 41016 until 1:00 pm, Monday, April 18, 2016 for the BANK DEPOSITORY BID. All bidders must use approved bid forms which are available at the Board of Education Office. The forms are also located on the District’s website at http://www.ludlow.kyschools.us. The Board of Education reserves the right to reject any and/or all bids. All bids must be properly mailed or delivered as stated in approved bid forms. KY,Apr4,’16#1169356. 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: 20160408/KY/7458
Matching keyword(s): age:state!ky; state!ky;

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

R — External reviewer/evaluator for university’s 2017 SACSCOC reaffirmation report. SOL RFP208-PSC DUE 04/21/2016 Phone: (502) 852-6248; Website: http://louisville.edu/purchasing/bid Service: External Reviewer of the Southern Association of Colleges & Schools, Commission on Colleges (SACSCOC) 2017 Reaffirmation Report. The University of Louisville is seeking proposals from a qualified professional to provide consulting services in support of the ten-year SACSCOC reaffirmation process. 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: 20160407/KY/7325
Matching keyword(s): age:state!ky; state!ky;

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

R — Employee Voluntary Dental Insurance – Addendum #3. SOL RP-054-16 DUE 04/08/2016 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: 20160407/KY/7327
Matching keyword(s): age:state!ky; state!ky;

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

99 – Mobile Equipment Containment SOL RFB-758-1600000762 Due Date: 4/21/161:30 PMEDT Contact: Office Of The Controller Mobile Equipment Containment For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160407/BID/0316
Matching keyword(s): age:state!ky; state!ky;

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

R – NOTICE OF PUBLIC HEARING-PROGRAM OF PROJECTS SOL FY 2016 Due Date: Apr 13, 2016 NOTICE OF PUBLIC HEARING-PROGRAM OF PROJECTS For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160406/BID/0291
Matching keyword(s): age:state!ky; state!ky;

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

R — Veterinary Services – Roederer Farm – LaGrange. SOL RFP 527 1600000382 version 1 DUE 04/18/2016 Kimberly Montgomery, Email: Kimberly.Montgomery@ky.gov Phone: 502- 782-9568; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: Provide veterinary services for the cattle and horses on the Department of Corrections farm in LaGrange, KY. (Oldham County) at the Roederer Correctional Complex.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: 20160406/KY/7292
Matching keyword(s): age:state!ky; state!ky;

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

R — Audit of Petroleum Storage Tank Environmental Assurance Fund – Addendum #1. SOL RFP 129 1600000309 version 2 DUE 04/15/2016 Robert Monarch, Email: Jason.Monarch@ky.gov Phone: 502- 564-6716; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: The Division of Waste Management seeks bidders to perform a financial audit of the Petroleum Storage Tank Environmental Assurance 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: 20160406/KY/7293
Matching keyword(s): age:state!ky; state!ky;

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

R — FY16 KET Fast Forward RLA Workbook Editor. SOL RFP 545 1600000388 version 1 DUE 04/11/2016 Kristin Luoma, Email: kluoma@ket.org Phone: 859-258-7104; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Scope of Work: KET is seeking the services of a seasoned educational writer and editor to provide editorial work on the Fast Forward Reasoning Through Language Arts Skills for Success workbook. 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: 20160406/KY/7298
Matching keyword(s): age:state!ky; state!ky;

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

R — Health Benefit Plan Actuary – Addendum #1. SOL RFP 676 1600000329 version 2 DUE 04/11/2016 Jennifer Spencer, Email: Jennifer.Spencer@ky.gov Phone: (502) 564-6154; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: This Request for Proposal (RFP) is being issued for the purpose of procuring a vendor to provide actuarial services for the Health Insurance Policy and Managed Care Division for health benefit plans and general consulting services on actuarial issues. 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: 20160406/KY/7299
Matching keyword(s): age:state!ky; state!ky;

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

R — Actuarial Svcs. for Health Insurance Policy & Managed Care – Addendum #1. SOL RFP 676 1600000330 version 2 DUE 04/11/2016 Jennifer Spencer, Email: Jennifer.Spencer@ky.gov Phone: (502) 564-6154; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: This Request for Proposal (RFP) is being issued for the purpose of procuring a vendor to provide actuarial services for the Health Insurance Policy and Managed Care Division for Medicare Supplement, Long-Term Care, and Limited Benefit Policies. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 20160406/KY/7300
Matching keyword(s): age:state!ky; state!ky;

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

U — CONTINUING EDUCATION / PRE-LICENSING SERVICES – Addendum #1. SOL RFP 676 1600000302 version 2 DUE 04/11/2016 Jennifer Spencer, Email: Jennifer.Spencer@ky.gov Phone: (502) 564-6154; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: This Request for Proposal (RFP) is being issued for the purpose of procuring a vendor to review and either approve, or disapprove on behalf of the Kentucky Department of Insurance, providers, courses, and instructors offering Continuing Education and Pre-Licensing services. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 20160406/KY/7301
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

ExxonMobil Fuels Lubricants and Specialties Marketing Co., Fairfax, Virginia, has been awarded a maximum $236,457,850 fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract for fuel. This was a competitive acquisition with 37 responses received. This is a one-year contract with a 30-day carryover. Locations of performance areDefense_Logistics_Agency Virginia and Texas, with an April 30, 2017, performance completion date. Using customer is Defense Logistics Agency Energy. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-16-D-0477).

Senn Brothers Produce,* West Columbus, South Carolina, has been awarded a maximum $36,900,000 fixed-price with economic price adjustment, indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with three responses received. This is an 18-month base contract with two 18-month option periods. Maximum dollar amount is for the life of the contract. Location of performance is South Carolina, with an Oct. 21, 2020, performance completion date. Using customers are non-Department of Defense customers. 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 (SPE300-16-D-S664).


600px-US-DeptOfNavy-Seal.svgNAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $73,800,000 modification to advance acquisition contract N00019-16-C-0033 for long lead materials, parts, components and effort to maintain the planned production schedule for six low-rate initial production Lot 12 F-35A Lightning II aircraft for the government of Japan under the Foreign Military Sales program.  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 2020.  Foreign military sales funds in the amount of $73,800,000 will be obligated at time of award, none of which will expire at the end of the 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.

Austal USA, Mobile, Alabama, is being awarded a not-to-exceed $9,937,228 modification to previously awarded contract N00024-11-C-2301 to provide procurement and engineering efforts in support of scope changes on fiscal 2015 and fiscal 2016 ships.  This modification will incorporate additional accommodations to increase crew size on the LCS Independence variant ships.  Austal will provide supplies, services, labor and material for this effort, which includes program management and subcontracting management.  Work will be performed in Mobile, Alabama, and is expected to be completed by August 2019.  Fiscal 2015 and 2016 shipbuilding and conversion (Navy) funding in the amount of $7,452,921 will be obligated at the time of award and will not expire at the end of the fiscal year.  The Supervisor of Ship Building Gulf Coast, Mobile, Alabama, is the contacting activity.

Crestwood Technology Group,* Yonkers, New York (N63394-16-D-0012); Gideon Services, Inc.,* Huntsville, Alabama (N63394-16-D-0013); and RC Electronics,* Orange, California (N63394-16-D-0014), are being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract with a combined, not to exceed total of $9,895,616 to deliver commercial off-the-shelf electronics, hardware, and components for Tactical Tomahawk Weapons Control Systems suites for installation in new ships and retrofit into existing ships.  Work will be performed in Yonkers, New York; Huntsville, Alabama; and Orange, California,  and is expected to be completed by April 2019.  Fiscal 2015 other procurement (Navy); fiscal 2010 shipbuilding and conversion (Navy); and fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $393,599 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 three offers received. The Naval Surface Warfare Center, Port Hueneme, California, is the contracting activity.

ARMY

Microsoft Corp. Sitz, Redmond, Washington, was awarded a $31,100,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for premier support services.  One bid was solicited with one received, with an estimated completion date of April 21, 2019.  Funding and work location will be determined with each order.  Army Contracting Command, Ft. Huachuca, Arizona, is the contracting activity (W91RUS-16-D-0001).

Wolverine Services LLC,* Colorado Springs, Colorado, was awarded a $11,280,274 modification (P00003) to contract  W912D0-15-D-0004  for public works functions at Fort Wainwright, andDepartment of the Army the Donnelly, Yukon, Black Rapids training areas.  Work will be performed in Alaska, with an estimated completion date of April 30, 2017.  Funding will be determined with each order. Army Contracting Command, Ft. Wainwright, Alaska, is the contracting activity.

L-3 Communications Verex Aerospace LLC, Madison, Mississippi, was awarded a $9,629,413 incrementally funded, firm-fixed-price, logistics support bridge contract action for the Logistics Readiness Center (LRC), Ft. Stewart and Hunter Army Airfield, Georgia.  One bid was solicited with one received, with an estimated completion date of Aug. 31, 2016.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $9,629,413 were obligated at the time of the award.  Army Contracting Command, Ft. Stewart, Georgia, is the contracting activity (W9124M-16-C-0007). (Awarded on March 31, 2016)

Missile Defense AgencyMISSILE DEFENSE AGENCY

Mabbett & Associates, Bedford, Massachusetts, is being awarded a $15,422,673 cost-plus-fixed-fee, cost-plus-incentive-fee contract (including options) for advisory and assistance services for environmental management in support of technical, engineering, advisory and management support.  This contract provides comprehensive and sustainable environmental management, planning, compliance, sustainability, and related technical support to the Missile Defense Agency, including such support to the acquisition, development, testing, deployment, and fielding of an integrated Ballistic Missile Defense System and other new or emerging missions assigned to the agency. Work will be performed at Huntsville, Alabama; and Ft. Belvoir, Virginia, with an expected completion date of July 2021.  Fiscal 2016 research, development, test and evaluation funds in the amount of $100,000 are being obligated at time of award.  This contract was a competitively awarded acquisition with one offer being received.  The government selected for award the most advantageous proposal representing the best value to the government.  The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-16-C-0024).

*Small business

AIR FORCE

HP Enterprise Services, Herndon, Virginia, has been awarded a $443,220,679 firm-fixed-price, cost-plus-incentive-fee, cost-reimbursement contract for U.S. Strategic Command Information Technology Capabilities Contract II. Contractor will provide performance-based information technology services, capabilities, and functions to include IT infrastructure, mission critical systems, and applications. Work will be performed at Offutt Air Force Base, Nebraska, and is expected to be complete by June 30, 2026. This award is the result of a competitive acquisition with five offers356px-Seal_of_the_US_Air_Force.svg received. Fiscal 2016 operation and maintenance funds in the amount of $451,217 are being obligated at the time of award. The 55th Contracting Squadron, Offutt Air Force Base, Nebraska, is the contracting activity (FA4600-16-C-0008).

Sonoran Technology and Professional Services LLC, Goodyear, Arizona, has been awarded an estimated $7,665,527 modification (P00010) to exercise the option on previously awarded contract FA3002-14-D-0005 for F-16 weapon system support contract instruction services and support. Work will be performed at Luke Air Force Base, Arizona; and Holloman Air Force Base, New Mexico, and is expected to be complete by April 30, 2017. Fiscal 2016 operation and maintenance funds in the amount of $3,098,875 are being obligated at the time of award. This modification includes a small foreign military sales component to Singapore. The 338th Specialized Contracting Squadron, Joint Base San Antonio – Randolph, Texas, is the contracting activity.

UPDATE: Prudent-AECOM 8(A) JV LLC, Kansas City, Missouri (FA8903-16-D-0037); and FPM Remediations Inc., Onieda, New York (FA8903-16-D-0055), have been awarded a contract on a previously announced indefinite-delivery/indefinite-quantity contract with a combined program ceiling of $500,000,000 for architect-engineering services. Contractor will provide Architect-Engineering 2013 (A-E13) environmental services including A-E services to support operations and maintenance; environmental restoration account; environmental compliance; Base Realignment and Closure; and military family housing programs worldwide.  The work includes all efforts necessary to manage and execute Title I, Title II, and other A-E services primarily for environmental projects including planning and programming, restoration, quality (compliance and pollution prevention), and conservation.  Work will be performed at government locations worldwide and is expected to be complete by April 20, 2023. This award is the result of a competitive acquisition with 26 offers received. Fiscal 2016 operation and maintenance funds in the amount of $3,000 to each contractor are being obligated at the time of award to satisfy the minimum guarantee. Air Force Installation Contracting Agency, 772nd Enterprise Sourcing Squadron, Joint Base San Antonio-Lackland, Texas, is the contracting activity.

Department of the ArmyARMY

Yoland Corp., Brooklyn, New York, was awarded an $18,730,839 firm-fixed-price contract for 60mm, 81mm, 120mm, and 155mm main and drogue mortar and artillery parachutes.  Bids were solicited via the Internet with four received, with an estimated completion date of April 20, 2021.  Funding and work location will be determined with each order.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-16-D-0071).

NAVY

Sodexo Management Inc., Gaithersburg, Maryland, is receiving $17,228,710 for modification P00058 under a previously awarded firm-fixed-price, incentive and award fee provisions contract M00027-11-C-0001 to provide changes to the following fiscal 2016 quantities being produced under the basic contract: increases the number of meals by a quantity 2,300,000; decreases the number of special holiday meals by a quantity of 19,332; decreases the mess hall additions and credit quantity by seven; realigns the seven mess hall additions and credit units to separately reflect one unit representing March 2016, and six units representing April 1, 2016, through Sept. 30, 2016.  This modification also increases the fiscal 2016 unit price of incentive award fee period one by $562,017; and period two by $581,662, based on increased meals.  This modification increases out year unit pricing of mess halls and credits and incentive award fees in the amount of $1,673,856.  This modification increases the basic value of the contract by $17,228,710 for a new total value of $560,822,348.  Work will be performed in Camp Pendleton, California (49.45 percent); San Diego, California (21.21 percent); Twentynine Palms, California (16.14 percent); Miramar, California (6.38 percent); Yuma, Arizona (5.11 percent); and Bridgeport, California (1.71 percent), and is expected to be completed by September 2016.  Fiscal 2016 1105 Subsistence-In-Kind funds in the amount of $17,228,710 will be obligated at the time of award.  Contract funds in the amount of $17,228,710 will expire at the end of the current fiscal year.  Marine Corps Installation Command, Arlington, Virginia, is the contracting activity.

Golden Sands General Contractors Inc., Richmond, Virginia, is being awarded an $11,757,000 firm-fixed-price contract for construction of the Vertical Electro-Magnetic Pulse Simulator (VEMPS) at Patuxent River Naval Air Station.  The work to be performed provides for the construction of a new VEMPS facility which is a small shelter to house the VEMP generator.  Work will be600px-US-DeptOfNavy-Seal.svg performed in Patuxent River, Maryland, and is expected to be completed by June 2017.  Fiscal 2016 research, development, test and evaluation, (Navy) contract funds in the amount of $11,757,000 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 two proposals received.  The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-16-C-3015).

Didlake Inc., Manassas, Virginia, is being awarded a $9,741,954 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40085-15-D-0063) to exercise option one for annual custodial services at Naval Air Station Oceana, Naval Weapons Station Yorktown, Norfolk Naval Shipyard, and their outlying clinics in the Hampton Roads area.  The work to be performed provides for annual custodial services, but is not limited to, all management, supervision, tools, materials, supplies, labor, and transportation services necessary to perform custodial services for office space, restrooms, and other types of rooms.  After award of this option, the total cumulative contract value will be $17,689,354.  Work will be performed at various installations in Portsmouth, Virginia (41 percent); Virginia Beach, Virginia (40 percent); Yorktown, Virginia (18 percent); and outlying clinics in the Hampton Roads area, Virginia (1 percent). Work for this option period is expected to be completed April 2017.  No funds will be obligated at time of award.  Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $9,402,571 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

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

AT&T Corp., Columbia, Maryland, was awarded a non-competitive, firm-fixed-price contract for the Northstar Long-Haul Telecommunications Network and associated transmission circuits for an ultra-high frequency/line-of-sight communications system network. Proposals were solicited via the FedBizOpps website and only one proposal, AT&T Corp., was received. The face value of this action is $15,212,144 funded by fiscal 2016 operations and maintenance appropriation. The total cumulative face value of the contract is $74,600,000. Performance will be at various sites geographically dispersed across the continental U.S. The period of performance is May 1, 2016, to April 30, 2017, with four one-year option periods. The period of performance, should all options be exercised, shall end on April 30, 2021. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1013-16-C-0001).

AIR FORCE

Cessna Aircraft Co., Wichita, Kansas, has been awarded a $14,095,939 firm-fixed-price contract for two Cessna 208B Grand Caravan EX aircraft, four Cessna T-206H Stationair aircraft, sustainment support and associated training. Contractor will provide two new Cessna 208B Grand Caravan EX aircraft modified for aeromedical evacuation, and four new Cessna T-206H Stationair aircraft modified for aeromedical evacuation.  A 24-month sustainment package consisting of spares, tooling, and support equipment will be provided for each aircraft.  Pilot and maintainer training will also be provided for the Pakistan Army personnel. Work will be performed at Wichita, Kansas, and is expected to be complete by Dec. 30, 2016. This award is the result of356px-Seal_of_the_US_Air_Force.svg a sole-source acquisition. This contract is 100 percent foreign military sales to Pakistan. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8625-16-C-6482).

Harris Corp., formerly Exelis Inc., Colorado Springs, Colorado, has been awarded a $7,526,652 modification (P00651) to previously awarded contract F19628-02-C-0010 for sustainment of the Ground-based Electro Optical Deep Space Surveillance (GEODSS) weapons system. Work will be performed at White Sands Missile Range, New Mexico; Maui, Hawaii; Diego Garcia; and Colorado Springs, Colorado, and is expected to be complete by April 14, 2017. Fiscal 2016 operations and maintenance funds in the amount of $5,666,184 are being obligated at the time of award. Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity (F19628-02-C-0010).

600px-US-DeptOfNavy-Seal.svgNAVY

ManTech Systems Engineering Corp., Fairfax, Virginia, is being awarded an $11,793,318 cost-plus-fixed-fee, cost-only modification to previously awarded contract N00024-14-C-4110 to provide specific systems operation, sustainment, and support services for the Navy Ship Maintenance and Logistics Information Systems (SMLIS) program.  This contract provides uninterrupted enterprise support to the SMLIS program, including engineering support in the areas of information technology life cycle planning, operations and sustainment, documentation, program management, application technical refresh, testing, training, and deployment.  This contract modification contains options which, if exercised, would bring the cumulative value of this contract to $47,181,992.  Work will be performed in Norfolk, Virginia (75 percent); Rocket Center, West Virginia (11 percent); San Diego, California (4 percent); Mechanicsburg, Pennsylvania (3 percent); Washington, District of Columbia (2 percent); Kittery, Maine (2 percent); and less than one percent each in Fairfield, California; Hoover, Alabama; New Orleans, Louisiana; and Richmond, Virginia (3 percent), and is expected to be completed by July 2017.  Fiscal 2016 operations and maintenance (Navy) funding in the amount of $4,265,359 will be obligated at time of award.  Funds in the amount of $4,265,359 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Nagamine Okawa Engineers Inc.,* Honolulu, Hawaii, is being awarded a maximum amount $10,000,000 indefinite-delivery/indefinite-quantity, architect-engineering contract for various structural design and engineering services located primarily within the Naval Facilities Engineering Command (NAVFAC) Hawaii area of responsibility (AOR).  The work to be performed provides for design and engineering services for the preparation of plans, specifications, cost estimates, bidding information including preparation of design-bid-build or design-build request for proposal contract documents, and investigations for various structural engineering and other types of projects under the cognizance of NAVFAC Hawaii.  Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Hawaii AOR.  The term of the contract is not to exceed 60 months, with an expected completion date of April 2021.  Navy working capital contract funds in the amount of $10,000 are obligated on this award and will not 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); and Navy working capital funds.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 10 proposals received.  The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity (N62478-16-D-5024).

ARMY

BAE Systems Land & Armaments LP, San Jose, California, was awarded a $9,525,940 cost-plus-fixed-fee modification (P00011) to contract W56HZV-15-C-0099 for system technical support and sustainment system technical support for the Bradley Family of Vehicles.  Work will be performed in San Jose, California, with an estimated completion date of July 9, 2020.  Fiscal 2016 otherDepartment of the Army procurement (Army) and operations and maintenance (Army) funds in the amount of $9,525,940 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

Leidos Inc., Reston, Virginia, was awarded a $7,129,983 modification (P00010) to contract W911QX-13-C-0163 for 3D geospatial information.  Work will be performed in the Philippines, with an estimated completion date of Sept. 5, 2016.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $7,129,983 were obligated at the time of the award.  Army Contracting Command, Adelphi, Maryland, is the contracting activity.

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

R — HRC CLAIMS AND BENEFITS W9124D-16-R-0020 052016 Donald L. Clark, Contract Specialist, Phone 5026245803, Email donald.l.clark.civ@mail.mil MICC-Fort Knox intends to issue a Request for Proposal (RFP) to provide Claims and Benefits Processing (CBP) services for the Human Resources Command (HRC) located at Fort Knox, KY for the period 4 July 2016, or date of award, whichever is later, through 3 June 2017, with two one-year option periods. This solicitation will be 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB). NAICS code 524292 (Size Standard: $32,500,000) applies to this procurement. The contractor shall provide all personnel, supervision, and non-personal services necessary to support the Claims and Benefits Processing (CBP) program for the Office of the Adjutant General Directorate (TAGD) and its subordinate agencies. All responsible SDVOSB business sources may submit a proposal. The RFP will be posted to the FedBizOpps website on or about 6 May 2016 with proposals due on 20 May 2016. These dates are subject to change. All amendments to the solicitation will be likewise posted on these websites. Contractors are cautioned to check the websites 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 donald.l.clark.civ@mail.mil by 10 am Eastern Standard Time (EST) 11 May 2016.
Set-Aside: Service-Disabled Veteran-Owned Small Business Place of Performance: Fort Knox, Kentucky Crystal City, Virginia Joint Base San Antonio, Texas Joint Base Lewis McChord, Washington Fort Knox, KY 40121 US URL: https://www.fbo.gov/notices/7568f3f3b6f4f058e17e87851333034OutreachSystems Article Number: 20160430/PROCURE/0071
Matching keyword(s): age:state!ky; state!ky;

Other Defense Agencies, U.S. Special Operations Command, Special Operation Forces Support Activity (SOFSA), 5749 BRIAR HILL ROAD LEXINGTON KY 40516-9723

R — Special Operations Forces Global Logistics Support Services (SOF GLSS) H92254-16-R-0001 060816 Michael J. Hawkins, Contracting Officer, Phone 8138267047, Email michael.hawkins4@socom.mil – Michelle Riisma, Contract Specialist, Phone 8138268080, Email michelle.riisma@socom.mil **NOTE – This notice replaces FBO Notice H9222215ROSGS**

This is a draft Request for Proposal (RFP) for the Special Operations Forces Global Logistics Support Services (SOF GLSS) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This notice is160px-Special_Operations_Specops_Army.svg provided for purposes of providing Industry with the most current information and receive Industry feedback on the draft RFP. One-on-One sessions will also be scheduled as a result of this notice. The objective of the IDIQ is to acquire contractor-provided services to perform:

1. Global program support services utilizing three Core Competencies: Streamlined Design and Rapid Prototyping; Production, Modification, and Integration; and Lifecycle Sustainment Activities across the two major areas of SOF platforms: aviation and SOF systems (ground and maritime); and

2. Enterprise functions normally associated with running a Government-Owned Contractor-Operated (GOCO)-type (state-owned, Government-leased (tenant), contractor-operated) operation in a cost efficient manner to include logistics operations; facility management; environmental, safety, and health; security management; and information technology (IT) management.

This announcement does not constitute a solicitation and proposals are not being requested at this time. However, the Government is requesting comments and questions on the draft RFP and its attachments. The draft RFP and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. The NAICS code is 561990 and the small business size standard is $11 million. The ordering period is 10-years if all options are exercised, the guaranteed contract minimum is $500,000.00, and the contract maximum is $8,000,000,000.00.

After receipt of comments and questions, the Government may issue a final RFP for this requirement. In that case, the RFP number H92222-16-R-0001 will be issued as an RFP using full and open competition with no exclusions/set-asides but with minimum mandatory requirements for Small Business subcontracting (outlined in RFP Section H.11). If/when issued, the final RFP may result in a single award IDIQ contract issuing task and delivery orders of multiple contract types. If/when the final RFP is issued, offerors will be required to submit proposals in accordance with the instructions outlined in Section L of the RFP.

To gain access to several of the draft RFP attachments including the Performance Work Statement (PWS), PWS Appendices, Quality Assurance Surveillance Plan (QASP), Contract Data Requirements List (CDRLs), and Representative Task Order Instructions to Offerors (ITOs) and Statements of Objectives (SOOs), an Explicit Access Request must be made via this FBO posting. Email and/or phone call requests will not be accepted.

Before Explicit Access is granted, the Contracting Officer will verify registration in SAM with the proper NAICS code for this requirement, and Top Secret Facility Clearance and Top Secret Level of Safeguarding in accordance with the DD 254.

Please be advised, this verification can take up to 24 hours. Requests for Explicit Access received on a Friday after 3:00 pm Eastern Time will not begin verification until the next business day.

This verification process has been established to limit the dissemination of sensitive but unclassified information and proof of Top Secret Facility Clearance and Top Secret Level of Safeguarding are required to propose on this effort.

Communications with anyone other than the Contracting Officer and Contract Specialist are prohibited. Those contractors interested in proposing as a prime contractor or teaming with a prime contractor on this effort and desiring to provide value added feedback on the draft RFP must email their questions and/or comments in writing to Mike Hawkins, Contracting Officer, michael.hawkins4@socom.mil and Mrs. Michelle Riisma, Contract Specialist, michelle.riisma@socom.mil NLT 9 May 2016, 1200 hrs EDT. Please provide suggested edits and comments utilizing the track changes and review features via Microsoft Word directly in the draft RFP documents where possible and utilize RFP Attachment 12, Q&A Template to summarize all comments and questions. Oral requests (e.g. phone call) for information will be re-directed to provide email correspondence (using the Q&A Template), for documentation purposes. Individual responses to inquiries will not be provided. If it is necessary to include proprietary information in the template, it must be marked appropriately in Column E of the Q&A Template.

The Government desires feedback that focuses on the following draft RFP sections:

1. Section H unique clauses and post award processes
2. Attachment 1, PWS
3. Attachments 5, 7, and 9, Representative Task Order SOOs
4. Sections L and M
a. Do the requirements in Section L clearly articulate what is being requested?
b. Is it evident what capabilities are most important to the Government, which will be the focus of the trade-off decision?
c. Considering the Government’s goals and objectives provided as part of the excerpts from the approved Acquisition Strategy briefing (provided in package 7) and the requirements outlined in the PWS, do you feel these sections focus on the right capabilities to achieve both the desired objectives and requirements of the PWS?
d. How could Factors 1 and 3 be streamlined and/or simplified further while still achieving the desired results and providing the Government with adequate information in order to determine the best value proposal?
e. What are your thoughts regarding the Enterprise Budget and Business Unit language outlined in Section L.4.1

Notes/Information before providing comments:
1. A complete scrub and/or peer and policy review of Sections D-I of the draft RFP has not yet been accomplished but will be accomplished prior to the final RFP release.
2. All Attachments to the RFP in Section J have not been finalized.
3. PWS Appendix G is still being finalized with TO information and final color coding.
4. The Draft AFA0000000-107 Specification for Representative Task Order 1 (AC-130J Kits and Installs) is not currently available. The Government intends on posting it when it becomes available and NLT the final RFP posting.
5. The Government is still contemplating the following:
a. The templates for submission of required cost data per task order.
b. The language in Section L and M regarding subcontractor cost data.
c. The use of a business unit with appropriate indirect rate structure to support enterprise functions of the PWS.
d. The details of the penalty for not meeting the Small Business subcontracting mandates.
e. The relative order of importance of the Factors and subfactors.
The Government plans to post a revised draft RFP NLT 13 May 2016 with suggested edits and comments from Industry incorporated as appropriate. The intent of this subsequent posting is to answer any preliminary and administrative questions prior to the One-on-One sessions so the value of those sessions can be maximized. Offerors will have an opportunity to provide additional suggested edits, comments, and questions on the revised draft RFP.
Please read through the entire draft RFP and attachments prior to submitting questions. Package 1 contains a list summarizing all of the draft RFP attachments, their associated FedBizzOps package number, and whether or not Explicit Access is required.
Excerpts of the approved Acquisition Strategy briefing are included in Package 7 so offerors can understand the Government’s goals and objectives for this requirement as well as to provide additional information that may be useful in preparing and submitting eventual proposals.
All initial questions received by 9 May 2016, 1200 hrs EDT and answers will be posted along with the revised draft RFP. Offerors may submit questions to the Contracting Officer at any time; however, questions received after 9 May 2016, 1200 hrs EDT may not be answered prior to the One-on-One sessions.
The final RFP is anticipated to be available on FedBizOpps on/around 4 Aug 2016.
One-on-One Sessions
One-on-One sessions will be an opportunity for Industry to ask specific, approach-dependent questions about the draft RFP for the SOF GLSS contract. In order to ensure that both the Government and Industry derive as much possible value from these sessions within the available schedule timeframe, priority for these sessions will be given to those interested companies that have the ability to be a prime offeror for this SOF GLSS effort and any subcontractors or teaming partners they choose to invite. The Government encourages those subcontractors or teaming partners to attend with the prime offeror. Sessions will be held on 24, 25, and 26 May 2016 during the Special Operations Forces Industry Conference (SOFIC) at the Tampa Convention Center at 333 Franklin Street, Tampa, FL 33609. To register for a One-on-One session, a single representative for the prime offeror must send a request NLT 16 May 2016, 1600 hrs EDT to the Contracting Officer and Contract Specialist (one email) with the following information:
1. Prime Offeror Company Name / CAGE Code
2. Team Member Company Names / CAGE Codes
3. Names of participants attending the session. Space is limited so no more than 15 participants may attend the session.
The Contracting Officer or Contract Specialist will then send the prime company representative a link to the registration site at Eventbrite.com. Each prime/team is only allowed to register for one session. Attendance at the scheduled One-on-Ones and any discussions/release of information is strictly voluntary. The Government will not pay for any information provided or costs associated with travel for this session.
NLT 16 May 2016, 1600 hrs EDT, provide a list of questions for your One-on-One session using the Q&A Template to the Contracting Officer and Contract Specialist (one email). This list should not repeat any questions previously answered by the Government. This list of questions will be used by the Government to prepare for the One-on-One sessions. Offerors will not be limited to this list during the One-on-One sessions but the Government may not be able to answer questions that do not appear on the list during the One-on-One sessions. Answers to those questions will be provided directly to the offeror.
URL: https://www.fbo.gov/spg/ODA/USSOCOM/SOFSA/H92254-16-R-0001/listing.htmOutreachSystems Article Number: 20160430/PROCURE/0080
Matching keyword(s): age:state!ky;

360px-US_Department_of_Homeland_Security_Seal.svgDepartment of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW BLDG T-5 WASHINGTON DC 20223

U — ABNORMAL PSYCHOLOGY CLASSES HSSS01-16-R-0017 051816 Siobhan E. Mullen, Phone 202-406-6818, Fax 202-406-6801, Email siobhan.mullen@usss.dhs.gov HSSS01-16-R-0017
This Solicitation is for Abnormal Psychology Courses prepared in accordance with the format in FAR Part 12, subpart 12.6 as supplemented with additional information attached to this notice. This announcement constitutes the only solicitation; proposals are being requested. Solicitation number HSSS01-16-R-0017 is issued as a Request for Proposal (RFP) through Federal Acquisition Circular 05-06. The NAICs code is 611430 for Professional development training with a small business size standard of $11,000,000.00 per the Small Business Administration. This procurement is a total small business set aside.
The Government intends to award a competitive commercial fixed priced type Blanket Purchase Agreement (BPA) for the US Secret Service James J. Rowley Training Center located in the Laurel, Maryland. Contract award is intended to be made by 1 June 2016. Award will be made on best value. The resulting award will be for a five year period from 1 June 2016 to 31 May 2021. This solicitation is a total small business set aside. The North American Industry Classification System (NAICS) is 611430. The awardee shall provide all courses and trainers for the Abnormal Psychology Training Curriculum.
Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available by downloading the documents at the Federal Business Opportunities Website at http://www.fbo.gov This office will not issue hard copy solicitations. By submitting a proposal, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency.
The Government anticipates awarding on initial offers but reserves the right to establish a competitive range and open discussions with those offerors most highly rated. The competitive range may be further limited in accordance with FAR 15.306(c)(2) for purposes of efficiency. Therefore, the offeror’s initial proposal should contain the offeror’s best terms from a price and technical standpoint.
The Government reserves the right to eliminate any offeror from the competitive range that does not follow the instructions or fails to include any information that is required as stated with in this solicitation.
All proposal documents listed above shall be submitted in electronic format and emailed to Siobhan Mullen at Siobhan.Mullen @usss.dhs.gov by no later than 18 May 2016, 1300 EST. Please include in the subject line of the email the solicitation number HSSS01-16-R-0017.
Questions in regards to this RFP shall be emailed to Siobhan.Mullen @usss.dhs.gov no later than 11 May 2016 1300 EST. Please include in the subject line of the email the solicitation number HSSS01-16-R-0017. Questions after this date will not be answered. Answers to questions will be posted collectively via the RFP notice and will remain anonymous.
All written material submitted shall be in 12 point Times New Roman Font, single spaced, and shall have 1″ margins left and right. The written copy of the Technical portion shall not exceed more than 20 typed pages. If graphs or pictures are included at the end as attachments, they will not be counted against the page limit. Resumes are not included in the page limit. There is no page limit for past performance submissions.
The offeror’s quote shall be valid 180 days from the closing date of this RFP.

Set-Aside: Total Small Business Place of Performance: Laurel, MD 20708 US URL: https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-16-R-0017/listing.htmOutreachSystems Article Number: 20160430/PROCURE/0113
Matching keyword(s): writ*; copy; technical; standard;

Other Defense Agencies, U.S. Special Operations Command, Special Operation Forces Support Activity (SOFSA), 5749 BRIAR HILL ROAD LEXINGTON KY 40516-9723160px-Special_Operations_Specops_Army.svg

R — Special Operations Forces Global Logistics Support Services (SOF GLSS) H9225415ROSGS Michael J. Hawkins, Contracting Officer, Phone (813) 826-7047, Fax (813) 826-7139, Email michael.hawkins4@socom.mil – Ms. Sherri Blankenship, Contracting Officer, Phone (859) 566-5173, Email sherri.blankenship@socom.mil This notice has been replaced by a separate FBO Notice H92254-16-R-0001. The draft RFP and attachments are located in the separate FBO Notice as well as instructions on how to register for One-on-One sessions. No further postings will appear under this notice.
URL: https://www.fbo.gov/spg/ODA/USSOCOM/SOFSA/H9225415ROSGS/listing.htm

OutreachSystems Article Number: 20160430/PROCURE/0520
Matching keyword(s): age:state!ky;

160px-Special_Operations_Specops_Army.svgOther Defense Agencies, U.S. Special Operations Command, Special Operation Forces Support Activity (SOFSA), 5749 BRIAR HILL ROAD LEXINGTON KY 40516-9723

R — Special Operations Forces Global Logistics Support Services (SOF GLSS) H92254-16-R-0001 060816 Michael J. Hawkins, Contracting Officer, Phone 8138267047, Email michael.hawkins4@socom.mil – Michelle Riisma, Contract Specialist, Phone 8138268080, Email michelle.riisma@socom.mil An error occurred during the initial posting of Package 1 so it is being re-posted as Package 1a. This Package 1a replaces Package 1 in its entirety.
URL: https://www.fbo.gov/spg/ODA/USSOCOM/SOFSA/H92254-16-R-0001/listing.htm

OutreachSystems Article Number: 20160430/PROCURE/0521
Matching keyword(s): age:state!ky;

Department of the Army, Army Contracting Command, ACC – RI (W9098S) (JMTC-RIA), BLDG 211 RODMAN AVENUE Rock Island IL 61299-5000

T — Marketing Video W9098S16T0105 Sabrina L. Lowe, Phone 3097821598, Email sabrina.l.lowe.civ@mail.mil W9098S16P0218 $24,278.55 042916 0001 Metro Communications, Inc. ArmyDepartment of the Army Contracting Command – Rock Island (ACC-RI) hereby issues W9098S-16-P-0218 for Marketing and safety videos in support of Rock Island Arsenal – Joint Manufacturing and Technology Center (RIA-JMTC).

URL: https://www.fbo.gov/notices/84ca4f42b5db43c1779caaa1a049434

OutreachSystems Article Number: 20160430/AWARDS/0695
Matching keyword(s): naics!512110;

600px-US-DeptOfJustice-Seal.svgDepartment of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W. Washington DC 20535

U — Forensic Video Analysis Training RFQ-3367 050216 Crystal K. Finch, Phone (703)985-6233, Fax (703)985-6103, Email crystal.finch@ic.fbi.gov This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is RFQ-3367 and is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-87-2. The associated North American Industrial Classification System (NAICS) code for this procurement is 611420. SBA Size Standards: $11M in annual revenue. This is a small business set aside.

REQUESTED SERVICES – The Federal Bureau of Investigation (FBI) requests open market pricing for the training classes listed in the attached list of specifications. Quoted training courses must meet and/or exceed the minimum training objectives of the requested courses. Quote submission packages must contain all information detailed in the “Quote Submissions” section of this RFQ. Offerors must be able to fulfill requirement in its entirety.

S HIPPING/DELIVERY REQUIREMENT – All services ordered shall be performed on-site, in FBI workspace in Quantico, VA, on the dates noted in the attached list of specifications. Please note that individuals assigned to assist in the facilitation of this training must possess an active Top Secret (TS) clearance in order to gain access to FBI workspace.

SUBMISSION OF QUESTIONS – Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Given the FBI’s need to expedite the issuance of award for this requirement, offeror questions must be submitted and received no later than Friday, April 29, 2016 at 1:00pm (Eastern). Questions shall be submitted via email only, to the attention of Crystal Finch at Crystal.Finch@ic.fbi.gov. Questions sent via other means (i.e. via telephone call, facsimile transmission, etc.) and/or received after the submission deadline will not receive responses.

1. Quote submissions must be valid for 30 days from closing of posting.
2. Once this RFQ has closed, update(s) regarding this requirement will be provided as soon as possible. All interested parties will be notified of the outcome of this solicitation at the same time. No information regarding award status will be released prior to an official notification being sent; any individual request for updates may not receive a response.

The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instruction to Offerors – Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items-the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/

The selected offeror must also comply with the terms and conditions detailed in the following attachments, as they apply to this RFQ/requirement:
1. Attachment 1A – Corporate Representation Regarding Felony Conviction Under Any Federal Law or Unpaid Delinquent Tax Liability – Solicitation, and
2. Attachment 1B – Contractor Internal Confidentiality Agreements or Statements Prohibiting or Restricting Reporting of Waste, Fraud, and Abuse – Solicitation.

SUBMISSION OF QUOTES – Given the FBI’s need to expedite the issuance of award for this requirement, quotes must be submitted and received no later than Monday, May 2, 2016 at 1:00pm (Eastern). Questions shall be submitted via email only, to the attention of Crystal Finch at Crystal.Finch@ic.fbi.gov. Questions sent via other means (i.e. via telephone call, facsimile transmission, etc.) and/or received after the quote submission deadline will be considered “unresponsive” and will not be taken into consideration.

Offers must be valid for 30 calendar days after submission. In addition to pricing information, each quote submission shall include the following information:

1. Training syllabus for each course,
2. Name(s) and CV(s) of instructors for each course,
3. Instructor(s) profile(s) to include summary of teaching experience relevant to the subject matter, experience testifying to the related forensics discipline being taught, and if applicable, a listing of any/all instances in which the instructor(s) has/have been disqualified or failed to qualify as experts in any discipline in any court,
4. Pricing and product description for each line item,
5. Offeror Tax ID Number,
6. Offeror DUNS Number,
7. Offeror contact information with email and telephone information.

EVALUATION FACTORS – Award will be made to the lowest price/technically acceptable offeror.

SAM.GOV REQUIREMENT – Please ensure your firm is registered in System for Award Management (SAM). Effective July 29, 2012, all vendors must be registered on http://www.SAM.gov (SAM) to be considered eligible to receive government contracts. The FBI is utilizing a new financial system that has a direct interface with the SAM. If any current FBI vendor data conflicts with SAM data, the information contained in SAM may override our current information. Please ensure that your company’s SAM information is updated and accurate. This includes: TIN, EFT, DUNs, addresses and contact information. The EFT banking information on file in SAM will be what the FBI uses to process payment to your organization.
Set-Aside: Total Small Business Place of Performance: Quantico, VA 22135 US URL: https://www.fbo.gov/spg/DOJ/FBI/PPMS1/RFQ-3367/listing.htm

OutreachSystems Article Number: 20160428/PROCURE/0087
Matching keyword(s): video*; produc*; train*; site?; business*; instruct*; commercial?;

160px-Special_Operations_Specops_Army.svgOther Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street Riverside CA 92518-2031

99 — JANITORIAL SERVICES Hq0028-16-R-0005 012716 Jessie Feliciano, Contract Specialist, Phone 951-413-2406, Fax 951-413-2432, Email jesus.feliciano3.civ@mail.mil – Kathryn Maurais, Contracting Officer, Phone 9514132502, Email kathryn.a.maurais.civ@mail.mil The mission of the Defense Media Center (DMC) and Defense Imagery Management Operations Center-Riverside (DIMOC-R) is to provide broadcast and audiovisual services worldwide. All janitorial work will be under the direct control and supervision of the DMC Facilities Management Office, Engineering Directorate, a field activity of the Defense Media Activity (DMA), under the Office of the Assistant to the Secretary of Defense (Public Affairs). As DMC is the major agency and facility occupant, facility maintenance is under their responsibilities, to include custodial services will be Base and Four (4) options. Both DMC and DIMOC-R agencies are collocated and operate in the same 119,000 square foot facility Interested persons may identify their interest and capability to respond to the requirement or submit proposals. The NAICS for this acquisition is 561720. This requirement will seat aside for 8a small bussines. The requests for proposal will be posted on 28 January 2016. All written request should be directed to the address noted with in the notice or sent by FAX to 951-413-2432. Telephonics request will not be honored.
.

Set-Aside: Competitive 8(a) Place of Performance: 23755 Z Street, BLDG 2730 Riverside, CA 92563 US URL: https://www.fbo.gov/notices/fdc0deee9369255b495c8ecc6c31e08

OutreachSystems Article Number: 20160428/PROCURE/0542
Matching keyword(s): audiovisual; serv*;

Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W. Washington DC 20535

U — Forensic Video Analysis Training Courses NOI-3367 042216 Crystal K. Finch, Phone (703)985-6233, Fax (703)985-6103, Email crystal.finch@ic.fbi.gov After receiving information600px-US-DeptOfJustice-Seal.svg regarding potential alternate offerors,  this notice is being cancelled.  An RFQ will be posted shortly to allow interested vendors to submit quotes for this requirement.
Place of Performance: Federal Bureau of Investigation Engineering Research Facility Quantico, VA 22135 US URL: https://www.fbo.gov/spg/DOJ/FBI/PPMS1/NOI-3367/listing.htm

OutreachSystems Article Number: 20160428/PROCURE/0704
Matching keyword(s): video*; train*;

Arkansas – Department of Finance and Administration http://www.arkansas.gov/dfa/procurement/bids/index.ph 1509 W. 7th Street; Little Rock, AR 72201; (501) 324-9316

T – Branding, Multi-channel Marketing, and Video Production Services SOL AED-16-0015 Due Date: 05/27/2016 02:00 PM CDT Contact: Arkansas Economic Development Commission Branding, Multi-channel Marketing, and Video Production Services For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160429/BID/0029
Matching keyword(s): video*; produc*; production?;

Louisiana – Louisiana Press Association http://www.publicnoticeads.com/LA/search/searchnotices.as 404 Europe Street; Baton Rouge, LA 70802; (225) 344-9309

R – 1227331 Request For Proposal St. Landry Parish Government 118 SOL Public Notice ID: 23347705 1227331 Request For Proposal St. Landry Parish Government 118 South Court Street Opelousas, LA 70571 Purpose: The purpose of this proposal is to evaluate various Government Financial Management, Human Resource Management and other software related modules for purchase to replace the current accounting system. The vendor will be evaluated on the proven ability to deliver products on time, flexibility, ease of use, company references, long term stability, and complete integration with other products. Services to Be Provided and Their Corresponding Points for Evaluation: Licensing (100 Pts.) Available Site License Expandability to License Other Agencies Standard Software Maintenance must include upgrades, new releases, temporary fixes, revisions, telephone support at no charge for the first 90 days from delivery/start date and then remain available over a five year period. Training (100 Pts.) Costs of End User Training Available Online “Do-It-Yourself” Training Seminars and Videos Comprehensive Pre-Deployment Administrator Training Comprehensive Setup Training Comprehensive End-User Training Comprehensive Refresher Training Prior to Deployment Continuing Costs (100 pts.) Cost of Annual Service Agreement Expandability of Service To Other Agencies Additional Modules for future consideration Cost of Annual Maintenance Financial Management Modules (200 pts.) General Ledger Budget Management Annual Budget Preparation Accounts Payable Revenue/Cash Receipting Asset Management Project Accounting Bank Reconciliation Third Party Document Imaging Interface Purchasing Module Government (GASB) Reporting Human Resource Management Modules (200 pts.) Payroll Processing Personnel Management Position Control Benefits Administration Time & Attendance Interface Position Budgeting Company Stability and Performance (200 pts.) Company Focuses Exclusively on Government Finance Company Has Been in Business Over 10 Years Minimum of (5) City/Parish References in Louisiana and at least (3) with populations equal to or greater than St. Landry) Expandability (100 pts.) Ability to integrate with additional modules in the future Mandatory to be Microsoft SQL Server based and solution based on the .NET Architecture platform and Development Tools Provide software utilizing the internet for citizen, partner and employee self-service. User Review Presentation Grade (1-5) 1 Least Favorable 5 Being Most Favorable User Friendliness (1-5) 1 Least Favorable 5 Being Most Favorable Q & A Session (1-5) 1 Least Favorable 5 Being Most Favorable The successful firm will be chosen through a qualitative review of the factors listed above as following: Experience and Past Performance especially with other Louisiana cities/ parishes. Capability of proposed solution. Costs of Services Provided. Companies should possess knowledge, expertise and experience in the planning, project management and execution of the services for which they are responding. Company must also provide established relationship with certified Financing partner to enter into a Government lease with terms and conditions tailored to Fiscal Year annual Selected vendor should also have existing partnership with acceptable hardware vendor in event Parish would like to bundle acquired software with appropriate hardware platform. (Note: Hardware pricing is not part of this procurement. This item is being included in event the parish does decide to acquire hardware as part of this initiative.) The proposal shall clearly address all of the information requested herein. Since the written proposal will weigh heavily in the evaluation process, information submitted should be complete and provide a convincing case that the vendor can perform high quality work on schedule. The St. Landry Parish Government Office reserves the right to cancel this job at any time due to but not limited to any of the following reasons; time constraints, budgetary issues, and / or vendor qualifications. The proposals shall be sent to Novella Moore on site or electronically no later than noon (central time) 05-20-2016. novella.moore@stlandryparish.org St. Landry Parish Government c/o Novella Moore PO Drawer 1550 Opelousas, LA 70571 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160429/BID/0428
Matching keyword(s): video*; produc*; train*; seminar?; site?; business*; event?;

Louisiana – Louisiana Press Association http://www.publicnoticeads.com/LA/search/searchnotices.as 404 Europe Street; Baton Rouge, LA 70802; (225) 344-9309

U – PUBLIC NOTICE Sealed bids will be opened and publicly read by S SOL Public Notice ID: 23344648 PUBLIC NOTICESealed bids will be opened and publicly read by Southeastern Louisiana University, Purchasing Department, Property Control & Supply Building, 2400 North Oak Street / SLU 10800, Hammond, LA 70402, at 4:00 p.m., Central Time, on the date specified below:Furnish, deliver, install, and provide training for video equipment for the Southeastern Channel Dept. Fax Inquiry Deadline 5/3/2016. Opens 5/10/2016.Bid documents and forms may be obtained from the Southeastern Purchasing Department as listed above or by downloading a copy from the LA Procurement and Contract Network for Southeastern LA Univ at: http://wwwprd1.doa.louisiana.gov/OSP/LaPAC/dspBid.cfm of authority to submit the bid shall be required in accordance with R.S. 38:2212(A)(1)(c)or R.S 391594(C)(4).No bids will be received after the date and hour specified. The University reserves the right to reject any and all bids.Richard HimberDirector of PurchasingApril 27, 201616-04-124 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160428/BID/0358
Matching keyword(s): video*; train*;

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

R — Paying Agent, Escrow Agent, and Registrar Services. SOL 16-40RFP DUE 05/04/2016 Website: http://www.cvgairport.com/about/biz/procur The Kenton County Airport Board ( KCAB ) is soliciting proposals for Paying Agent, Escrow Agent, and Registrar Services at the Cincinnati/Northern Kentucky International Airport ( CVG ). KCAB is seeking banks or qualified financial institutions to serve as Paying Agent and Registrar for the issuance of its General Airport Revenue Refunding Bonds, Series 2016 (the Series 2016 Bonds ). This institution will also serve as Escrow Agent for the Series 2003B Bonds which are being refunded with the proceeds of the Series 2016 Bonds.KCAB was created pursuant to a resolution of the Fiscal Court of Kenton County, Kentucky, adopted on June 3, 1943. KCAB was created as a body public and politic pursuant to Kentucky Revised Statutes, Chapter 183, and has complete jurisdiction, control, possession and supervision of CVG with the power and authority to issue revenue bondsKCAB currently has $58.590 million in Airport Revenue Bonds outstanding comprised of the Series 2003B bonds, which KCAB anticipates refunding in full in 2016. Upon the issuance of the refunding bonds, the Series 2016 Bonds will be the only series of Bonds of KCAB outstanding. The Series 2016 Bonds are expected to be issued as fixed rate revenue refunding bonds with semi-annual interest payments each January 1 and July 1 of each year commencing January 1, 2017 and will have principal maturities each January 1, with a final maturity of January 1, 2033.KCAB is drafting a new General Bond Resolution which will replace the current Bond Resolution authorizing the Series 2003 Bonds. Upon final adoption, the proposed General Bond Resolution, as supplemented by a separate series resolution relating to the Series 2016 Bonds, will provide the basis for the authorization of the Series 2016 Bonds and subsequent issues. A copy of the proposed General Bond Resolution and Series 2016 Resolution in draft form is included as Attachment A.At present, it is expected KCAB will sell the Series 2016 Bonds on or about June 20, 2016. Settlement on the Series 2016 Bonds is expected to occur electronically/telephonically on or about July 5, 2016. 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: 20160428/KY/8201
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 — Establish PSC for Sign Language Interpreters – Addendum #1. SOL RFP-05-17 DUE 05/18/2016 Phone: (606) 783-2018, Website: http://www.moreheadstatebids.com Proposals are being accepted to establish a contract for sign language interpreters. Morehead State University (MSU) is seeking proposals from qualified individuals to provide sign language interpretation for students who are deaf or hard-of hearing, on an as-needed basis. MSU intends to award a contract for the period of July 1, 2016 through June 30, 2017, with an option to renew for up to three (3) additional one year periods with both parties consenting. 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: 20160428/KY/8202
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 — Establish PSC for CART: Remote Real-Time Captioning Services – Addendum #1. SOL RFP-04-17 DUE 05/18/2016 Phone: (606) 783-2018, Website: http://www.moreheadstatebids.com Proposals are being accepted to establish a contract for CART Services. Morehead State University (MSU) is seeking proposals from qualified firms to provide remote computer aided real-time translation (CART) for students who are deaf or hard-of hearing, on an as needed basis. MSU intends to award a contract for the period of July 1, 2016 through June 30, 2017, with an option to renew for up to three (3) additional one year periods with both parties consenting. 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: 20160428/KY/8204
Matching keyword(s): age:state!ky; state!ky;

Murray State University, Procurement Services, 200 General Services Building, Murray, KY 42071-3355

R — CONSULTANT FOR HEALTH SERVICES. SOL RFP-260J-16 DUE 05/11/2016 Phone: (270) 809-2703; Fax (270) 809-3408; Website: http://campus.murraystate.edu/administ/procurement/Vendor/CurrentBidAds.pd MURRAY STATE UNIVERSITY IS ACCEPTING PROPOSALS FOR A CONSULTANT FOR HEALTH SERVICES. THE PROPOSALS WILL BE EVALUATED FOR SCOPE OF SERVICES, COST, EXPERIENCE AND REFERENCES/COMPANY BACKGROUND, REQUEST FOR PROPOSALS ARE AVAILABLE BY CONTACTING JAN FUQUA AT JFUQUA@MURRAYSTATE.EDU AND REFERENCING RFP NUMBER RFP-260J-16. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 20160428/KY/8207
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; (859) 257-9100

99 – UKGS Elevator D and Garage Elevator Refurbishment SOL CCK-2126-16 Due Date: 5-18-16 UKGS Elevator D and Garage Elevator Refurbishment UK Planroom For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160430/BID/0331
Matching keyword(s): age:state!ky; state!ky;

The Burkesville-Cumberland Co. Industrial Development Authority, P. O. Box 826, Burkesville. KY 42717.

R — Cumberland County Economic Development Project. SOL DUE 05/16/2016 Waylon Wright, Phone: 270-866-4200, Email: Waylon@lcadd.org. BID Date: May 16, 2016. BID TIME: 12:00 pm Central Time. The Burkesville-Cumberland County Industrial Development Authority is inviting quotes on the following: Project: Cumberland County Economic Development Project. Project Location: 426 South High Street, Burkesville, KY 42717. Office of Judge-Executive John Phelps, Cumberland County Courthouse, Burkesville, KY 42717, Lake Cumberland Area Development District, Inc. 2384 Lakeway Drive, Russell Springs, KY 42642. 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: 20160430/KY/8235
Matching keyword(s): age:state!ky; state!ky;

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

R – Financial Examiner-in-training SOL RFP-676-1600000414 Due Date: 5/31/162:00 PMEDT Contact: Department of Insurance Financial Examiner-in-training For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160428/BID/0298
Matching keyword(s): age:state!ky; state!ky;

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

R — Financial Examiner-in-training. SOL RFP 676 1600000414 version 1 DUE 05/31/2016 Jennifer Spencer, Email: Jennifer.Spencer@ky.gov Phone: (502) 564-6154; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: This Request for Proposal (RFP) is being issued for the purpose of procuring a vendor to perform the services of Financial Examiner. 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: 20160428/KY/8182
Matching keyword(s): age:state!ky; state!ky;

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

R — National Health Service Corps Promotion Project – Addendum #3 – NEW DUE DATE. SOL RFP 728 1600000266 version 3 DUE 05/03/2016 Shelby Luby, Email: shelby.luby@ky.gov Phone: (502) 564-8623; 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: 20160428/KY/8192
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

NAVY

CCI Construction Services LLC,* Honolulu, Hawaii (N62478-16-D-4012); D&D Construction Inc.,* Waipahu, Hawaii (N62478-16-D-4013); Dawson Federal Inc.,* Honolulu, Hawaii (N62478-16-D-4014); GSI Pacific Inc.,* Honolulu, Hawaii (N62478-16-D-4015); TKH-ASI LLC,* Kahului, Hawaii (N62478-16-D-4016); and Hawaii Pacific JV LLC,* Kaneohe, Hawaii (N62478-16-D-4017), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award, design-build/design-bid-build construction contract for construction projects located primarily within the600px-US-DeptOfNavy-Seal.svg Naval Facilities Engineering Command (NAVFAC) Hawaii area of responsibility (AOR).  The maximum dollar value including the base period and four option years for all six contracts combined is $245,000,000.  The work to be performed provides for, but is not limited to, labor, supervision, tools, materials and equipment necessary to perform new construction, repair, alteration and related demolition of existing infrastructure based on design-build, or design-bid-build (full plans and specifications) for infrastructure within the state of Hawaii.   Hawaii Pacific JV LLC is being awarded task order 0001 at $4,793,800 for the replacement of three elevators in the Bachelor Enlisted Quarters, Arizona Hall, Building 1623, Joint Base Pearl Harbor-Hickam, Hawaii.  Work for this task order is expected to be completed by July 2018.  All work on this contract will be performed within the NAVFAC Hawaii AOR.  The term of the contract is not to exceed 60 months, with an expected completion date of June 2021.  Fiscal 2016 operation and maintenance (O&M), (Navy); and Navy working capital contract funds in the amount of $4,843,800 are obligated on this award, and $4,793,800 will expire at the end of the current fiscal year.  Future task orders will be primarily funded by O&M, Navy; and Navy working capital funds.  This contract was competitively procured via the Navy Electronic Commerce Online website with 11 proposals received.  These six contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

Lockheed Martin, Mission Systems and Training, Moorestown, New Jersey, is being awarded a $22,383,606 cost-plus-award-fee modification to previously awarded contract (N00024-12-C-4309) to exercise options for lifetime sustainment and support services for installed Aegis Weapon Systems (AWS).  The contract will provide for support of the critical modernization programs currently in process for the AWS as well as logistics and sustainment support for the in-service Aegis ship fleet in order to prevent delays in the delivery of the AWS upgrades and schedule and operational impacts to the effected ship availabilities.  Work will be performed in Moorestown, New Jersey (81 percent); and Mt. Laurel, New Jersey (19 percent), and is expected to be completed by June 2017.  Fiscal 2012 and 2013 shipbuilding and conversion (Navy); fiscal 2016 operation and maintenance (Navy); fiscal 2016 Defense-wide procurement; fiscal 2016 Defense-wide operation and maintenance; fiscal 2016 research, development, test and evaluation (Navy); and fiscal 2016 Defense-wide research, development, test, and evaluation funding in the amount of $5,289,139 will be obligated at time of award, and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Drace Anderson JV,* Gulfport, Mississippi, is being awarded $10,477,239 for firm-fixed-price task order 0008 under a previously awarded multiple award construction contract (N69450-13-D-1762) for construction of the T-6B Texan II Joint Primary Aircraft Training System, training operations facility, at Naval Air Station Whiting Field.  The work to be performed provides for a two-story training operations facility located on the flight line.  Renovations of the existing hangar space include temporary office space and demolition of existing buildings.  Construction of parking areas and associated site work; storm water and utility construction are part of the project.  In addition this project includes a pavilion, furniture, fixtures and equipment.  The task order also contains one unexercised option, which if exercised, would increase cumulative task order value to $10,496,392.  Work will be performed in Milton, Florida, and is expected to be completed by March 2018.  Fiscal 2016 military construction (Navy) contract funds in the amount of $10,477,239 are obligated on this award and will not expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

Heartwood Pacific LLC,* Keaau, Hawaii, is being awarded $7,785,662 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N62478-16-D-4009) for design and repair of heating, ventilation and air conditioning system at Building 214/214A at Joint Base Pearl Harbor-Hickam.  The work to be performed provides for replacement of deteriorated lights, replacement of components includes two chillers, pumps, air handling units (AHU), and fan coil units.  Replacement also includes isolation valves, ducts, piping, and insulation.  The replacement air conditioning components will have variable air volume (VAV) and variable frequency drive capability, and include systems with VAV boxes.  The project will also add AHU for the gauge block area and break room, and add VAV boxes and ducts to air condition an office and to replace window air conditioning in the classroom.  Work will be performed in Oahu, Hawaii, and is expected to be completed by September 2017.  Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $7,785,662 are obligated on this award and will expire at the end of the current fiscal year.  Six proposals were received for this task order.  The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

Department of the ArmyARMY

Vectrus Systems Corp., Colorado Springs, Colorado, was awarded a $26,121,838 modification (P00004) to contract W52P1J-15-C-0078 for Qatar Base Operations Support Services (Q-BOSS) on Camp As Sayliyah and Camp As Sayliyah – South, and in support of Area Support Group – Qatar.  Work will be performed in Qatar, with an estimated completion date of March 29, 2017.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $26,121,838 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Northrop Grumman Systems Corp., Apopka, Florida, was awarded an $8,841,488 firm-fixed-price foreign military sales contract for a base quantity of 172 eyesafe laser range finders for the kingdom of Morocco, with an option for an additional 28 units. One bid was solicited with one received, with an estimated completion date of July 31, 2018.  Fiscal 2016 other procurement funds in the amount of $8,841,488 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-16-C-0109).

Decatur Construction Inc.,* New Braunfels, Texas, was awarded a $8,278,000 firm-fixed-price contract to expand the Ft. Logan National Cemetery, Colorado, by developing approximately 10 acres of land for additional graves.  Bids were solicited via the Internet with four received.  The estimated completion date is Sept. 25, 2017.  Fiscal 2014 and 2016 other procurement funds in the amount of $8,278,000 were obligated at the time of the award.  Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-16-C-0029).

AIR FORCE

Honeywell International Inc., Phoenix, Arizona, has been awarded a $75,000,000 modification (P00002) to previously awarded contract FA8650-15-D-2504 for the Versatile Affordable Advanced Turbine Engines (VAATE) III & Beyond program. This contract increases the not-to-exceed ceiling for the VAATE program, which is a multiple government agency and industry joint effort to develop revolutionary and innovative technologies by the 2017 timeframe that will permit an order of magnitude increase in turbo-propulsion affordability over the year 2000 state-of-the-art technology. Work will be performed at Phoenix, Arizona, and is expected to be complete by Jan. 28, 2023. No funds are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, has been awarded a $28,000,000 modification (P00007) to the maximum ordering amount of previously awarded contract FA8675-14-D-0009 for integration of the Advanced Medium Range Air-to-Air Missile (AMRAAM) onto various Air Force and Navy aircraft platforms. Contractor will facilitate several new task orders for platform integration support including the F-16 Block 30, F-35, F-15 Eagle Passive Active Warning Survivability System; F-16 Active Electronically Scanned Array; AMRAAM Real Time Integration Simulator; and multiple F/A-18 configurations. Work will be performed at Fort Worth, Texas; Eglin Air Force Base, Florida; Hill Air Force Base, Utah;356px-Seal_of_the_US_Air_Force.svg Edwards Air Force Base, California; Nellis Air Force Base, Nevada; White Sands Missile Range, New Mexico; China Lake/Point Mugu, California; St. Louis, Missouri; Seattle, Washington; Baltimore, Maryland; and Tucson, Arizona. Work is expected to be complete by Jan. 30, 2020. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Lockheed Martin Space Systems Co., Sunnyvale, California, has been awarded a $25,195,531 modification (P00101) to previously awarded contract FA8810-08-C-0002 for Remote Sensing Systems Directorate’s Space Based Infra-Red Systems (SBIRS) follow-on production. Contractor will provide geosynchronous earth orbit transition to operations. This modification adds backend tuning to the baseline. Backend tuning, primarily a ground function, tunes the process that fuses repetition returns to form tracks and parameter estimation. Work will be performed at Sunnyvale, California, and is expected to be complete by June 30, 2019. Fiscal 2016 space procurement funds in the amount of $25,195,531 are being obligated at the time of award. Space and Missile System Center, Los Angeles Air Force Base, California, is the contracting activity.

CCI Energy and Construction Services LLC, Shalimar, Florida, has been awarded an $8,000,000 indefinite-delivery/indefinite-quantity contract for Simplified Acquisition of Base Engineering Requirement (SABER). Contractor will provide all plant, labor, materials and equipment, and perform all operations in connection with SABER at Eglin Air Force Base. Work is expected to be complete by June 16, 2017. This award is the result of a sole-source acquisition. Fiscal 2016 operations and maintenance; and research, development, test and evaluation funds in the amount of $26,193 are being obligated on task order 0001 at the time of award. Air Force Test Center, Eglin Air ForceBase, Florida, is the contracting activity (FA2823-16-D-4010).

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

Zero Point Inc., Virginia Beach, Virginia, has been awarded a five-year indefinite-delivery/indefinite-quantity contract (H92222-16-D-0042) with a $49,000,000 maximum ceiling for technical and programmatic assistance, to include training for radio-controlled improvised explosive devices, electronic countermeasures, explosive ordinance disposal and counter proliferation systems engineering support, systems analysis, strategic project support, telecommunications analysis and technical support; and other similar and related support services.  The primary place of performance will be the Aberdeen Training Facility in Fort Bragg, North Carolina, but services will be provided worldwide as specified in individual task orders, with an estimated completion date of June 27, 2022.  Fiscal 2016 operations and maintenance funds in the amount of $2,667,014 are being obligated at time of award. Funding will be of the appropriate type and year at the task order level.  None of this funding will be multi-year. Special Operations Command, Tampa, Florida, is the contracting activity.

*Small business

ARMY

Clark Construction Group LLC, Bethesda, Maryland, was awarded a $616,311,000 firm-fixed-price, incrementally funded contract with options to design and build a multi-story office building.  Seven bids were solicited with seven received. Work will be performed at Ft. Meade, Maryland, with an estimated completion date of Aug. 11, 2020.  Fiscal 2016 military construction funds in the amount of $24,000,000 were obligated at the time of the award.  Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-16-C-0013).

Lockheed Martin Integrated Systems Inc., Bethesda, Maryland, was awarded a $34,027,588 modification (P00019) to contract W912DY-15-F-0164 for Next Generation Technical Services IV.  Work will be performed in Wright Patterson Air Force Base, Ohio; Aberdeen Proving Ground, Maryland; Stennis Space Center, Mississippi; Vicksburg, Mississippi; and Lorton, Virginia, with an estimated completion date of Sept. 17, 2016.  FiscalDepartment of the Army 2016 research, development, testing, and evaluation funds in the amount of $5,000,000 were obligated at the time of the award.  Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

Alliant Techsystems Operations LLC, Rocket Center, West Virginia, was awarded a $24,860,200 cost-plus-fixed-fee contract for research, development, and testing of rocket propulsion technology for Army missile systems, with an estimated completion date of June 16, 2021. Bids were solicited via the Internet with one received. Funding and work location will be determined with each order.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-16-D-0002).

Inland Dredging Co. LLC, Dyersburg, Tennessee, was awarded a $24,000,000 firm-fixed-price contract for dredging within the Army Corps of Engineers, Mobile District, with an estimated completion date of Aug. 17, 2017.  Bids were solicited via the Internet with three received. Funding will be determined with each order. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-16-D-0096).

Jacobs Field Services North America Inc., Oak Ridge, Tennessee, was awarded a $17,048,890 modification (000111) to contract W912WJ-14-D-0002 to remove deactivated electrical cables; debris removal; site operation and maintenance; and technical support and mechanical dredging for the New Bedford Harbor Superfund Site.  The estimated completion date is June 30, 2017.  Funding and work location will be determined with each order.  Army Corps of Engineers, Concord, Massachusetts, is the contracting activity.

Andritz Hydro Corp., Charlotte, North Carolina, was awarded a $16,383,400 firm-fixed-price, incrementally funded contract with options to rehabilitate five Baldwin-Lima-Hamilton turbine hub linkages at the John Day Dam, Rufus, Oregon, with an estimated completion date of Sept. 24, 2020.  Bids were solicited via the Internet with two received.  Fiscal 2016 other procurement funds in the amount of $500,000 were obligated at the time of the award.  Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-16-C-0028).

Jacobs Field Services North America Inc., Oak Ridge, Tennessee, was awarded a $7,853,186 modification (000112) to contract W912WJ-14-D-0002 for management support, design, engineering and services for mechanical dredging in the intertidal area along the Fairhaven, Massachusetts, shoreline, with an estimated completion date of June 14, 2017.  Funding will be determined with each order.  Army Corps of Engineers, Concord, Massachusetts, is the contracting activity.

CORRECTION: A foreign military sales contract (Afghanistan) for Harris Corp., Rochester, New York (W91CRB-16-D-5006), to procure Harris radios, ancillaries, spare parts and services, was mistakenly announced on June 16, 2016. The contract has not yet been awarded.

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

BCF Solutions Inc., Chantilly, Virginia, is being awarded a $109,680,314 cost-plus-fixed-fee contract, including options, for advisory and assistance services. This technical, engineering, advisory and management support acquisition contract includes wide-range acquisition services including acquisition life-cycle planning, policy development, program review and analysis, documentation, and integration, focused on supporting the Missile Defense Agency’s effective development and deployment of the Ballistic Missile Defense System.  Work will be performed in the National Capital Region which includes Fort Belvoir, Virginia; Huntsville, Alabama; Dahlgren, Virginia; Colorado Springs, Colorado; Albuquerque, New Mexico; and Hanscom Air Force Base, Massachusetts, with an expected completion date in July 2021.  Fiscal 2016 research, development, test, and evaluation funds in the amount of $5,363,426 are being obligated at time of award.  A total of seven offers were received and this contract was competitively awarded.  The government selected for award the most advantageous proposal representing the best value to the government.  The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-16-C-0047).

DEFENSE LOGISTICS AGENCY

Welch Allyn Inc., Skaneateles Falls, New York, has been awarded a $43,650,000 modification (P00106) exercising the seventh one-year option period of a one-year base contract (SPM2D1-09-D-8350) with nine one-year option periods for patient monitoring systems, subsystems, accessories, consumables spare/repair parts and training. This is a fixed-price with economic price adjustment contract. Location of performance is New York, withDefense_Logistics_Agency a June 23, 2017, performance completion date. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2016 through 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Wolverine World Wide Inc., Rockford, Michigan, has been awarded a $10,339,075 modification (P00009) exercising the first one-year option period of a one-year base contract (SPE1C1-15-D-1067) with four one-year option periods for men’s and women’s leather dress shoes. This is a firm-fixed-price contract. Location of performance is Michigan, with a June 9, 2017, performance completion date. Using service is Navy. Type of appropriation is fiscal 2016 through 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

600px-US-DeptOfNavy-Seal.svgNAVY

HDT Expeditionary Systems Inc., Solon, Ohio (N00178-16-D-2015); and Design West Technologies,* Tustin, California (N00178-16-D-2020), are being awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contracts for the procurement of M98 gas particulate filter sets.  The maximum ceiling dollar value for both contracts combined is $37,692,590 for the two-year term on the contract (two-year ordering period).  The two contractors may compete for task orders under the terms and conditions of the awarded contracts.  Work will be performed in Solon, Ohio, for the filters manufactured by HDT; and in Tustin, California, for the filters manufactured by DWT, and is expected to be complete by May 2018.  Fiscal 2016 operations and maintenance (Navy) funding in the amount of $1,369,015 will be obligated at time of award and funds will expire at the end of the current fiscal year.  These contracts were not competitively procured in accordance with 10 U.S. Code 2304(c)(1).  The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity.

Notkin Mechanical Engineers,* Seattle, Washington, is being awarded a maximum amount $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architectural and engineering projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR).  Projects may include: seismic upgrades; new and major renovation facility construction; infrastructure and utility repair or replacement projects; energy conservation projects; new installation or repair of heating ventilation and air conditioning, direct digital controls, lighting or other building systems, planning studies; consultation on technical issues; storm drainage systems; roads/parking lots; interior/exterior lighting systems; intrusion detection systems; designs for fire suppression and protection systems; asbestos/lead abatement, disposal of hazardous materials; and cadastral services. 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); Wyoming (1 percent); and possibly within 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 June 2021.  Fiscal 2016 Navy working capital funds (NWCF) in the amount of $10,000 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 military construction (Navy); operations and maintenance (Navy); and NWCF.  This contract was competitively procured via the Federal Business Opportunities website, with seven proposals received.  The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-16-D-2006).

Lockheed Martin Corp., Orlando, Florida, is being awarded a $10,629,679 cost-plus-fixed-fee, firm-fixed-price contract for approximately185,059 man hours of life cycle logistics services for the Tomahawk command and control system; Naval Mission Planning System; digital camera receiving stations; and Naval Strike Warfare Planning Center programs in support of the Navy and the governments of Japan, Australia, Denmark, Saudi Arabia, Finland , Italy, Malaysia, Kuwait, Pakistan, Canada, and the United Kingdom.  Work will be performed in Marlton, New Jersey, and is expected to be completed in June 2017.  Fiscal 2016 other procurement (Navy); fiscal 2016 operations and maintenance (Navy); and foreign military sales funds in the amount of $7,174,270 will obligated at time of award; $4,986,444 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. This contract combines purchases for the Navy ($7,542,815; 70.96 percent); and the governments of Japan ($280,624; 2.64 percent); Australia ($280,624; 2.64 percent); Denmark ($280,624; 2.64 percent); Saudi Arabia ($280,624; 2.64 percent); Finland($280,624; 2.64 percent); Italy($280,624; 2.64 percent); Malaysia ($280,624 ; 2.64 percent); Kuwait ($280,624; 2.64 percent); Pakistan($280,624; 2.64 percent); Canada ($280,624; 2.64 percent); and the United Kingdom ($280,624; 2.64 percent) under the Foreign Military Sales program.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-16-C-0328).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Northrop Grumman Systems Corp., Aerospace Systems, El Segundo, California, has been awarded a $17,773,859 modification (P00003) to previously awarded other transaction for prototype project agreement HR0011-16-9-0003 for additional tasks under Phase III of the Tactically Exploited Reconnaissance Node (Tern) program. The Tern program is to 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 from1280px-DARPA_Logo smaller ships.  Phase III focuses on the design, fabrication, and testing of a prototype Tern Demonstration System (TDS). The additional tasks awarded under the modification include the fabrication, assembly, and checkout of a second Tern TDS Air Vehicle (AV-2). As a result of this modification, the total amount of the agreement is increased by $17,773,859, from $132,473,192 to $150,247,051. Correspondingly, the estimated government funding for the agreement is increased by $16,748,000, from $93,076,636 to $109,824,636; and the Northrop Grumman cost share is increased by $1,025,859, from $39,396,556 to $40,422,415. Work will be performed in El Segundo, California (35 percent); Mojave, California (50 percent); East Aurora, New York (9 percent); and Benbrook, Texas (6 percent), with an estimated completion date of December 2018. Fiscal 2015 and 2016 research and development funds in the amount of $11,784,812 are being obligated at time of award. The Defense Advanced Research Projects Agency, located in Arlington, Virginia, is the contracting activity.

*Small business

Department of the ArmyARMY

Harris Corp., Rochester, New York, was awarded a $1,700,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multi-year foreign military sales contract (Afghanistan) to procure Harris radios, ancillaries, spare parts and services.  Bids were solicited via the Internet with one received. The estimated completion date is June 15, 2021. Funding and work location will be determined with each order.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W91CRB-16-D-5006).

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $15,951,250 modification (P00035) to contract W56HZV-13-C-0319 for equipment and facility repairs at the Joint Systems Manufacturing Center, Lima, Ohio, with an estimated completion date of Sept. 30, 2017.  Fiscal 2014 and 2016 other procurement (Army) funds in the amount of $15,951,250 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

Roof Spec Inc.,* Saint Paul, Minnesota (W91278-16-D-0094); and Bradford Roof Management Inc.,* Billings, Montana (W91278-16-D-0092), were awarded a $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with options for  sustaining engineering and technical support services to the Army Corps of Engineers, Mobile District, for the Roofing Sustainment Management System (ROOFER) implementation at Army installations.  Bids were solicited via the Internet with seven received.  Funding and work location will be determined with each order. The estimated completion date is June 19, 2020.  Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

NAVY

Fluor Federal Solutions LLC, Greenville, South Carolina, is being awarded a $47,050,814 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N69450-12-D-7582) to exercise option four for base operations support services at various installations in the Naval Facilities Engineering Command Southeast area of responsibility.  The work to be performed provides for regional base operating support services including, but not limited to, the following functions: port operations, facilities support services, facility investment, base support vehicles and equipment, and environmental.  After award of this option, the total cumulative contract value will be $225,455,256.  Work will be performed in Jacksonville, Florida, and is expected to be completed by June 2017.  No funds will be obligated at time of award.  Fiscal 2016 operations and maintenance (O&M), (Navy); fiscal 2016 O&M, (Marine Corps); fiscal 2016 Navy working capital funds; fiscal 2016 Defense Health Program; and fiscal600px-US-DeptOfNavy-Seal.svg 2016 family housing O&M (Navy) contract funds in the amount of $37,938,938 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.

Raytheon Co., Fullerton, California, is being awarded a $14,015,266 modification to a previously awarded cost-plus-incentive-fee contract (N00019-08-C-0034) to perform Block 1 engineering and manufacturing development activities and preparation for configuration design review in support of the Joint Precision Approach and Landing System Program.  Work will be performed in Fullerton, California (64 percent); and Cedar Rapids, Iowa (36 percent), and is expected to be completed in September 2016.  Fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $6,170,744 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.

Correction:  The contract awarded on June 15, 2016, to S.B. Ballard Construction Co., Virginia Beach, Virginia (N40085-16-C-6119), for $20,459,328, is revised to show the award amount is $19,080,553.  All other information in the announcement is correct.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

GE Aviation, Cincinnati, Ohio, has been awarded a not-to-exceed $26,979,910 undefinitized contract action for F110 Service Life Extension Program (SLEP) kits. Contractor will provide 12 SLEP kits composed of 18 individual kits that support the F110-100 engines used in the Egyptian Air Force F-16 fleet. This contract is 100 percent foreign military sales to Egypt. Work will be performed at Cincinnati, Ohio, and is expected to be complete by Sept. 30, 2016. Air Force Material Command, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8122-16-F-0042).

United Technologies Corp. – UTC Aerospace Systems, Windsor Locks, Connecticut, has been awarded a $24,000,000 indefinite-delivery/indefinite-quantity contract for research in the areas of power and thermal management system detailed design. Work will be performed at Windsor Locks, Connecticut; and West Palm Beach Florida, and is expected to be complete by May 31, 2022. This award is the result of a competitive acquisition with four offers received. Fiscal 2015 and 2016 research, development, test and evaluation funds in the amount of $766,666 are being obligated for task order 0001 at the time of award. Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8650-16-D-2617).

Lockheed Martin Aeronautics, Marietta, Georgia, has been awarded a not-to-exceed $20,431,791 modification (P00579) to previously awarded contract FA8625-11-C-6597 for C-130J long lead items. Contractor will provide long-lead spares and support equipment in preparation for the procurement of four France C-130J aircraft. Work will be performed at Marietta, Georgia, and is expected to be complete by May 31, 2019. This contract is 100 percent foreign military sales for France. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Nimbis Services Inc., Oro Valley, Arizona, has been awarded a $9,000,000 Small Business Innovation Research Phase III, indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee task orders for research and development. Contractor will continue research and development for a Department of Defense (DoD)-wide, DoD-owned cloud-based silicon integrated circuit design environment which will allow for seamless linkage of the best design and verification capabilities across DoD. Work will be performed at Columbus, Ohio, and is expected to be complete by June 15, 2023. This award is the result of a sole-source acquisition. Fiscal year 2015 research, development, test and evaluation funds in the amount of $749,468 are being obligated for task order 0001 at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-16-D-1722).

DEFENSE LOGISTICS AGENCY

Lockheed Martin, Orlando, Florida, has been awarded a maximum $23,726,165 firm-fixed-price delivery order (TH01) against a basic ordering agreement SPE4A1-15-G-0005 for equipment in support of F/A 18 aircraft. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Location of performance is Florida, with a Dec. 31, 2018, performance completion date. Using service is Navy. Type of appropriation is fiscal 2016 through fiscal 2019 Navy aircraft procurement funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

IDSC Holdings LLC, Kenosha, Wisconsin, has been awarded a maximum $13,792,415 firm-fixed-price contract for spare parts for multiple weaponDefense_Logistics_Agency systems, aircraft and vehicles. This was a competitive acquisition with one response received. This is a three-year base contract with two one-year option periods. Locations of performance are Wisconsin and Illinois, with a June 15, 2019, performance completion date. Using military services are Army and Navy. 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-0119).

Crown Clothing Co.,* Vineland, New Jersey, has been awarded a maximum $7,943,140 modification (P00105) exercising the third one-year option period of a one-year base contract (SPM1C1-13-D-1059) with four one-year option periods for men’s coats. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is New Jersey, with a June 23, 2017, performance completion date. Using military service is Marine Corps. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

*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

356px-Seal_of_the_US_Air_Force.svgDepartment of the Air Force, Air Force Global Strike Command, 7 CONS, 381 Third Street Dyess AFB TX 79607-1581

U — Test Administrator FA4661-16-Q-0058 071116 Sara Marron, Contract Administrator, Phone 3256968239, Fax 3256964078, Email sara.marron@us.af.mil – Megan VanHorn, Contract Officer, Phone 3256961072, Email megan.vanhorn.1@us.af.mil ;
Th This is a combined synopsis and solicitation for the following commercial services:
CLIN 0001 : Provide non-personal services as a Test Administrator in accordance with the attached Performance Work Statement (PWS) for a period of 12 months, Jul 2016 – Jul 2017.   Quantity:   520 Units.   1 Unit 4 hours.
CLIN 1001:   Provide non-personal services as a Test Administrator in accordance with the attached Performance Work Statement (PWS) for a period of 12 months, Jul 2017 – Jul 2018.   Quantity:   520 Units.   1 Unit 4 hours.
CLIN 2001:    Provide non-personal services as a Test Administrator in accordance with the attached Performance Work Statement (PWS) for a period of 6 months, Jul 2018 – Jan 2019.   Quantity:   260 Units.   1 Unit 4 hours.
This synopsis and solicitation is prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.   This solicitation FA4661-16-Q-0058 is issued as a Request for Quotations (RFQ). Submit written offers (oral offers will not be accepted), on RFQ FA4661-16-Q-0058.   Quotes will be evaluated and award will be made to the responsible offeror whose offer conforms to the solicitation. This will be the most advantageous to the Government using price as the evaluation factor.   This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88 effective 16 May 2016.   All firms or individuals responding must be registered with an active System for Award Management (SAM) account at the closing time of the RFQ.   This procurement is being issued as a 100% SMALL BUSINESS Set-Aside.   North American Industrial Classification Standard 611710, Size Standard $15M applies to this procurement.
The 7th Contracting Squadron at Dyess AFB TX intends to award a Firm Fixed Price (FFP) contract for the services described in the PWS.   The Period of Performance for this requirement is twelve (12) months for the base year, twelve (12) months for option year 1, and six (6) months for an optional extension to complete all work associated with the contract.   This requirement will be F.O.B. Destination.

Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications — Commercial Items, with your offer.

The provisions that apply to this solicitation are as follows:
FAR
52.204-7 Systems for Award Management
52.204-16 Commercial and Government Entity Code Reporting
52.207-1 Notice of Standard Competition
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation
52.212-1 Instructions to Offerors-Commercial
Instructions to Offerors — Commercial Items (Oct 2015)
(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees.
(b) Submission of offers . Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show —
(1) The solicitation number;
(2) The time specified in the solicitation for receipt of offers;
(3) The name, address, and telephone number of the offeror;
(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;
(5) Terms of any express warranty;
(6) Price and any discount terms;
(7) “Remit to” address, if different than mailing address;
(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);
(9) Acknowledgment of Solicitation Amendments;
(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and
(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
(c) Period for acceptance of offers . The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.
(d) Product samples . When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender’s request and expense, unless they are destroyed during preaward testing.
(e) Multiple offers . Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.
(f) Late submissions, modifications, revisions, and withdrawals of offers .
(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.
(2)
(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-
(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or
(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or
(C) If this solicitation is a request for proposals, it was the only proposal received.
(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.
(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.
(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.
(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
(h) Multiple awards . The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.
(i) Availability of requirements documents cited in the solicitation.
(1)
(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to–
GSA Federal Supply Service Specifications Section
Suite 8100
470 L’Enfant Plaza, SW
Washington, DC 20407
Telephone (202) 619-8925)
Facsimile (202 619-8978).
(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.
(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites —
(i) ASSIST ( https://assist.dla.mil/online/start” target=”_parent”> https://assist.dla.mil/online/start ).
(ii) Quick Search ( http://quicksearch.dla.mil” target=”_parent”> http://quicksearch.dla.mil ).
(iii) ASSISTdocs.com ( http://assistdocs.com” target=”_parent”> http://assistdocs.co ).
(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-
(i) Using the ASSIST Shopping Wizard ( https://assist.dla.mil/wizard/index.cf” target=”_parent”> https://assist.dla.mil/wizard/index.cf );
(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or
(iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462.
(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.
(j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $3,500, and offers of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “DUNS” or “DUNS+4” followed by the DUNS or DUNS+4 number that identifies the offeror’s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://fedgov.dnb.com/webfor” target=”_parent”> http://fedgov.dnb.com/webfor . An offeror located outside the United States must contact the local Dun and Bradstreet office for DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office.
(k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov” target=”_parent”> https://www.acquisition.go .
(l) Debriefing . If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:
(1) The agency’s evaluation of the significant weak or deficient factors in the debriefed offeror’s offer.
(2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror.
(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.
(4) A summary of rationale for award;
(5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.
(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.
(End of Provision)
52.212-2 Evaluation-Commercial Items
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:
1. Price
2. Technical Acceptability
Technical acceptability is approximately equal to Price when being evaluated.   Technical requirements are listed under Section 3, Job Qualifications, in the attached PWS.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)

52.212-3 Offeror Representations and Certificates
52.217-5 Evaluation of Options
52.219-1 Small Business Program Representation
52.222-22 Previous Contracts and Compliance Reports
52.222-25 Affirmative Action Compliance
52.237-1 Site Visit
52.252-1 Solicitation Provisions Incorporated by Reference
Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address:
http://farsite.hill.af.mil“> http://farsite.hill.af.mil
DFARS
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7004 Alternate A, System for Award Management
The clauses that apply to this solicitation are as follows:
FAR
52.204-13 System for Award Management Maintenance
52.204-19   Incorporation by Reference of Representations and Certifications
52.212-4 Contract Terms and Conditions-Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (the following clauses are cited):
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractor’s Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post Award Small Business Program Representation
52.222-3 Convict Labor
52.222-21 Prohibition of Segregated Facilities
52.222-22 Previous Contracts and Compliance Reports
52.222-26 Equal Opportunity
52.222-36 Affirmative Action for Workers with Disabilities
52.222-41 Service Contract Labor Standards
52.222-50 Combating Trafficking in Persons
52.222-55 Minimum Wages Under Executive Order 13658
52.223-18 Contractor Policy to Ban Text Messaging While Driving
52.225-1 Buy American-Supplies
52.225-2 Buy American Certificate
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer
52.233-3 Protest after Award
52.233-4 Applicable Law for Breach of Contract Claim
52.217-8 Option to Extend Services
52.217-9 Option to Extend the Term of the Contract
Option to Extend the Term of the Contract (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days 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 five years.
(End of Clause)
52.232-1 Payments
52.232-8 Discounts for Prompt Payment
52.232-11 Extras
52.232-39 Unenforceability of Unauthorized Obligations
52.233-1 Disputes
52.237-2 Protection of Government Buildings, Equipment, and Vegetation
52.249-4 Termination for Convenience of the Government (Services) (Short Form)
52.252-2 Clauses Incorporated by Reference
Clauses Incorporated by Reference (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address:
http://farsite.hill.af.mil“> http://farsite.hill.af.mil
52.253-1 Computer Generated Forms

DFARS

252.201-7000 Contracting Officer’s Representative
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7015 Disclosure of Information to Litigation Support Contractors
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.211-7003 Item Unique Identification and Valuation
252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7036 Buy American Act -Free Trade Agreements-Balance of Payments Program
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area Workflow Payment Instructions
AFFARS

5352.201-9101 OMBUDSMAN
5352.223-9001 Health and Safety on Government Installations
5352.242-9000 Contractor Access to Air Force Installations
CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012)
(a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.
(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver’s license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass.
(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.
(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with http://static.e-publishing.af.mil/production/1/af_a4_7/publication/afi31-101/releasibility_for_afi31-101.pd” target=”_blank”> AFI 31-101 , Integrated Defense, and http://static.e-publishing.af.mil/production/1/af_a4_7/publication/afi31-501/afi31-501.pd” target=”_blank”> AFI 31-501 , Personnel Security Program Management citing the appropriate paragraphs as applicable.
(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.
(f) Failure to comply with these requirements may result in withholding of final payment.
(End of clause)

A site visit will be held on the following date/time: 27 June 2016/ 02:00 P.M. (CST)
The meeting location for contractors without Dyess AFB access will be at the main front gate of Dyess AFB, TX, at the intersection of Arnold Blvd and Dub Wright Blvd, Abilene, TX, at the Dyess Visitor’s Center on 27 June 2016 at 01:30 P.M. (CST).   Contractors with access to Dyess AFB can meet at Bldg 7238, front parking lot (7 Contracting Squadron, 381 3rd Street) at 2:00 p.m. (CST).

The Visitor Control Center is considered a high congestion area.   Please bring all required paperwork (i.e., valid driver’s license, car insurance, and valid car registration) and arrive with adequate time for processing.

Only one site visit will be conducted and offerors are urged and expected to inspect the site to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.

All interested parties must send an email to both the Contract Administrator and Contracting Officer listed below stating the name and telephone number of all individuals to be in attendance.

All questions pertaining to this requirement must be submitted and received no later than 10:00 a.m. (CST), 29 June 2016 .   Questions must be submitted to Mrs. Sara M. Marron at sara.marron@us.af.mil and 1st Lt Megan VanHorn at megan.vanhorn@us.af.mil.
All quotes must be sent via email to Mrs. Sara M. Marron at sara.marron@us.af.mil and 1st Lt Megan VanHorn at megan.vanhorn@us.af.mil.   For any questions call 325-696-8239 or 325-696-1072.   Quotes are required to be received no later than 02:00 PM CST, Monday, 11 July 2016 .

2 Attachments:
1. Performance Work Statement, dated 17 June 2016
2. Service Contract Act Wage Determination, dated 8 March 2016
Set-Aside: Total Small Business Place of Performance: Dyess AFB, TX 79607 US URL: https://www.fbo.gov/notices/4797209c8bde4130cc3cf59c5fd1dea OutreachSystems Article Number: 20160621/PROCURE/0089
Matching keyword(s): documentar*;

Department of the Air Force, Air Force Global Strike Command, 7 CONS, 381 Third Street Dyess AFB TX 79607-1581

U — CCAF Advisor FA4661-16-Q-0057 071116 Sara Marron, Contract Administrator, Phone 3256968239, Fax 6256964078, Email sara.marron@us.af.mil – Megan VanHorn, Contract Officer, Phone 3256961072, Email megan.vanhorn.1@us.af.mil ;
Th This is a combined synopsis and solicitation for the following commercial services:
CLIN 0001 : Provide non-personal services as a CCAF Advisor in accordance with the attached Performance Work Statement (PWS) for a period of 12 months, Jul 2016 – Jul 2017.   Quantity:   520 Units.   1 Unit 4 hours.
CLIN 1001:   Provide non-personal services as a CCAF Advisor in accordance with the attached Performance Work Statement (PWS) for a period of 12 months, Jul 2017 – Jul 2018.   Quantity:   520 Units.   1 Unit 4 hours.
CLIN 2001:    Provide non-personal services as a CCAF Advisor in accordance with the attached Performance Work Statement (PWS) for a period of 6 months, Jul 2018 – Jan 2019.   Quantity:   260 Units.   1 Unit 4 hours.
This synopsis and solicitation is prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.   This solicitation FA4661-16-Q-0057 is issued as a Request for Quotations (RFQ). Submit written offers (oral offers will not be accepted), on RFQ FA4661-16-Q-0057.   Quotes will be evaluated and award will be made to the responsible offeror whose offer conforms to the solicitation. This356px-Seal_of_the_US_Air_Force.svg will be the most advantageous to the Government using price as the evaluation factor.   This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88 effective 16 May 2016.   All firms or individuals responding must be registered with an active System for Award Management (SAM) account at the closing time of the RFQ.   This procurement is being issued as a 100% ECONOMICALLY DISADVANTAGED WOMAN-OWNED SMALL BUSINESS SET-ASIDE.   North American Industrial Classification Standard 611710, Size Standard $15M applies to this procurement.
The 7th Contracting Squadron at Dyess AFB TX intends to award a Firm Fixed Price (FFP) Contract for the services described in the PWS.   The Period of Performance for this requirement is twelve (12) months for the base year, twelve (12) months for option year 1, and six (6) months for an optional extension to complete all work associated with the contract.   This requirement will be F.O.B. Destination.

Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications — Commercial Items, with your offer.

The provisions that apply to this solicitation are as follows:
FAR
52.204-7 Systems for Award Management
52.204-16 Commercial and Government Entity Code Reporting
52.207-1 Notice of Standard Competition
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation
52.212-1 Instructions to Offerors-Commercial
Instructions to Offerors — Commercial Items (Oct 2015)
(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cov. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees.
(b) Submission of offers . Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show —
(1) The solicitation number;
(2) The time specified in the solicitation for receipt of offers;
(3) The name, address, and telephone number of the offeror;
(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;
(5) Terms of any express warranty;
(6) Price and any discount terms;
(7) “Remit to” address, if different than mailing address;
(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);
(9) Acknowledgment of Solicitation Amendments;
(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and
(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
(c) Period for acceptance of offers . The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.
(d) Product samples . When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender’s request and expense, unless they are destroyed during preaward testing.
(e) Multiple offers . Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.
(f) Late submissions, modifications, revisions, and withdrawals of offers .
(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.
(2)
(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-
(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or
(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or
(C) If this solicitation is a request for proposals, it was the only proposal received.
(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.
(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.
(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.
(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
(h) Multiple awards . The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.
(i) Availability of requirements documents cited in the solicitation.
(1)
(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to–
GSA Federal Supply Service Specifications Section
Suite 8100
470 L’Enfant Plaza, SW
Washington, DC 20407
Telephone (202) 619-8925)
Facsimile (202 619-8978).
(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.
(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites —
(i) ASSIST ( https://assist.dla.mil/online/start” target=”_parent”> https://assist.dla.mil/online/start ).
(ii) Quick Search ( http://quicksearch.dla.mil” target=”_parent”> http://quicksearch.dla.mil ).
(iii) ASSISTdocs.com ( http://assistdocs.com” target=”_parent”> http://assistdocs.co ).
(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-
(i) Using the ASSIST Shopping Wizard ( https://assist.dla.mil/wizard/index.cf” target=”_parent”> https://assist.dla.mil/wizard/index.cf );
(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or
(iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462.
(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.
(j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $3,500, and offers of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “DUNS” or “DUNS+4” followed by the DUNS or DUNS+4 number that identifies the offeror’s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://fedgov.dnb.com/webfor” target=”_parent”> http://fedgov.dnb.com/webfor . An offeror located outside the United States must contact the local Dun and Bradstreet office for DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office.
(k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov” target=”_parent”> https://www.acquisition.go .
(l) Debriefing . If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:
(1) The agency’s evaluation of the significant weak or deficient factors in the debriefed offeror’s offer.
(2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror.
(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.
(4) A summary of rationale for award;
(5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.
(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.
(End of Provision)
52.212-2 Evaluation-Commercial Items
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:
1. Price
2. Technical Acceptability
Technical Acceptability is approximately equal to Price when being evaluated.   Technical requirements can be found in Section 5, Contractor Employee Selection Criteria, in the attached PWS.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)

52.212-3 Offeror Representations and Certificates
52.217-5 Evaluation of Options
52.219-1 Small Business Program Representation
52.222-22 Previous Contracts and Compliance Reports
52.222-25 Affirmative Action Compliance
52.237-1 Site Visit
52.252-1 Solicitation Provisions Incorporated by Reference
Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address:
http://farsite.hill.af.mil“> http://farsite.hill.af.mil
DFARS
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7004 Alternate A, System for Award Management
The clauses that apply to this solicitation are as follows:
FAR
52.204-13 System for Award Management Maintenance
52.204-19   Incorporation by Reference of Representations and Certifications
52.212-4 Contract Terms and Conditions-Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (the following clauses are cited):
– 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
– 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractor’s Debarred, Suspended, or Proposed for Debarment
– 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
– 52.219-6 Notice of Total Small Business Set-Aside
– 52.219-28 Post Award Small Business Program Representation
– 52.222-3 Convict Labor
– 52.222-21 Prohibition of Segregated Facilities
– 52.222-22 Previous Contracts and Compliance Reports
– 52.222-26 Equal Opportunity
– 52.222-36 Affirmative Action for Workers with Disabilities
– 52.222-41 Service Contract Labor Standards
– 52.222-50 Combating Trafficking in Persons
– 52.222-55 Minimum Wages Under Executive Order 13658
– 52.223-18 Contractor Policy to Ban Text Messaging While Driving
– 52.225-1 Buy American-Supplies
– 52.225-2 Buy American Certificate
– 52.225-13 Restrictions on Certain Foreign Purchases
– 52.232-33 Payment by Electronic Funds Transfer
– 52.233-3 Protest after Award
– 52.233-4 Applicable Law for Breach of Contract Claim
52.217-8 Option to Extend Services
52.217-9 Option to Extend the Term of the Contract
Option to Extend the Term of the Contract (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days 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 five years.
(End of Clause)
52.232-1 Payments
52.232-8 Discounts for Prompt Payment
52.232-11 Extras
52.232-39 Unenforceability of Unauthorized Obligations
52.233-1 Disputes
52.237-2 Protection of Government Buildings, Equipment, and Vegetation
52.249-4 Termination for Convenience of the Government (Services) (Short Form)
52.252-2 Clauses Incorporated by Reference
Clauses Incorporated by Reference (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address:
http://farsite.hill.af.mil“> http://farsite.hill.af.mil
52.253-1 Computer Generated Forms

DFARS

252.201-7000 Contracting Officer’s Representative
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7015 Disclosure of Information to Litigation Support Contractors
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.211-7003 Item Unique Identification and Valuation
252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7036 Buy American Act -Free Trade Agreements-Balance of Payments Program
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area Workflow Payment Instructions
AFFARS

5352.201-9101 OMBUDSMAN
5352.223-9001 Health and Safety on Government Installations
5352.242-9000 Contractor Access to Air Force Installations
CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012)
(a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.
(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver’s license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass.
(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.
(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with http://static.e-publishing.af.mil/production/1/af_a4_7/publication/afi31-101/releasibility_for_afi31-101.pd” target=”_blank”> AFI 31-101 , Integrated Defense, and http://static.e-publishing.af.mil/production/1/af_a4_7/publication/afi31-501/afi31-501.pd” target=”_blank”> AFI 31-501 , Personnel Security Program Management citing the appropriate paragraphs as applicable.
(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.
(f) Failure to comply with these requirements may result in withholding of final payment.
(End of clause)

A site visit will be held on the following date/time: 27 June 2016/ 02:00 P.M. (CST)
The meeting location for contractors without Dyess AFB access will be at the main front gate of Dyess AFB, TX, at the intersection of Arnold Blvd and Dub Wright Blvd, Abilene, TX, at the Dyess Visitor’s Center on 27 June 2016 at 01:30 P.M. (CST).   Contractors with access to Dyess AFB can meet at Bldg 7238, front parking lot (7 Contracting Squadron, 381 3rd Street) at 1400 hours.

The Visitor Control Center is considered a high congestion area.   Please bring all required paperwork (i.e., valid driver’s license, car insurance, and valid car registration) and arrive with adequate time for processing.

Only one site visit will be conducted and offerors are urged and expected to inspect the site to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.

All interested parties must send an email to both the Contract Administrator and Contracting Officer listed below stating the name and telephone number of all individuals to be in attendance.

All questions pertaining to this requirement must be submitted and received no later than 10:00 a.m. (CST), 29 June 2016 .   Questions can be submitted to Mrs. Sara M. Marron at sara.marron@us.af.mil or 1st Lt Megan VanHorn at megan.vanhorn@us.af.mil.
All quotes must be sent via email to Mrs. Sara M. Marron at sara.marron@us.af.mil and 1st Lt Megan VanHorn at megan.vanhorn@us.af.mil.   For any questions call 325-696-8239 or 325-696-1072.   Quotes are required to be received no later than 02:00 PM CST, Monday, 11 July 2016 .

2 Attachments:
1. Performance Work Statement, dated 17 June 2016
2. Service Contract Act Wage Determination, dated 8 March 2016

Set-Aside: Economically Disadvantaged Woman Owned Small Business Place of Performance: Dyess AFB, TX 79607 US URL: https://www.fbo.gov/notices/88966beb0d8a5882cb38274896b8167 OutreachSystems Article Number: 20160621/PROCURE/0090
Matching keyword(s): documentar*;

360px-US_Department_of_Homeland_Security_Seal.svgDepartment of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE STOP 7828 Washington DC 20593-7828

76 — Books & other publications HSCG23-16-Q-PCT048 062416 Jacqueline Newman, Books Printing , Phone 2024753217, Email jacqueline.y.newman@uscg.mil – Trellis T. Martin, Contracting Officer, Phone 202-475-3893, Email trellis.t.martin@uscg.mil SEE ATTACHEMENT ITEMS/QUANTITY AND CLAUSES AND PROVISIONS

To: ALL PROSPECTIVE OFFERORS
Subject: Request for Quote (RFQ) No. HSCG23-16-Q-PCT048
The U.S. Coast Guard (USCG) invites your company to submit a quote to meet the requirements under “Quotation Content” below.
As a result of this RFQ, the USCG intends to award a Firm-Fixed Price (FFP) purchase order.
This procurement will be conducted under the authority of Federal Acquisition Regulation (FAR) Part 12 ACQUISITON OF COMMERCIAL ITEMS. This requirement is being competed as a 100% Total Small Business set-aside (NAICS Code: 334519). Award will be made to the Lowest Price Technically Acceptable (LPTA) offeror.
Any questions or concerns regarding any aspect of this RFQ shall be emailed to Ms. Jacqueline Newman at Jacqueline.Y.Newman@USCG.MIL OR alternatively, Mr. Trellis Martin at Trellis.T.Martin@USCG.MIL
Offerors are strongly encouraged to ask questions and convey their expectations to the requirements as soon as possible during the solicitation process. The USCG desires to alleviate concerns during the solicitation phase so that no assumptions or exceptions will be present in any quotations.
QUOTATION SUBMISSION DEADLINE – SUBMIT BY MONDAY, 24 June 2016
Please submit your quotation via email to Ms. Jacqueline Newman at Jacqueline.Y.Newman@USCG.mil on or before 12 noon EST on 24 June 2016.
This RFQ does not represent authorization to proceed with the subject effort nor is this RFQ a promise of future direction to proceed. Offerors are solely responsible for the RFQ’s submission costs.
Offerors that do not submit all the information required, may or may not be considered for award.
When responding, please include “HSCG23-16-Q-PCT048” in the subject line of the email.
QUOTATION CONTENT:
CLIN PRODUCT DESCRIPTION UNIT QUANTITY TOTAL COST
0001 IMDG Code 37-14 (2014 Edition) 2 Volume Set; SKU#IJ200E; ISBN: 97892980115970 EA 200
0002 UPS Ground EA 1
OVERALL TOTAL
PRICE
Delivery (within 14 days of award):
U.S. COAST GUARD
CONTAINER INSPECTION TRAINING & ASSISTANCE TEAM (CITAT)
6500 S. MACARTHUR BLVD. MPB 239
OKLAHOMA CITY, OK 73169

Points of Contact (POC):
Purchasing Agent: Jacqueline Newman
Jacqueline.Y.Newman@uscg.mil
202.475.3217

Department of the Navy, Assist for Admin Office of the Under Secretary of the Navy, Naval Criminal Investigative Service, N63285 Naval Criminal Investigative Service Russell Knox Bldg 27130 Telegraph Rd Quantico, VA

R–Amendment to extend Proposal due date from June 21, 2016 to June 24, 2016. All questions will be answered on June 22, 2016.600px-US-DeptOfNavy-Seal.svg N632851601147 062516 Deloris Ennis 5713059286 deloris.ennis@ncis.navy.mil Video production services
Place of Performance: 27130 Telegraph Road, , Quantico, VA 22132 US URL: https://www.fbo.gov/notices/657f0d8ef01e09efa6af5b4a3b54345

OutreachSystems Article Number: 20160621/PROCURE/0612
Matching keyword(s): video*; produc*; production?; naics!512110;

600px-US-DeptOfNavy-Seal.svgDepartment of the Navy, Assist for Admin Office of the Under Secretary of the Navy, Naval Criminal Investigative Service, N63285 Naval Criminal Investigative Service Russell Knox Bldg 27130 Telegraph Rd Quantico, VA

R–Amendment to extend Proposal due date from June 21, 2016 to June 24, 2016. All questions will be answered on June 22, 2016. N632851601147 062516 Deloris Ennis 5713059286 deloris.ennis@ncis.navy.mil Video production services
Place of Performance: 27130 Telegraph Road, , Quantico, VA 22132 US URL: https://www.fbo.gov/notices/763d2448db1520ebca2ff69250cdfd3

OutreachSystems Article Number: 20160621/PROCURE/0613
Matching keyword(s): video*; produc*; production?; naics!512110;

Kentucky – City of Henderson http://www.cityofhendersonky.org/bids.asp 222 First Street; Henderson, KY 42420; (270) 831-1200

R – Investment Management and Custody Services SOL Request for Proposal 16-19 Due Date: 7/1/2016 4:00 PM REQUEST FOR PROPOSAL The City of Henderson, Kentucky is seeking proposals for: Investment Management and Custody Services The complete Request for Proposal is on file and may be obtained at the Office of the Director of Finance, first floor of the Henderson Municipal Center, 222 First Street, Henderson, Kentucky 42420. Proposals will be accepted in the Office of the Director of Finance, first floor of the Henderson Municipal Center, 222 First Street, Henderson, Kentucky 42420, no later than 4:00 p.m., prevailing local time, on Friday, July 1, 2016. The City of Henderson reserves the right to reject any and all proposals and to waive irregularities in said proposals. For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160619/BID/0032
Matching keyword(s): age:state!ky; state!ky;

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

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

R – June 16, 2016 Request for Proposals RFQ – 06-16- J SOL June 16, 2016 Request for Proposals RFQ – 06-16- June 16, 2016 Request for Proposals RFQ – 06-16-Culinary Tables Request for Proposal for Dining Room Tables for the Somersworth Career Technical Center (SCTC) You are cordially invited to submit an RFP to supply new dining room tables for the Culinary Arts Dining Room at the Somersworth Career Technical Center, located at Somersworth High School. The Center is a regional educational facility-housing career and technical education programs for students attending Somersworth High School and seven other area high schools. The SCTC was constructed originally in 1990 and has recently received state of New Hampshire and local funding to complete a major renovation of its facility and to update all programs to meet the current and future needs of students, employers and the communities it serves. Construction will begin in March 2016 and be substantially complete by September 2016. This project will include renovation and redesign of facilities for the following instructional programs: Automotive Technology, Broadcast Technology, Building Trades, Culinary Arts, Digital Media, Marketing, Pre-Engineering, and Teacher Education as well as the addition of two new programs in Medical Assisting and Performing Arts. The Center will also include the addition of a separate entry, expanded restaurant and dining room, and a small 1black box’ theatre for the Performing Arts program. Please see the attached basic specifications and requirements to be included in a bid proposal. One original and 4 hard copies of proposal must be submitted in a sealed envelope or box, plainly marked: Sealed RFP – 06-16-Culinary Tables Dining Room Tables for the Somersworth Career Technical Center (SCTC) Lori Lane, Director of Curriculum Somersworth School District 51 West High Street Somersworth, NH 03878 All RFP’s must be received no later than Friday, July 1, 2016, at 3:00 pm. RFP’s sent by email or fax will not be considered. Preliminary questions can be submitted in writing to Lori Lane by Friday, June 24, 2016 at 3 PM to llane@sau56.org. A response in the form of an addendum will be posted on the SAU #56 website by Monday, June 27, 2016. For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160620/BID/0043

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

R – Legal Notice # 21190332 PUBLIC NOTICE REQUEST FOR SOL Legal Notice # 21190332 PUBLIC NOTICE REQUEST FOR Legal Notice # 21190332 PUBLIC NOTICE REQUEST FOR PROPOSALS (RFP # SS0620-1622) The Nassau County Department of Social Services requests proposals for the provision of employment services for temporary assistance applicants and recipients under the federal Temporary Assistance for Needy Families (TANF) Family Assistance (FA) and New York State (NYS) Safety Net Assistance (SNA) programs. The TANF program provides assistance and work opportunities to needy families, requiring DSS to engage individuals in countable work activities. DSS is seeking proposals for the provision of these services in order to competitively renew existing contracts, to adjust to changing demand for service, and to enhance the welfare-to-work program. Depending upon program needs, and the number, nature and quality of proposals received, the County may enter into one or more contracts for the provision of RFP services. Proposals must be submitted by August 5, 2016. To obtain a copy of the RFP, write to: John E. Imhof, Ph.D., Commissioner, Nassau County DSS, 60 Charles Lindbergh Blvd., Suite 160, Uniondale, NY 11553-3686. You may also contact Thomas A. Brooks at 516-227-7460, or DSS.RFP.Info@hhsnassaucountyny.us. RFP information may be viewed at http://www.nassaucountyny.gov/3844/Bid-Solicitation-Board. NASSAU COUNTY IS AN EQUAL OPPORTUNITY EMPLOYER Edward P. Mangano County Executive John E. Imhof, Ph.D. Commissioner For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160620/BID/0070
Matching keyword(s): writ*; copy;

R – Rehabilitation Services – Radcliff Veterans Center (RVC) SOL RFP-074-1600000435 Due Date: 7/22/163:00 PMEDT Contact: Department Of Veterans Affairs Rehabilitation Services – Radcliff Veterans Center (RVC) For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160621/BID/0247
Matching keyword(s): age:state!ky; state!ky;

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

R — Qualified professional and/or firm to gather business and technical requirements for a next-generation Enterprise Resource Planning (ERP) system – Addendum #2 – NEW DUE DATE. SOL RFP212-PSC DUE 06/24/2016 Phone: (502) 852-6248; Website: http://louisville.edu/purchasing/bid The University of Louisville currently uses PeopleSoft as its ERP solution. Scope: The requirements gathering will focus on the business needs of the Finance and Human Capital Management functional areas (including Payroll). 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: 20160621/KY/0130
Matching keyword(s): age:state!ky; state!ky;

Lexington-Fayette Urban County Government, Division of Central Purchasing, 200 East Main Street, Lexington, KY 4038

R — Real Property Appraisers for the Agricultural Land Easement Program – Addendum #1. SOL RFP17-2016 DUE 07/07/2016 Phone: (859) 258-3320; Website: https://lfucg.economicengine.co Background: The Lexington Fayette Urban County Government (LFUCG) Division of Purchase of Development Rights (PDR) will accept Proposals from current Kentucky pre-qualified real estate appraisers, headquartered in Central Kentucky, for Real Estate Appraisal Services relating to the purchase of Conservation Easements in certain agricultural areas in Fayette County. The PDR program will retain a qualified real estate appraiser or appraisal company, to provide general and complex written appraisals necessary to secure conservation easements. Selected property appraiser/Appraisal Company must meet all qualification requirements set forth by the USDA-NRCS in the attached specifications. This project consists of 20-25 eligible farms for appraisal in FY 2017. 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: 20160621/KY/0157
Matching keyword(s): age:state!ky; state!ky;

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

R — Third Party Payroll Services. SOL 2016-8015 DUE 06/28/2016 Website: http://www.cintimha.com/business-opportunities.asp CMHA is seeking quotes from qualified independent Contractor(s) with demonstrated professional competence and experience to provide third party payroll services. CMHA will be utilizing Kronos Workforce Ready Payroll. CMHA has about 221 employees. 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: 20160621/KY/0160
Matching keyword(s): age:state!ky; state!ky;

Housing Authority of Covington, 2300 Madison Avenue, Covington, KY

R — Request for Proposals for Legal Services. SOL DUE 07/01/2016 Website: http://www.hacov.org The Housing Authority of Covington (HAC) will receive by no later than 3:00 p.m., July 1, 2016 responses to its Request for Proposals for Legal Services. The RFP may be obtained beginning June 17th at the administrative office of the Housing Authority of Covington, 2300 Madison Avenue, Covington, KY, Monday-Friday, 8:00 am 4:00 pm, by emailing Linda Huber at lhuber@hacov.org or by clicking on the link below: http://www.hacov.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: 20160621/KY/0161
Matching keyword(s): age:state!ky; state!ky;

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

T — As- Needed Bypass Pumping Services. SOL DUE 07/19/2016 Website: http://www.sd1.org Mandatory pre-bid meeting June 28. 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: 20160621/KY/0163
Matching keyword(s): age:state!ky; state!ky;

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

R — Investigative/Inspection Services – Board Of Opthalmic Dispensers. SOL RFP 255 1600000466 version 1 DUE 06/30/2016 Susan Ellis, email: Susan.Ellis@ky.gov Phone: (502) 564-3296; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: The Board is required by KRS Chapter 326,010-990 to conduct inspections/investigations of licensed ophthalmic dispensers and unlicensed persons. Also to conduct inspections of optical establishments to determine there is a licensed opthalmic dispenser during regular business hours to supervise apprentices. Hourly rate will not be paid while in travel status. 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: 20160620/KY/0094
Matching keyword(s): age:state!ky; state!ky;

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

R — 729 DBH SA Prevention Planning & Evaluation Partnership. SOL RFP 729 1600000400 version 1 DUE 06/29/2016 Cassandra Weiss, Email: Cassandra.Weiss@ky.gov Phone: (502) 782-6141; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Alcohol and Drug Prevention. Extended Description: To provide statistical and survey administration support to the Division of Behavioral Health in meeting the federal requirements of the “Synar Amendment”. This legislation is tied to the Substance Abuse Prevention and Treatment (SAPT) Block Grant requirements. TKIP – Kentucky Incentives for Prevention Survey: To provide technical, scientific, and administrative support to the KIP survey. This survey is administered in odd fiscal years and involves over 150 school districts and 125,000 students. This survey is Kentucky’s primary source of information on alcohol, tobacco, and other drug use among youth available to school systems. While the majority of the activity occurs in the first year of the biennium, the contractor will maintain an active role with KIP each year. To provide assistance in planning, evaluation, and grant writing. This component is designed to provide the Division of Behavioral Health with the capacity to exentd their program evaluation services to other prevention services, and expand the Division’s capacity to document the need for funding to sustain or expand effective programs. 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: 20160620/KY/0096
Matching keyword(s): age:state!ky; state!ky;

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

R — Auditing Services for Unclaimed Property – Addendum #1. SOL RFP 125 1600000448 version 2 DUE 06/27/2016 Rebecca Comley, Email: rebecca.comley@ky.gov Phone: (502) 564-4722; 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: 20160620/KY/0098
Matching keyword(s): age:state!ky; state!ky;

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

R — Investigators – Board Of Dentistry. SOL RFP 180 1600000497 version 1 DUE 06/24/2016 Lisa Turner, Email: LisaA.Turner@ky.gov Phone: (502) 429-7280; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: The Kentucky Board of Dentistry is required by statute to investigate dentists and hygienists in response to complaints filed by interested parties. Services of qualified investigators are required by the Board. Duties of the investigators will include, but will not be limited to, reviewing patients charts obtained in the course of the Board’s investigations, prepare an present reports of finding to the Board and its subcommittees. 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: 20160620/KY/0100
Matching keyword(s): age:state!ky; state!ky;

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

R — Well Being Committee. SOL RFP 180 1600000496 version 1 DUE 06/24/2016 Lisa Turner, Email: LisaA.Turner@ky.gov Phone: (502) 429-7280; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Mental Health Program. CONSULTING SERVICES. Extended Description: In accordance with KRS 313.130(4) the Kentucky Board of Dentistry (KBD) may enter into a contractual agreement for the purpose of creating, supporting, and maintaining a Well-being Committee to promote the early identification, intervention, treatment, and rehabilitation of individuals licensed or registered who may be impaired by reasons of illness, alcohol or drug abuse, or as a result of any physical or mental condition. The KBD is seeking a qualified person to coordinate this program (Coordinator). The Coordinator selected shall provide consulting services for the KBD as the Well-being program coordinator and shall be in attendance at the KBD Law Enforcement Committee Meetings which meets the day prior to regularly scheduled Board meetings. He shall oversee licensees/registrants identified as impaired; tracking their recovery and completion of Board requirements. 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: 20160620/KY/0101
Matching keyword(s): age:state!ky; state!ky;

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

T — ENVELOPES, Printed – Addendum #2 – NEW DUE DATE. SOL RFB 758 1600000880 version 3 DUE 06/24/2016 Donald Robinson, Email: DonE.Robinson@ky.gov Phone: (502) 564-6525; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic The Commonwealth issues this RFB to establish a Master Agreement for printed envelopes. 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: 20160620/KY/0102
Matching keyword(s): age:state!ky; state!ky;

Kentucky – City of Henderson http://www.cityofhendersonky.org/bids.asp 222 First Street; Henderson, KY 42420; (270) 831-1200

R – Investment Management and Custody Services SOL Request for Proposal 16-19 Due Date: 7/1/2016 4:00 PM REQUEST FOR PROPOSAL The City of Henderson, Kentucky is seeking proposals for: Investment Management and Custody Services The complete Request for Proposal is on file and may be obtained at the Office of the Director of Finance, first floor of the Henderson Municipal Center, 222 First Street, Henderson, Kentucky 42420. Proposals will be accepted in the Office of the Director of Finance, first floor of the Henderson Municipal Center, 222 First Street, Henderson, Kentucky 42420, no later than 4:00 p.m., prevailing local time, on Friday, July 1, 2016. The City of Henderson reserves the right to reject any and all proposals and to waive irregularities in said proposals. For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160619/BID/0032
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

The Boeing Co., Seattle, Washington, has been awarded a $127,300,000 modification to previously awarded contract FA8625-16-C-6599 for Presidential Aircraft Recapitalization (PAR) program, phase 2 pre-milestone B activities. This modification is another step in a deliberate process to control program risk and life-cycle costs. The contractor will conduct risk reduction activities needed to address PAR sustainment requirements and costs that are additional to those initially awarded on Jan. 29, 2016. These activities will most notably focus on the system specification, the environmental control system, the aircraft interior, the electrical and power system and sustainment and maintenance approaches. They will aid in further defining detailed requirements and design trade-offs required to support informed decisions that will lead to a lower risk engineering and manufacturing development program and lower life-cycle costs. Work will be performed at Seattle, Washington; and Everett, Washington, and is expected to be complete by Jan. 31, 2018. Fiscal 2015 and 2016 research, development, test and evaluation funds in the amount of $56,239,977 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Technica Corp., Dulles, Virginia,* has been awarded a $40,825,603 task order (FA8732-14-D-0015-X001) using the NETCENTS-2 NetOps and Infrastructure Solutions indefinite delivery/indefinite-quantity contract for information technology services.  The award, supporting the Air Force National Capital Region, includes four one-year options that if exercised would bring the total contract value to $224,402,153. Work will be performed at Joint Base Andrews, Maryland; Joint Base Anacostia-Bolling, Washington, District of Colombia, the Pentagon, Washington, District of Colombia; National Military Command Center, Washington, District of Columbia; and other Air Force organizations within the National Capital Region. Services for the base year will last between Aug. 1, 2016 and July 31, 2017. This award is the result of a competitive acquisition in which 11 offers were received. Fiscal 2016 operations and maintenance funds in the amount of $40,825,603 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity.

BAE Systems Information and Electronic Systems Integration, Technology Solutions-Advanced Information Technologies, Burlington, Massachusetts, has been awarded a $9,402,650 cost-plus-fixed-fee contract for software and reports. The contractor will provide development and integration of latest advancements in machine learning that prove beneficial for the objectives of this effort; architectural enhancements that increase the flexibility and agility of applying analytics to solve space situational awareness problems, and take full advantage of high performance computing capabilities and multiple forms of visualization of the reasoning performed by the analytics involved in this effort. This includes demonstration of new capabilities over three year-long spirals which progressively demonstrate detection of increasingly complex scenarios and improved detection and prediction capabilities. Work will be performed at Burlington, Massachusetts; and Arlington, Virginia, and is expected to be complete by July 15, 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 $868,750 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-16-C-0095).

ARMY

Longbow LLC, Orlando, Florida, was awarded a $20,790,247 modification (P00006) to contract W58RGZ-15-C-0078 for version six software integration effort; radar electronic unit full-rate production lots 5-6b awarded as an unpriced change order.  Work will be performed in Orlando, Florida, with an estimated completion date of Oct. 31, 2017.  Fiscal 2014 other funds in the amount of $10,395,124 were obligated at the time of the award.  Army Contracting Command, Rock Island, Illinois, is the contracting activity.

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $15,630,000 modification (P00005) to contract W56HZV-16-D-0035 to refurbish 107 Stryker vehicles withDepartment of the Army an estimated completion date of July 17, 2017.  Funding and work location will be determined with each order.  Army Contracting Command, Warren, Michigan, is the contracting activity.

Logistics and Technology Services*, Huntsville, Alabama, was awarded an $8,822,756 firm-fixed-price contract for municipal services for region one Arkansas and Oklahoma, to include, but not limited to, janitorial services, such as space cleaning, floor care, restroom services, pest control services, ground maintenance services, and environmental services.  Bids were solicited via the Internet with five received.  Work will be performed at locations to be determined with an estimated completion date of July 14, 2019.  Funding will be determined with each order.  Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9127S-16-D-0018).

Great Lakes Dredge & Dock Company LLC, Oak Brook, Illinois, was awarded an $8,022,000 firm-fixed-price contract for beach fill nourishment, Rehoboth Beach and Dewey Beach, Delaware.  Bids were solicited via the Internet with two received.  Work will be performed in Rehoboth, Delaware, with an estimated completion date of Feb. 26, 2017.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $7,203,426; and fiscal 2016 other funds in the amount of $818,574 were obligated at the time of the award.  Army Corp of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-16-C-0033).

World Wide Technology Inc., Maryland Heights, Maryland, was awarded a $7,980,851 firm-fixed-price contract for purchase of data storage hardware, software, maintenance, and professional implementation services to replace the obsolete data storage items at all affected Army Corps of Engineer locations.  Bids were solicited via the Internet with six received.  Work will be performed in Maryland Heights, Maryland, with an estimated completion date of March 31, 2017.  Fiscal 2016 other funds in the amount of $7,980,851 were obligated at the time of the award.  . Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W52P1J-16-D-0016).

600px-US-DeptOfNavy-Seal.svgNAVY

Electric Boat Corp., Groton, Connecticut, is being awarded an $18,952,000 not-to-exceed, undefinitized contract action against a previously awarded contract (N00024-10-C-2118) for procuring Virginia Payload Module (VPM) payload tube supplier preproduction effort.  The contractor will be procuring two vendor payload tube preproduction setups to support the manufacturing start of the VPM payload tubes. The work will be performed in Groton, Connecticut, and is scheduled to be completed by July 2018.  Fiscal 2016 research, development, test and evaluation (Navy) funding in the amount of $6,758,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

FLIR Surveillance Inc., Wilsonville, Oregon, is being awarded a $13,346,312 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for electro-optics sensor (EOS) systems for both Sea Star Safire III and Brite Star II systems.  The services under this contract cover provision item ordering spares, repairs, field repair, technical assists, travel, training, and data. The Sea Star Safire III EOS system is a rugged and ship mountable system to provide surface ships with a day/night, high-resolution, infrared and visible band imaging capability, as well as rangefinding capability, to augment existing optical and radar sensors for the purpose of detecting and identifying asymmetric threats.  The Brite Star II EOS system functions as the fire control system for the Patrol Coastal Griffin Missile System.  It uses infrared and charged coupler device cameras to detect, identify, and track targets.  Brite Star II uses a laser range finder to determine the distance and position of the target and provides terminal guidance to the launched Griffin Missile seeker head with a laser designator.  Work will be performed in Wilsonville, Oregon, and is expected to be completed by July 2021.  Fiscal 2016 working capital fund (Navy) in the amount of $900 will be obligated at time of award and will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) – only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity (N00164-16-D-JQ96).

*Small business

NAVY

Orocon-Carothers JV2,* Oxford, Mississippi (N69450-16-D-1108); Whitesell-Green Inc.,* Pensacola, Florida (N69450-16-D-1109); ARTEC Group,* Sarasota, Florida (N69450-16-D-1110); Desbuild Inc.,* Hyattsville, Maryland (N69450-16-D-1111); Southeast Cherokee Construction Inc.,* Montgomery, Alabama (N69450-16-D-1112);  Leebcor Services LLC,* Williamsburg, Virginia (N69450-16-D-1113); and Howard W. Pence Inc.,* Elizabethtown, Kentucky (N69450-16-D-1114), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award, design-build600px-US-DeptOfNavy-Seal.svg construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR).  The maximum dollar value including the base period and four option years for all seven contracts combined is $99,000,000.  The work to be performed provides for primarily general building type projects; new construction, renovation, alteration, demolition and repair work in support of Department of Defense activities in the NAVFAC Southeast AOR.  Projects issued under this contract will require either single-discipline or multi-discipline design services or may include 100 percent performance specifications.  These seven contractors may compete for task orders under the terms and conditions of the awarded contract.  The ARTEC Group is being awarded task order 0001 at $12,228,057 for the design and construction of the Littoral Combat Ship Mission Module Readiness Center at Naval Station Mayport, Jacksonville, Florida.  Work for this task order is expected to be completed by February 2018.  All work on this contract will be performed primarily within the NAVFAC Southeast AOR.  The term of the contract is not to exceed 60 months with an expected completion date of July 2021.  Fiscal 2016 military construction (Navy); and fiscal 2016 operations and maintenance (Navy) contract funds in the amount of $12,234,057 are being obligated on this award, of which $6,000 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.

QED Systems Inc., Virginia Beach, Virginia, is being awarded a $22,149,559 cost-type modification to a previously awarded contract (N00024-15-C-4400) for third-party advanced planning services in support of Chief of Naval Operations availabilities, continuous maintenance availabilities (CMAVs), inactivation CMAVs, sustainment availabilities, phased modernization availabilities, re-commissioning availabilities, and continuous maintenance and emergent maintenance window of opportunity for Navy surface combatant ship classes (CG 47 and DDG 51).  Work will be performed in Virginia Beach, Virginia (60 percent); and San Diego, California (40 percent), and is expected to be completed by July 2017.  Fiscal 2016 operations and maintenance (Navy) funding in the amount of $863,734 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.

Lockheed Martin Space Systems Co., Sunnyvale, California, is being awarded a $21,750,000 unpriced-letter contract for long lead material and the labor, planning and scheduling necessary to support the fiscal 2017 Trident II D5 missile production schedule.  Work will be performed at Sunnyvale, California, with an expected completion date of Sept. 30, 2021.  Fiscal 2016 weapons procurement (Navy) contract funds in the amount of $21,750,000 are being obligated at time of award.  The contract funds will not expire at the end of the current fiscal year.   This contract was a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1).  Strategic Systems Program, Washington, District of Columbia, is the contracting activity (N00030-16-C-0100).

The Boeing Co., Seattle, Washington, is being awarded a $16,332,383 modification to a previously awarded firm-price-incentive-firm-target contract (N00019-14-C-0067).  This modification provides for the procurement and installation of additional fiber optic wiring and fiber connector savers in support of 35 P-8A aircraft for the Navy (27); and Royal Australian Air Force (8).  Work will be performed at Seattle, Washington (62 percent); Glendale, California (32 percent); and other various location within the U.S. (6.0 percent), and is expected to be complete by February 2019.  Fiscal 2014, 2015 and 2016 aircraft procurement (Navy); and international partner funds are being obligated in the amount of $13,329,927, of which $417,483 will expire at the end of the current fiscal year.  This contract combines the purchase of Navy ($11,999,927; 73.47 percent), and the Government of Australia ($4,332,456; 26.53 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

CORRECTION:  Contracts awarded on July 12, 2016, to Cowan & Associates Inc.,* Arlington, Virginia (N00189-16-D-Z031); Cydecor Inc.,* Arlington, Virginia (N00189-16-D-Z032); Innovative Aviation Services*, Newnan, Georgia (N00189-16-D-Z033); and Synchron LLC,* Fairfax Station, Virginia (N00189-16-D-Z034), should have stated the contract was awarded as small business set-aside, not an 8(a) set-aside requirement.

Defense_Health_AgencyDEFENSE HEALTH AGENCY

EHR Total Solutions LLC, Arlington, Virginia, was awarded a potential $70,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, single award contract (HT0011-16-D-0001) to provide Next Generation Tri-Services workflow services for current Military Treatment Facilities with Tri-Service workflow products, including legacy and modern electronic health record systems.  Support includes the Army, Navy, and Air Force. The period of performance is for a 12-month base period with four one-year option periods, and has an estimated completion date of July 13, 2021.  Work location is task order dependent but primarily will occur in Falls Church, Virginia. Task orders will be funded with operations and maintenance funds. This contract was competitively solicited via Federal Business Opportunity website, with six proposals received. The Defense Health Agency, Falls Church, Virginia, is the contracting activity.

ARMY

Northrup Grumman Systems Corp., Herndon, Virginia, was awarded a $14,293,010 cost-plus-fixed-fee, incrementally funded contract with options for information technology support for the Army Planning, Programming, and Budgeting Business Operating System.  Bids were solicited via the Internet with one received.  Work will be performed in Washington, District of Colombia, with an estimated completion date of July 28, 2021.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $7,544,183 were obligated at the time of the award. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W91CRB-16-F-0012).

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $10,511,518 cost-plus-fixed-fee contract for system technical support and system sustainment technicalDepartment of the Army support the for mine protected clearance vehicle M1272 Buffalo.  One bid was solicited with one received. Funding and work location will be determined with each order with an estimated completion date of July 14, 2019.  Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-16-D-0091).

Tetra Tech-Maytag Aircraft Corp. JV, Pasadena, California, was awarded a $7,344,401 modification (000409) to contract W912DY-13-G-0010 for inspections, recurring preventive maintenance, minor repair, and minor construction on the Defense Logistics Agency Energy capitalized petroleum facilities at various military sites across the U.S.  The contract has an estimated completion date of July 27, 2017.  Bids were solicited via the Internet with two received. Fiscal 2016 military construction funds in the amount of $7,344,401 were obligated at the time of the award.  Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

UPDATE: Terex Corp., Fredericksburg, Virginia (SPE8EC-16-D-0010), has been added as an awardee to the multiple award contract issued against solicitation SPM8EC-11-R-0001 announced Aug. 1, 2011.

*Small business

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

Battelle Memorial Institute, Columbus, Ohio, is being awarded a seven-year, indefinite-delivery/indefinite-quantity, firm-fixed-price, and cost-plus-fixed-fee contract (H92222-16-D-0043) for the purchase of non-standard commercial vehicles in support of U.S. Special Operations Command.  This contract supports requirements for modified commercial off the shelf trucks and sport utility vehicles that retain the original equipment manufacturer’s profile while supporting the integration of armor, heavy-duty suspension and brakes, run flat tires/wheels, and communication equipment.  The estimated contract value is $170,000,000 with fiscal2016 procurement funds in the amount of $709,765 being obligated at time of award. This contract was awarded through full and open competition, and five proposals were received.  This contract will be funded at the delivery order level with procurement appropriation.  Delivery order 0001 will be issued using fiscal 2016 appropriations. The majority of work will be performed in Columbus, Ohio, and is expected to be completed by July 2023.  Special Operations Command, Tampa, Florida, is the contracting activity.

Lockheed Martin Mission Systems and Training, Riviera Beach, Florida, is being awarded a $166,000,000, “C” type contract (H92222-16-C-0096), for the design, development, construction, test, production and sustainment of the dry combat submersible system in support of U.S. Special Operations Command.  This contract is necessary to fill a capability gap for surface launched dry submersibles which will be used in harsh maritime environments by leveraging commercial submersible technologies and international classing safety certification. The work will be performed in Riviera Beach, Florida; and the United Kingdom, and is expected to have a period of performance of 66 months. This contract was awarded through full and open competition. Thirty-four companies received access to the solicitation which was posted on the Federal Business Opportunities website. Of the 34 companies receiving access to the solicitation, one offer was received. Fiscal 2016 research, development, test, and evaluation funds in the amount of $26,845,792 are being obligated at time of award. This contract will be funded with fiscal 2016 through 2020 research, development, test and evaluation; fiscal 2018 and 2019 procurement; and fiscal 2019 through 2021 operations and maintenance funds. Special Operations Command, Tampa, Florida, is the contracting activity.

Department of the ArmyARMY

Safran Optics 1 Inc., Bedford, New Hampshire, was awarded a $304,522,367 firm-fixed-price, multi-year contract for Laser Target Locator Module II.  Bids were solicited via the Internet with five received, with an estimated completion date of July 11, 2015.  Funding and work location will be determined with each order. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W91CRB-16-D-0018).

NAVY

Out of the Fog Research LLC,* Mountain View, California, is being awarded a $53,435,866 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide systems acquisition support, systems engineering, project management, basic research, development, evaluation and implementation of cryogenic radio frequency systems, and advanced cryogenic core digital and quantum memory technologies, exploiting superconducting quantum interference device, tactical signals intelligence systems, and other military platforms. This is one of two multiple award contracts. Both awardees will compete for task orders during the ordering period.  This three-year contract includes one two-year option period which, if exercised, would bring the potential value600px-US-DeptOfNavy-Seal.svg of this contract to $91,366,648. Work will be performed in San Diego (90 percent) and Mountain View (10 percent), California, and work is expected to be completed July 12, 2019.  If the options are exercised, work will continue through July 2021. No funds will be obligated at the time of award, and no funds will expire at the end of the current fiscal year. Research, development, test and evaluation funding will be obligated as individual task orders are issued.  This contract was competitively procured via request for proposal N66001-16-R-0062 for total small business set-aside via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Three proposals were received and two were selected for award.  Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-16-D-0290).

Hypres Inc.,* Elmsford, New York, is being awarded a $40,387,367 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award contract to provide systems acquisition support, systems engineering, project management, basic research, development, evaluation and implementation of cryogenic radio frequency systems, and advanced cryogenic core digital and quantum memory technologies, exploiting superconducting quantum interference device, tactical signals intelligence systems, and other military platforms.  This is one of two multiple award contracts. Both awardees will compete for task orders during the ordering period.  This three-year contract includes one two-year option period which, if exercised, would bring the potential value of this contract to $67,699,661.  Work will be performed in San Diego, California (90 percent); and New York, New York (10 percent). Work is expected to be completed July 12, 2019.  If the options are exercised, work will continue through July 2021.  No funds will be obligated at the time of award, and no funds will expire at the end of the current fiscal year. Research, development, test and evaluation funding will be obligated via task orders.  This contract was competitively procured via request for proposal N66001-16-R-0062 for total small business set-aside via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central web site.  Three proposals were received and two were selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-16-D-0289).

Raytheon Co., Largo, Florida, is being awarded a $30,309,312 firm-fixed-price modification to a previously awarded contract (N00024-12-C-5231) for planar array antenna assemblies with radar absorbing material in support of the Cooperative Engagement Capability (CEC) transmission processing sets.  CEC is a sensor netting system that significantly improves battle force anti-air warfare capability by extracting and distributing sensor-derived information such that the superset of this data is available to all participating CEC units. CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple, or layered engagement strategies.  This contract combines purchases for the Navy (64 percent); and the government of Japan (36 percent), under the Foreign Military Sales program.  Work will be performed in Largo, Florida, and is expected to be completed by February 2018.  Fiscal 2016 shipbuilding and conversion (Navy); fiscal 2016 other procurement (Navy); and foreign military sales funding in the amount of $30,309,312 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity

Sodexo Management Inc., Gaithersburg, Maryland, is receiving $14,535,270 for modification P00070 under a previously awarded firm-fixed price, incentive and award fee provisions contract (M00027-11-C-0003).  This modification provides for the following changes being produced under the basic contract: 1) increases the number of meals served quantity by 1,750,000 from 12,650,000 to 14,400,000 at a rate of $7.56 for a total amount of $13,230,000; 2) increases the quantity of fruit support by 25,000 from 160,000 to 185,000 for a total amount of $12,250; 3) increases the quantity of estimated repair parts and materials by 200,000 from 500,000 to 700,000 for a total amount of $200,000;  4) create two new sub contract line item numbers (SubCLINs) — SubCLIN 5009AD (period one) and SubCLIN 5009AG (period two) — to capture the estimated pricing for cooking oil for mess halls at Cherry Point, North Carolina; Bogue, North Carolina; and Camp Lejeune, North Carolina, in the amount of $78,000 each; 5) increases the unit price of incentive award fee for period one for a total amount of $363,684 based on the above increases; and 6) increases the unit price of incentive award fee for period two for a total amount of $573,336 based on the above increases.  This modification increases the basic value of the contract to $640,458,710.  Work will be performed in Camp Lejeune, North Carolina (50.15 percent); Parris Island, South Carolina (33.44 percent); Quantico, Virginia (6.87 percent); Cherry Point, North Carolina (5.04 percent); Beaufort, South Carolina (2.3 percent); Washington, District of Columbia (1.29 percent); Norfolk, Virginia (0.78 percent); and Bogue, North Carolina (0.13 percent).  Work is expected to be completed by September 2016.   Fiscal 2016, 1105 subsistence-in-kind funds in the amount of $14,535,270 will be obligated at the time of award and will expire at the end of the current fiscal year.  Marine Corps Installation Command Headquarters, Washington, District of Columbia, is the contracting activity.

DRS Laurel Technologies, Johnstown, Pennsylvania, is being awarded an $11,464,767 firm-fixed-price modification to a previously awarded contract (N00024-15-C-5228) for Cooperative Engagement Capability (CEC) transmission processing sets and spares.  CEC is a sensor netting system that significantly improves battle force anti-air warfare capability by extracting and distributing sensor-derived information such that the superset of this data is available to all participating CEC units.  CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple, or layered engagement strategies.  This contract combines purchases for the Navy (93 percent); and the government of Australia (7 percent), under the Foreign Military Sales program.  Work will be performed in Largo, Florida, and is expected to be completed by January 2018.  Fiscal 2016 aircraft procurement (Navy); fiscal 2016 shipbuilding and conversion (Navy); fiscal 2016 other procurement (Navy), and foreign military sales funding in the amount of $11,464,767 will be obligated at time of award, and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

CORRECTION:  The contract awarded June 29, 2016, to the Boeing Co., Seattle, Washington, for $18,116,915, should have stated the contract number as  N00019-16-G-0001, not N00019-11-G-0001.

*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

dept of health and human servicesDepartment of Health and Human Services, Indian Health Service, Navajo Area Office, PO Box 9020 Window Rock AZ 86515

R — Consultation Services DS-16-0005 072216 DeeAndra Salabye, Supervisory Contract Specialist, Phone 9286974342, Email deeandra.salabye@ihs.gov This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Navajo Area Indian Health Services, Kayenta Health Center is requesting for submittal of offers for a Non-Personal Service Contract for Consultation Services to provide services as listed in Section 5 of the attached Performance Work Statement (PWS) and meets qualifications listed under Section 6 of the PWS to the Kayenta Health Center located in Kayenta, Arizona 86033.
Services shall be performed in accordance with the attached Performance Work Statement (PWS) No. 07-16.
Period of Performance: Date of Award through 09/30/2015.
The Kayenta Service Unit population of 20,000 is spread across a remote and sparsely populated area. Kayenta is in a traditional part of the reservation. Services are provided to 200 patients each day in continuity or walk-in clinics and in a 24 hour/day, 7 day/week emergency room. The clinic has on site lab, x-ray and pharmacy services. Current medical staff is made up of Family Practice, Pediatrics, Internal Medicine and Psychiatry specialties.
– Emergency services are fully available at Kayenta Health Center. Inscription House Clinic provides urgent care services 40 hours per week, but is not open after regular hours or on weekends.
– Consultant specialty care (surgery, obstetrics, orthopedics, cardiology, ENT, ophthalmology, etc.) is provided on a regularly scheduled basis from visiting specialists.
– Direct primary care (general medical care, pediatrics, internal medicine, mental health, women’s health, etc.) is routinely available at most sites. Kayenta and Inscription House clinics are open daily. Navajo Mountain and Dennehotso clinics are open 2 days per week.
– Health Promotion/Disease Prevention services including community education, comprehensive school health curriculum support, injury prevention, and fitness activities.
– Special Diabetes programs include Hooghan Project (in-home intensive education for people newly diagnosed with Diabetes), support of Kayenta Township Park Project, additional funding for eye care and dental care for denture patients (IHHC).
– Environmental and Engineering services include vector control, epidemiology, plan reviews, commercial and industrial safety and code inspections, home assessments, water supply and wastewater disposal systems, and environmental hazard assessments.
We live in one of the most scenic areas of the country, and offer almost unlimited opportunities for outdoor recreational activities. Kayenta Service Unit is located near the Scenic National Park Monument Valley, UT which offers great opportunity for hiking, biking, and photography. The nearest cities include Flagstaff, Arizona (2.5 hours), Farmington, New Mexico (2.5 hours) and Durango, Colorado (3.5 hours).
In determining best value, Price and other Evaluation Factors will be considered: Past Performance and Qualifications. The Evaluation Factors and significant sub factors when combined are significantly more important than cost or price. The socio-economic status of an offer may also be considered, should one or more quotes represent the best value.
To be considered for award, your offer shall include the following documents:
1) Pricing Offer.
2) Evidence of Past Performance and Experience of comparable scope and complexity in providing services within the past three (3) years.
3) Minimum three (3) references, including name of organization Point of Contact, Telephone Number and Email Address.
Email offer directly to the Contracting Officer for this action is: DeeAndra Salabye, Supervisory Contract Specialist, deeandra.salabye@ihs.gov, 928.697.4342. Limit offer size to 4MB.
Note: Due to the immediate need for Physician services, we will begin to review only completed documents (Pricing Schedule, Certification, and Profile). Awards may be established before the closing of this solicitation.
The selected Contractor shall comply with Agency Personal Identity Verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) Guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201; this includes fingerprinting guidelines.
52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011)
The Contractor shall comply with Agency Personal Identity Verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) Guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201.
The Contractor shall insert this clause in all subcontracts when the subcontractor is required to have routine physical access to a Federally-Controlled Facility and/or routine access to a Federally-Controlled Information System.
Additional Applicable Federal Acquisition Clauses
52.204-7 System Award Management (Jul 2013)
52.212-4 Contract Terms and Conditions-Commercial Items (May 2015)
52.232-33 Payment by Electronic Funds Transfer – System for Award Management (Jul 2013)
52.224-1 Privacy Act Notification (Apr 1984)
52.224-2 Privacy Act (Apr 1984)
52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Aug 1984)
52.229-3 Federal, State, and Local Taxes (Feb 2013)
52.237-3 Continuity of Services (Jan 1991)
52.249-4 Termination for Convenience of the Government (Apr 1984) (services) (short form)
52.232-18 Availability of Funds (APR 1984)
Department of Health and Human Services Applicable Clauses:
352.224-70 Privacy Act (December 2015)

352.237-70 Pro-Children Act. (December 2015)
Public Law 103-227, Title X, Part C, also known as the Pro-Children Act of 1994 (Act), 20 U.S.C. 7183, imposes restrictions on smoking in facilities where certain federally funded children’s services are provided. The Act prohibits smoking within any indoor facility (or portion thereof), whether owned, leased, or contracted for, that is used for the routine or regular provision of (i) kindergarten, elementary, or secondary education or library services or (ii) health or day care services that are provided to children under the age of 18. The statutory prohibition also applies to indoor facilities that are constructed, operated, or maintained with Federal funds.
By acceptance of this contract or order, the Contractor agrees to comply with the requirements of the Act. The Act also applies to all subcontracts awarded under this contract for the specified children’s services. Accordingly, the Contractor shall ensure that each of its employees, and any subcontractor staff, is made aware of, understand, and comply with the provisions of the Act.
Failure to comply with the Act may result in the imposition of a civil monetary penalty in an amount not to exceed $1,000 for each violation and/or the imposition of an administrative compliance order on the responsible entity. Each day a violation continues constitutes a separate violation. (End of clause)
352.237-71 Crime Control Act of 1990-Reporting of Child Abuse (December 2015).
(a) Public Law 101-647, also known as the Crime Control Act of 1990 (Act), imposes responsibilities on certain individuals who, while engaged in a professional capacity or activity, as defined in the Act, on federal land or in a federally-operated (or contracted) facility, learn of facts that give the individual reason to suspect that a child has suffered an incident of child abuse.
(b) The Act designates “covered professionals” as those persons engaged in professions and activities in eight different categories including, but not limited to, physicians, dentists, medical residents or interns, hospital personnel and administrators, nurses, health care practitioners, chiropractors, osteopaths, pharmacists, optometrists, podiatrists, emergency medical technicians, ambulance drivers, alcohol or drug treatment personnel, psychologists, psychiatrists, mental health professionals, child care workers and administrators, and commercial film and photo processors. The Act defines the term “child abuse” as the physical or mental injury, sexual abuse or exploitation, or negligent treatment of a child.
(c) Accordingly, any person engaged in a covered profession or activity under an HHS contract or subcontract, regardless of the purpose of the contract or subcontract, shall immediately report a suspected child abuse incident in accordance with the provisions of the Act. If a child is suspected of being harmed, the appropriate State Child Abuse Hotline, local child protective services (CPS), or law enforcement agency shall be contacted. For more information about where and how to file a report, the Childhelp USA, National Child Abuse Hotline (1-800-4-A-CHILD) shall be called. Any covered professional failing to make a timely report of such incident shall be guilty of a Class B misdemeanor.
(d) By acceptance of this contract or order, the Contractor agrees to comply with the requirements of the Act. The Act also applies to all applicable subcontracts awarded under this contract. Accordingly, the Contractor shall ensure that each of its employees, and any subcontractor staff, is made aware of, understand, and comply with the provisions of the Act.
352.237-72 Crime Control Act of 1990-Requirement for Background Checks (December 2015).
(a) Public Law 101-647, also known as the Crime Control Act of 1990 (Act), requires that all individuals involved with the provision of child care services to children under the age of 18 undergo a criminal background check. “Child care services” include, but are not limited to, social services, health and mental health care, child (day) care, education (whether or not directly involved in teaching), and rehabilitative programs. Any conviction for a sex crime, an offense involving a child victim, or a drug felony, may be grounds for denying employment or for dismissal of an employee providing any of the services listed above.
(b) The Contracting Officer will provide the necessary information to the Contractor regarding the process for obtaining the background check. The Contractor may hire a staff person provisionally prior to the completion of a background check, if at all times prior to the receipt of the background check during which children are in the care of the newly-hired person, the person is within the sight and under the supervision of a previously investigated staff person.
(c) By acceptance of this contract or order, the Contractor agrees to comply with the requirements of the Act. The Act also applies to all applicable subcontracts awarded under this contract. Accordingly, the Contractor shall ensure that each of its employees, and any subcontractor staff, is made aware of, understand, and comply with the provisions of the Act.
Health Insurance Portability and Accountability Act (HIPAA)
The Indian Health Service (IHS) is required to comply with HIPAA in the provision of health care to IHS patients. HIPAA was implemented by the U.S. Department of Health and Human Services, Office of Civil Rights, under the Code of Federal Regulations, Part 160 and 164. Accordingly, all health care providers, including contracted health care providers are required to comply with HIPAA requirements (Full text will be furnished upon request).
List of Attachments
-Performance Work Statement (PWS No. 07-16)

Place of Performance: Kayenta Health Center US Highway 160, South MP 394.3 Kayenta, AZ 86033 US URL: https://www.fbo.gov/spg/HHS/IHS/IHS-Navajo/DS-16-0005/listing.htm OutreachSystems Article Number: 20160716/PROCURE/0094
Matching keyword(s): film?; site?; education*; commercial?;

Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 Halls Ferry Road VICKSBURG MS 39180-6199

T — Audio Visual Rental W81EWF60972193 Stacy D. Thurman, Phone 6016343198, Email stacy.d.thurman@usace.army.mil W912HZ-Department of the Army16-P-0113 $17627.25 071516 Box Electronic Sound & Lights, Inc
URL: https://www.fbo.gov/spg/USA/COE/329/W81EWF60972193/listing.htm

OutreachSystems Article Number: 20160716/AWARDS/0772
Matching keyword(s): naics!512110;

160px-Special_Operations_Specops_Army.svgOther Defense Agencies, U.S. Special Operations Command, Special Operation Forces Support Activity (SOFSA), 5749 BRIAR HILL ROAD LEXINGTON KY 40516-9723

R — Special Operations Forces Global Logistics Support Services (SOF GLSS) H92254-16-R-0001 Michael J. Hawkins, Contracting Officer, Phone 8138267047, Email michael.hawkins4@socom.mil – Michelle Riisma, Contract Specialist, Phone 8138268080, Email michelle.riisma@socom.mil **14 Jul 2016 Revised Draft RFP Documents, Additional Q&A, and Updated Information**

Based on feedback received both during internal Government reviews and from industry, the Government has decided to post an updated draft RFP. These updated documents will be utilized for the DPAP Phase I peer review and are still subject to change prior to the final RFP posting, which is now estimated to be 19 August. The following significant changes made to the previous draft RFP documents are summarized below:
1. The Government has the draft Technical Data Package (TDP) for the AC-130J Task Order. Due to the size and complexity of file structure of the TDP, interested prime offerors only must contact the Contracting Officer and Contract Specialist in writing to arrange either shipping of the DVD or a time to pickup the DVD at USSOCOM HQ on MacDill AFB, FL between 0800-1500, Monday-Friday.
2. The Government has decided to hold a Technical Interchange Meeting (TIM) at our facility in Crestview, FL 9-11 August 2016. This will consist of a Facility Tour and a one-on-one meeting with the representative task order subject matter experts for each of the 3 task orders. Interested prime offerors only must contact the Contracting Officer and Contract Specialist in writing NLT noon, Eastern Time on Friday, 22 Jul 2016 to attend the TIM.
3. In order to mitigate any perceived unfair competitive advantages of one offeror over another, the Government has developed a baseline for types of labor categories, number of hours, and specific plug numbers for materials for the Enterprise Management functions and the representative task orders. RFP Attachments 10, 11a, 11b, and 11c have been revised with example baseline information and plug numbers. Pending DPAP review and opinion regarding this approach, the Government intends to revise these attachments again to provide the actual baseline information and plug numbers for the final RFP.
4. The Government is contemplating reducing the task order periods of performance from 5 years to 1 year in order to mitigate the affects this new strategy in providing the baseline operations in RFP Attachment 10 will have on cost and performance beyond the first year.
5. The Government is seeking questions on the NEW information ONLY provided in this updated draft RFP. Offerors are reminded to utilize Attachment 12, Q&A template for such questions.
*NOTE – **UPDATE TO PACKAGES (14 Jul 2016)**
The following packages replace the packages noted in their entirety. Tracked changes were used to the maximum extent possible:
Package 1e replaces Package 1d;
Package 2c replaces Package 2b;
Package 3d replaces Package 3c;
Package 4c replaces Package 4b;
Package 5c replaces Package 5b; and
Package 8b replaces Package 8a

**NOTE – This notice replaces FBO Notice H9222215ROSGS**

This is a draft Request for Proposal (RFP) for the Special Operations Forces Global Logistics Support Services (SOF GLSS) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This notice is provided for purposes of providing Industry with the most current information.

The objective of the IDIQ is to acquire contractor-provided services to perform:

1. Global program support services utilizing three Core Competencies: Streamlined Design and Rapid Prototyping; Production, Modification, and Integration; and Lifecycle Sustainment Activities across the two major areas of SOF platforms: aviation and SOF systems (ground and maritime); and

2. Enterprise functions normally associated with running a Government-Owned Contractor-Operated (GOCO)-type (state-owned, Government-leased (tenant), contractor-operated) operation in a cost efficient manner to include logistics operations; facility management; environmental, safety, and health; security management; and information technology (IT) management.

This announcement does not constitute a solicitation and proposals are not being requested at this time. The draft RFP and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. The NAICS code is 561990 and the small business size standard is $11 million. The ordering period is 10-years if all options are exercised, the guaranteed contract minimum is $500,000.00, and the contract maximum is $8,000,000,000.00.

The Government may issue a final RFP for this requirement. In that case, the RFP number H92222-16-R-0001 will be issued as an RFP using full and open competition with no exclusions/set-asides but with minimum mandatory requirements for Small Business subcontracting (outlined in RFP Section H.11). If/when issued, the final RFP may result in a single award IDIQ contract issuing task and delivery orders of multiple contract types. If/when the final RFP is issued, offerors will be required to submit proposals in accordance with the instructions outlined in Section L of the RFP.

To gain access to several of the draft RFP attachments including the Performance Work Statement (PWS), PWS Appendices, Quality Assurance Surveillance Plan (QASP), Contract Data Requirements List (CDRLs), Representative Task Order Instructions to Offerors (ITOs) and Statements of Objectives (SOOs), Cost Templates, and Government answers to draft RFP questions, an Explicit Access Request must be made via this FBO posting. Email and/or phone call requests will not be accepted.

Before Explicit Access is granted, the Contracting Officer will verify registration in SAM and Top Secret Facility Clearance and Secret Level of Safeguarding in accordance with the DD 254.

Please be advised, this verification can take up to 24 hours. Requests for Explicit Access received on a Friday after 3:00 pm Eastern Time will not begin verification until the next business day.

This verification process has been established to limit the dissemination of sensitive but unclassified information and proof of Top Secret Facility Clearance and Secret Level of Safeguarding are required to propose on this effort as a prime offeror.

Communications with anyone other than the Contracting Officer and Contract Specialist are prohibited. Those contractors interested in proposing as a prime contractor or teaming with a prime contractor on this effort must email their questions in writing to Mike Hawkins, Contracting Officer, michael.hawkins4@socom.mil and Mrs. Michelle Riisma, Contract Specialist, michelle.riisma@socom.mil . If a question must be asked, please utilize RFP Attachment 12, Q&A Template to summarize all questions. These questions should not repeat any questions previously answered by the Government. *NOTE* The Government responses to all draft RFP questions received to date are included in Package 8b. Oral requests (e.g. phone call) for information will be re-directed to provide email correspondence (using the Q&A Template), for documentation purposes. Individual responses to inquiries will not be provided. If it is necessary to include proprietary information in the template, it must be marked appropriately in Column E of the Q&A Template.

Notes/Information:
1. All Attachments to the RFP in Section J have not been finalized.
2. PWS Appendix G is still being finalized with TO information and final color coding.
3. The Draft AFA0000000-107 TDP for Representative Task Order 1 (AC-130J Kits and Installs) is available. However, the Government cannot post it so interested prime offerors must contact the Contracting Officer and Contract Specialist to receive the Draft TDP.

Please read through the entire revised draft RFP and attachments prior to submitting additional questions. Package 1e contains a list summarizing all of the revised draft RFP attachments, their associated FedBizzOps package number, and whether or not Explicit Access is required.
Excerpts of the approved Acquisition Strategy briefing are included in Package 7b so offerors can understand the Government’s goals and objectives for this requirement as well as to provide additional information that may be useful in preparing and submitting eventual proposals.
Offerors may submit questions to the Contracting Officer at any time; however, the Government’s focus has shifted to finalizing the RFP documents so answers to questions may be delayed.
The final RFP is anticipated to be available on FedBizOpps on/around 19 Aug 2016.
URL: https://www.fbo.gov/spg/ODA/USSOCOM/SOFSA/H92254-16-R-0001/listing.htm OutreachSystems Article Number: 20160715/PROCURE/0875
Matching keyword(s): age:state!ky;

Other Defense Agencies, U.S. Special Operations Command, Special Operation Forces Support Activity (SOFSA), 5749 BRIAR HILL ROAD LEXINGTON KY 40516-9723

R — Special Operations Forces Global Logistics Support Services (SOF GLSS) H92254-16-R-0001 Michael J. Hawkins, Contracting Officer, Phone 8138267047, Email michael.hawkins4@socom.mil – Michelle Riisma, Contract Specialist, Phone 8138268080, Email michelle.riisma@socom.mil160px-Special_Operations_Specops_Army.svg ***UPDATE TO PACKAGES (14 Jul 2016)***
Package 3e replaces Package 3d in its entirety. The only difference between Package 3e and Package 3d is the SOO Applicable Documents have been included in Package 3e. Therefore, the Attachment List in Package 1e has not been updated and still references Package 3d.
URL: https://www.fbo.gov/spg/ODA/USSOCOM/SOFSA/H92254-16-R-0001/listing.htm

OutreachSystems Article Number: 20160715/PROCURE/0876
Matching keyword(s): age:state!ky;

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

99 – Educational SOL RFP-095-1700000005 Due Date: 7/26/161:00 PMEDT Contact: Department Of Military Affairs JRSOI COURSE For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160716/BID/0257
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 # 3691 for the Design, Delivery and Analysis of Surveys and Survey Related Work SOL RFP-3691-0-2016/PL Due Date: 8/3/2016 3:00 PM Eastern Contact: Peter Langlois None For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160715/BID/0234
Matching keyword(s): age:state!ky; state!ky;

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

R — Merchant Services for Credit, Debit and Gift Cards – Addendum #1 – NEW DUE DATE. SOL RFP 758 1600000418 version 2 DUE 08/08/2016 Joydi Hall, email: jodyi.hall2@ky.gov Phone: (502) 564- 8625; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Purpose: The purpose of this Request for Proposal (RFP) is to solicit proposals for competitive negotiations pursuant to 200 KAR 5:307. The Office of the Controller is seeking to secure a vendor to provide credit/debit/gift card payment processing services to all agencies and affiliates of the Commonwealth of Kentucky. *The anticipated ‘go-live’ date of the resulting contract is January 2, 2017. 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: 20160715/KY/0772
Matching keyword(s): age:state!ky; state!ky;

Transit Authority of River City (TARC), 1000 West Broadway, Louisville, KY 40203

U — Computer Application Training (On-Site). SOL RFQ SA-2157 DUE 07/29/2016 Website: http://ridetarc.org/about/do-business-with-tarc/current-bid-opportunities 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: 20160715/KY/0793
Matching keyword(s): age:state!ky; state!ky;

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

R — Master Lease Financing Program – Addendum #1. SOL RP-080-16 DUE 07/20/2016 Phone: (502) 852-6248; Website: http://louisville.edu/purchasing/bid The intent of this Request for Proposal is to obtain proposals from qualified firms, referred herein as Lessors, to provide lease financing through a tax exempt Master Lease Financing Program. The University plans to create a pool of firms to provide financing under an established Master Lease Financing Program to meet various capital and non-capital needs on an as-needed basis over the term of the contract. The University does not guarantee any minimum or maximum amount of financing to be placed under the resulting contract(s), nor does such program relieve the University for required bidding of equipment to be leased.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: 20160715/KY/0795
Matching keyword(s): age:state!ky; state!ky;

bmg logo(R)2BMG AD (fv)


Viewing all 149 articles
Browse latest View live