SOURCE: Kentucky Procurement Assistance Program / Kentucky Small Business Development Center (KSBDC)
NOTE: all information relating to this specific contracting opportunity should be verified with the issuing agency. For any other assistance, contact the KSBDC via email at bidmatch@ksbdc.org
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — VOA ENGLISH DIVISION-LEARNING ENGLISH-TESOL INITIATIVE bbg50-Q-15-0101 091415 Patrice Abner, Phone 000-000-0000, Email pabner@bbg.gov – J.R. Hill, Contracting Officer, Phone 000-000-0000, Email chill@bbg.gov This is a notice to for talent services for VOA Learning English Division.
Talent Services:
•· Bi-lingual Producer(s) (Sought after Languages: Mandarin, Vietnamese, French Turkish and Farsi)
•· Digital Writer(s)
•· Video Journalist(s)
•· Multimedia and Television Producer(s)
PLEASE READ below under “proposal submission” and the attached Statements of Work for qualifications
IMPORTANT: All stateside contractors seeking to contract with the Federal Government must register in the Federal Government vetting system called SAM (System for Acquisition Management). Please see attached SAM registration start guide. Contact numbers are on the start guide. No SAM registration questions will be addressed through this solicitation.
________________________________________________________________________________
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a Request for Proposals (RFP) to establish Multiple Award Blanket Purchase Agreement. There will be no guaranteed minimum quantities purchased and the Government will be obligated only to the extent of authorized calls placed against the resulting Agreement. The Government intends to award one Multiple Award Blanket Purchase Agreement; however, the Government reserves the right not to award any Blanket Purchase Agreement. Any Blanket Purchase Agreement (contract) awarded will be for two years .
The Broadcasting Board of Governors, Office of Contracts intends to establish a Multiple Award Blanket Purchase Agreement for Combination services as described in further detail in the attached Statements of Work (SOW) for the Voice of America English Division in Washington D.C. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.
SAM: System for Award Management (SAM) applies to this procurement. You must be registered in SAM in order to be eligible to receive an award from this solicitation. Information on SAM registration and annual confirmation requirements may be obtained via the Internet at http://www.sam.gov Prospective contractors must be registered in SAM database prior to award. Lack of registration in SAM database will make an offeror ineligible for award. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 System for Award Management (SAM) Registration (July 2013).
The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7.5M in average receipts for the past three (3) years. This is 100% total small business set-aside.
Period of Performance:
September 2015-August 2017
Contract Type: Firm- Fixed Price
Time of Performance:
VOA is a 24/7 news/ program operation and the schedule will vary depending on the need of the government. The Contracting Officer Representative will make the determination at the time of award.
Proposal Submission:
ALL PROPOSAL SUBMISSIONS MUST BE SUBMITTED ELECTRONICALLY TO pabner@bbg.gov
Proposals are due no later than Monday August 14, 2015 at 5 PM (EST)
Interested contractors are required to submit two (2) separate written documents (proposals) to the BBG.
1. A separate Price Proposal that states the Offeror’s proposed. Total annual Price based 2080 hours. Rates may be negotiated with the BBG. Price must be listed as:
“_______per hour x 2080 hours Total annual price I propose”
2. A separate Technical Proposal (Resume ) that states in detail the Offeror’s experience, qualifications and evidence of the Offeror’s pertinent past performance that can be easily and quickly validated by the BBG. Dates (months/years) and locations for all field experience must also be detailed.
PLEASE NOTE: Review attached Statements of Work for any required work product samples to submit under “Evaluation Factors/Qualifications” on Statement(s) of work
3. Eligibility to work in the United States: copy of US Citizenship, work permit, photo ID and/or visa.
4. References/Past Performance (3)
* Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance
5. Copy of active Registration in SAM. https://www.sam.gov
6. In the event offerors did not complete the responsibility and certification portion of the SAM registration they shall include completed copy of the provision at FAR Subpart 52.212-3 (Offeror Representations and Certifications – Commercial Items) with its offer. This provision can be found at the following website https://www.acquisition.gov/Far; if requested by an offeror, a copy of FAR subpart 52.212-3 can be obtained by contacting the Contracting Officer.
To ensure consideration for the intended position, please reference the solicitation number and the title from the appropriate Statement of Work on your proposal. If you are submitting proposals for multiple statements of work, you must submit a separate proposal for each statement of work.
QUESTIONS:
Deadline to submit questions: September 9, 2015 (12 NOON EST)
Questions must be submitted in writing and only via email to Patrice Abner at pabner@bbg.gov.
NOTE: E-MAILED QUESTIONS MUST HAVE STATEMENT OF WORK TITLE AND SOLICITATION NUMBER IN THE SUBJECT FIELD OF E-MAIL.
Responses to questions will be posted by September 10, 2015 by 5PM (EST)
Applicable legal Clauses:
**52.252-1 — Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer.
Provisions incorporated by reference:
*FAR clause 52.212-4 (May 2015), Contract Terms and Conditions-Commercial Items, applies to this acquisition.
*FAR 52.212-1 Instructions to Offerors-Commercial Items (Apr 2014);
*FAR 52. 212-2 Evaluation-Commercial Items (Oct 2014),
*FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2015),
*Far 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015)* FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2015)
Provision at 52.212-2 — Evaluation — Commercial Items. (Oct 2014) The Government will award a Multiple Award Blanket Purchase Agreement resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
EVALUATION FACTORS
(The following factors are used to determine the competitive ranking of qualified potential contractors in comparison to other contractors. The factors are listed in priority order from highest to least.).
Factor #1 – Technical ability to include work experience, education and specialized training as listed under Evaluation Factors/Qualifications on the Statements of Work
Factor #2 – Price
Factor #3 – Past Performance (referred to in References)
Basis for Award
The procurement is being conducted under FAR Part 13. Best value is defined as the expected outcome of an acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement, in accordance with FAR 2.101.
The Government reserves the right to make a selection based upon the initial proposal submissions so the offeror should submit its best terms in the initial proposal. The Government may also determine to make no award.
Multiple offerors will be selected who are deemed responsible in accordance with FAR 9.104-1 and whose offer provides the Government with a best value solution.
ALL TECHNICAL AND PRICE PROPOSALS MUST BE SUBMITTED ELECTRONICALLY BEFORE THE CLOSING DEADLINE to: pabner@bbg.gov
NO proposals will be accepted via mail nor fax nor by courier
Proposals are due no later than Monday August 14, 2015 at 5 PM (EST)
Set-Aside: Total Small Business Place of Performance: 330 Independence Ave washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/bbg50-Q-15-0101/listing.htm OutreachSystems Article Number: 20150905/PROCURE/0103
Matching keyword(s): naics!711510;
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North PO Box 36600 Billings MT 59107
69 — HEALTHCARE COMPLIANCE SOFTWARE RFQ-CSU-16-KNA-7 092115 Kimberly Not Afraid, Purchasing Agent, Phone 4066383390, Fax 406-638-3571, Email kimberly.notafraid@ihs.gov This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The procurement is conducted pursuant to the authority of FAR Part 13, Simplified Acquisition Procedures; FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)); and FAR 37.101, Nonpersonal Services Contract. This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award a fixed-price commercial item contract in response to Request for Quotation (RFQ)-CSU-15-KNA-7. The solicitation is issued on an unrestricted basis. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. The associated North American Industry Classification System code is 541519 and the small business size standard is $25.5 million.
PRICE SCHEDULE – HEALTHCARE COMPLIANCE SOFTWARE
Base Year: 12 months @ tiny_mce_marker_____________ per month tiny_mce_marker__________________;
Option Year One: 12 months @ tiny_mce_marker_____________ per month tiny_mce_marker__________________;
Option Year Two: 12 months @ tiny_mce_marker_____________ per month tiny_mce_marker__________________;
GRAND TOTAL: tiny_mce_marker_______________________.
PERIOD OF PERFORMANCE: The performance of this contract shall be for 12 months with two 12-month options (dates to be completed at time of award).
STATEMENT OF WORK: Provide and install healthcare compliance software at the Crow Service Unit, 1 Hospital Road, Crow Agency, Montana. The web-based software must include a policy management system with online library, an online learning management system, and regulatory information service.
1. Policy Management System:
• Policy Manager that maintains and updates new, revised and retired policies.
• Online library with policy templates.
• Customize with the Service Unit’s name and logo.
• Ensure policy format is 508 compliant.
• Includes CMS, FDA, OSHA and other relevant federal agency reference numbers for each policy.
• Provide two days of onsite training.
• Upload initial Service Unit policy/procedure manuals.
• Maintain and update website as needed.
• Free backups, upgrades, hosting, maintenance, and system security.
• Ability to upload in preferred format: Word, Excel, PDF, text, HTML, et cetera.
• All document and contents searchable in preferred format.
2. Learning Management System:
• Customize with the Service Unit’s name and logo.
• Website must be 508 compliant.
• Courses will be provided 24/7 online
– Ability to log in to system directly over the Internet anytime, anywhere.
– Easy-to-use student interface.
– Assigns students to courses and/or allows students to enroll themselves.
– Engaging course contents with secure timed posted tests.
– Allows students to print certificates for completed online courses.
– Courses with contact hours, student ability to print own CE certificates,
– System provides unlimited number of CE certificates at no additional charge.
– Allows Service Unit specific coursework to be uploaded and maintained with LMS coursework.
• User Administrative Module:
– Administrator(s) can add new employees, edit employee accounts, and enroll employees in courses.
– Ability to share data with HR Information System utilizing standard data import/export functions.
– Administrator(s) can assign employees to departments and designate department managers using the bulk import tools or the administration pages.
• Classroom Module:
– Create a catalog and schedule of offline classes and make available to students.
– Users ability to manage their own class enrollments.
– System handles registration, drops and waitlists.
– Assign and manage deadlines for class completion.
– Track attendance, grades, et cetera.
• Reports Module:
– Designated administrators and designated managers have access to reports.
– Numerous standard and customized reports available for use.
– Filter by time period, student or department.
– Advanced features allow user to add/delete fields, add/remove report section headers and control sort order.
– Allows managers, administrator and supervisors to print certificates of completion and CEU certificates.
– Prints HTML formatted reports or export to a spreadsheet.
• Course Creator Module – Online courses:
– Upload training courses using course builder and course import functions.
– Load content in any format (Word, PowerPoint, Excel, pdf, flash, video, et cetera) for viewing and download.
– Designated course creators(s) ability to create new course categories and courses, and edit the courses.
– Create lessons online using a lesion building tool.
– Create quizzes/tests online using a quiz building tool.
• Documentation and Support:
– Online documentation demonstrates step-by-step how to use the system.
– Online feedback provides support for technical issues.
• Initial Setup:
– Customized web portal for IHS system. Shall include client name and logo,client wording on site landing page, client choice of color scheme.
– Database setup, creation of all database tables and fields.
– Provide up to 4 hours of web conferencing for system training during the initial 90 days.
• Annual License:
– Creation of user accounts.
– User administration module.
– Course creator module, test creation tool, annual hosting of courses developed and loaded by facility (up to 300 MB of course material).
– Classroom management module (student enrollment, grades and reporting).
– Reports module.
– Ongoing updates to course content.
– Hosting, backups and system maintenance.
– Free IT support for applications.
– Access to all available modules and features.
– Free software upgrades.
– Unlimited free data exports at any time.
• Course Library:
– General education library, unlimited use.
– Patient safety and clinical staff competency library, unlimited use.
– Survey preparation library, unlimited use.
– Healthcare management professional library, unlimited use.
– Online video course library, unlimited use.
– Nursing continuing series, unlimited use.
– CME Courses for Physicians, unlimited use.
– Billing and Coding Courses Library, unlimited use
– CNA series Course Library, unlimited use
– SCORM wrap and uploading, unlimited use
CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. CONTRACTING OFFICER’S REPRESENTATIVE (COR): The COR shall be responsible for: (1) Monitoring the Contractor’s technical progress, including surveillance and assessment of performance and recommending technical changes; (2) Interpreting the Statement of Work; (3) Technical evaluation as required; (4) Technical inspections and acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during performance of the contract. INVOICE SUBMISSION AND PAYMENT: The contractor shall submit its invoice to the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107, with a courtesy copy to the Contracting Officer’s Representative (COR). The contractor agrees to include the following information on each invoice: (1) Contractor’s name, address, telephone number and e-mail address; (2) Contract Number; (3) Invoice number and date; (4) Dates of service and total amount due; and (5) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (JAN 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) HEALTHCARE COMPLIANCE SOFTWARE 50 POINTS. (The Contractor must provide literature with the price quote that identifies the features of the software as well as the requirements for installation, training, and technical support.); and (2) COMPANY PAST PERFORMANCE 50 POINTS. The offeror must demonstrate its record of successful performance in past contracts and/or jobs, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts/jobs. Offerors shall provide, at a minimum, three (3) references for their most recently performed contracts in which similar or the same services were performed by the offeror within the last two (2) years from the date of proposal submission. Please list contracts that your firm has held with Government and/or commercial accounts. The offeror shall provide the following information in an attachment: (a) Agency or Customer Name/Address; (b) Contract number (if applicable); (c) Contract Performance Period; (d) Contract description of services (location, and description of services); (e) Type (type and quantity of personnel provided); (f) Dollar Value of contract (g) Point of Contact including name, phone, facsimile, and Internet/E-Mail address. For each contract identified the offeror shall also provide a discussion of problems encountered and their correction, as well as their accomplishments during the performance of the contract. In evaluating past performance the Government may also use information from its own files, information provided by the offeror, or from any other sources it deems appropriate. Offerors will be given the opportunity to clarify information concerning the relevancy of an offeror’s past performance information, and any adverse past performance information to which the offeror has not previously had an opportunity to respond. If the offeror has no relative past performance they shall affirmatively state so. NOTE: The Government reserves the right to contact any reference provided by the offeror in evaluating the offeror’s past performance. Furthermore, the Government reserves the right to use any information that comes to the attention of the Government in evaluating the offeror. Technical and past performance, when combined, is approximately equal to cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-7, 52.204-9, 52.204-13, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.225-25, 52.227-14, 52.227-17, 52.228-5, 52.229-3, 52.232-11, 52.232-18, 52.232-39, 52.233-2, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 352.201-70, 352.202-1, 352.203-70, 352.215-1, 352.215-70, 352.222-70, 352.223-70, 352.224-70, 352.227-70, 352.231-71, 352.237-70, 352.239-70, 352.239-71, 352.239-72, 352.239-73, 352.242-71, 352.242-72, 352.242-73, and 352.270-2. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.204-10, 52.209-6, 52.209-10, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-18, 52.225-13 and 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at https://www.acquisition.gov and http://ecfr.gpoaccess.gov/cgi/t/text/text-idx;sid-3524d214210697effd2fd5c77848a806&rgn-div5&view-text&node-48:4.0.1.8.33&idno-48. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall provide evidence of, or submit a written response to, the technical evaluation factors in FAR 52.212-2. In addition, the Contractor shall submit a completed copy of FAR 52.212-3 with its offer. Contractors intending to conduct business with the Federal Government must register with the System for Award Management (SAM). SAM replaces the Department of Defense’s Central Contractor Registration (CCR) database. SAM is now the primary Government repository, which retains information on Government contractors. You may register via the Internet at http://www.sam.gov. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the the Crow Service Unit, PO Box 9, Crow Agency, Montana 59022, no later than 4:00 p.m., on September 21, 2015. The offer must be submitted in a sealed envelope, addressed to the Supply/Procurement Office, showing the time specified for receipt, the solicitation number, and your company name and address. Offers will also be accepted by e-mail at kimberly.notafraid@ihs.gov. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 90 days from the date of receipt by the Government.
Place of Performance: 1 Hospital Road Crow Agency, MT 59050 US URL: https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-CSU-16-KNA-7/listing.htm OutreachSystems Article Number: 20150905/PROCURE/0368
Matching keyword(s): writ*; copy; technical; standard;
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) , 2401 Hawkins Point Road Building 31, Mail Stop 26 Baltimore MD 21226-5000
99 — STRUCTURAL ASSESSMENT AND HAZMAT TESTING HSCG85-15-Q-P45M14 061915 DONALD R. DEAN, PO2, Phone 5106375987, Email DONALD.R.DEAN@USCG.MIL – London C. Venzon, Contracting Officer, Phone 510-637-5993, Email London.C.Venzon@uscg.mil This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Request for Quotations number is HSCG85-15-Q-P45M14 and is issued as a request for quotations (RFQ). This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-70 dated September 30, The NAICS Code is 541620. The small business size standard is $15.0 Million. All responsible sources may submit proposals that will be considered by the agency. The contract will be awarded on a firm-fixed-price and past performance basis with past performance and price being equal in consideration for award. Using simplified acquisition procedures in accordance with FAR Part 13.5.
The United States Coast Guard Surface Force Logistics Center has a requirement for the following service:
1. STRUCTURAL ASSESSMENT, PER WORK ITEM #1 SCOPE OF WORK.
2. TEST FOR HAZARDOUS MATERIAL, PER WORK ITEM #2 SCOPE OF WORK.
3. ASBESTOS ASSESSMENT, PER WORK ITEMS #3 SCOPE OF WORK.
WORK ITEMS COVER 65FT WLR COAST GUARD CUTTER & ATTAHCED 100FT BARGE.
PERIOD OF PERFORMANCE: 30JUN15 THRU 15JUL15
Service Location:
USCGC OBION
3301 HWY 60 EAST
OWENSBORO, KY 42303
1. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The full text of FAR clauses may be accessed electronically at this address: http://www.arnet.gov/far/index.html
FAR 52.204-4 Printed or Copied Double-sided on Recycled Paper (AUG 2000)
FAR 52.204-6 Data Universal Numbering System (DUNS) Number (JUN 1999)
FAR 52.211-15 Defense Priorities and Allocation System Rating (APR 2008) D0 A3 rating
FAR 52.217-5 Evaluation of Options (JUL 1990)
FAR 52.222-1 Notice to the Government of Labor Disputes (FEB 1997)
FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997) Alt I (JUL 1995)
FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)
FAR 52.245-4 Government-Furnished Property (Short Form) (JUN 2003)
HSAR 3052.209-72 Organizational Disclosure of Conflicts of Interest
2.FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company’s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number and 6) Pricing, and Delivery information,. (7) Offerors are instructed to include a completed copy of Federal Acquisition Regulation (FAR) 52.212-3, “Offerors Representations and Certification–Commercial Items (DEC 2012)” and Alt 1 included with their quotation (the provision is attached), or be registered with Online Reps and Certs, https://www.SAM.gov
3. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). – This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. The following evaluation factors shall be considered: Past Performance, Price. Offerors shall submit at least 3 relevant past performance references for contracts with private industry or government instrumentalities (federal, state, or local) performed within the last 3 years. References shall include: 1. Name & contact information of the point of contract (PM/COR), 2. Name of Organization, 3. A brief description of service, 4. Contract Number/Task Order 5. Status (Prime or Sub). The USCG reserves the right to utilize past performance information other than the information submitted with the proposals received in conducting the evaluation. A Contractor without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance, but will receive a neutral rating. The USCG may consider past performance information regarding predecessor companies or subcontractors that will perform major or critical aspects of the requirement when such information is considered relevant.
The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will evaluate offers and make award to the lowest priced technically acceptable offer that is responsive to the terms of this solicitation.
4. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2012) – An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision which can be obtained electronically at http://www.arnet.gov/far
5. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012)
The following addendum applies: Address for submission of invoices is
Commercial Invoices
USCG Finance Center
PO BOX 4115
Chesapeake, VA 23327-4115
(800)564-5504
6. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (November 2012)
The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
52.222-3, Convict Labor (June 2003) (E.O. 11755).
52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126).
52.222-21, Prohibition of Segregated Facilities (Feb 1999).
52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332).
7. HSAR Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items (SEP 2012)
The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference:
(a) Provisions
3052.209-72 Organizational Conflicts of Interest
3052.219-72 Evaluation of Prime Contractor Participation in the DHS Mentor Protégé Program
(b) Clauses.
3052.203-70 Instructions for Contractor Disclosure of Violations
3052.204-70 Security Requirements for Unclassified Information Technology Resources
3052.204-71 Contractor Employee Access __Alternate I
3052.205-70 Advertisement, Publicizing Awards, and Releases
3052.209-73 Limitation on Future Contracting
3052.215-70 Key Personnel or Facilities
3052.219-70 Small Business Subcontracting Plan Reporting
3052.228-70 Insurance
3052.242-72 Contracting Officer’s Technical Representative
3052.247-72 F.O.B Destination Only
The full text of HSAR clauses above may be accessed electronically at this address: http://www.dhs.gov/xlibrary/assets/opnbiz/hsar.pd
8. 25.101 BUY AMERICA ACT
(a) The Buy American Act restricts the purchase of supplies that are not domestic end products. For manufactured end products, the Buy American Act uses a two-part test to define a domestic end product.
(1) The article must be manufactured in the United States; and
(2) The cost of domestic components must exceed 50 percent of the cost of all the components. In accordance with 41 U.S.C. 431, this component test of the Buy American Act has been waived for acquisitions of COTS items (see 12.505(a)).
(b) The Buy American Act applies to small business set-asides. A manufactured product of a small business concern is a U.S.-made end product, but is not a domestic end product unless it meets the component test in paragraph (a)(2) of this section.
(c) Exceptions that allow the purchase of a foreign end product are listed at 25.103. The unreasonable cost exception is implemented through the use of an evaluation factor applied to low foreign offers that are not eligible offers. The evaluation factor is not used to provide a preference for one foreign offer over another. Evaluation procedures and examples are provided in Subpart 25.5.
52.249-1 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT
The Contracting Officer, by written notice, may terminate this contract, in whole or in part, when it is in the Government’s interest. If this contract is terminated, the rights, duties, and obligations of the parties, including compensation to the Contractor, shall be in accordance with Part 49 of the Federal Acquisition Regulation in effect on the date of this contract.
10. NOTICE FOR FILING AGENCY PROTESTS
United States Coast Guard Ombudsman Program. It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman.
Informal forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable).
Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester’s concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency’s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to:
Department of Homeland Security
United States Coast Guard (CG-9131)
Ombudsman Program for Agency Protests
1900 Half Street, SW, Room 11-0602
Washington, D. C. 20593-0001
FAX: 202.475.3904
11. Questions and quotes shall be emailed to Donald.r.dean@uscg.mil . Contractors are responsible for verifying receipt of quotes.
Place of Performance: USCGC OBION 3301 HWY 60 EAST OWENSBORO, KY 42303 US URL: https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG85-15-Q-P45M14/listing.htm OutreachSystems Article Number: 20150905/PROCURE/0464
Matching keyword(s): state!ky;
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street Suite 1202 Arlington VA 22202-4371
T — Video Editing and Consulting HQ003415R0100 091815 Michael John Fanizzo, Phone 7035458991, Email michael.j.fanizzo.civ@mail.mil
The planned effort includes:
1. Edit approximately 500 separate film and/or audio clips, each between 30 seconds and 2 minutes long. The formats of original material include VHS tape, digital video, and cassette tapes of audio recordings.
2. Evaluate the quality of the material currently in the possession of the Government to ascertain whether it is of acceptable quality. If not, the contractor will be responsible, with cooperation from the Government, for obtaining the best available source material. This may require contacting the original sources for the audio or video.
4. Work with the Government to determine what material should be used to create individual films or audio clips. These clips are intended to depict events relating to individuals who were present at, or victims of, the terrorist attacks on September 11, 2001. Some of that material may contain graphic images of injury or death, and must be treated with respect and compassion for the persons depicted. Consequently, the contractor must ensure that these materials, which belong to the Government, are appropriately safeguarded from unauthorized disclosure.
5. Travel to New York, New York and Washington, DC National Capital Region. The contractor should minimize such costs, if possible.
URL: https://www.fbo.gov/spg/ODA/WHS/REF/HQ003415R0100/listing.htm OutreachSystems Article Number: 20150905/PROCURE/0574
Matching keyword(s): video*; film?; edit*; event?;
Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105 Bethesda MD 20894
R — Development of a Task-related and Resting State Realistic fMRI Simulator for Benchmarking fMRI Data NIHLM2015600-SV 091415 Suet Vu, Phone 301-496-6546, Fax 301-402-0642, Email vus@mail.nih.gov The enclosed RFP is to provide support for the National Library of Medicine (NLM) Lister Hill Center (LHC). This acquisition is being conducted in accordance with FAR 13: Simplified Acquisitions and FAR Part 12: Commercial Items. Interested parties should submit their proposals in accordance with the following instructions. This solicitation document incorporates provisions and clauses that are in effect in the FAC 2005-83 FAR Revision effective August 5, 2015, including all FAR Circulars issued as of the date of this synopsis. This acquisition is a Full and Open and the North American Industry Classification System (NAICS) code is 541712, Research and Development in the Physical, Engineering, and Life Sciences (Except Biotechnology).
Offerors are required to submit both a written Technical Proposal and Business Proposal to Government officials for the purposes of acquiring supplies and/or services from the Contractor(s) that is fully cognizant of the scope of this requirement and has the capability to complete all requirements described in the solicitation. Proposals which merely offer to conduct a program in accordance with the requirements of the Government’s scope of work will not be eligible for award.
The Statement of Work for this requirement is included in the Attachments Section of this solicitation in a single file as Attachment 1.
FAR 52.216-1 TYPE OF CONTRACT (APR 1984)
The Government contemplates award of one AWARD firm-fixed price type purchase orders resulting from this solicitation. The Government intends to award without discussions with offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.
SOLICITATION TECHNICAL INQUIRIES AND QUESTIONS
All questions regarding the solicitation, of a contractual nature or technical nature, must be submitted in writing via e-mail to Suet Vu at vus@mail.nlm.nih.gov no later than Wednesday, September 11, 2015, 12:00 p.m. Eastern Standard Time. Please include the solicitation number “RFP_NIHLM2015600-SV” in the subject line.
Questions with the Government’s responses will be posted to Fedbizopps through an amendment. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective Offerors.
PROPOSAL SUBMISSION
NLM requires proposals to be submitted electronically through the NLM Electronic Contract Proposal System (eCPS) using the following link: https://ecps.nih.gov/nlm All proposals received via eCPS by September 14, 2015 at 12:00 p.m. Eastern Time will be considered by NLM.
For directions on using eCPS, go to https://ecps.nih.gov/nl and click on “How to Submit.”
NOTE: To submit your electronic proposal using eCPS, all offerors must have a valid NIH External Directory Account, which provides authentication and serves as a vehicle for secure transmission of documents and communication with the NLM. The NIH External Directory Account registration process may take up to 24 hours to become active. Submission of proposals by facsimile or e-mail is not accepted.
Firms interested in responding to this notice must be able to provide the professional services required by NLM outlined in the attached Statement of Work. The offeror shall include all information necessary to document and/or support the qualification criteria in one clearly marked section of its proposal. All responses from responsible sources will be considered.
INSTRUCTIONS FOR PREPARING TECHNICAL PORTION OF PROPOSAL:
The Technical Proposal for each response to the RFP shall be limited to 10 pages, single-spaced, 12 point font with 1-inch margins (top, bottom, left, and right). Beyond the 10 pages of technical proposal, resumes of key investigators, reprints of relevant technical papers, and other supplemental materials can be provided outside the page limit.
A cover page for the Technical Proposal is required. The cover page is not part of the 10-page limit for the technical proposal. The cover page should include the following information:
1. Title for the Proposal
2. Name of the Offering Institution
3. Name of the Principal Investigator
4. Expected cost (include direct and indirect/overhead costs) for the proposed work.
5. Short description or abstract of the proposed work (150 word limit)
6. Address of the Offering Institution (including e-mail, fax, phone, and surface-mail address).
7. List of all named personnel/investigators in the proposal along with their affiliations
INSTRUCTIONS FOR PREPARING BUSINESS PORTION OF PROPOSAL
The Business Proposal for each offer shall be limited to 10 pages, single spaced, 12 point font with 1-inch margins (top, bottom, left, and right). The Business Proposal should include a description of the offering firm or institution, its history, location, and the place of performance for the proposed work. Since the funding for this effort is being provided by the NLM, the majority of the proposed work must be completed in a place of performance within the United States.
A cover page for the Business Proposal is required. The cover page is not part of the 10-page limit for the business proposal. The cover page should include the following information:
1. Title for the Proposal
2. Name of the Offering Institution
3. Name of the Prinicipal Investigator
4. Expected cost (include direct and indirect/overhead costs) for the proposed work.
5. Short description or abstract of the proposed work (150 word limit)
6. Address of the Offering Institution (including e-mail, fax, phone, and surface-mail address).
7. List of all named personnel/investigators in the proposal along with their affiliations
TRANSMITTAL AND COVER LETTER
The offeror’s transmittal and cover letter for the proposal must contain the name, phone number, and e-mail address of the person to be contacted concerning any matter related to the solicitation. The National Library of Medicine may, for example, contact that individual to schedule and make arrangements for the offeror’s discussion meetings, if necessary.
Include the following information in your proposal
1. DUNS number and TIN;
2. Company Name mailing address, and website address;
3. Date submitted and proposal expiration date;
4. All of the above-cited information for each entity on the proposed team, if a team is proposed;
5. NAICS code appropriate to this Solicitation;
6. Do you have a Government approved accounting system? If so, please identify the agency that approved the system;
7. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, College, University, etc.) as validated via the System for Award Management (SAM). All offerors must register in SAM located at http://www.sam.gov;
8. Company Point of Contact, Phone and Email address.
EMAILS AND FACSIMILES WILL NOT BE ACCEPTABLE. Firms interested in responding to this notice must be able to provide the products and services described by NLM in the Statement of Work. Vendors shall comply with all applicable Federal, State and Local laws, executive orders, rules and regulations applicable to its performance under this order. The following clauses and provisions cited herein are incorporated by reference into this solicitation and maybe obtained from the website http://rcb.cancer.gov/rcb-internet/SAP/sap.ht: FAR 52.212-1, Instructions to Offerors-Commercial Items (April 2014), FAR 52.212-2, Evaluation-Commercial Items (October 2014). Offerors are advised to provide with their offer a completed copy of the following provisions: FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (March 2015)-With DUNS Number Addendum [52.204-6 (July 2013)]. The following FAR clauses apply to this acquisition: FAR 52.214-4, Contract Terms and Conditions-Commercial Items (December 2014)-With Addenda [Stop Work Order, FAR 52.242-15 (August 1989) and Year 2000 Compliance (July 1997)]; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (March 2015), as well as the following clauses cited therein: FAR 52.232-18, Availability of Funds, FAR 52.219-6, FAR 52.222-41, Service Contract Labor Standards (May 2014) FAR 52.232-18, Availability of Funds (April 1984); FAR 52.242-15, Stop Work Order (August 1989) with Alternate I (April 1984); FAR 52.242-17, Government Delay of Work (April 1984); and FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (July 2013).
ALL RESPONSIBLE SOURCES MAY SUBMIT A PROPOSAL WHICH, IF TIMELY RECEIVED, SHALL BE CONSIDERED BY THE GOVERNENT.
Place of Performance: Bethesda, MD 20894 US URL: https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2015600-SV/listing.htm OutreachSystems Article Number: 20150904/PROCURE/0160
Matching keyword(s): writ*; copy; technical; standard;
Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105 Bethesda MD 20894
R — Novel Classification Method Development for Biomedical Images NIHLM2015601 091415 Suet Vu, Phone 301-496-6546, Fax 301-402-0642, Email vus@mail.nih.gov The enclosed RFP is to provide support for the National Library of Medicine (NLM) Lister Hill Center (LHC). This acquisition is being conducted in accordance with FAR 13: Simplified Acquisitions and FAR Part 12: Commercial Items. Interested parties should submit their proposals in accordance with the following instructions. This solicitation document incorporates provisions and clauses that are in effect in the FAC 2005-83 FAR Revision effective August 5, 2015, including all FAR Circulars issued as of the date of this synopsis. This acquisition is a Full and Open and the North American Industry Classification System (NAICS) code is 541712, Research and Development in the Physical, Engineering, and Life Sciences (Except Biotechnology).
Offerors are required to submit both a written Technical Proposal and Business Proposal to Government officials for the purposes of acquiring supplies and/or services from the Contractor(s) that is fully cognizant of the scope of this requirement and has the capability to complete all requirements described in the solicitation. Proposals which merely offer to conduct a program in accordance with the requirements of the Government’s scope of work will not be eligible for award.
The Statement of Work for this requirement is included in the Attachments Section of this solicitation in a single file as Attachment 1.
FAR 52.216-1 TYPE OF CONTRACT (APR 1984)
The Government contemplates award of one AWARD firm-fixed price type purchase orders resulting from this solicitation. The Government intends to award without discussions with offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.
SOLICITATION TECHNICAL INQUIRIES AND QUESTIONS
All questions regarding the solicitation, of a contractual nature or technical nature, must be submitted in writing via e-mail to Suet Vu at vus@mail.nlm.nih.gov no later than Wednesday, September 11, 2015, 12:00 p.m. Eastern Standard Time. Please include the solicitation number “RFP_NIHLM2015601-SV” in the subject line.
Questions with the Government’s responses will be posted to Fedbizopps through an amendment. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective Offerors.
PROPOSAL SUBMISSION
NLM requires proposals to be submitted electronically through the NLM Electronic Contract Proposal System (eCPS) using the following link: https://ecps.nih.gov/nlm All proposals received via eCPS by September 14, 2015 at 12:00 p.m. Eastern Time will be considered by NLM.
For directions on using eCPS, go to https://ecps.nih.gov/nl and click on “How to Submit.”
NOTE: To submit your electronic proposal using eCPS, all offerors must have a valid NIH External Directory Account, which provides authentication and serves as a vehicle for secure transmission of documents and communication with the NLM. The NIH External Directory Account registration process may take up to 24 hours to become active. Submission of proposals by facsimile or e-mail is not accepted.
Firms interested in responding to this notice must be able to provide the professional services required by NLM outlined in the attached Statement of Work. The offeror shall include all information necessary to document and/or support the qualification criteria in one clearly marked section of its proposal. All responses from responsible sources will be considered.
INSTRUCTIONS FOR PREPARING TECHNICAL PORTION OF PROPOSAL:
The Technical Proposal for each response to the RFP shall be limited to 10 pages, single-spaced, 12 point font with 1-inch margins (top, bottom, left, and right). Beyond the 10 pages of technical proposal, resumes of key investigators, reprints of relevant technical papers, and other supplemental materials can be provided outside the page limit.
A cover page for the Technical Proposal is required. The cover page is not part of the 10-page limit for the technical proposal. The cover page should include the following information:
1. Title for the Proposal
2. Name of the Offering Institution
3. Name of the Principal Investigator
4. Expected cost (include direct and indirect/overhead costs) for the proposed work.
5. Short description or abstract of the proposed work (150 word limit)
6. Address of the Offering Institution (including e-mail, fax, phone, and surface-mail address).
7. List of all named personnel/investigators in the proposal along with their affiliations
INSTRUCTIONS FOR PREPARING BUSINESS PORTION OF PROPOSAL
The Business Proposal for each offer shall be limited to 10 pages, single spaced, 12 point font with 1-inch margins (top, bottom, left, and right). The Business Proposal should include a description of the offering firm or institution, its history, location, and the place of performance for the proposed work. Since the funding for this effort is being provided by the NLM, the majority of the proposed work must be completed in a place of performance within the United States.
A cover page for the Business Proposal is required. The cover page is not part of the 10-page limit for the business proposal. The cover page should include the following information:
1. Title for the Proposal
2. Name of the Offering Institution
3. Name of the Prinicipal Investigator
4. Expected cost (include direct and indirect/overhead costs) for the proposed work.
5. Short description or abstract of the proposed work (150 word limit)
6. Address of the Offering Institution (including e-mail, fax, phone, and surface-mail address).
7. List of all named personnel/investigators in the proposal along with their affiliations
TRANSMITTAL AND COVER LETTER
The offeror’s transmittal and cover letter for the proposal must contain the name, phone number, and e-mail address of the person to be contacted concerning any matter related to the solicitation. The National Library of Medicine may, for example, contact that individual to schedule and make arrangements for the offeror’s discussion meetings, if necessary.
Include the following information in your proposal
1. DUNS number and TIN;
2. Company Name mailing address, and website address;
3. Date submitted and proposal expiration date;
4. All of the above-cited information for each entity on the proposed team, if a team is proposed;
5. NAICS code appropriate to this Solicitation;
6. Do you have a Government approved accounting system? If so, please identify the agency that approved the system;
7. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, College, University, etc.) as validated via the System for Award Management (SAM). All offerors must register in SAM located at http://www.sam.gov;
8. Company Point of Contact, Phone and Email address.
EMAILS AND FACSIMILES WILL NOT BE ACCEPTABLE. Firms interested in responding to this notice must be able to provide the products and services described by NLM in the Statement of Work. Vendors shall comply with all applicable Federal, State and Local laws, executive orders, rules and regulations applicable to its performance under this order. The following clauses and provisions cited herein are incorporated by reference into this solicitation and maybe obtained from the website http://rcb.cancer.gov/rcb-internet/SAP/sap.ht: FAR 52.212-1, Instructions to Offerors-Commercial Items (April 2014), FAR 52.212-2, Evaluation-Commercial Items (October 2014). Offerors are advised to provide with their offer a completed copy of the following provisions: FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (March 2015)-With DUNS Number Addendum [52.204-6 (July 2013)]. The following FAR clauses apply to this acquisition: FAR 52.214-4, Contract Terms and Conditions-Commercial Items (December 2014)-With Addenda [Stop Work Order, FAR 52.242-15 (August 1989) and Year 2000 Compliance (July 1997)]; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (March 2015), as well as the following clauses cited therein: FAR 52.232-18, Availability of Funds, FAR 52.219-6, FAR 52.222-41, Service Contract Labor Standards (May 2014) FAR 52.232-18, Availability of Funds (April 1984); FAR 52.242-15, Stop Work Order (August 1989) with Alternate I (April 1984); FAR 52.242-17, Government Delay of Work (April 1984); and FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (July 2013).
ALL RESPONSIBLE SOURCES MAY SUBMIT A PROPOSAL WHICH, IF TIMELY RECEIVED, SHALL BE CONSIDERED BY THE GOVERNENT.
Place of Performance: Bethesda, MD 20894 US URL: https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2015601/listing.htm OutreachSystems Article Number: 20150904/PROCURE/0161
Matching keyword(s): writ*; copy; technical; standard;
Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105 Bethesda MD 20894
R — Computer Methods for Digitized Histology Image Analysis and Biomedical Classification NIHLM2015602-SV 091415 Suet Vu, Phone 301-496-6546, Fax 301-402-0642, Email vus@mail.nih.gov The enclosed RFP is to provide support for the National Library of Medicine (NLM) Lister Hill Center (LHC). This acquisition is being conducted in accordance with FAR 13: Simplified Acquisitions and FAR Part 12: Commercial Items. Interested parties should submit their proposals in accordance with the following instructions. This solicitation document incorporates provisions and clauses that are in effect in the FAC 2005-83 FAR Revision effective August 5, 2015, including all FAR Circulars issued as of the date of this synopsis. This acquisition is a Full and Open and the North American Industry Classification System (NAICS) code is 541712, Research and Development in the Physical, Engineering, and Life Sciences (Except Biotechnology).
Offerors are required to submit both a written Technical Proposal and Business Proposal to Government officials for the purposes of acquiring supplies and/or services from the Contractor(s) that is fully cognizant of the scope of this requirement and has the capability to complete all requirements described in the solicitation. Proposals which merely offer to conduct a program in accordance with the requirements of the Government’s scope of work will not be eligible for award.
The Statement of Work for this requirement is included in the Attachments Section of this solicitation in a single file as Attachment 1.
FAR 52.216-1 TYPE OF CONTRACT (APR 1984)
The Government contemplates award of one AWARD firm-fixed price type purchase orders resulting from this solicitation. The Government intends to award without discussions with offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.
SOLICITATION TECHNICAL INQUIRIES AND QUESTIONS
All questions regarding the solicitation, of a contractual nature or technical nature, must be submitted in writing via e-mail to Suet Vu at vus@mail.nlm.nih.gov no later than Wednesday, September 11, 2015, 12:00 p.m. Eastern Standard Time. Please include the solicitation number “RFP_NIHLM2015602-SV” in the subject line.
Questions with the Government’s responses will be posted to Fedbizopps through an amendment. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective Offerors.
PROPOSAL SUBMISSION
NLM requires proposals to be submitted electronically through the NLM Electronic Contract Proposal System (eCPS) using the following link: https://ecps.nih.gov/nlm All proposals received via eCPS by September 14, 2015 at 12:00 p.m. Eastern Time will be considered by NLM.
For directions on using eCPS, go to https://ecps.nih.gov/nl and click on “How to Submit.”
NOTE: To submit your electronic proposal using eCPS, all offerors must have a valid NIH External Directory Account, which provides authentication and serves as a vehicle for secure transmission of documents and communication with the NLM. The NIH External Directory Account registration process may take up to 24 hours to become active. Submission of proposals by facsimile or e-mail is not accepted.
Firms interested in responding to this notice must be able to provide the professional services required by NLM outlined in the attached Statement of Work. The offeror shall include all information necessary to document and/or support the qualification criteria in one clearly marked section of its proposal. All responses from responsible sources will be considered.
INSTRUCTIONS FOR PREPARING TECHNICAL PORTION OF PROPOSAL:
The Technical Proposal for each response to the RFP shall be limited to 10 pages, single-spaced, 12 point font with 1-inch margins (top, bottom, left, and right). Beyond the 10 pages of technical proposal, resumes of key investigators, reprints of relevant technical papers, and other supplemental materials can be provided outside the page limit.
A cover page for the Technical Proposal is required. The cover page is not part of the 10-page limit for the technical proposal. The cover page should include the following information:
1. Title for the Proposal
2. Name of the Offering Institution
3. Name of the Principal Investigator
4. Expected cost (include direct and indirect/overhead costs) for the proposed work.
5. Short description or abstract of the proposed work (150 word limit)
6. Address of the Offering Institution (including e-mail, fax, phone, and surface-mail address).
7. List of all named personnel/investigators in the proposal along with their affiliations
INSTRUCTIONS FOR PREPARING BUSINESS PORTION OF PROPOSAL
The Business Proposal for each offer shall be limited to 10 pages, single spaced, 12 point font with 1-inch margins (top, bottom, left, and right). The Business Proposal should include a description of the offering firm or institution, its history, location, and the place of performance for the proposed work. Since the funding for this effort is being provided by the NLM, the majority of the proposed work must be completed in a place of performance within the United States.
A cover page for the Business Proposal is required. The cover page is not part of the 10-page limit for the business proposal. The cover page should include the following information:
1. Title for the Proposal
2. Name of the Offering Institution
3. Name of the Prinicipal Investigator
4. Expected cost (include direct and indirect/overhead costs) for the proposed work.
5. Short description or abstract of the proposed work (150 word limit)
6. Address of the Offering Institution (including e-mail, fax, phone, and surface-mail address).
7. List of all named personnel/investigators in the proposal along with their affiliations
TRANSMITTAL AND COVER LETTER
The offeror’s transmittal and cover letter for the proposal must contain the name, phone number, and e-mail address of the person to be contacted concerning any matter related to the solicitation. The National Library of Medicine may, for example, contact that individual to schedule and make arrangements for the offeror’s discussion meetings, if necessary.
Include the following information in your proposal
1. DUNS number and TIN;
2. Company Name mailing address, and website address;
3. Date submitted and proposal expiration date;
4. All of the above-cited information for each entity on the proposed team, if a team is proposed;
5. NAICS code appropriate to this Solicitation;
6. Do you have a Government approved accounting system? If so, please identify the agency that approved the system;
7. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, College, University, etc.) as validated via the System for Award Management (SAM). All offerors must register in SAM located at http://www.sam.gov;
8. Company Point of Contact, Phone and Email address.
EMAILS AND FACSIMILES WILL NOT BE ACCEPTABLE. Firms interested in responding to this notice must be able to provide the products and services described by NLM in the Statement of Work. Vendors shall comply with all applicable Federal, State and Local laws, executive orders, rules and regulations applicable to its performance under this order. The following clauses and provisions cited herein are incorporated by reference into this solicitation and maybe obtained from the website http://rcb.cancer.gov/rcb-internet/SAP/sap.ht: FAR 52.212-1, Instructions to Offerors-Commercial Items (April 2014), FAR 52.212-2, Evaluation-Commercial Items (October 2014). Offerors are advised to provide with their offer a completed copy of the following provisions: FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (March 2015)-With DUNS Number Addendum [52.204-6 (July 2013)]. The following FAR clauses apply to this acquisition: FAR 52.214-4, Contract Terms and Conditions-Commercial Items (December 2014)-With Addenda [Stop Work Order, FAR 52.242-15 (August 1989) and Year 2000 Compliance (July 1997)]; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (March 2015), as well as the following clauses cited therein: FAR 52.232-18, Availability of Funds, FAR 52.219-6, FAR 52.222-41, Service Contract Labor Standards (May 2014) FAR 52.232-18, Availability of Funds (April 1984); FAR 52.242-15, Stop Work Order (August 1989) with Alternate I (April 1984); FAR 52.242-17, Government Delay of Work (April 1984); and FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (July 2013).
ALL RESPONSIBLE SOURCES MAY SUBMIT A PROPOSAL WHICH, IF TIMELY RECEIVED, SHALL BE CONSIDERED BY THE GOVERNENT.
Place of Performance: Bethesda, MD 20894 US URL: https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2015602-SV/listing.htm OutreachSystems Article Number: 20150904/PROCURE/0162
Matching keyword(s): writ*; copy; technical; standard;
Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105 Bethesda MD 20894
R — Advanced Computational Methods for Anatomical and Functional Brain Data Analysis NIHLM2015604-SV 091415 Suet Vu, Phone 301-496-6546, Fax 301-402-0642, Email vus@mail.nih.gov The enclosed RFP is to provide support for the National Library of Medicine (NLM) Lister Hill Center (LHC). This acquisition is being conducted in accordance with FAR 13: Simplified Acquisitions and FAR Part 12: Commercial Items. Interested parties should submit their proposals in accordance with the following instructions. This solicitation document incorporates provisions and clauses that are in effect in the FAC 2005-83 FAR Revision effective August 5, 2015, including all FAR Circulars issued as of the date of this synopsis. This acquisition is a Full and Open and the North American Industry Classification System (NAICS) code is 541712, Research and Development in the Physical, Engineering, and Life Sciences (Except Biotechnology).
Offerors are required to submit both a written Technical Proposal and Business Proposal to Government officials for the purposes of acquiring supplies and/or services from the Contractor(s) that is fully cognizant of the scope of this requirement and has the capability to complete all requirements described in the solicitation. Proposals which merely offer to conduct a program in accordance with the requirements of the Government’s scope of work will not be eligible for award.
The Statement of Work for this requirement is included in the Attachments Section of this solicitation in a single file as Attachment 1.
FAR 52.216-1 TYPE OF CONTRACT (APR 1984)
The Government contemplates award of one AWARD firm-fixed price type purchase orders resulting from this solicitation. The Government intends to award without discussions with offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.
SOLICITATION TECHNICAL INQUIRIES AND QUESTIONS
All questions regarding the solicitation, of a contractual nature or technical nature, must be submitted in writing via e-mail to Suet Vu at vus@mail.nlm.nih.gov no later than Wednesday, September 11, 2015, 12:00 p.m. Eastern Standard Time. Please include the solicitation number “RFP_NIHLM2015604-SV” in the subject line.
Questions with the Government’s responses will be posted to Fedbizopps through an amendment. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective Offerors.
PROPOSAL SUBMISSION
NLM requires proposals to be submitted electronically through the NLM Electronic Contract Proposal System (eCPS) using the following link: https://ecps.nih.gov/nlm All proposals received via eCPS by September 14, 2015 at 12:00 p.m. Eastern Time will be considered by NLM.
For directions on using eCPS, go to https://ecps.nih.gov/nl and click on “How to Submit.”
NOTE: To submit your electronic proposal using eCPS, all offerors must have a valid NIH External Directory Account, which provides authentication and serves as a vehicle for secure transmission of documents and communication with the NLM. The NIH External Directory Account registration process may take up to 24 hours to become active. Submission of proposals by facsimile or e-mail is not accepted.
Firms interested in responding to this notice must be able to provide the professional services required by NLM outlined in the attached Statement of Work. The offeror shall include all information necessary to document and/or support the qualification criteria in one clearly marked section of its proposal. All responses from responsible sources will be considered.
INSTRUCTIONS FOR PREPARING TECHNICAL PORTION OF PROPOSAL:
The Technical Proposal for each response to the RFP shall be limited to 10 pages, single-spaced, 12 point font with 1-inch margins (top, bottom, left, and right). Beyond the 10 pages of technical proposal, resumes of key investigators, reprints of relevant technical papers, and other supplemental materials can be provided outside the page limit.
A cover page for the Technical Proposal is required. The cover page is not part of the 10-page limit for the technical proposal. The cover page should include the following information:
1. Title for the Proposal
2. Name of the Offering Institution
3. Name of the Principal Investigator
4. Expected cost (include direct and indirect/overhead costs) for the proposed work.
5. Short description or abstract of the proposed work (150 word limit)
6. Address of the Offering Institution (including e-mail, fax, phone, and surface-mail address).
7. List of all named personnel/investigators in the proposal along with their affiliations
INSTRUCTIONS FOR PREPARING BUSINESS PORTION OF PROPOSAL
The Business Proposal for each offer shall be limited to 10 pages, single spaced, 12 point font with 1-inch margins (top, bottom, left, and right). The Business Proposal should include a description of the offering firm or institution, its history, location, and the place of performance for the proposed work. Since the funding for this effort is being provided by the NLM, the majority of the proposed work must be completed in a place of performance within the United States.
A cover page for the Business Proposal is required. The cover page is not part of the 10-page limit for the business proposal. The cover page should include the following information:
1. Title for the Proposal
2. Name of the Offering Institution
3. Name of the Prinicipal Investigator
4. Expected cost (include direct and indirect/overhead costs) for the proposed work.
5. Short description or abstract of the proposed work (150 word limit)
6. Address of the Offering Institution (including e-mail, fax, phone, and surface-mail address).
7. List of all named personnel/investigators in the proposal along with their affiliations
TRANSMITTAL AND COVER LETTER
The offeror’s transmittal and cover letter for the proposal must contain the name, phone number, and e-mail address of the person to be contacted concerning any matter related to the solicitation. The National Library of Medicine may, for example, contact that individual to schedule and make arrangements for the offeror’s discussion meetings, if necessary.
Include the following information in your proposal
1. DUNS number and TIN;
2. Company Name mailing address, and website address;
3. Date submitted and proposal expiration date;
4. All of the above-cited information for each entity on the proposed team, if a team is proposed;
5. NAICS code appropriate to this Solicitation;
6. Do you have a Government approved accounting system? If so, please identify the agency that approved the system;
7. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, College, University, etc.) as validated via the System for Award Management (SAM). All offerors must register in SAM located at http://www.sam.gov;
8. Company Point of Contact, Phone and Email address.
EMAILS AND FACSIMILES WILL NOT BE ACCEPTABLE. Firms interested in responding to this notice must be able to provide the products and services described by NLM in the Statement of Work. Vendors shall comply with all applicable Federal, State and Local laws, executive orders, rules and regulations applicable to its performance under this order. The following clauses and provisions cited herein are incorporated by reference into this solicitation and maybe obtained from the website http://rcb.cancer.gov/rcb-internet/SAP/sap.ht: FAR 52.212-1, Instructions to Offerors-Commercial Items (April 2014), FAR 52.212-2, Evaluation-Commercial Items (October 2014). Offerors are advised to provide with their offer a completed copy of the following provisions: FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (March 2015)-With DUNS Number Addendum [52.204-6 (July 2013)]. The following FAR clauses apply to this acquisition: FAR 52.214-4, Contract Terms and Conditions-Commercial Items (December 2014)-With Addenda [Stop Work Order, FAR 52.242-15 (August 1989) and Year 2000 Compliance (July 1997)]; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (March 2015), as well as the following clauses cited therein: FAR 52.232-18, Availability of Funds, FAR 52.219-6, FAR 52.222-41, Service Contract Labor Standards (May 2014) FAR 52.232-18, Availability of Funds (April 1984); FAR 52.242-15, Stop Work Order (August 1989) with Alternate I (April 1984); FAR 52.242-17, Government Delay of Work (April 1984); and FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (July 2013).
ALL RESPONSIBLE SOURCES MAY SUBMIT A PROPOSAL WHICH, IF TIMELY RECEIVED, SHALL BE CONSIDERED BY THE GOVERNENT.
URL: https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2015604-SV/listing.htm OutreachSystems Article Number: 20150904/PROCURE/0163
Matching keyword(s): writ*; copy; technical; standard;
Department of Veterans Affairs, Bronx VAMC (NAL), Department of Veterans Affairs, Janice Brooks
U–Relationship-Based Holistic Self-Care Training for Nurses VA24315Q1458 091015 Janice Brooks Janice.Brooks@va.gov STATEMENT OF WORK
RELATIONSHIP- BASED HOLISTIC SELF CARE TRAINING FOR NURSES
Veterans Administration New Jersey Healthcare System (VA NJHCS)
3 September 2015
Title of Project
VA New Jersey Health Care System (VA NJHCS) is requesting education and support for the Nursing Staff in self-care practices based on the facility focus on human interactions, adoption of relationship-based care and ability to advance self-care from within the healthcare system.
1. Description of Need/Background
a. As a VA Center of Innovation for Patient-Centered Care and Cultural Transformation, VANJHCS looks to demonstrate excellence in the delivery of patient care. VANJHCS recognizes the importance of the healthcare provider’s healing relationship with the self as an intricate part of the healing process and an important component of providing excellence in patient care.
b. This Relationship-Based Holistic Self Care educational program reinforces the provider’s relationship to “the self” and care of the self as an essential component of nursing practice. Relationship to self involves a “sense of knowing” and a commitment to taking care of one’s self in a holistic way -physically, mentally, emotionally and spiritually. Self-knowing implies an inner awareness of the healer’s or healthcare provider’s personal needs, goals, values, beliefs, choices and confidence. A lack of self-knowing may adversely affect personal growth and interpersonal relationships including the expression of compassion or empathy for others. Without a clear understanding of “self”, the healthcare provider may not realize her/his full potential as a healing agent or her/his effect on other team members. This lack of understanding could negatively affect a healthy or healing relationship with other team members and affect team work. The therapeutic relationship between nurse and patient can also be affected.
c. In the Holistic Nurse framework, wholeness and healing exists when the healer or healthcare provider is able to establish meaningful relationships with patients, colleagues and self. Acceptance of self however, is not only dependent on recognition of needs but also on the doing of the work to meet those needs. “Self-care work “includes holistic mind-body-spirit practices and/or techniques that address physical, mental, emotional and spiritual wounds.
d. Nurses need to learn how to care for the self. Restoring caring and compassion for self will restore caring and compassion to the nurse’s nursing practice. Nurses need to be supported in that journey as they walk down the self-care path of wellness and self-healing. Learning holistic and resilient mind-body-spirit practices will help nurses to restore and renew the self, avoid burn out, promote compassion for self and others and model a personal wellness path for their patients and colleagues.
e. The healing relationship to self will be strengthened by the holistic and self-care practices of a Relationship Based Holistic Self Care Program and will be reflected in a number of metrics. Nurses will approach nursing practice with renewed mindful awareness, presence and intentionality.
2. Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverable described in the statement of work (SOW), except as may otherwise be specified. VANJHCS seeks to continue using the Relationship Based Care (RBC) Model and provide RBC Self Care training to staff. The strategic plan for Patient Care Services at VANJHCS is to continue to move patient centered care culture by optimally utilizing the RBC initiatives. The anticipated results are to increase patient satisfaction throughout the medical centers in the inpatient and outpatient settings.
Description of work is as follows but not limited to:
a. A sufficient number of credentialed educators/practitioners to conduct all educational sessions.
b. The learning curriculum provides instruction in the following areas: holistic nursing philosophy; the theory of healing relationships including relationship based care; the concept of self-care in healing and nursing; self-care exercises that can be incorporated into daily nursing practice.
c. All VA participants in the educational program receive the appropriate educational tools for learning, both printed and electronic.
d. All learning material, print and screen, are of the highest quality and meet ADA standards.
e. Presenters provide the mind-body-spirit tools/equipment necessary to ensure hands on practice by participants.
f. VA participants are given adequate time for mastery and confidence in the utilization of mind-body-spirit techniques/ practices during the educational session.
g. Support services to assist participants in successfully implementing techniques learned and resolving any barrier to practice.
h. Nursing Continuing Education Credits (CEUs) be awarded to all nurse participants.
Permission to videotape training sessions for advertisement of program during future nursing events.
i. Each session will accept a minimum of 30 participants
j. Flexibility in training schedules, no more than 3 consecutive days of training (unit staffing needs take priority). Preferable schedule is from Tuesday to Thursday beginning at 8:00am until 4:30pm.
k. Availability for nursing staff to attend “train the trainer” sessions including coaching and mentoring.
l. Options to complete other training when available
m. Education session are provided for all disciplines
n. Education sessions are provided at the VANJHCS main campuses.
3. Proposal Submission
The proposal submitted must include the following:
a. Description of program methodology and concepts
b. Schedule of didactic course work over day(s) of training
c. Biographies and credentials of educators/presenters
d. Identification of expected outcomes and learning goals
e. Identification of learning tools and /or equipment used or needed
4. Deliverable Require
a. Deliverable one: A 3 day (preferably Tuesday through Thursday) Relationship Based Holistic Self-Care seminar for at least 30 VANJHCS staff members of all disciplines. There should be at least two instructors with the credentialing as noted in bullets 1 and 2 under description of work. Participants gain insight and deepen their knowledge and skills in how to care for themselves, each other, and patients and families. It culminates with the development of a shared vision for caring in their department and an exploration of how to bring that vision to life. The outcomes should include but are not limited to: relating the balancing of body, mind and spirit to personal and professional growth; identify personal and professional choices that create desired results; apply principles of healthy interpersonal relations to strengthen and promote teamwork; strengthen and implementing patient and family care in daily practice; identify a vision and key strategies for transforming your work environment to optimize self-care and compassionate care for patients and families; and, recognizing and celebrating the power of appreciation and caring for self and others. These education sessions will take place at one of the medical centers in VANJHCS. Also, any educational material should be provided. CEUs are provided for staff in attendance.
b. Deliverable two: Upon completion of training, selected staff may attend a “train the trainer” seminar. Staff members will be allowed to travel for this training when it is available.
c. Deliverable three: Coaching and mentoring is provided to VANJHCS staff members during the first trainings held at VANJHCS. These “facilitators” will train other VANJHCS staff and VANJHCS will no longer need to pay for educations sessions. However, as described in deliverable one, the outcomes remain the same.
d. Deliverable four: Licensing fees if and when applicable will be as needed for training to be held at VANJHCS by facilitators as well as for educational materials.
Set-Aside: Total Small Business Place of Performance: New Jersey VA Healthcare System;385 Tremont Avenue;East Orange, NJ 07018 USA URL: https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24315Q1458/listing.htm
OutreachSystems Article Number: 20150904/PROCURE/0203
Matching keyword(s): video*; train*; seminar?; education*; business*; event?; instruct*;
Department of the Army, Army Contracting Command, ACC – Orlando, 12211 Science Drive Orlando FL 32826-3224
69–Close Combat Tactical Trainer (CCTT) Manned Module Modernization W900KK15R0045 101615 Graham K. Oliff, Phone 4072083450, Email graham.k.oliff.civ@mail.mil INTRODUCTION:
The U.S. Army Program Executive Office Simulation, Training and Instrumentation (PEO STRI) is seeking capability information from industry to provide a solution for modernization of the Close Combat Tactical Trainer (CCTT). The Army requires new and agile hardware and software solutions to facilitate current and future collective training that the CCTT provides. Information is requested about potential solutions that leverage existing investments and provides opportunities for early refinement of emerging products. Also, this RFI is intended to gather information about technology and affordability bounds, and seek market information on businesses able to provide the capabilities described in the sections below. The CCTT solution must be compatible and interoperable with the Synthetic Environment (SE-Core) terrain databases, One Semi-Automated Forces (OneSAF), the Live, Virtual Constructive – Integrating Architecture (LVC-IA), and Aviation Combined Arms Tactical Trainer (AVCATT).
INDUSTRY DAY:
Attendees shall pre-register for a CCTT industry day, providing the company name, attendees (main Point Of Contact), organization, phone number, and email address via email to the Contracts point of contact (POC) no later than 4:00 p.m. Eastern Standard Time (EST) on 4 Sep 2015. The CCTT industry day is scheduled for 16 Sep 2015 from 8:00am to 11:00am in the Partnership III Building, Conference Room 321 located at 3039 Technology Parkway, Orlando, FL 32826. The briefing shall begin at 8:30am. Due to limited parking in the Partnership III parking lot, all visitors are requested to park in large parking lot on the corner of Science Drive and Technology Parkway.
When pre-registering, please indicate your firm’s desire to participate in a 30-minute one-on-one session which will be scheduled on 16 Sep 2015 between 12:00pm and 5:00pm or on 17 Sep 2015 between 8:00am to 12:00pm. Your company’s POC will be notified of your scheduled one-on-one discussion with members of the Government’s integrated project team. The one-on-one sessions will be held in person and/or via telecon.
As of 1:00pm on 3 Sep 2015, all Industry Day one-on-one session timeslots have been claimed; therefore, further requests for Industry Day one-on-one sessions will not be accepted.
CCTT TECHNICAL DATA compact disc:
During the industry day, the Government intends to make available a data CD containing CCTT Technical Data Supporting the M3 and the Post Development Software Support (PDSS) efforts. All contractors requesting these materials must be cleared DOD contractors by the Defense Security Services (DSS), if foreign ownership, controlled or influenced (FOCI) companies, you must provide a copy of the appropriate DSP-5 license agreement from the U.S. States department before dissemination can be made.
If you would like the data CD containing CCTT Technical Data Supporting M3/PDSS, provide your company name, CAGE code, company address associated with CAGE code, DUNS number as well as the applicable documentation regarding foreign ownership, controlled or influenced (FOCI) companies. Submit required information to the Contracts point of contact (POC) no later than 4:00 p.m. Eastern Standard Time (EST) on 4 Sep 2015.
PROGRAM DESCRIPTION:
The CCTT system consists of computer-driven, manned module (MM) simulators replicating the vehicles found in close combat units such as the M1 Abrams Tank, M2 Bradley Fighting Vehicle (BFV), Bradley Fire Support Team Vehicle (BFIST), Reconfigurable Vehicle Simulator (RVS), and the High Mobility, Multipurpose, Wheeled Vehicle (HMMWV). Semi-Automated Forces (SAF) populate the battlefield and function through emulators to work interactively with the manned modules. These simulators and SAFs are connected via a local area network to provide real-time, fully interactive collective task training on computer generated terrain. The CCTT system provides a collective training environment where units conduct multiple platoon level training events or company and team collective training up to battalion task force level.
OVERVIEW:
The CCTT modernization will result in a current, sustainable hardware and software system, based on relevant computing technologies and design approaches, while meeting all existing functional requirements. The overriding goal of this effort is to increase sustainability, reduce the hardware footprint, diminish complexity, improve cybersecurity, and prepare the system for any future Army simulation architectures. Mature but modern commercial-off-the-shelf (COTS) hardware and software technologies must be considered for the solution. Many constraints imposed by legacy CCTT architectures and implementations should be ignored for the purposes of this modernization. The only legacy system constraints that will not be altered are: the utilization of Distributed Interactive Simulation (DIS) protocol as the backbone protocol for subsystem to subsystem communication; the utilization of OneSAF as the Semi-Automated Forces (SAF)/Computer Generated Forces (CGF); and the utilization of the OneSAF Environment Runtime Component (ERC) Services as the basis of manned module terrain reasoning. Any solutions that meet the stated goals of this effort will be considered.
The following identifies the business areas for which the requirements apply:
*Systems architecture design, engineering, and modeling activities supporting development and maintenance
*Cybersecurity
*Image Generators Hardware
*Image Generators Real Time Software
*Virtualization and Cloud computing technologies (to include thin/zero clients)
*Digital Display Devices
*Analog and digital Input/Output (I/O)
*Service oriented architecture
*Web Services and HTML5 interface development
*User Interface design and implementation
*Software and Hardware deployment
The specific objectives in each area fall under three major categories:
–Manned Module (MM) Development–
PEO STRI is seeking to understand current and emerging methods/technologies with the intent to modernize the I/O subsystem, reduce hardware footprint, decrease maintenance cost, and provide a platform capable of supporting future Army capabilities.
Consider the CCTT Manned Module as a basic I/O interface between the Soldier and the virtual simulation. Analog and digital input is transmitted, ingested, and interpreted by the software, which in turn provides feedback to all users. This RFI seeks information that will provide CCTT with a solution for a new generic I/O processing subsystem that can replace the current CCTT I/O subsystem.
As a part of the I/O solution, provide input on the development of a service based manned module Application Program Interface (API) that will support existing CCTT requirements and enable rapid integration into emerging Army simulation architectures. Discuss methods to host existing software applications in a streamlined platform.
CCTT would like to decrease the current CCTT maintenance cost. Offer suggestions or information that can provide guidance for reduced maintenance personnel, increased ease of use, a longer mean time between failures (MTBF) and a better use of commodity Information Technology (IT) assets to enable rapid repair and/or replacement.
Provide and explain concepts that demonstrate potential reduction in the current CCTT MM footprint. These must satisfy the current requirements and address scalability for future needs.
–System Infrastructure Development–
PEO STRI is seeking information about current technologies with the goals of reducing hardware footprint, increasing system flexibility, reducing time spent on software maintenance, improving the quality and preservation of cybersecurity and improving end user usability in the CCTT infrastructure. This infrastructure includes the applications, workstations, servers, and networks used by site personnel to conduct training in CCTT.
Many CCTT software components run on similar or identical computer hardware and operating systems. Examples include the Master Control Console (MCC), SAF, CGF, and Leaders Digital Workstation (LDWS). These commonalities provide opportunities to consolidate and simplify the architecture.
CCTT seeks to implement more flexible workstation environments to allow for multi-purpose use. This can include, based on your design, updates to the User Interface (UI) / User Experience (UX) to support multiple applications and greater productivity.
As these items are considered, discuss how the existing CCTT applications might be modified or replaced to streamline the infrastructure, reduce long term software maintenance, and enable enhanced connectivity with external systems.
The government is also requesting any information on recommended hardware and/or software enhancements to improve the CCTT Systems infrastructure to support overall system vision. New elements may include workstations, thin or zero clients, server class hardware, and various network capabilities.
–Visual Development–
PEO STRI is seeking a modernization of the CCTT visual subsystem. Over the years, various visual components have accumulated into a system that is increasingly incompatible with developing graphics technologies. Our goal is to update and streamline these components with the objectives of increasing performance, reducing hardware footprint, consolidating video transmission standards, and decreasing hardware and software maintenance requirements.
This new visual subsystem architecture will support the incorporation of local and remote cloud-based rendering technologies. Possibilities include multiple Graphics Processing Unit (GPU) servers, GPU virtualization, network distribution of video feeds, and thin/zero clients. As software technologies are incorporated into the overall CCTT infrastructure, the new visual architecture must support the overall system vision.
As part of the design, new video distribution methods should also be considered. The distribution system must be compatible with all accepted Video Electronics Standards Association (VESA) standards. The intent is to enable the rapid selection and deployment of standard COTS displays without undergoing a complex qualification process.
ADDITIONAL RESPONSES/REQUIREMENTS:
1. What recent relevant performance (past five (5) years) and/or current work experience does your company have performing a program of this type, complexity, and of a similar nature? Please indicate whether or not you were a prime contractor. Please describe your effort and role.
2. Describe your company’s understanding of cloud-based technologies supporting multi-location distributed systems, and provide an example of a capability that you’ve developed that highlights this knowledge.
3. For the CCTT Manned Modules, discuss current or emerging I/O technologies that meet the stated goals. Review potential benefits of implementing each technology described.
4. Discuss a high level API design that allows for integration of each CCTT module into a cloud or web based system. Describe any relevant experience with this type of development.
5. Suggest infrastructure improvements that reduce the total computer count and hardware footprint in CCTT. Describe any relevant experience with the recommended implementation.
6. Present potential improvements to the existing CCTT user interface that support a cloud or web based system, reduce maintenance costs, and/or increase operator productivity.
7. For the visual subsystem, provide information on emerging GPU technologies that minimize the amount of hardware required to generate the concurrent real-time rendered views found in the CCTT manned modules.
8. Recommend display technologies and video distribution methods suited to meet CCTT visual requirements while reducing hardware and maintenance costs. Consider support for network video distribution.
9. Discuss any emerging graphics software capabilities that could be applied to CCTT requirements to improve overall visual fidelity.
10. Describe your company’s understanding and experience with Cybersecurity. This program has Information Assurance Vulnerability Management (IAVM) requirements. Explain your ability to maintain/meet current IAVM requirements.
INFORMATION SUBMISSION INSTRUCTIONS:
All capability statements sent in response to this Request for Information must be submitted electronically (via email) to the Contract Specialist identified below.
Response shall include documentation of technical expertise and capability in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition.
It is imperative that business concerns responding to this Request for Information articulate their capabilities clearly and adequately.
1. Only email submission will be accepted.
2. Use MSOffice 2013 compatible (.xlsx, .docx or .pptx) or Adobe Acrobat 9 Pro (.pdf) formats.
3. Classified material will not be accepted.
4. Material samples will not be accepted.
5. Information papers may be submitted in a White Paper Format and will count towards the total number of pages allowed.
The cover sheet shall include the following company information: name, address, URL, POC name and email address, Commercial Government Entity (CAGE) code number, Data Universal Numbering System (DUNS) Number, business type and size, and a statement if your firm is or is not foreign owned, foreign controlled, or has foreign influence.
6. Limit responses to 10 pages of technical content, including graphs/charts or pictures. The cover sheet and a single page of general corporate information, including past performance and key personnel, are not included in the 10 page limit.
7. Minimum acceptable font size is 12 Times Roman.
8. All documents should be typed in single space, single sided pages.
9. The deadline for submitting capability statements is 4:00 P.M. Eastern Standard Time (EST) on 16 Oct 2015. All email responses shall be sent to: graham.k.oliff.civ@mail.mil.
CONFIDENTIALITY:
No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary information in any resultant solicitation(s).
DISCLAIMER:
This notice is issued solely for information and planning purposes and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this notice is strictly voluntary and will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this notice or the Government use of such information. This Request for Information is not tied to any current request for proposals (RFP).
Not responding to this notification does not preclude participation in any future RFP or other solicitation, if any is issued.
The information provided in this notice is subject to change and is not binding on the Government.
The Government does not intend to award a contract on the basis of this notice.
Feedback and/or evaluation information will not be provided to any firm regarding their individual capability statements.
URL: https://www.fbo.gov/notices/027d9e398ed651b8148396dabfdd7b1
OutreachSystems Article Number: 20150904/PROCURE/1447
Matching keyword(s): video*; produc*; train*; conference?; you; web; site?; page?; business*; documentation; event?; distribut*; instruct*; commercial?;
Kenton County Airport Board , Cincinnati/Northern Kentucky International Airport, P.O. Box 752000, Cincinnati, OH 45275-2000
R — SEASONAL DECORATION DESIGN, INSTALLATION & MAINTENANCE. SOL #15-100RFP DUE 09/17/2015 Website: http://www.cvgairport.com/about/biz/procur Pursuant to the provisions of KRS 424.260, the Kenton County Airport Board (“KCAB”) will receive proposals for Seasonal Decoration Design, Installation & Maintenance at the Cincinnati/Northern Kentucky International Airport (“CVG”). Proposals will be received no later than September 17, 2015 at 2:00 P.M. ET. No proposals will be accepted after that time unless such date or time is extended pursuant to an addendum issued by KCAB. A pre-bid meeting will be held on September 10, 2015 at 1:00 p.m. ET at Admin Offices, 2nd floor, 2939 Terminal Drive, Hebron, KY 41048. Please RSVP by Wednesday, September 9, 2015 through KCAB’s online bidding system which can be accessed at http://www.cvgairport.com/bid under “Current Opportunities”. Select the project titled “Seasonal Decoration Design, Installation & Maintenance” (Invitation #15-100RFP) and provide the name of the person(s) attending. NOTE: Although attendance at the pre-proposal meeting is not limited, the subsequent walkthrough is limited to a maximum of two (2) persons per company. per company. KCAB reserves the right to waive any informality or irregularity in any proposal or bid guaranty, to reject any or all proposals, to award or refrain from awarding a contract for the work, and to negotiate with the apparent qualified responsible proposer to such extent as may be beneficial to KCAB. Preference for Kentucky resident proposers will be applied in accordance with Kentucky law. KCAB in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. Further information and copies of the Request for Proposal (RFP) may be downloaded from our website http://www.cvgairport.com under Business Opportunities – Procurement. The RFP may also be obtained by calling (859) 767-7900.This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 20150904/KY/1160
Matching keyword(s): age:state!ky; state!ky;
Morehead State University , Office of Support Services, Support Services Complex, 606 West Main Street, Morehead, KY 40351
R — Improvement Study – Allen Field. SOL RFP-17-16 DUE 10/01/2015 Phone: (606) 783-2018, Website: http://www.moreheadstatebids.com Proposals are being accepted for firms to serve as a strategic consultant to a Baseball Stadium Improvement Study for MSU Allen Field. Scope of Work: Resurface the baseball field with either natural grass or field turf -depending on cost estimates and shift home plate back as far as possible in order to provide a deeper right field. Include as a part of this work the demolition and reconstruction of the metal barn indoor hitting cage. Look at the feasibility of shifting the right field fence back as far as possible without affecting the existing site drainage/ dry stream. Included as a part this work would be the demolition and replacement of the right field lighting standard. Also included would be the reworking of the left center fence to provide a more workable fence line. Look at the feasibility (and cost) of covering and tiling a portion of the existing site drainage./ dry stream beyond the right field fence to allow the fencing to be shifted to provide a proper depth right field. Develop a cost analysis for the demolition and replacement of the current stands as necessary to allow for a complete reworking of the ball field. This option would not require work on the existing site drainage/ dry stream. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 20150904/KY/1195
Matching keyword(s): age:state!ky; state!ky;
