FedBizOpps – Procurements
Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Norfolk, N00189 NAVSUP Fleet Logistics Center Norfolk Portsmouth Office Building 1500 Code 530 Portsmouth, VA
R–Marine Design and Engineering Support services: naval architecture, structural, mechanical, electrical and electronic areas as necessary for the
Norfolk Naval Shipyard. N0018913RN015 David Felling 757-396-9692 Valerie Moore 757-396-9829 The subject requirement is in support of the Norfolk Naval Shipyard’s Engineering and Planning Department, Expanded Division, Code 280. The Norfolk Naval Shipyard (NNSY) is designated as the Navy’s Hull Planning Yard (HPY) for all of the fleet’s CVN-68 Class Nuclear Aircraft Carriers, East Coast Conventional Aircraft Carriers, Helicopter Landing and “Jump Jet” Amphibious Assault Craft (LHAs), Dock Landing and “Jump Jet” Amphibious Assault Craft (LHDs), Tenders (ASs, ADs) and Floating Dry-docks.
The requirements are to provide marine design and engineering services for the Norfolk Naval Shipyard. Under the Ship Alt Installation Effort, the contractor shall perform tasks as follows: ship checks, static and dynamic calculations, engineering effort to design and develop Ships Installation Drawings (SIDs), onsite Engineering functions, combat system support, the update and correction of selected record drawings, perform calculations and design analysis, drawing schedules, ship check reports, logistics support and weight and moment data and other technical data and specifications necessary to accomplish a full range of alterations, repairs and improvements to naval and technical service when ordered by written task orders for ships, crafts and submarines.
These efforts shall include full interdisciplinary participation in naval architecture, structural, mechanical, electrical and electronic areas as necessary to provide a complete, integrated product.
Performance is primarily expected to be in Portsmouth, VA.
It is desirable for Contractors to have a facility within one hour land commuting distance from Norfolk Naval Shipyard, Portsmouth, VA. When the contractor is specifically directed on an individual delivery order, some work under this contract may be required to be performed at a facility other than the contractor’s local facility. To meet this requirement it would be beneficial to the Government for the contractor to have remote offices in or near Jacksonville, Florida, San Diego, CA, and Bremerton, WA.
This acquisition will result in Cost-Plus Fixed-Fee Indefinite Delivery, Indefinite Quantity, Multiple Award Contracts, requiring the issuance of individual task orders against it. The period of performance for this acquisition is anticipated to begin on February 01, 2014 and continue through January 31, 2019.
The total anticipated contract period of performance is five years.
The acquisition will be solicited as a Partial Small Business Set-aside on a competitive basis using FAR part 15. The NAICS Code is 541330 – $35.5M and the FSC/SVC is C216 Architect & Engineering Services – Marine Engineering. Offers will be evaluated on the basis of best value to the Government. The evaluation factors are: Past Performance, Technical and Cost/Price. The anticipated technical evaluation sub-factors are:Technical Approach and Management Plan. The Small Business Subcontracting Plan has a required goal of 23% for Small Businesses. The total estimated labor hours are 294,480 per year, or 1,472,400 hours over five years.
This solicitation and any subsequent amendments will be posted to the NECO website: https://www.neco.navy.mil. The anticipated posting date of the solicitation is on or about 29 May 2013 with a closing on 10 July 2013. Complete proposal submittal requirements, total estimated labor hours, and performance work statement to be included in the solicitation. Prospective offerors are responsible for downloading their own copy of the solicitation from this website and for frequently monitoring that site for any amendments. The Government is not responsible for any inability of the offerors to access the posted documents. Prospective offerors should register themselves on the NECO website.
Prospective offerors should also register at FEDBIZOPPS on the interested vendor list. No telephone or FAX requests will be accepted, and no hard-copy solicitation/amendment will be mailed or FAXed. All responsible sources may submit a bid, proposal or quotation which shall be considered by Fleet Logistics Center Norfolk (FLCN.) Offerors must also be registered in the Contractors Central Registration (CCR) in order to participate in this procurement at http://www.ccr.gov. All questions regarding this solicitation shall be submitted in writing to the Contract Specialist, David Felling, Code 530, fax: 757-396-9895, or email: david.felling@navy.mil.
Set-Aside: Partial Small Business URL: https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018913RN015/listing.html
OutreachSystems Article Number: 130521/PROCURE/0050
Matching Key Words: writ*; copy; technical;
Department of Labor, Employment Training Administration, Job Corps Philadelphia Region, The Curtis Center, Suite 815 170 South Independence Mall West Philadelphia PA 19106-3315
R — Physician Services and NP/PA for Job Corps Center PPA052013 060413 Kimberly M Castle, Buyer, Phone 6064332258, Email castle.kimberly@jobcorps.org THIS IS A SUBCONTRACING OPPORTUNITY
The Carl D. Perkins Job Corps, operated by Horizons Youth Services for the Department of Labor, is seeking a qualified Physician and Nurse Practitioner/Physicians Assistant. The requirement for the physician will consist of 5 hours per week/48 weeks per year. The subcontract agreement/scope of work is attached.
The NP/PA must have a collaborative agreement with the Physician. The requirement for the NP/PA will consist of 5 hours per week/48 weeks per year. The subcontract agreement/scope of work is attached.
Deadlines for the bids will be June 4, 2013, 4:00 EST. If you have any questions, please feel free to contact me via e-mail Castle.Kimberly@jobcorps.org.
Place of Performance: Carl D. Perkins Job Corps Center 478 Meadows Branch Road Prestonsburg, KY 41653 US URL: https://www.fbo.gov/spg/DOL/ETA/PhiladelphiaPA/PPA052013/listing.html
OutreachSystems Article Number: 130521/PROCURE/0053
Matching Key Words: state!ky;
Department of the Army, National Guard Bureau, National Guard Bureau, Contracting Support, National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231
R–The National Guard Bureau Contracting Officer intents to hold Industry day May 23, 2013 from 1300-1600 at 111 S. George Mason Drive, Arlington, VA. in MPRs
A/B. Please note there is no parking available at this location.
W9133L-13-R-0019 053013 Ellieth Rodriguez, 703-601-4378 National Guard Bureau, Contracting Support The ARNG National Guard Bureau contracting office intents to issue a commercial solicitation on/about May 15, 2013 for Traditional Advertising Services in support of the Army National Guard Recruiting and Retention. This will be a Full and Open Competition posted on FedBizOpz. The Government will issue one single award ID/IQ with a period of performance of one year and two option years. Current incumbent is Laughlin and Marinaccio & Owens Inc. Current contract has reached the end of the fourth option year. Current period of performance ends September 30, 2013; the Government intents to have a transition period starting in August 2013.
The Government intents to conduct an industry day at NGB headquarters in Arlington VA on/about May 23, 2013; further details will be posted with the solicitation. No questions will be answered before that date. Solicitation will be posted under NAICS Code 541810, 512110, 541860, 541830, and 541850.
Please note that the government is seeking highly specialized skills and experienced personnel in traditional advertising, therefore, vendors without the skills or experience in traditional advertising need not apply. No partial proposals will be accepted. No prior military experience or National Guard experience is required.
Contract Type:
This will be a firm-fix price with Time and Material (T&M) reimbursable ODCs CLINs. The Army National Guard Bureau will award a single award (ONE) indefinite delivery/indefinite quantity contract for advertisingproducts and services as specified in each individual Task Orders. The contract will have a 12-month base period plus two (2), 12-month option periods. The contract will be awarded to a single prime contractor. Historically, as many as 75 Task Orders over a five-year period have been issued to the awardee for these services. The value of the Task Orders issued under the current contract has ranged from $3,200 to $30 million. The primary objective of this contract is to satisfy current and emerging advertising needs tailored to addressed recruiting and retention target groups. Evaluation criteria will be based on BEST VALUE.
Scope of Work:
Contractor must provide all necessary management, supervision, manpower, materials, supplies and equipment (except as otherwise provided) to plan, schedule, coordinate, and assure effective performance of the National Guard national advertising objectives.
The Contractor shall provide services that support completing requirements set forth in individual Task Orders. These services may include but are not limited to: the preparation of written text, artwork, graphics, radio and television commercials, and other creative work, as well as placing the creative work in magazines, newspapers, pamphlets, and brochures on traditional and emerging media avenues (online and off-line). The Contractor may be required to assess the educational needs of a target audience, compare them to the needs addressed by current public information sources, and address any follow-on efforts that are required. These services may also include providing direct support for the writing and editing of materials, which may include video, radio, television, public service announcements, appropriate voice-over talent, pamphlets, brochures, leaflets and web/social media pages/sites/ad materials
The Contractor shall provide advertising services, on a Task Order basis, that are both national and local in scope. Projects will include, but shall not be limited to: TV and radio materials development and production, web-based media, social media site development and maintenance, web-based applications development and other audiovisual materials production; market and creative research; direct marketing; lead processing/fulfillment/database operations and analysis; print production; placement of paid media; strategies for paid and organic search engine marketing, search engine optimization services, photography and motion filming; public relations; management of marketing sponsorship programs and
tie-ins. Additionally, Contractor shall oversee all aspects of development/production of materials related to marketing sponsorship programs and tie-ins, coordination with other advertising stakeholders and contract holders on an as-needed basis and with respect to application of current campaign style standards and approved photography produced by Contractor. The Contractor shall ensure, to the extent advisable and with the exception of broadcast materials featuring professional talent (typically for voice-over and/or music), all materials developed are the sole intellectual property of the government and can be reproduced, altered, localized, promoted and distributed by the government at will and into perpetuity.
Authorized government representatives, including the Contracting Officer’s Representative (COR), will be identified and/or appointed under the basic contract award or at the Task Order level.
An update will be provided with the posting of the solicitation scheduled on or about May 15, 2013.
Place of Performance: National Guard Bureau, Contracting Support ATTN: NGB-AQC, 111 S. George Mason Drive Arlington VA 22204 US URL: https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L-13-R-0019/listing.html
OutreachSystems Article Number: 130521/PROCURE/0479
Matching Key Words: video*; edit*; produc*; web; site?; page?; education*; produce?; production?; distribut*; commercial?; video; audiovisual; serv*; filming; naics!512110;
Department of Labor, Office of the Assistant Secretary for Administration and Management , Office of Procurement Services, 200 Constitution Avenue, NW S-4307 Washington DC 20210-0001
R — MANAGEMENT AND PROFESSIONAL SUPPORT SERVICES DOL131RP21638 060313 Stacy Conaway, CONTRACT SPECIALIST, Email conaway.stacy@dol.gov
****************The amendment date for the questions and answers portion has been changed. It will be posted on fbo.gov website on or before May 22, 2013.**********************
AMENDMENT STARTS
Your response time for the solicitation is no later than June 3, 2013 at 3pm EST.
The forthcoming amendment for the questions and answers portion is going to be posted on fbo.gov website on or before May 20th, 2013.
I will not be accepting anymore Past Performance Questionnaires.
AMENDMENT FINISH.
The U.S. Department of Labor(DOL), Occupational Safety and Health Administration(OSHA) is soliciting an Request for Proposal (RFP) for Management/Professional Support Services under DOL 131RP21638.
This procurement is a Total Business Set-Aside. The NAICS code is 541990, with a Small Business Standard of $14 million. All responsible sources that are determined a small business in accordance with the U.S. Small Business Administration and must be registered in the System for Award Management at http://www.sam.gov, in order to be considered for award.
The contract award is intended to provide, a full range of specialized management and professional support services required to meet OSHA’s requirements while complying with applicable laws, regulations, policy and procedures. The offeror shall furnish labor mix categories with proven experience in Technical Writing, Management Systems and Organization, Program Budgeting, Planning and Financial Management and Human Resources. Offerors are encouraged to submit a proposal in the most economic and efficient manner, within the confines of the Performance Wok Statement and the proposed labor mix categories.
All responsible sources may submit a proposal once the solicitation is issued. This solicitation will be posted for your review on Monday April 8, 2013. The solicitation is for commercial items prepared in accordance with the format in FAR 12 and 15 as supplemented with additional information included in this notice.
Your response time for the solicitation is no later than June 3, 2013 at 3pm EST.
PLEASE SEE ATTACHED FOR THE SOLICITATION ONLY IN THIS ANNOUNCEMENT.
The forthcoming amendment for the questions and answers portion is going to be posted on fbo.gov website on or before May 22th, 2013.
I will not be accepting anymore Past Performance Questionnaires.
Set-Aside: Total Small Business Place of Performance: OSHA -NATIONAL OFFICE 200 CONSTITUTION AVENUE NW WASHINGTON, DC 20210 US URL:https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL131RP21638/listing.html
OutreachSystems Article Number: 130521/PROCURE/0482
Matching Key Words: writ*; technical; standard;
Agency for International Development, Overseas Missions, Liberia USAID-Monrovia, USAID/Monrovia Department of State Washington DC 20521
R — Education Specialist VA-669-13-000007 052313 Sylvester s. Browne, Human Resource Specialist, Phone 23177766402, Email sbrowne@usaid.gov – Joseph
Bundor, Procurement Specialist, Phone 23177845523, Email jbundor@usaid.gov The United States Government, represented by the U.S. Agency for International Development (USAID), is seeking applications from qualified individuals for the position of Education Specialist for its Mission in Liberia.
VACANCY #: VA-669-13-000007
OPEN TO: ALL INTERESTED QUALIFIED LIBERIAN CITIZENS
Current USAID/Liberia employees serving a probationary period are not eligible to apply.
POSITION: Education Specialist
OPENIING DATE: Wednesday, May 9, 2013
CLOSING DATE: Wednesday, May 23, 2013
SALARY: Ranging from US$19,443 – US$33,660 p.a. depending on experience, qualifications and salary history
WORK HOURS:Full-time: 40 hours/week
KEY RESPONSIBILITIES
The Education Specialist serves as a key member of the USAID/Liberia Education Team, supporting the Team’s efforts to achieve fundamental improvements in the education sector that lay the foundation for long-term, sustainable development.
A. Activity Manager and/or Agreement Officer’s Representative (AOR) for the Liberia Teacher Training Program (50%)
Serve as Activity Manager, and after adequate experience is gained and certification is achieved and authority is delegated, as AOR for the Liberia Teacher Training Program (LTTP) II cooperative agreement. LTTP II focuses on: strengthening the capacity of the Ministry of Education at the central and decentralized levels to plan and deliver quality education services; increasing teacher effectiveness; improving classroom learning environments; fostering effective early grade reading and math skills; extending access to women and girls; and expanding parents, communities and stakeholders’ participation in student learning; developing and strengthening the academic programs at Rural Teacher Training Institutes and the University of Liberia; and improving the qualifications of faculty through staff development.
B. Activity Manager or Agreement/Contracting Officer’s Representative (A/COR) for Washington-funded activities and/or other activities as assigned (15%)
In this capacity, the Education Specialist provides inputs and guidance in the design, implementation, monitoring, and evaluation of activities in education; prepares scopes or work/program descriptions; participates intechnical evaluation committees for the evaluation of proposals/applications, after award participates in project management including preparing and reviewing implementation documentation; compiles, analyzes, and prepares periodic reports on program activities; reviews work plans and implementation of plans; ensures contractors and grantees perform necessary requirements as outlined in their awards; remains in constant communication with implementing partners including frequent, regularly-scheduled meetings and frequent site visits; identifies problem areas and proposes solutions or recommendations to achieve expected results.
C. Complete and maintain program/project administrative and organizational procedures (25%)
The Education Specialist is responsible for collaborating with Education Team members on preparing program/project documents including concept papers, approval/concurrence documents, scopes of work, program descriptions, implementation letters, action memoranda, waivers, environment reviews, financial documents and briefing reports; drafting responses to unsolicited proposals/applications and requests for information; providing input for planning and performance reports including the Operational Plan, Performance Plan and Report, the Mission Resource Request or other documents, and Mission portfolio reviews; preparing briefing reports, memoranda, speeches and/or talking points, press releases, sector profiles, project fact sheets, success stories and other essential communication as required, for USAID/Liberia, USAID/Washington, U.S. Embassy and others.
D. Provide technical advice and promote communication on issues related to education practice (10%)
The Education Specialist provides leadership in education for the USAID/Liberia program in teacher training and other related education development areas by introducing, promoting, and ensuring effective implementation of innovative and effective education strategies; provides the Mission sound and appropriate guidance for project development and implementation methodology; reviews and provides input into USAID/Liberia’s review of documentation submitted to USAID/Washington, such as strategic plans, annual reports, and education sector or activity-related documents; serves as a liaison and promotes joint programming, linkages and cross-sector synergies; represents the Team Leader when requested, at meetings with Ministry of Education and with other donors and non-governmental organizations to ensure harmonization of USAID/Liberia activities.
The incumbent will also perform other duties as assigned and/or required.
REQUIRED QUALIFICATIONS
Education: The position requires a bachelor’s degree in Education or other relevant social science field; master’s degree or Ph.D. preferred. Demonstrated mastery in educational development and/or development project management may be accepted in lieu of the bachelor degree.
Prior Work Experience: Five to seven (5-7) years of progressively responsible experience in project management is required, preferably in international development and in one or a combination of the following areas: teacher training, teacher/educator professional development, education administration, curriculum and instruction, education policy and planning, systems strengthening, information communications technology, monitoring and evaluation. Candidates who possess the requisite project management experience in a closely related field and demonstrated interest in and capacity to acquire the requisite skills in the field of education may be considered.
Language Proficiency: Strong written and oral proficiency in English is required (Level IV-Fluency or V-Native speaker). The incumbent must have fluent listening comprehension, speaking, reading, writing skills and the ability to communicate quickly, clearly, concisely, and persuasively-both orally and in writing. Demonstrated ability to write technical, conceptual, logically structured, complex documents, reports, presentations and other communications. Note: Shortlisted candidates’ oral English skills will be evaluated during the interview, and English writing skills will be evaluated using a written exercise.
Knowledge: Broad knowledge of the theories, concepts and principles of international development approaches. Knowledge in the area of monitoring and evaluation and human and institutional capacity building. Knowledge of practices employed in modern educational systems; knowledge of educational development in areas such as teacher training, curriculum and materials development, primary/secondary education, testing and assessment, education technology, educational administration, and capacity building; advanced knowledge of project/program management, performance monitoring and evaluation. Knowledge of other key challenges, opportunities and development frameworks in the Liberian education and other human development sectors.
Skills and Abilities: Ability to identify, assess, and resolve impediments to project implementation; ability to obtain, organize and analyze education statistics and indicators and present information in concise reports; ability to analyze data for project planning and management; strong technical and interpersonal communication skills to develop and maintain collaborative working relationships with staff within USAID, the Ministry of Education, Liberian and U.S. Universities, principals and teachers, as well as students and diverse members of civil society. The Education Specialist is expected to bring advanced writing skills, proficiency in word processing and the ability to use related computer packages or programs (i.e., Outlook, Google, Internet, Word, PowerPoint, Excel, etc.) for internal and external communication and to track and present quality data.
SELECTION PROCESS & HOW TO APPLY
After initial screening of applications, only short-listed applicants will be contacted and invited for an interview and a written exercise. Applicants selected for interview will also be evaluated on their reference checks.
*** Candidates who submitted an application in April 2013 and who would still like to be considered for this position should confirm with Monrovia-hr@usaid.gov that USAID still has your application OR resubmit.
Complete applications shall be submitted no later than the closing date specified, and shall include the following:
1. A clearly typed application cover letter briefly summarizing why you believe you are qualified for this position.
2. Resume or CV
3. The names/contact details of three references that can attest to your professional qualifications and experience.
4. Documentation (e.g. copies of certificates or degrees) that address the minimum requirements of the position.
Please submit applications to:
Education Specialist, USAID/Liberia, C/O American Embassy, Gate 3, Mamba Point, Monrovia
or by e-mail to: Monrovia-hr@usaid.gov
To request a full copy of this vacancy announcement, please contact Monrovia-hr@usaid.gov.
Place of Performance: US Embassy, 502 Benson Street, Mamba Point Monrovia LR URL: https://www.fbo.gov/spg/AID/OM/LIB/VA-669-13-000007/listing.html
OutreachSystems Article Number: 130519/PROCURE/0069
Matching Key Words: writ*; copy; technical;
Office of Personnel Management, Facilities, Security and Contracting, Contracting, 1900 E Street, N.W., Room 1342 Washington DC 20415-7710
99 — Online Legislative Database, Tracking Tool OPM13-13-Q-0001 052413 Carrie M. Lopez, Contracting Specialist, Phone 2026066027, Email carrie.lopez@opm.gov COMBINED SYNOPSIS/SOLICITATION
Contracting Office Address: The U.S. Office of Personnel Management
1900 E Street, NW Rm. 1342
Washington, D.C. 20415
This is a combined synopsis/solicitation for a commercial service prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.102 (g) and with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a written solicitation will not be issued.
The Solicitation number is: OPM1313Q0001 and is issued as a Request for Quotation (RFQ). This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-66 dated April 1, 2013.
The North American Industrial Classification System (NAICS) code is 511120, and the small business size standard is 500 employees. This procurement is approved as an unrestricted procurement action.
The period of performance consists of one (1) base year and two (2) option years beginning June 1, 2013. This service will support the United States Office of Personnel Management (OPM), Congressional and Legislative Affairs (CLA). This requirement will allow web access to the online subscription for up 20 licensed users.
Offerors are invited to submit their quotations to OPM Contracting in response to this notice by 12:00 PM Eastern Standard Time (EST), May 24, 2013. Only e-mailed requests for additional information will only be accepted at Carrie.Lopez@opm.gov through 3:00 PM EST, May 20, 2013. Quotations submitted in response to this notice shall include the solicitation number in the subject line and be signed, dated and submitted via email to Carrie.Lopez@opm.gov.
Vendors not registered in the System for Award Management (SAM) database on May 24, 2013 will not be considered. Vendors may register with SAM by accessing http://www.sam.gov. If an offeror does not meet the requirements of filing a VETS100/100A report, the offeror must provide a screenshot from the USDOL website that VETS100/100A reporting is not required with the offeror’s proposal.
The Office of Personnel Management intends to award one (1) Firm Fixed Price Purchase Order for an online legislative subscription services to the offeror that represents the Best Value to the Government.
All communications shall be directed within the stated deadlines to the attention of:
Name: Carrie M. Lopez
Title: Contract Specialist
Carrie.Lopez@opm.gov
U.S. Office of Personnel Management
1900 E Street NW
Washington, DC 20415
NOTE: COMMUNICATIONS WITH OFFICIALS OTHER THAN THE OPM CONTRACTING OFFICER INDICATED ABOVE, MAY COMPROMISE THE COMPETITIVENESS OF THIS ACQUISITION AND RESULT IN THE CANCELLATION OF THE SOLICITATION AND/OR EXCLUSION OF YOUR QUOTATION FROM CONSIDERATION.
(1) Statement of Objectives – Online Legislative database, tracking and analysis tool subscription service.
1. BACKGROUND
The U. S. Office of Personnel Management (OPM), Congressional and Legislative Affairs (CLA) is responsible for identifying, developing, enhancing, and delivering quality HR management solutions specifically related to the “acquiring and sustaining” portion of the HR Lifecycle to include the tools and technologies associated with delivering these solutions. The service offerings included in this solution are: Recruitment and Branding, Staffing/Examining, Testing, and On-boarding among others. HRM has four subordinate organizations: Staff Acquisition, Nationwide Testing (NWT), Automated Systems Management, and HR Tools and Technology.
2. SCOPE
In support of its mission, CLA needs to acquire a contractor to provide an annual online subscription service for legislative database, tracking and analysis services for a period of three (3) years (base year and 2 one-year option periods).
3. SUMMARY OF REQUIREMENTS
The Contractor shall be required to provide an annual online subscription services for legislative tracking, database and analysis tool through the web that offers the following content, tools, and features. The online subscription shall, but is not limited to, the following:
• Provides full text of Congressional Committee and floor amendments.
• Summarizes background information on bills, provides detailed synopsis of every bill in front of Congress, provides chamber floor debate information, and prospects for the passage of bills.
• Finds differences in language between any two bill text documents; view results in a side-by-side report showing portions that changed.
• Allows full access to searchable text of all bill versions and the links to a PDF from the Government Printing Office website.
• Tracks the status of bills as they move through the legislative process.
• Provides updates on the status of the Federal budget, continuing resolutions and the dates of budgets passed by Congress.
• Provides comprehensive coverage of every open Congressional committee and subcommittee markup.
• Provides daily updates regarding proceedings and debates of the House and Senate.
• Provides full text of every committee report searchable by keyword and bill number.
• Provides detailed synopsis of all legislation; links to all related news, analysis, and source material prepared by the Congressional Research Service (CRS).
• Provides CRS reports given to Members of Congress and their staff; provide expert analysis of each stage of the legislative process.
• Tracks and provides advance notice to hearings and meetings that they can/should attend.
• Providesdaily and weekly updates on congressional activity.
• Provides up-to-date information on Healthcare reform.
• Provides current member profiles; to include detailed information about every Member of Congress’ state, district, voting and electoral history, committee assignment, legislative priorities, and news.
• Maintains a current directory of members and their staff with the option to create mailings from the directory.
• Tracks legislation in all 50 States and the District of Columbia, including text of legislation as well as alerts and reports that can be customized by issue area.
• Tracks regulations in all 50 States and the District of Columbia, including text of regulations as well as alerts and reports on State regulations that can be customized by issue area.
• Provides State news reports on State legislation and regulations.
• Provides up to the minute information on healthcare reform, including information status of Healthcare Exchange implementation actions for each of the 50 States and the District of Columbia.
• Provides the ability to send email updates of new developments in selected issue areas.
4. DELIVERABLES
The Contractor shall provide an annual online subscription services for legislative tracking, database and analysis tool through the web that offers the following content, tools, and features for a period of three (3) years (base year and 2 one-year option periods) beginning June 1, 2013.
5. PERIOD OF PERFOMANCE
The period of performance for this purchase order shall be for a period of three (3) years (base year and 2 one-year option periods) beginning June 1, 2013
BASE YEAR: June 1, 2013 TO May 31, 2014
OPTION YEAR 1: June 1, 2014 TO May 31, 2015
OPTION YEAR 2: June 1, 2015 TO May 31, 2016.
6. PLACE OF PERFORMANCE
All work shall be conducted at Contractor’s facility. This requirement only requires online access to specific databases and online tools.
7. AWARD TYPE
The Government will award a firm-fixed price purchase order resulting from this solicitation.
8. QUALITY ASSURANCE SURVEILLANCE PLAN
The resultant contract will be for supplies to be delivered electronically; therefore this section is not applicable.
(2) OPM-Specific Clauses
1752.205-70 Announcement of Contract Award (July 2006)
OPM complies with FAR 5.3, Synopses of Contract Awards, in terms of synopsizing and publicly announcing contract awards. These actions take place at the time of, and not before, the contract is awarded. Contract award, in this case, means signature of the contractual document by the Contracting Officer and forwarding of the contractual document to the contract awardee. If the contract awardee wishes to make a separate public announcement, the awardee must obtain the approval of the Contracting Officer prior to releasing the announcement, and must plan to make announcement only after the contract has been awarded.
1752.209-74 Organizational Conflicts of Interest (July 2005)
(a) The Contractor warrants that, to the best of the Contractor’s knowledge and belief, there are no relevant facts or circumstances which could give rise to an organizational conflict of interest (OCI), as defined in FAR 9.5, Organizational and Consultants Conflicts of Interest, or that the Contractor has disclosed all such relevant information.
(b) The Contractor agrees that if an actual or potential OCI is discovered after award, the Contractor shall make a full disclosure in writing to the Contracting Officer. This disclosure must include a description of actions, which the Contractor has taken or proposes to take, after consultation with the Contracting Officer, to avoid, mitigate, or neutralize the actual or potential conflict.
(c) The Contracting Officer may terminate this contract for convenience, in whole or in part, if it deems such termination necessary to avoid an OCI. If the Contractor was aware of a potential OCI prior to award or discovered an actual or potential conflict after award and did not disclose or misrepresented relevant information to the Contacting Office, the Government may terminate the contract for default, debar the Contractor from Government contracting, or pursue such other remedies as may be permitted by law or this contract.
(d) The Contractor must include this clause in all subcontracts and in lower tier subcontracts unless a waiver is requested from, and granted by, the Contracting Officer.
(e) In the event that a requirement changes in such a way as to create a potential conflict of interest for the Contractor, the Contractor must:
(1) Notify the Contracting Officer of a potential conflict, and;
(2) Recommend to the Government an alternate approach which would avoid the potential conflict, or
(3) Present for approval a conflict of interest mitigation plan that will:
(i) Describe in detail the changed requirement that creates the potential conflict of interest; and
(ii) Outline in detail the actions to be taken by the Contractor or the Government in the performance of the task to mitigate the conflict, division of subcontractor effort, and limited access to information, or other acceptable means.
(4) The Contractor must not commence work on a changed requirement related to a potential conflict of interest until specifically notified by the Contracting Officer to proceed.
(5) If the Contracting Officer determines that it is in the best interest of the Government to proceed with work, notwithstanding a conflict of interest, a request for waiver must be submitted in accordance with FAR 9.503.
1752.209-75 Reducing Text Messaging While Driving (Oct 2009)
(a) In accordance with Section 4 of the Executive Order, “Federal Leadership on
Reducing Text Messaging While Driving,” dated October 1, 2009, you are hereby encouraged to:
(1) Adopt and enforce policies that ban text messaging while driving company-owned or -rented vehicles or Government-owned, -leased or -rented vehicles, or while driving privately-owned vehicles when on official Government business or when performing any work for or on behalf of the Government; and
(2) Consider new company rules and programs, and reevaluating existing programs to prohibit text messaging while driving, and conducting education, awareness, and other outreach for company employees about the safety risks associated with texting while driving. These initiatives should encourage voluntary compliance with the company’s text messaging policy while off duty.
(b) For purposes of complying with the Executive Order:
(1) “Texting” or “Text Messaging” means reading from or entering data into any handheld or other electronic device, including for the purpose of SMS texting, e-mailing, instant messaging, obtaining navigational information, or engaging in any other form of electronic data retrieval or electronic data communication.
(2) “Driving” means operating a motor vehicle on an active roadway with the motor running, including while temporarily stationary because of traffic, a traffic light or stop sign, or otherwise. It does not include operating a motor vehicle with or without the motor running when one has pulled over to the side of, or off, an active roadway and has halted in a location where one can safely remain stationary.
1752.222-71 Special Requirements for Employing Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (July 2005)
(a) If this contract contains FAR Clause 52.222-35 (Equal Opportunity for Special
Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans), your company must comply with the requirements of this clause, including the listing of employment opportunities with the local office of the state employment service system.
(b) If this contract contains FAR clauses 52.222-37 (Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans) or 52.222-38 (Compliance with Veterans’ Employment Reporting Requirements), you are reminded that your company must comply with the special reporting requirements described in those clauses. Your company must submit information on several aspects of its employment and hiring of special disabled and Vietnam era veterans or other veterans who served on active duty during a war or in a campaign or expedition for which a campaign badge has been authorized. You must submit this information no later than September 30 of each year, in the “Federal Contractor Veterans’ Employment Report” or VETS-100 Report. The U.S. Department of Labor has established a web site for submitting this report. The address is: http://www.vets100.cudenver.edu.
1752.223-71 Environmentally Preferable Products and Services (Feb 2013)
(a) Executive Order 13423, Strengthening Federal Environmental, Energy, and Transportation Management, requires in agency acquisitions of goods and services (i) use of sustainable environmental practices, including acquisition of biobased, environmentally preferable, energy-efficient, water-efficient, and recycled-content products, and (ii) use of paper of at least 30 percent post-consumer fiber content.
(b) By signing this offer or contract, the contractor will be deemed to have signed and agreed that all goods and services provided under this contract will comply with the above requirements of Executive Order 13514.
1752.224-71 Freedom of Information Act Requests (Sep 2009)
(a) Offerors are reminded that information furnished under this solicitation may be subject to disclosure under the Freedom of Information Act (FOIA). Therefore:
(1) All items that are confidential to business, or contain trade secrets, proprietary, or personnel information must be clearly marked in all documents submitted to the U.S. Office of Personnel Management (OPM or The Government). Marking of items will not necessarily preclude disclosure when the OPM determines disclosure is warranted by FOIA. However, if such items are not marked, all information contained within the submitted documents will be deemed to be releasable.
(2) No later than five (5) business days after award of a contract, blanket purchase agreement (BPA), or order, the Contractor must provide OPM a redacted copy of the contract/BPA/order in electronic format. This copy will be used to satisfy any requests for copies of the contract/BPA/order under the FOIA. If the Contracting Officer believes that any redacted information does not require protection from public release, the issue will be resolved in accordance with paragraph 3.104-4(d) of the Federal Acquisition Regulation.
(b) Any information made available to the Contractor by the Government must be used only for the purpose of carrying out the provisions of this contract and must not be divulged or made known in any manner to any person except as may be necessary in the performance of the contract.
(c) In performance of this contract, the Contractor assumes responsibility for protection of the confidentiality of Government records and must ensure that all work performed by its subcontractors shall be under the supervision of the Contractor or the Contractor’s responsible employees.
(d) Each officer or employee of the Contractor or any of its subcontractors to whom any Government record may be made available or disclosed must be notified in writing by the Contractor that information disclosed to such officer or employee can be used only for a purpose and to the extent authorized herein, and that further disclosure of any such information, by any means, for a purpose or to an extent unauthorized herein, may subject the offender to criminal sanctions imposed by 19 U.S.C. 641. That section provides, in pertinent part, that whoever knowingly converts to their use or the use of another, or without authority, sells, conveys, or disposes of any record of the United States or whoever receives the same with intent to convert it to their use or gain, knowing it to have been converted, shall be guilty of a crime punishable by a fine of up to $10,000, or imprisoned up to ten years, or both.
1752.232-70 Invoice Requirements Large Business (Oct 2012)
(a) A proper invoice must include the following items (except for interim payments on cost reimbursement contracts for services):
(1) Name and address of the contractor.
(2) Invoice date and invoice number. (Contractors should date invoices as close as possible to the date of transmission.)
(3) Contract number or other authorization for supplies delivered or services performed (including order number and contract line item number).
(4) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed.
(5) Shipping and payment terms (e.g., shipment number and date of shipment, discount for prompt payment terms). Bill of lading number and weight of shipment will be shown for shipments on Government bills of lading.
(6) Name and address of contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment).
(7) Name (where practicable), title, phone number, and mailing address of person to notify in the event of a defective invoice.
(8) Taxpayer Identification Number (TIN). The contractor must include its TIN on the invoice only if required by agency procedures. (See 4.9 TIN requirements.)
(9) Electronic funds transfer (EFT) banking information.
(i) The contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision (e.g., 52.232-38, Submission of Electronic Funds Transfer Information with Offer), contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, or 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration), or applicable agency procedures.
(ii) The last four digits of the contractor’s bank account must be shown on each invoice submitted for payment. This information will be used as a cross-reference in situations where the EFT banking information in the Central Contract Registration is suspect.
(iii) EFT banking information is not required if the Government waived the requirement to pay by EFT.
(10) The vendor’s certification that their EFT banking information in the Central Contractor Registration is current, accurate and complete as of the date of the invoice.
(11) Any other information or documentation required by the contract (e.g., evidence of shipment).
(b) Any invoice that does not contain all of the information listed in paragraph (a) above will be rejected as improper, and a new complete corrected invoice must be submitted. The payment due date for the corrected invoice will be calculated from the date it is received in the Prompt Pay e-mail box.
(c) ALL large business invoices-without exception-must have unique identifying numbers, and be submitted via e-mail to OPM’s Prompt Pay e-mail box at:
PromptPay@opm.gov
Please note that OPM cannot guarantee payment of invoices sent by any other means, such as regular mail or e-mail to other addresses.
(d) Please attach only one invoice to each e-mail, and use the following format for the subject line of the e-mail:
<Contractor name>&<Invoice no>&<Amount>&< Contract Number>/<Call or Order Number>
Example:
ABC Co&AB-1298433&10000.00&OPM00-00-X-0000/X0000
(e) Payment due dates will only be calculated from the date that invoices are received in the Prompt Pay e-mail box.
(f) Inquiries regarding payment of invoices should be e-mailed to InvoiceInquiries@opm.gov. The relevant invoice must be attached to the inquiry e-mail, and the subject line of the e-mail must state “INQUIRY,” followed by the information described in paragraph (d) above.
Example:
INQUIRY: ABC Co&AB-1298433&10000.00&OPM00-00-X-0000/X0000
Do NOT use the Prompt Pay e-mail box for inquiries.
(g) If the supplies, services, technical or other reports are rejected for failure to conform to the technical requirements of the contract, or for damage in transit or otherwise, the invoice will be rejected and returned to the Contractor.
1752.232-71 Method of Payment (July 2005)
(a) Payments under this contract will be made either by check or by wire transfer through the Treasury Financial Communications System at the option of the Government.
(b) The Contractor must forward the following information in writing to the Contracting Officer not later than seven (7) days after receipt of notice of award:
(1) Full Name (where practicable), title, telephone number, and complete mailing address of responsible official(s):
(i) to whom check payments are to be sent, and
(ii) who may be contacted concerning the bank account information requested below.
(2) The following bank account information required to accomplish wire transfers:
(i) Name, address, and telegraphic abbreviation of the receiving financial institution.
(ii) Receiving financial institution’s 9-digit American Bankers Association (ABA) identifying number for routing transfer of funds. (Provide this number only if the receiving financial institution has access to the Federal Reserve Communications System.)
(iii) Recipient’s name and account number at the receiving financial institution to be credited with the funds. If the receiving financial institution does not have access to the Federal Reserve Communications System, provide the name of the correspondent financial institution through which the receiving institution receives electronic funds transfer messages. If a correspondent financial institution is specified, also provide:
(A) Address and telegraphic abbreviation of the correspondent financial institution.
(B) The correspondent financial institution’s 9-digit ABA identifying number for routing transfer of funds.
(c) Any changes to the information furnished under paragraph (b) of this clause shall be furnished to the Contracting Officer in writing at least 30 days before the effective date of the change. It is the Contractor’s responsibility to furnish these changes promptly to avoid payments to erroneous addresses or bank accounts.
(d) The document furnishing the information required in paragraphs (b) and (c) must be dated and contain the signature, title, and telephone number of the Contractor official authorized to provide it, as well as the Contractor’s name and contract number.
1752.232-74 Providing Accelerated Payment to Small Business Subcontractors (Oct 2012)
(a) This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (Note: OMB Policy Memorandum M-12-16 is accessible on line at: http://www.whitehouse.gov/sites/default/files/omb/memoranda/2012/m-12-16.pdf.)
(b) Upon receipt of accelerated payments from the Government, the contractor is required to pay all small business subcontractors on an accelerated timetable to the maximum extent practicable after receipt of invoice and all proper documents.
(c) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business.
1752.233-70 OPM Protest Procedures (Dec 2010)
(a) An interested party who files a protest with OPM has the option of requesting review
and consideration of the protest by either the Contracting Officer (CO) or the Senior Procurement Executive (SPE). The protest must clearly indicate the official to whom it is directed.
(b) If the protest is directed to the SPE, a copy of the protest must be sent to the Director of the Contracting Group at the same time the protest is filed with the CO in accordance with FAR 52.233-2. The address of the Director of the Contract Group is:
William N. Patterson, Director
Contracting Group, FSC
U.S. Office of Personnel
1900 E Street N.W., Room 1342
Washington, DC 20415
(c) Review and consideration of a protest by the SPE is an alternative to review and consideration by the CO.
1752.237-70 Non-Personal Services (July 2005)
(a) As stated in the Office of Federal Procurement Policy Letter 92-1, dated September 23, 1992, Inherently Governmental Functions, no personal services shall be performed under this contract. No Contractor employee will be directly supervised by the Government. All individual employee assignments, and daily work direction, shall be given by the applicable employee supervisor. If the Contractor believes any Government action or communication has been given that would create a personal services relationship between the Government and any Contractor employee, the Contractor must promptly notify the Contracting Officer of this communication or action.
(b) The Contractor must not perform any inherently Governmental actions under this contract. No Contractor employee shall hold him or herself out to be a Government employee, agent, or representative. No Contractor employee may state orally or in writing at any time that he or she is acting on behalf of the Government. In all communications with third parties in connection with the contract, Contractor employees must identify themselves as Contractor employees and specify the name of the company for which they work. In all communications with other Government Contractors in connection with this contract, the Contractor employee must state that they have no authority to in any way change the contract and that if the other Contractor believes this communication to be a direction to change their contract, they should notify the Contracting Officer for that contract and not carry out the direction until a clarification has been issued by the Contracting Officer.
(c) The Contractor must insure that all of its employees working on this contract are informed of the substance of this clause. Nothing in this clause limits the Government’s rights in any way under any other provision of the contract, including those related to the Government’s right to inspect and accept the services to be performed under this contract. The substance of this clause must be included in all subcontracts at any tier.
1752.239-70 Internet Protocol Version 6 (IPV6) (Nov 2012)
In accordance with OPM CIO Directives, this acquisition requires all functionality, capabilities and features to be supported and operational in both a dual-stack IPv4/IPv6 environment and an IPv6 only environment. Furthermore, all management, user interfaces, configuration options, reports and other administrative capabilities that support IPv4 functionality will support comparable IPv6 functionality. Respondents are required to include in their response a letter of self-certification that their product has been tested in both a dual-stack IPv4/IPv6 and IPv6 only environment and meets this requirement. OPM reserves the right to require the respondent’s products to be tested within an OPM or 3rd party test facility to show compliance with this requirement.
In accordance with FAR 11.002(g) and OPM CIO Directives, this acquisition must comply with the NIST USGv6 Profile and IPv6 Test Program.
1752.239-71 Information Technology Systems Security (Nov 2012)
The activities required shall necessitate the Offeror’s access to a Federal Automated Information System (AIS) or systems. The Offeror’s proposal must include a detailed outline of its present and proposed Information Technology systems security program and demonstrate that it is commensurate with OPM security requirements for the information and information system they will have access to based on the Federal Information Processing Standard (FIPS) 199 categorization. At a minimum, the offeror must meet the security requirements for a Moderate-impact system as defined by FIPS 199. Similar information must be detailed for any subcontract proposed.
1752.239-72 Contractor Access to OPM IT Systems (Nov 2012)
OPM’s Center for Information Services has implemented policies to ensure the security and safety of OPM’s information systems. One policy is the ability to audit who has access to OPM IT systems. For that reason the contractor must:
(a) Immediately following contract award, the contractor must provide to the distribution list “System Access Control” (systemaccesscontrol@opm.gov) an initial and complete list of employee’s names that require access to OPM information systems.
(b) The contractor must send a staffing change report (Attachment 1) by the fifth day of each month after contract award to the Contracting Officer’s Representative, contract administrator and systemaccesscontrol@opm.gov on a monthly basis. A template for the submission is attached. The report must contain the listing of all staff members who left or were hired under this contract in the past 60 days. This form must be submitted even if no separation has occurred during this period. Failure to submit a ‘Contractor Staffing Change Report’ each month will result in the suspensions of all user ids associated with this contract. The Contractor Staffing Change Report is supplied in Attachment 2 of this document.
(c) Each contractor employee is required to utilize individual identification and authorization to access OPM IT systems. Using shared accounts to access OPM IT systems is strictly prohibited. OPM will disable accounts and access to OPM IT systems will be revoked and denied if carriers share accounts. Users of the systems will be subject to periodic auditing to ensure compliance to OPM Security and Privacy Policies.
(d) The Government, at its discretion, may suspend or terminate the access and/or use of any or all Government access and systems for conducting business with any/or all Contractors when a security or other electronic access, use or misuse issue gives cause for such action. The suspension or termination may last until such time as the Government determines that the situation has been corrected or no longer exists.
(e) The contractor Contracting Officer’s Technical Representative (COTR) and the OPM Helpdesk must be notified at least 5 days prior to a contractor being removed from a contract. For unplanned terminations or removals of contractor employees from the contractor organization that occur with less than five days notice, the COTR and OPM Helpdesk must be notified immediately. OPM Personal Identification Verification (PIV) cards issued to contractors must be returned to the COTR prior to departure.
(f) The contractor must allow OPM access to OPM information including data schemas, meta data, and other associated data artifacts that are required to ensure OPM can fully and appropriately retrieve OPM information that can be stored, read, and processed.
1752.239-73 Section 508 Standards (Feb 2013)
(a) All electronic and information technology (EIT) procured through this RFQ must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this
requirement exists. 36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://www.access-board.gov/sec508/508standards.htm.
(b) The following standards have been determined to be applicable to this RFQ:
(1) 1194.21. Software applications and operating systems.
(2) 1194.22. Web-based intranet and Internet information and applications.
(3) 1194.23 Telecommunications products.
(4) 1194.24 Video and multimedia products.
(5) 1194.25 Self Contained, closed products
(6) 1194.26 Desktop and portable computers.
(7) 1194.31 Functional performance criteria.
(8) 1194.41 Information, documentation, and support
(c) The standards do not require the installation of specific accessibility-related software or the attachment of an assistive technology device, but merely require the EIT be compatible with such software and devices so that it can be made accessible if so required by the agency in the future
(d) OPM is required by Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794d), to offer access to electronic and information technology for disabled individuals within its employ, and for disabled members of the public seeking information and services. This access must be comparable to that which is offered to similar individuals who do not have disabilities. Standards for complying with this law are prescribed by the Architectural and Transportation Barriers Compliance Board (“The Access Board”).
(e) The current deliverable(s) must incorporate these standards as well as any agency specific standards developed by OPM. The attached technical description contains further information on how this is to be done. Your response to the solicitation should contain documentation of your compliance with these standards. However, the Contracting Officer may request additional technical documentation, if necessary to make this determination.
(f) The final work product must include documentation that the deliverable conforms with the Section 508 Standards promulgated by the US Access Board.
(g) In the event of a dispute between you and OPM, then OPM’s assessment of the Section 508 compliance will control and you will need to make any additional changes needed to conform with OPM’s assessment, at no additional charge to OPM.
1752.239-74 OPM and Federal Security Policies (Nov 2012)
Information systems and system services provided to OPM by any contractor or other government organization (hereafter referred to as ‘contractor’) must comply with current OPM security policies and guidance. The contractor shall meet and comply with all OPM IT Security Policies described in the OPM Security and Privacy Policy Handbook and all other current OPM security polices and security guidance approved for use at the time of contract approval.
Contractors are also required to comply with current Federal regulations and guidance found in; the Federal Information Security Management Act (FISMA), the Privacy Act of 1974, the E-Government Act of 2002, Section 208, National Institute of Standards and Technology (NIST) Federal Information Processing Standards (FIPS) and the 800-Series Special Publications (SP), Office of Management and Budget (OMB) memorandum, and other relevant Federal laws and regulations that OPM must comply with
1752.239-75 Minimum Information System Security Requirements (Nov 2012)
(a) Contractor and federal systems must adhere to minimum security requirements following the guidance provided in NIST’s FIPS publication 200, Minimum Security Requirements for Federal Information and Information Systems and the corresponding security controls described in the current version of NIST Special Publication 800-53, Recommended Security Controls for Federal Information Systems and Organizations.
(b) Federal Information Processing Standard (FIPS) publication 199 must be utilized to determine the security categorization (High, Moderate, or Low) for OPM and contractor systems. OPM must determine the categorization for contractor systems. The security categorization, as determined by OPM, must be utilized to identify the security control baseline requirements. The security requirements are the controls baseline, as defined in NIST SP 800-53.
1752.239-76 Security Assessment and Authorization (Nov2012)
(a) All information systems that input, store, process, and/or output OPM information must be authorized to operate by an Authorizing Official (AO) prior to operation either as a stand-alone system or included as a sub-system or component of another system for authorization. Only an Authorizing Official (AO) may authorize an information system to operate. AOs must be government employees. Contractors must adhere to current OPM security Assessment and Authorization (A&A) policies, procedures, and guidance for security A&A activities.
(b) Security authorization documentation must be developed with the use of OPM security documentation templates. Templates are available for all security documentation including; System Security Plan, FIPS 199 Security Categorization, Security Assessment Report, and Contingency Plan. The OPM authorization checklist must be followed throughout the security authorization process to ensure proper oversight from OPM Information Technology Security and Privacy (ITSP) program.
(c) Prior to Security Assessment and Authorization, a Privacy Threshold Analysis (PTA) for all systems must be completed and provided to the OPM Privacy Officer for a determination. If determination is made that a Privacy Impact Assessment (PIA) is required, it must be completed in accordance with the OPM Privacy Impact Assessment Guide.
1752.239-77 Privacy Act Compliance (Nov 2012)
(a) Contractors must comply with the Privacy Act of 1974 rules and regulations in the design, development, or operation of any system of records on individuals to accomplish an OPM function for a System of Records (SOR) .
(b)In the event of violations of the Act, a civil action may be brought against OPM involved when the violation concerns the design, development, or operation of a SOR on individuals to accomplish an OPM function, and criminal penalties may be imposed upon the officers or employees of OPM when the violation concerns the operation of a SOR on individuals to accomplish an OPM function. For purposes of the Act, when the contract is for the operation of a SOR on individuals to accomplish an OPM function, the contractor/subcontractor is considered to be an employee of the agency.
1752.239-78 Federal Reporting Requirements (Nov2012)
Contractors operating information systems on behalf of OPM must comply with Federal Information Security Management Act (FISMA) reporting requirements. Annual and Quarterly data collection will be coordinated by OPM. Contractors must provide OPM with the requested information based on the timeframes provided with each request. Contractor systems must comply with monthly data feed requirements as coordinated by OPM. Reporting requirements are determined by the Office of Management and Budget (OMB), and may change each reporting period. It is expected that all OPM contractor systems will provide OPM with all information in order for OPM to fully satisfy FISMA reporting requirements for contractor systems.
1752.239-79 Cloud Computing (Nov2012)
(a) Contractors handling OPM information or operating information systems on behalf of OPM must protect OPM information and information systems against unauthorized access, use, disclosure, disruption, modification, or destruction per the Federal Information Security Management Act (FISMA) and OPM Security and Privacy policy.
(b) OPM information stored in a cloud environment remains the property of OPM, not the contractor or cloud service provider. OPM retains ownership of the information. The cloud provider does not have rights to the OPM information for any purposes other than those explicitly stated in the contract.
(c) The cloud provider must protect OPM information from unauthorized access by cloud provider personnel, contractors, or other cloud service subscribers.
(d) The cloud provider must allow OPM access to OPM information including data schemas, meta data, and other associated data artifacts that are required to ensure OPM can fully and appropriately retrieve OPM information from the cloud environment that can be stored, read, and processed.
1752.239-80 IT Security and Privacy Awareness Training (Nov 2012)
All contractor personnel must complete mandatory security and privacy training prior to gaining access to OPM information systems and provide their completion certificate number to their COTR or supervisor. The following training requirements are mandatory, non-compliance may result in revocation of system access.
• Security and privacy awareness training must be completed prior to gaining access to OPM systems. The certificate number provided when the training is completed must be provided to the COTR of supervisor.Training instructions will be provided by OPM.
• Annual security and privacy refresher training must be completed on an annual basis. OPM will provide notification and instructions on completing this training.
• The OPM Rules of Behavior must be acknowledged prior to gaining access, and reviewed at least annually. OPM will provide access to the rules of behavior and provide notification when a review is required.
1752.239-81 Specialized IT Security Awareness Training for Security Staff (Federal/Contractor) (Nov 2012)
IT security contractor personnel are required to complete specialized IT security training based on the role-based requirements below. Contractors are required to report training completed to ensure competencies that address this training. Reporting instructions are sent by OPM to all OPM employees and contractors. Contractors must ensure their training hours satisfying the below training requirements are submitted to OPM Information Technology Security and Privacy (ITSP) upon completion of training.
IT Security Roles/Functions Recommended Hours for Specialized Training
Contractor System Manager\Owner 1-2
Information Security Specialist
Information System Security Officer (ISSO) 20-40
Privacy Officer 5-10
System Administrator
Network Administrator
Database Administrator
Service Desk Personnel/HelpDesk
Programmer/Developer 10-20
1752.239-82 HSPD-12 Compliance (Nov 2012)
(a) The Contactor shall be subject to screening prior to authorizing access to information systems; and rescreening according to change in position risk designation, new position with higher risk designation, or other according to HSPD-12 requirements.
(b) Contracting Officer’s Technical Representative (COTR) approval is required for contractors. Contractors shall sign access agreements before access is granted to OPM information and information systems.
(c) Procurements for services and products involving facility or system access control shall be in accordance with HSPD-12 policy and the Federal Acquisition Regulation.
(d) All new system development for OPM systems must include requirements to enable the use PIV credentials, in accordance with NIST FIPS 201, Personal Identity Verification (PIV) of Federal Employees and Contractors, prior to being operational.
1752.239-83 Federal Desktop Core Configuration / United States Government Configuration Baseline Compliance (Nov 2012)
(a) The contractor shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC)\United States Government Configuration Baseline (USGCB). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista.) For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP and for the Windows Vista settings, see http://csrc.nist.gov/itsec/guidance_vista.html.
(b) The standard installation, operation, maintenance, updates, and/or patching of software shall not alter the configuration settings from the approved FDCC\USGCB configuration. The information technology should also use the Windows Installer Service for installation to the default “program files” directory and should be able to silently install and uninstall.
(c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges.
1752.239-84 FIPS 140-2 Encryption Requirements (Nov2012)
Cryptographic modules used to protect OPM information must be FIPS 140-2 compliant and validated by the Cryptographic Module Validation Program (CMVP). Contractors must provide the validation certificate number to OPM for verification. Encryption is required to protect sensitive federal and contractor data when transmitting between systems.
1752.239-86 Contractor System Oversight/Compliance (Nov 2012)
(a) All contractor systems, service providers and third-party vendors must complete the IT OPM Offsite System Security Self-Assessment Survey and submit the assessments to their Contracting Officer and the CIO IT Security and Privacy Office for review and evaluation. This is a supplemental requirement and does not replace contract requirements under FISMA. The federal government has the authority to conduct site reviews for compliance validation. Full cooperation by contractor and third-party providers is required for audits and forensics.
(b) The Contractor shall support the OPM in its efforts to assess and monitor the contactor systems and infrastructure. The contractor shall provide logical and physical access to the contractor’s facilities, installations, technical capabilities, operations, documentation, records, and databases upon request. The contractor will be expected to perform automated scans and continuous monitoring activities which may include, but not limited to, authenticated and unauthenticated scans of networks, operating systems, applications, and databases and provide the results of the scans to OPM or allow OPM personnel to run the scans directly.
1752.239-87 Additional Security Requirements (Apr 2012)
(a) As prescribed in the FAR clause 24.104:
• If the system involves the design, development, or operation of a system of records on individuals, the contractor shall implement requirements in FAR clause 52.224-1, “Privacy Act Notification” and FAR clause 52.224-2, “Privacy Act”
(b) Information technology acquisitions shall use OPM established configuration settings, or utilize common security configurations available from the National Institute of Standards and Technology’s website athttp://checklists.nist.gov where OPM standards do not exist. (FAR part 39).
1752.242-70 Contract Performance Information (July 2005)
(a) Dissemination of Contract Performance Information
The Contractor must not publish, permit to be published, or distribute for public consumption, any information, oral or written, concerning the results or conclusions made pursuant to the performance of this contract, without the prior written consent of the Contracting Officer. Two copies of any material proposed to be published or distributed must be submitted to the Contracting Officer for approval.
(b) Contractor Testimony
All requests for the testimony of the Contractor or its employees, and any intention to testify as an expert witness relating to: (a) any work required by, and or performed under, this contract: or (b) any information provided by any party to assist the Contractor in the performance of this contract, must be immediately reported to the Contracting Officer. Neither the Contractor nor its employees must testify on a matter related to work performed or information provided under this contract, either voluntarily or pursuant to a request, in any judicial or administrative proceeding unless approved by the Contracting Officer or required by a judge in a final court order.
(3) List of Attachments
Attachment 1 Contractor Staffing Change Report
52.212-1 Instruction to Offerors- Commercial Items, (FEB 2012)
Is incorporated by Reference.
PREPARING THE TECHNICAL PORTION OF THE PROPOSAL
(a) An offeror’s proposal must demonstrate their ability to provide the full range of items as detailed in the Statement of Objective. To be deemed technically acceptable the contractor MUST be able to provide all of the items detailed in the Section 3 -Summary of Requirements.
(b) Quotations which merely offer to conduct the work in accordance with the requirements of the Government’s scope of work will be considered nonresponsive and will not be given any further consideration.
(c) Evaluation of the technical portion of proposals will be conducted by a technical review committee in accordance with the evaluation criteria stated in FAR Clause 52.212-2 – Evaluation, below.
1. PREPARING THE TECHNICAL PORTION OF THE QUOTATION
(a) The offeror shall include in its quotation a discussion of the offeror’s proposed technical approach to respond to the requirements in the statement of objectives (SOO). Present clear and convincing evidence that youunderstand the scope of work as described in the SOO, and that your technical approach to accomplishing this work is sound. Include:
• A narrative describing your understanding of this requirement.
• A description of your technical expertise for meeting the requirements of this solicitation. Your narrative should, at a minimum:
• Indicate the initial plan to gain an understanding of OPM’s operations needs;
• Discuss the anticipated methodology to complete the work described in of the Statement of Objectives; and
• Describe your strategy for dealing with potential significant technical, administrative, or managerial problems that could arise, particularly those issues that impact deliverable deadlines;
(b) In addition to its proposed technical approach, the offeror shall summarize its corporate experience (including results) with the provision in contracts similar to this solicitation that the offeror has successfully performed in the past five years. The information presented shall be in sufficient detail to describe the previous experience and effectiveness of the offeror in similar or closely related work, and to demonstrate the offeror’s current ability to accomplish the tasking in this solicitation.
This summary should include:
• Firm Experience: statement of the offering firm’s level of involvement, degree of success, number of resources and overall performance on efforts similar in nature to the requirements of this project.
• Experience of Available Resources: statement of the level of involvement, degree of success, number of resources and overall performance on efforts similar in nature to the requirements of this project, including the provision of resumes of resources that will be available for this project.
(c) Also include the following information for three (3) contracts and/or subcontracts for requirements as similar as possible to the current requirement:
• Name of contract or project;
• Contract Number;
• Role (Prime or Subcontractor);
• Sponsoring Organization or Company;
• Contract type;
• Period of Performance;
• Total Contract Value;
• Contract Manager and telephone number;
• Program Manager and telephone number;
• Project description, scope of work preformed, services or products delivered;
• Major success or accomplishments, and
• Major problems, lessons learned, and solution(s) applied if applicable.
(d) The submission shall be clearly indexed and logically assembled. Each volume shall be clearly identified and shall begin at the top of a page. All pages of each volume shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. A Table of Contents should be created using the Table of Contents feature in MS Word. MS Word (.doc) files shall use the following Page Setup parameters:
Margins – Top, Bottom, Left, Right – 1″
Gutter – 0″
From Edge – Header, Footer – 0.5″
Page Size, Width – 8.5″
Page Size, Height – 11″
The following additional restrictions apply:
• Each paragraph shall be separated by at least one blank line.
• A standard, 11-point minimum font size applies.
• Times New Roman font is required.
• Tables and illustrations may use a reduced font size not less than 8-point and may be landscape.
Proposal page limits are as follows:
• Technical Proposal – 3
• Price Proposal – no page limit
(e) Pages that exceed the page limits will be considered nonresponsive and will not be given any further consideration.. Page numbers, headers and footers may be within the page margins ONLY, and are not bound by the font requirements. Company logos are prohibited with the exception of the Title Page. Pages that exceed the margin, font or total page limit will not be evaluated. Pages deleted due to violation of the margin or font restrictions will not count against the page limitation. Page count will NOT be based upon the numbers of pages, printed but rather dictated by the number of pages in a print layout view in the application based upon the above-prescribed document settings. Counting pages in the order they appear for viewing will make up the page count. The page limits are applicable to graphs, tables, drawings and any other attachments submitted with the proposals and not specifically excluded by the solicitation. Any index, table of contents, glossary or integrated master schedule will not be included in the maximum page limitation.
(f) Offeror(s) are responsible for including sufficient details to permit a complete and accurate evaluation of each proposal. Each file of the proposal shall consist of a Table of Contents, Summary Section and the Narrative discussion. The Summary Section shall contain a brief abstract of the file. Proprietary information shall be clearly marked.
2. ADDITIONAL INSTRUCTIONS FOR PREPARING THE TECHNICAL PORTION OF THE QUOTATION
(a) Quotations which merely offer to conduct the work in accordance with the requirements of the Government’s scope of work will be considered non responsive and will not be given further consideration. The offeror must submit an explanation of the proposed technical approach in conjunction with the tasks to be performed in achieving the project objectives.
(b) Evaluation of the technical portion of quotations will be conducted by a technical review committee in accordance with the evaluation criteria stated in the 52.212-2 Evaluation - Commercial Items below.
3. INSTRUCTIONS FOR PREPARING THE BUSINESS PORTION OF THE
QUOTATION
A. PRICE INFORMATION
Offerors shall submit Firm-Fixed Price quotation responses for all deliverables. Offerors shall submit a detailed breakdown of prices for each deliverable. In addition, a summary total amount shall be furnished for the entire project.
The business portion of the quotation must contain sufficient information to allow the Government to perform a basic analysis of the proposed price of the work.
B. INFORMATION OTHER THAN PRICING DATA
The vendor shall submit sufficiently detailed information to permit the Contracting Officer and authorized representatives to evaluate the offer.
Unless otherwise stated in this solicitation, the information may be submitted in the offeror’s own format.
C. PRICING
The vendor shall clarify for each line item if the unit price represents the vendor’s published prices, or lower.
The Contractor must quote on all of the items listed above. Failure to quote on all of the items will result in elimination of that quotation.
FAR 52.212-2 Evaluation-Commercial Items (JAN 1999)
(a) The Government will award a firm fixed priced 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 following factors shall be used to evaluate offers:
• Technical Capability
• Past Performance
• 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.
1. Basis for Award
The Government is conducting this source selection in accordance with the competitive negotiation source selection procedures contained in FAR Part 15.
The Government anticipates awarding a firm-fixed price contract to the responsible offeror whose quotation represents the best value to the Government, and who lowest priced offer is deemed to be technically acceptable. Best value as defined in FAR Part 2, is the expected outcome of an acquisition that in the Government’s estimation, provides the greatest overall benefit in response to the requirement. The Government will be conducting this procurement by using the Lowest Price Technically Acceptable (LPTA) method.
When conducting the evaluation, the Government may use information provided by the offeror in their quotations as well as information obtained from the offeror’s past performance information. Each offeror is responsible for ensuring that the information provided is thorough, accurate, and complete.
The Government reserves the right to evaluate proposals and award contracts without discussions with the offerors, with the exception of clarifications as described in FAR 15.306(a). Evaluations may be based on the offeror’s initial proposal. Therefore, the offeror’s proposal should contain the offeror’s most advantageous proposal from a technical and price standpoint.
2. Price
Price will be assessed for completeness, reasonableness, price realism and affordability. Price will not be given a specific rating, but will be evaluated and provided to the Contracting Officer as part of the integrated assessment.
3. Past Performance
Past performance will be evaluated in accordance with FAR 15.305Offerors with no past performance will result in an assignment of a neutral/unknown confidence rating, which will indicate neither a FAVORABLE nor UNFAVORABLE evaluation rating. In addition, if a Joint Ventures (JV) does not have any past performance as a JV or if the individual companies that comprise the JV do not have any past performance, then the JV will receive a neutral/unknown confidence rating. If the individual members do have past performance experience, then that performance will be evaluated on behalf of the Joint Venture. If the Joint Venture acts as the Prime, but has subcontractors, the subcontractor’s past performance (if there is any) will also be used in the evaluation.
4. Exchanges
Exchanges with offerors after receipt of quotations do not constitute a rejection or counter offer by the government.
5. Best Value Determination
The Government intends to award a firm-fixed price purchase order contract to the responsible offeror whose quotation has been determined to be technically acceptable and their lowest proposed price is deemed to be realistic, fair and reasonable.
52.212-3 Offeror Representations and Certifications-Commercial Items (DEC 2012)
An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via https://www.acquisition.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.
(a) Definitions. As used in this provision-
“Economically disadvantaged women-owned small business (EDWOSB) concern” means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and dailybusiness operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program.
“Forced or indentured child labor” means all work or service-
(1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for whic
OutreachSystems Article Number: 130519/PROCURE/0446
Matching Key Words: video*; produc*; train*; you; website; web; site?; page?; education*; business*; documentation; event?; distribut*; instruct*; commercial?;
Library of Congress, Contracts Services, Fedlink Section, 101 Independence Ave SE LA-318 Washington DC 20540-9414
R — FEDLINK Information Retrieval Services Strategic Sourcing LCFDL13R7100 061713 Deborah B Burroughs, Senior Contract Specialist, Email flicc-cl@loc.gov – Charles A. Wilson, Contract Specialist, Email flicc-cl@loc.gov The Library of Congress is posting Request for Proposal (RFP) #LCFDL13R7100 for Information Retrieval Services Strategic Sourcing for the LC/FEDLINK Program. The objective of the solicitation is to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts
for acquisition of or access to commercial off-the-shelf (COTS) electronic information resources in many publication formats for the FEDLINK program. FEDLINK is a nationwide interagency consortium sponsored by the Library of Congress. These will be multi-agency contracts (MACs) established in accordance with the Library of Congress (LC) Fiscal Operations Improvement Act, P.L. 106-481, Section 103 (2 U.S.C. § 182c.) Any federal entity including the executive branch, the legislative branch, the judicial branch, and independent agencies as well as contractors to government agencies who are authorized to use federal sources of supply may be authorized to place orders under these contracts in accordance with the terms and procedures described in the solicitation.
Contractors shall be capable of providing products/services for ordering agencies with multiple organizational levels and geographic locations nationwide and/or worldwide. The Contractor shall also be capable of handling multiple purchase orders simultaneously. Contracts may be divided into four lots. Lot 1- Electronic Databases/Publications is the core of this solicitation. Vendors must offer products/services under Lot 1 in order to provide products/services under Lot 3 and must offer products/services under Lot 1 and/or Lot 2 in order to provide products/services under Lot 4. The four lots to be offered are:
Lot 1 – Electronic Databases/Publications. Products under Lot 1 covers publishers and vendors who provide access to commercial off-the-shelf electronic materials in many publication formats: information retrieval database services, newsfeeds, current awareness services, portal or content management services, electronic serials, and electronic books.
Lot 2 – Document Delivery Services. Under Lot 2 vendors shall provide machine-readable or print copies of published and unpublished materials in response to specific citation requests. Materials typically include journal and newspaper articles, conference papers and proceedings, annual reports, technical reports, dissertations and theses, official legal, financial and patent documents.
Lot 3 – Vendor Associated Publications. Under Lot 3 vendors and publishers that offer Electronic databases/publications under Lot 1 may also provide their commercial off-the-shelf print, video, microform or multimedia publications.
Lot 4 – Specialized Access/Product Integration. Under Lot 4 vendors that offer commercial electronic databases/publications or document delivery services under Lots 1 and/or Lot 2 may tailor their electronic resources packages for individual customers. Vendors may offer specialized file groupings, access to customer’s own files, special interfaces, and research assistance.
The services of book jobbers and serials subscription agents are covered under separate LC/FEDLINK solicitations and are not the subject of this solicitation. This solicitation EXCLUDES general or standard computer or telecommunications equipment not essential for content access or retrieval; furniture and supplies; database development and implementation for customers; and personal services such as on-sitereference/research staff.
Any questions regarding this RFP must be submitted in writing no later than Thursday, June 5, 2013 by 12 noon EST to flicc-cl@loc.gov.
A pre-proposal conference for RFP #LCFDL13R7100 for FEDLINK Information Retrieval Services will be held on Tuesday, June 4, 2013 at 1:00pm to 2:00pm at:
The Library of Congress
Madison Building, Sixth Floor
West Dining Room
101 Independence Avenue, SE
Washington, DC 20540
The pre-proposal conference may be attended in person or via web cast. Please register for the conference at fliccfno@loc.gov and indicate whether attending in person or via web cast. Instructions for the web cast will be sent to registrants.
Vendors are responsible for ensuring that all RFP amendments are received prior to submittal of proposals. Please check this site periodically for amendments or clarifications to the RFP. All proposals must be submitted as specified in Section L of the solicitation. For information about the Library of Congress FEDLINK Program, please visit http://www.loc.gov/flicc.
URL: https://www.fbo.gov/spg/LOC/CS/FEDLINKCS/LCFDL13R7100/listing.html
OutreachSystems Article Number: 130517/PROCURE/0065
Matching Key Words: video*; produc*; conference?; web; site?; instruct*; commercial?;
Department of the Air Force, Direct Reporting Unit – Air Force District of Washington, Acquisition Division, AFDW/PK, 1500 W. Perimeter RD. Suite 5750 Joint Base Andrews MD 20762
99 — Mass Notification Service FA7014-13-T-3017 052913 Jermaine Williams, Ctr., Contract Specialist, Email jermaine.williams.ctr@afncr.af.mil – William Caffaro, Contracting Officer, Email william.caffaro@afncr.af.mil This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. FA7014-13-T-3017. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66. The North American Industry Classification System (NAICS) code for this acquisition is 511210. The proposed contract type will be firm fixed-price and set-aside for Small Business.
CONTRACT LINE ITEM NUMBER:
LINE ITEM 0001: Mass Notification System-MIR3 (Brand Name or Equal), QTY:___, UNIT PRICE: ________, EXTENDED PRICE: ________.
System Requirements:
• Provide a minimum of 5 System Administrator Accounts and 2,000 Recipient Accounts.
• Issue mass notifications via web, email or phone to 2,000 personnel within 20 minutes.
• Allow recipients to respond by voice, email or menu choice via phone.
• 5,000 minutes of telephonic use per year in the base subscription.
• Ability to create and change mass notification message templates and message groups with easy to understand instructions that require little or no computer knowledge by the user.
• Ability to provide customized notifications to recipients in computer generated voice.
• Ability to record in human voice is desired but not required.
• Easily import contact data using MS Excel 2010 and later versions that will have the following categories but not limited to only these only: name/rank/office symbol/home phone/office phone/mobile phone…
• Allow access control and security with permissions.
• Ability to create individual contact groups.
• Compatible with Department of Defense Unclassified and Classified networks.
• Vendor shall provide Initial system operation and maintenance training for staff of 10 personnel within 15 days after contract award, and annual refresher training thereafter at no additional cost.
• Period of Performance shall begin no later than 01 Sep 2013.
• 24/7 maintenance and support.
Option Year 01:
LINE ITEM 1001: Mass Notification System-MIR3 (Brand Name or Equal), QTY:___, UNIT PRICE: ________, EXTENDED PRICE:________.
Option Year 02:
LINE ITEM 1001: Mass Notification System-MIR3 (Brand Name or Equal), QTY:___, UNIT PRICE: ________, EXTENDED PRICE: ________.
Option Year 03:
LINE ITEM 1001: Mass Notification System-MIR3 (Brand Name or Equal), QTY:___, UNIT PRICE: ________, EXTENDED PRICE: ________.
PERIOD OF PERFORMANCE:
01 Sep 13 to 30 Aug 14.
PERFORMANCE LOCATION:
WASHINGTON DC
FAR PROVISIONS:
The provision at 52.212-1, Instructions to Offerors-Commercial Items is hereby incorporated. Addendum to FAR Provision 52.212-1 applies to this acquisition is as follows: 52.252-1: http://farsite.hill.af.mil , 52.252-5: (b) DFARS (Chapter 2), 252.212-7000 and 252.225-7000. The following provisions are also applicable by reference: 52.202-1, 52.217-5, 52.252-1, 252.212-7001.
The provision at 52.212-2, Evaluation-Commercial Items is applicable to this solicitation and is hereby incorporated by full text:
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. The following factors shall be used to evaluate offers:
I.) Lowest Price (including options)
II.) Brand Name or Equal
(End of provision)
The provision at 52.212-3 — Offeror Representations and Certifications (Apr 2012) — Commercial Items is applicable to this solicitation and is hereby incorporated by reference. Offeror must include, with its offer, a completed copy of provision FAR 52.212- 3, Offeror Representations and Certifications-Commercial Items in full text. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision.
FAR CLAUSES:
The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.204-99, 52.253-1, 52.252-2: http://farsite.hill.af.mil , 52.252-6: (b) DFARS (Chapter 2), 252.204-7003, 252.204-7004, 252.212-7001, 252.225-7001, 252.225-7009, 252-247-7023, 252.211-7003 and 5352.242-9000. The following Clauses are also included: 52.217-8, 52.217-9, 52.222-50.
FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.219-6 and 52.232-33.
To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-82203 or e-mail at http://www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted electronically through Wide Area Work Flow. You can register at https://wawf.eb.mil.
LOCAL CLAUSES:
5352.201-9101, Ombudsman (AUG 2010)
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Elizabeth Hair, 1500 W Perimeter RD Suite 5750, Joint Base Andrews MD 20762, Phone # 240-612-6112. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
All responses and quotes must be received no later than 5:00 P.M. Eastern Time on 29 May 2013. Only written quotes with detailed technical information along with any amendments issued and acknowledged will be considered. All Brand Name or Equal offers must include information clearly stating technical equivalency with the requested brand name. Quotes will only be accepted via e-mail to the Contract Specialist listed below.
Please e-mail all responses and quotes concerning this solicitation in writing to Mr. Jermaine Williams, Ctr, Contract Specialist at jermaine.williams.ctr@afncr.af.mil. An official authorized to bind your company shall sign and date the quote.
Set-Aside: Total Small Business Place of Performance: Washington, DC US URL: https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-13-T-3017/listing.html
OutreachSystems Article Number: 130517/PROCURE/0486
Matching Key Words: writ*; copy; technical;
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St. Arlington VA 22209
99 – Documentary Video SAQMMA13PEPFAR 052013 JoAnn B Carroll, Contracting Officer, Phone 703-875-6038, Fax 703-516-1709, Email carrolljb@state.gov – JoAnn B Carroll, Contracting Officer, Phone 703-875-6038, Fax 703-516-1709, Email carrolljb@state.gov The U. S. Department of State (DoS), Bureau of the Office of the U.S. Global AIDS Coordinator, has a requirement for a contractor to provide a documentary video in support of the President’ Emergency Plan for AIDs Relief (PEPFAR).
This service includes the following: A 10 minute documentary based on information that consist of PEPFAR; Edited 2-3 minute and 5 minute clips; Short clips that can be imbedded and cited in remarks or presentations delivered by PEPFAR or other U. S. Government Officials; and Short clips that can be uploaded to PEPFAR social media channels (YouTube, Facebook, Twitter, etc.). All completed footages shall become the property of the U.S. government. The final products must be 508 compliant and be accompanied by a full transcript. The countries listed shall be visited to collect footages for the documentary are: Botswana, South Africa, & Zimbabwe; Cote d’Ivoire; Cambodia & Vietnam; Haiti & Dominican Republic; and Kenya, Malawi, & Rwanda. The PEPFAR documentary shall be launched in advance of World AIDS day, December 1, 2013 and all shooting and editing must be completed by October 15, 2013. Additional requirement: Offeror shall be responsible for providing a transcript, with the Government responsible for any requirements to translate the documentary. There are no Security Requirements. The NAICS code is 512240. It’s anticipated that this requirement will be awarded for a nine month period, with the period of performance starting June 1, 2013 through February 15, 2014, with a due date of October 15, 2013 for Documentary. Information is being sought from all small businesses including 8(a), HUBZone, and Service-Disabled Veteran-Owned Firms. Teaming arrangements are encouraged. Should your firm be interested in this requirement please submit your company’s capability statement in a 12 pitch Times New Roman, 3 page documentation limit to Tracy Ford via e-mail address at FordTR@state.gov by 2:00 Eastern Standard time on May 20, 2013. No telephone calls are accepted. For further information on postings for this requirement, FEDBIZOPPS has a notification system if you register at its website at http://www.fedbizopps.gov/.
Set-Aside: Total Small Business Place of Performance: See synopsis (various) US URL: https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA13PEPFAR/listing.html
OutreachSystems Article Number: 130517/PROCURE/0551
Matching Key Words: documentar*;
Department of Labor, Employment Training Administration, Office of Contracts Management, 200 Constitution Avenue, NW N-4649 Washington DC 20210
U — Operation of the Earle C Clements Job Corps Center DOLJ13PA20010Amended 062513 Jillian L Matz, Contracting Officer, Phone 202-693-2836, Fax 202-693-3846, Email matz.jillian@dol.gov This request for proposal is for the Operation of the Earle C Clements Job Corps Center, located in Morganfield, Kentucky.
PLEASE NOTE: THIS PRE-SOLICIATION NOTICE IS A RE-POST OF THE PRE-SOLICIATION NOTICE THAT WAS ISSUED ON FEBRUARY 4, 2013. DUE TO A CHANGE IN THE CONTRACTING OFFICER, IT WAS NECESSARY TO RE-POST THIS NOTICE, AS ACCESS TO PRIOR POSTINGS BY THE CONTRACTING OFFICER ARE NOT PERMITTED. THE EMPLOYMENT AND TRAINING ADMINISTRATION APOLOGIZES FOR ANY INCONVENIENCE THAT THIS RE-POSTING CAUSES.
SOLICITATION NUMBER DOLJ13PA20010 CONTAINS A POSTING OF THE SOLICITATION AND AMENDMENTS 0001 THROUGH 0004.
THIS NOTICE, DOLJ13PA20010 BEGINS WITH AMENDMENT NO. 0005, POSTED ON MAY 15, 2013.
URL: https://www.fbo.gov/spg/DOL/ETA/OJC/DOLJ13PA20010Amended/listing.html
OutreachSystems Article Number: 130516/PROCURE/0122
Matching Key Words: state!ky;
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road Suite 0119 Fort Belvoir VA 22060-6220
R — DLA, EEO Investigation Services DO135001 053113 constance v. house, Contract Specialist, Phone 7037671168, Fax 703-767-1172, Email constance.house@dla.mil – Beverly J Williams, Contracting Officer, Phone 703-767-1192, Fax 703-767-1130, Email Beverly.J.Williams@dla.mil This a Sources Sought for
information seeks to obtain industry concepts, capability and market information for Defense Logistics Agency (DLA) Equal Employment Opportunity (EEO)Investigation Services. This Request for information (RFI)does not in anyway constitute a Request-For-Proposal (RFP) and as such, shall not be construed as a commitment by the Government. The Government does not intend to award a contract on the basis of this notice, nor otherwise pay for proposal preparation costs supporting submission of a response to this RFI. Responses to this RFI shall include the name of the organization, point-of-contact, disclosure of small business status against Northern America Industry Classification System (NAICS) code 561611, Investigation Services, corporate capabilities, and experience of potential key personnel as it relates to the following criteria: (1) The lead contractor must be a United States Corporation or business entity; (2) Relevant experience with establishment, operation and management of consortia, partnerships and other collaborative technical and business arrangements; (3) relevant experience with the technical topics addressed above. To assist the Government in the analysis of the marketplace, responses shall be submitted electronically to the point of contact listed below on or before Friday, May 31, 2013, 11:00 am Eastern Daylight Time. All respondents are require to complete the System for Award Management (SAM) process to be considered eligible for any potential Department of Defense contracts. SAM registration information can be obtained at http://www.sam.gov. Electronic responses are preferred.
POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE:
1. Company name, address, phone number, primary contact (s), email address, NAICS code(s), business size (i.e. small/8(a)) and DUNS Number.
2. Provide a Statement of Capability that demonstrate the offeror’s past performance in providing this type of service.
All responses shall be submitted to the Defense Logistics Agency, Attn: Constance House, 8725 John J. Kingman Road, Fort Belvoir, VA 22060, email address: constance.house@dla.mil, reference Sources Sought for DLA, EEO Investigation Services. No contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. The Government will use responses to this sources sought synopsis to make appropriate acquisition decisions.
Background
The Defense Logistics Agency (DLA) is responsible for ensuring that Equal Employment Opportunity (EEO) complaints are processed fairly, promptly, thoroughly and in strict compliance with the Equal Employment Opportunity Commission (EEOC) complaint processing procedures. These procedures are set forth in Title 29 of the Code of Federal Regulations (CFR), Part 1614; EEOC Management Directive (MD) 110, Federal Sector Complaints Processing Manual; EEOC’s published enforcement guidance; and related documents. Part 1614.102 (c) (4) and (5) of the CFR assigns the Director of Equal Employment Opportunity the authority to receive and investigate individual complaints of discrimination. In implementing the regulations, it is required that discrimination complaints be promptly investigated. Such investigations must include a thorough review of the circumstances under which the alleged discrimination occurred.
The DLA is interest in receiving market information to provide highly qualified and experienced small businesses capable of conducting formal investigations into allegations of discrimination filed against the Defense Logistics Agency.
PERFORMANCE WORK STATEMENT
DEFENSE LOGISTICS AGENCY
EQUAL EMPLOYMENT OPPORTNITY (EEO) INVESTIGATIONS
1.0 INTRODUCTION
The Defense Logistics Agency (DLA) is responsible for ensuring that Equal Employment Opportunity (EEO) complaints are processed fairly, promptly, thoroughly and in strict compliance with the Equal Employment Opportunity Commission (EEOC) complaint processing
procedures. These procedures are set forth in Title 29 of the Code of Federal Regulations (CFR), Part 1614; EEOC Management Directive (MD) 110, Federal Sector Complaints Processing Manual; EEOC’s published enforcement guidance; and related documents. Part 1614.102 (c) (4) and (5) of the CFR assigns the Director of Equal Employment Opportunity the authority to receive and investigate individual complaints of discrimination.
In implementing the regulations, it is required that discrimination complaints be promptly investigated. Such investigations must include a thorough review of the circumstances under which the alleged discrimination occurred.
The purpose of this Performance Work Statement is to articulate the requirements to secure a highly qualified and experienced contractor to conduct formal investigations into allegations of discrimination filed against the Defense Logistics Agency.
2.0 TASKS
The contractor shall provide the following:
2.1 A fair, impartial, and timely EEO investigation of formal complaints of discrimination to identify and obtain evidence from all relevant sources and gather sufficient information relevant to the claims in the complaint to ascertain the validity of the allegation.
2.2 The contractor will investigate complaints of discrimination for the entire DLA Enterprise which consist of six (6) EEO Offices geographically dispersed across the United States.
2.3 The contractor shall complete a factually accurate Report of Investigation not later than Forty-Five (45) calendar days after receipt of case assignment/request letter.
The Report of Investigation shall be in accordance with, and satisfies the requirements of EEOC’s Management Directive 110, Chapter 6 – Development of Impartial and Appropriate Factual Records – with regard to both substance and form.
2.4 In the event a complainant amends his/her complaint during the investigation, the contractor/investigator will inform the Complainant that he/she must contact the
servicing EEO Office. If the Agency accepts the Complainant’s amendment, the contractor shall be granted reasonable additional time to complete the investigation as needed and the 45 day requirement shall we waived.
2.5 In addition to ongoing investigation services provided by the Contract throughout the duration off the performance period, the contractor shall provide adequate qualified staff to address the agency’s pending investigations. The contractor shall investigate all complaints not later than 45 calendar days from the date of assignment.
2.6 Investigations for three types of discrimination complaints, (1) Individual, (2) Consolidated and (3) Joint complaints.
An individual complaint exists when there is one complaint of discrimination filed by an employee, a former employee, or applicant for employment.
A consolidated complaint exists when two or more complaints of discrimination are filed by the same employee, former employee or applicant for employment, in which there are substantially similar or identical allegations of discrimination.
The Contractor is required to submit one report addressing all issues in the consolidated complaint.
A joint complaint exists when two or more complaints of discrimination consisting of substantially similar allegations of discrimination or relating to the same matter are filed by two or more complainants. The Contractor is required to submit separate reports on each complaint as stipulated in the “Contract/Performance Work Statement.”
2.7 Regardless of the type of discrimination complaint, work shall be performed in four major phases: (a) preparing for the investigation, (b) interviewing affiants and preparing their affidavits, (c) obtaining evidence and developing statistical information and (d) preparing the report of investigation. To conduct the investigation as efficiently as possible, the Contractor shall do the following:
2.7.1 Preparing for the Investigation:
Receive the case assignment from the servicing EEO Office not later than five (5)
calendar days from the date the complaint was accepted for investigation.
Thoroughly review the claims and the case file provided by the Agency. In the event upon review, the Contractor determines the claims have been improperly framed by the Agency, the Contractor will immediately notify the servicing EEO Office or Contracting Officer Representative (COR).
Plan and schedule the steps of investigation.
Make preliminary phone calls/emails to identifiable affiants/witnesses and coordinate his/her telephonic or on-site visit (if applicable). Preliminary contact of identifiable affidavits/witnesses at this point in the planning stage shall not take the place of face-to-face on site interviews.
2.7.2 Interview Affiants and Prepare their Affidavits:
The Contractor shall interview affiants identified by the Agency that have first- hand knowledge of the allegations raised in a complaint. After a review of the case file, the Contractor may interview additional witnesses not previously identified with the approval of the designated Agency representative.
2.7.3 Obtain Evidence and Statistical Information:
The Contractor shall determine the relevancy of evidence (e.g., documents) and statistical information. The Contractor shall have access to relevant personnel records and statistical data. The EEO Office shall retrieve those records/data identified and make such records/data available to the Contractor. The Contractor will review the
records/data collected and make one copy thereof. The Contractor shall assemble the records/data collected in the appropriate format to include the name and group identifier (race, color, religion, national origin, sex (including pregnancy and gender identity), sexual orientation, disability, age, genetic information, and/or reprisal for each person identified.
As may be necessary, the Contractor shall make oral/written follow-up requests to the servicing EEO Office or COR for evidence or statistical information. The EEO Office will contact the office that maintains the records and will coordinate the collection of evidence determined relevant by the Contractor. The servicing EEO Office shall provide data collected to the Contractor within 10 calendar days of the written request. Travel for the sole purpose of obtaining documentary or statistical evidence is not authorized under this contract.
The investigation shall include a thorough review of the circumstances under which the alleged discrimination occurred; the treatment of members of the complainant’s group as compared with the treatment of other similarly situated employees, if any; and any policies and/or practices that may constitute or appear to constitute discrimination, even though they have not been expressly cited by the complainant.
2.7.4 Preparing the Report of Investigation:
The Contractor shall ensure individual complaints are properly and thoroughly investigated; to include a thorough review of the circumstance under which the alleged discrimination occurred. The Contractor shall summarize the information collected during the investigation. The Contractor shall not make recommendations, comments, or conclusions.
Completed reports of Investigation shall include information listed below: – Contractor’s case assignment and/or request letter
Copy of Complaint
EEO Counselor’s Report and its attachments
Transmittal Letters
Acceptance letter with statement of issues and basis/bases accepted
A chart showing the relationship between the complainant, the witnesses alleged to be responsible for the action(s) and other affiants included in the Report of Investigation at the time of the alleged discriminatory events(s) or acts(s). If any of these relationships have changed, show the current relationship.
Affidavits typed, initialed, and signed from each affiant.
Documentation relevant to the issue(s) and basis(es) separately identified by the source and attested to for the accuracy. The investigator shall note any evidence of tampering with original documents that may not be apparent from the copies in the Report of Investigation.
Statistical data relevant to the issue(s) and basis(es) in the complaint. Survey of the general environment may include (1) interviews with persons
who may have knowledge of the environment; (2) policies and practices related to the work situation where the complaint arose that may constitute or appear to constitute discrimination even though not expressly cited by the complainant; or (3) working conditions.
3.0 DELIVERABLES
3.1 The Contractor shall provide one (1) electronic copy in both a Microsoft Word and PDF version on a compact disk (CD). The Report of Investigation shall be assembled in accordance with the instruction contained in the MD-110 Chapter 6, Section III; have a title page (see Appendix M), tabbed, pages numbered sequentially, and contain all documents pertinent to the complaint. All electronic copies must be password protected and have Optional Character Recognition (OCR) capability. See Clause 10.0 “Personally Identifiable Information (PII) below.” The Contractor shall provide Hard Copy only at the specific advanced request of the Agency.
3.2 The Report of Investigation (ROI) shall contain the following:
1. The notice of the EEO Counselor to the Complainant pursuant to 29 C.F.R. § 1614.105(d).
2. The written report of the EEO counseling efforts pursuant to § 1614.105(c), and any attached documents.
3. A copy of the complaint.
4. Acknowledgment of filing of complaint. If the agency did not accept all of the claims set forth in the complaint, the complaint file should include the agency’s partial dismissal determination and the agency’s rationale for its action.
5. A statement of claim(s) to be investigated.
6. A record of any activity before the EEOC, Office of Federal Operations.
7. Evidence collected by the investigator.
8. A summary of the investigation.
Features of the Complaint File
The completed complaint file shall have the following features:
1. Case index to documents and exhibits.
2. Tabbed sections for documents, exhibits, and explanatory material.
3. A typed summary of the investigation signed and dated by the investigator and containing a discussion and analysis of the evidence. See Section VIII of MD-110, Chapter 6 and Volume 2, EEOC’s Compliance Manual for further guidance.
Format for the Complaint File
The following is a suggested format for complaint files.
Binder – Heavy-duty cover or binder (if requested by the Agency otherwise submit in electronic format on a Compact Disk CD).
Title Page
Summary of investigation/summary analysis of the facts. The summary should cite to exhibits and evidence.
Case Index – The index to the file should list the contents of the file by tab and sequential page number.
Tab A – should contain the formal complaint and documents submitted by the complainant. (Individual documents under each tab should be consecutively numbered in addition to being identified as part of the tab. Example A-1, A-2, A-3, etc.).
Tab B – should contain the EEO Counselor’s report and all documents generated in the informal process. Included here should be the notice of right to file a complaint.
Tab C – should contain the agency’s notice of claims to be investigated pursuant to Section IV.A.1 of this Chapter. Copies of any other documents bearing on delineation of the claims to be investigated should also be included. Documents pertaining to the partial dismissal of claim(s) should be included in this tab.
Tab D – should document attempts at informal resolution; however, documentation should not include the substance of such attempts.
Tab E – should contain any documentation of appellate activity and any decisions affecting the processing of the complaint.
Tab F – should contain the evidence and documents in a logical order, with documents further separated by numerical tabs as necessary.
Tab G – should contain any miscellaneous material.
In addition Exhibits shall include the following:
Contractor’s case assignment letter and letter of authority
Relationship Chart
Affidavits – each affidavit shall be tabbed (for hard copy copies only) Documentation relevant to the issues(s) and basis(es). Each document shall be
tabbed and/or sub-tabbed. For example, each applicant resume’ shall have a
sub-tab; a tab shall separate all of the resumes from other file documents
(applicable to Hard Copy ROIs). Statistical information
4.0 TECHNICAL REQUIREMENTS Offeror Technical Qualifications:
Offerors must provide in their Proposal written technical information that demonstrates their
qualifications to meet all requirements of the Performance Work Statement (PWS) including highly qualified personnel to perform the required services.
This technical information must include the following information:
4.1 Understanding the Work. The Offeror must demonstrate in their Proposal the understanding of the requirements specified in the PWS. To include discussion of anticipated difficulties and problem areas, together with potential or recommended approaches for their resolution with an emphasis on risk mitigation.
4.2 Plans and Methods of approach and Completion. The Offeror must demonstrate in their quote a proposed plan to meet the task requirements defined in the PWS. The Offeror must provide a soundness approach and the extent to which the quote demonstrates satisfactory methods of accomplishing the requirements of the PWS. The Offeror must state the skills and size of the proposed staff/personnel to perform the requirements specified in the PWS, which includes security requirements.
4.3 Staffing Plan/Resumes. The Offeror must demonstrate an ability to provide a cadre of highly qualified staff personnel to perform the tasks requirements of the PWS.
4.5 The Offeror shall provide in its proposal a list of at least three (3) recent past or present references by Federal agencies and/or private sector companies for it is/was employed.
4.6 The Offeror shall provide in its proposal a sampling of a least seven (7) resumes of
Investigators. The resumes shall include but not limited to the following: Years of experience
The manner in which his/her experience was obtained
Formal education
Types and number of Complaints investigated
List of Federal agencies for which they have performed work
References
Certification of receipt of annual training requirements
The investigative report format is to be prepared and assembled as outlined in the U.S. EEOC Management Directive 110, Chapter 6 “Development of Impartial and Appropriate Factual Records.”http://www.eeoc.gov/federal/directives/md110/chapter6.html
4.7 The Offeror shall ensure all Investigators receive the minimum required annual training in accordance with U.S. EEOC guidelines.
4.8 The Offeror shall address in its proposal the ability to provide adequate qualified staff to address the Agency’s need to investigate cases pending investigation promptly and accurately. The Contractor shall investigate all complaints not later than 45 calendar days from the date of assignment.
4.9 The Offeror must prepare a detailed investigative plan before each investigation begins.
5.0 PAST PERFORMANCE
Past Performance will be evaluated based on each offeror’s written submission and any additional, applicable relevant Past Performance criteria standards.
5.1 Demonstrate relevant past corporate experience by providing evidence of past performance of work similar to the work contemplated by this RFQ during the last three
years. Identify any federal, state and local government, and private contract customers (contract number, technical point of-contact, address, and telephone number.
5.2 Provide a list of references who will be able to provide information about offeror performance during the past three (3) years regarding:
The quality and timeliness of offeror work
The reasonableness of offeror prices, costs, and claims
The reasonableness of offeror business behavior i.e. offeror willingness to cooperate and helpfulness in solving problems
Offeror concern for the interests of their customer
Offeror integrity
Offeror ability to provide qualified personnel
5.3 At least three references are required. The offeror shall provide at least three references with their past performance.
5.4 Before including any person as a reference, verify the accuracy, currency, and completeness of the reference’s mailing address, e-mail address, and telephone number, and that the reference is willing to cooperate in this evaluation effort. The inability to reach any of an offeror’s references or their unwillingness to provide the requested information may affect the Government’s evaluation capability.
5.5 Offerors must either provide the above information with their proposal or affirmatively state that no past performance history exists.
6.0 CONTRACTOR LOCATIONS AND TRAVEL REQUIREMENTS
6.1 The Agency has employees geographically dispersed across the entire United States and Outside the Continental United States (OCONUS).
6.2 Although the Agency will likely in most cases request the Contractor to conduct electronic investigations (telephone, email, fax), the contractor must have the ability to conduct onsite investigations if required. The determination for the need for either type will be made by the Agency. Onsite investigations to OCONUS locations are not likely, however the Contractor shall provide an onsite investigation to an OCONUS location if the Agency determines based on the sensitivity and severity of the facts in the case warrant such.
6.3 In order to minimize the costs of travel for onsite investigations, the Offeror shall have a full or part-time staff of highly qualified and experienced investigators that is geographically dispersed across the United States. If the Offeror does not have investigators which it either employs on a full time or part time basis, it shall have ready access to a sufficient pool of geographically dispersed, highly qualified and experienced
investigators that can fulfill the requirements identified in Paragraph 5.0 “Contractor’s Location and Travel Requirements” above.
6.4 The Contractor will make every effort to assign investigators to a case which is in a reasonable geographic proximity to the location of the onsite investigation in an effort to minimize the costs of travel expense to the Agency.
6.5 Reasonable travel expenses will be paid through this contract to the Contractor for on-site investigations and will be agreed upon on a case-by-case basis between the Agency and the Contractor.
6.6 All travel requirements will be approved by the government in advance and will be conducted in accordance with the Joint Travel Regulations (JTR).
7.0 SECURITY
7.1 The Offeror shall ensure all Investigators can successfully pass a security background investigation and maintain current security eligibility as investigators will have escorted access to Government and military facilities and access to non-critical sensitive information. The governing regulation is the DoD 5200.2-R, Personnel Security
Program. The Contractor shall be responsible for any background investigations required.
7.2 The Offeror shall have a cadre of Investigators who possess and maintain active
Secret and Top Secret security clearances.
8.0 ADMINISTRATIVE SUPPORT BY THE AGENCY
Administrative support provided to Contractor will be limited to the following:
One copy of the Counselor’s Report and pertinent documents related to the formal filing of complaints.
Assistance with obtaining evidence and statistical information from internal DLA
organizations when prior attempts by the Investigator were unsuccessful
Government Furnished Property – Office space for interviews
Government Furnished Property – Access to copier and fax machines when required
The Contractor is responsible for all administrative, clerical, and photocopying support not provided for above, as well as appropriate sanitation of all documents.
9.0 DELIVERY
9.1 At the conclusion of the investigation and upon development of the Report of Investigation, the Contractor shall return all files and related documents to the servicing EEO Office.
9.2 Delivery of the Report of Investigation shall be made to the servicing EEO Office not later than three (3) calendar days after completion of the Report of Investigation.
9.3 The Agency has six (6) servicing EEO Offices and the DLA organization for which the complaint arose will determine what office is the servicing EEO Office. Report of Investigations shall be delivered to one of the following EEO Offices (mailing addresses will be provided to the successful Offeror upon award of the contract):
DLA Headquarters EEO Operations Division, Fort Belvoir, VA DLA Troop Support, Philadelphia, PA
DLA Aviation, Richmond, VA
DLA Disposition Services/DLA Logistics Information Service, Battle, Creek, MI DLA Distribution, New Cumberland, PA
DLA Land & Maritime, Columbus, OH
9.4 The servicing EEO Office will receive and review the Repot of Investigation for sufficiency within seven (7) calendar days upon receipt. In the event the report of investigation is not sufficient, it will be returned to the Contractor to make appropriate corrections within seven (7) calendar days. An investigation will be deemed complete when the Agency has determined the Report of Investigation is sufficient.
10.0 DELAY IN PROCESSING
10.1 A complete and factually accurate Report of Investigation must be received by the Agency not later than forty-five (45) calendar days of receipt of case assignment/request letter.
10.2. The Contractor shall reduce its price quoted above for each Report of Investigation untimely received by the Agency by the following schedule
If Report of Investigation is 1 to 3 days late Invoice to be paid shall be 97 percent
If Report of Investigation is 4 to 6 days late Invoice to be paid shall be 95 percent
If Report of Investigation is 7 to 10 days late Invoice to be paid shall be 93 percent
If Report of Investigation is 11 days or more Invoice to be paid shall be 90 percent
10.3 To the extent the Contractor is unable to complete the investigation and provide the Report of Investigation in the required timeframe identified above due to delays attributable to the Government, the Contractor must immediately contact the Contracting
Officer Representative (COR). The Contractor shall not be held responsible for delays attributable to the Government.
11.0 INVOICING
The Contractor shall invoice the Government upon completion of each case through Wide Area Workflow (WAWF). In the event a supplemental investigation is required, the contractor shall invoice upon completion of the supplemental investigation including the price for the initial investigation and the supplemental investigation (itemized).
11.1 The invoice will include the DLA Contract Number and period of performance for all CLINSs, DLA Complaint Case Number, type of investigation for example, Individual case – continuing violation, dates of investigation, invoice number and date, contractor’s business address, phone/fax numbers, and email address. The invoice shall also include the payment remittance information.
11.2 The contractor shall make the following headings under the Period of Performance: CLIN Number, Labor Category, Rate Per Hour (if applicable). Each Labor Category shall have its own CLIN number.
11.3 All invoices shall be received by the Agency not later than 20 calendar days of completion of the Investigation and shall be addressed to:
HQs Defense Logistics Agency (DLA) DLA-DO, Room 1127
8725 John J. Kingman Road, Stop 2533
Fort Belvoir, VA 22060-6221
11.4 Invoices will be certified and approved for payment upon notification from the servicing EEO Office that a Report of Investigation is sufficient.
12.0 CONFLICT OF INTEREST
12.1 If for any reason, the DLA Agency/Servicing EEO Office or the Contractor determines a potential or real conflict of interest exists in the Investigation of a DLA complaint by the Contractor, the Contractor or the Agency shall immediately notify the other party. The Contractor shall cease all work until a discussion between the parties is conducted to determine the appropriate course of action going forward. If it is determined that a real conflict exists between a particular Investigator and an Agency witness, the Contractor shall reassign the Investigation to another investigator.
13.0 PROTECTING PERSONALLY IDENTIFIABLE INFORMATION (PII)
13.1 Emails to and from the Contractor must not contain unprotect PII. Any electronic communication that contains PPI must be password protected. The Contractor will be provided a unique password by the servicing EEO Office to secure all electronic documents containing PII. Additionally, the contractor shall be responsible for the protection of PII in their custody at all times including all documents containing PII retained by the contractor after completion of the EEO investigation.
14.0 WITHDRAWAL, DISMISSAL, AND SETTLEMENT
14.1 In the event a complainant withdraws his/her complaint or the complaint is dismissed, or settled prior to the conclusion of the investigation, the Agency shall pay the Contractor their basic per case rate minus the cost for the reproduction of the Report of Investigation and any agreed upon number of copies (if applicable) and/or format the Report of Investigation would have been delivered (e.g. Original hard copy and/or CD copy). All documentation collected and produced to the point of the settlement or withdrawal of the case shall be returned by the Contractor/Investigator to the servicing EEO Office.
15.0 ATTACHMENTS, APPENDICES, AND EXHIBITS
15.1 The applicable pertinent federal regulation and directives are found at 29 Code of
Federal Regulations, Part 1614; and EEOC Management Directive (MD) 110.
http://ecfr.gpoaccess.gov/cgi/t/text/text- idx?c-ecfr&tpl-/ecfrbrowse/Title29/29cffr1614_main_02.tpl
http://www.eeoc.gov/federal/directives/md110/chapter6.html
16.0 PERIOD OF PERFORMANCE
The Period of Performance (PoP) is the following:
Base Year: 30 September 2013 through 29 September 2014
Option Year 1: 30 September 2014 through 29 September 2015
Option Year 2: 30 September 2015 through 29 September 2016
Option Year 3: 30 September 2016 through 29 September 2017
Option Year 4: 30 September 2017 through 29 September 2018
17.0 CONTRACTOR REQUIREMENTS TO ENTER DEFENSE LOGISTIC AGENCY FACILITIES
For on-site investigations, all Investigators must have a photo ID that is accepted by the security personnel to enter any DLA facility and its grounds or buildings. Once contract is awardedtThe Contracting Officer Representative will provide the Contractor with the DLA security Office requirements regarding acceptable photo IDs. Investigators shall arrive not later than 30 minutes prior to a scheduled investigation regardless of where the investigation is located.
Contractors must wear appropriate contractor badges and be escorted through DLA by approved DLA personnel at all times when on a DLA facility, its grounds, or buildings.
Contractors must identify themselves as a DLA Contractor working under a DLA Contract at all times when communicating with any DLA employee or other individual associated with the investigation for he/she is investigating.
Contractors must not speak on behalf of the government at any time before, during, or after an
EEO investigation.
Set-Aside: Total Small Business Place of Performance: 8725 John J. Kingman Road Fort Belvoir, VA 22192 US URL: https://www.fbo.gov/spg/DLA/J3/DLA-DSS/DO135001/listing.html
OutreachSystems Article Number: 130516/PROCURE/0607
Matching Key Words: documentar*; writ*; copy; technical; procedure?;
Department of Energy, Federal Locations, Western Area Power Administration,
R — Consulting Svcs – Strategic Roadmapping Services DE-SOL-0005617 052013 DD DD, Contract Specialist, Phone 7209627156, Email daly@wapa.gov This is a Combined Synopsis/Solicitation, no other documents shall be provided. Below is the Statement of Objectives:
Background
Western Area Power Administration (Western) in Lakewood, Colorado, is seeking professional consultant services to assist in the development of a Strategic Roadmap to help guide decisions and planning. This Roadmap shall include electricity marketing, transmission services, construction, and maintenance of transmission lines and substations. It shall provide a 10-year future view of the potential strategies for Western continuance in providing premier power marketing and transmission services to customers, as well as contributing toward enhancing America’s energy security and sustaining our nation’s economic vitality.
The purpose of this Statement of Objectives (SOO) is to detail objectives with regard to developing a Strategic Roadmap for Western.
The Contractor shall demonstrate they possess the necessary experience, expertise, working knowledge, and skills to perform all requested work, which includes the analysis necessary to develop business models, plans, and recommendations in support of the development of the Strategic Roadmap.
**Experience working with a Federal Power Marketing Administration is required as well as knowledge and experience in Roadmapping for electric utilities and municipalities**
Objectives or Scope of Effort
The Strategic Roadmap shall be a multi-level analytical tool that arrays desired business outcomes along a timeline with considerations for Corporate Governance, Enterprise Risk, Technology, Financial, and other relevant factors.
Requested is a recommendation with focus on sound business practices and capital investment strategies, which provide options/guidance with regard to more efficient and effective business operations. (I.e. Western)
The concept is anticipated to view any initiative not as an endpoint, but rather as part of a larger process, and make recommendations regarding longer term strategic needs as opposed to the tactical urgency. The recommended process utilized to create this roadmap shall portray the future vision regarding the role and relevancy of Western 10 years into the future, including description of how it got there – rather than defining the steps. The concept shall leverage Western’s strengths and shall offer recommendations to assist Western in being flexible and adaptable to changing market conditions.
This Roadmap shall provide Western with objective recommendations that detail options and guidance for moving forward and possibly aid in the future establishment of the Western-wide strategic and organizational direction, as well as alignment of Western’s long-term value and relevancy to customers, stakeholders, and employees.
Anticipated Outcomes Contained in Roadmap:
• Align governance, organizational structure, and business processes
• Provide a filter and context to facilitate decision making and strategic planning
• Enable employee understanding and seeing the interplay and alignment of capital plans, projects, Operations & Maintenance, governance issues and other strategic initiatives
• Provide a path and destinations to achieve the long-term goals and future desired state
• Identify and address gaps and opportunities in current strategic initiatives, capital plans, policies, procedures, programs, and operations
• Provide a story to tell current customers and stakeholders about Western’s strategy and future plans
Deliverables: Due dates & times TBD after Award
Develop and provide ‘Strategic Roadmap’ (utilizing data collected through collaboration/participation from internal and external stakeholders)
Final Report to document the process in complete detail;
Provide high level written recommendations;
Build the basis for planning.
Options – to be negotiated and priced if requested:
Option 1: May be required to prepare formal presentation and assist in presenting roadmap and strategy to customers, stakeholders, management officials, and employees
Option 2: May be required to provide support to Management in cascading the information to both internal and external customers
Due to fast response time – ‘Questions’ shall be submitted NLT May 16, 2013 by noon – in writing to daly@wapa.gov;
Submission of RFP’s: daly@wapa.gov; NLT May 20, 2013 1pm MT
52.212-2 Evaluation-Commercial Items
EVALUATION-COMMERCIAL ITEMS (JAN 1999)
(a) The Government will award an open market order resulting from this Request for Proposal (RFP) to the responsible offeror whose offer conforming to the RFP will be the best value to the Government, price and other factors considered.
FAR Subpart 2.1-Definitions
2.101 Definitions.
“Best value” means the expected outcome of an acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement.
The following factors shall be used to evaluate offers:
Factor 1: Technical Criteria Requirements
1) Expertise/Experience:
The Offeror shall submit:
1) Proposed skill level detailing specific expertise, and experience, as related to development, preparation, and presentation of federal government strategic roadmapping.
2) Technical Approach:
Detail the proposed technical approach for delivery of required final requested ; include any proposed subcontracting support and what activity shall be accomplished by the subcontractor.
Factor 2: Past Performance
Past Performance will be evaluated based on regency (similar/same service support) and relevancy to the requirements as stipulated in the Statement of Objectives.
Required is Past Performance information in conducting strategic roadmapping for other governmental organizations. The Government will evaluate the Past Performance of the Offeror by contacting client references for similar work performed. The Government shall determine how well the Offeror performed the same or similar services under previous Government as well as private sector contracts. Required is a minimum of three (3) client references for Strategic Roadmapping accomplished within the past two (2) years. Current contact information for client references shall be provided within the proposal.
An Offeror that lacks recent and relevant work will be assigned a neutral rating.
Factor 3: Pricing
1) Best Pricing:
Offeror’s shall submit their best pricing as Western intends to award an open market order under the procedures of FAR Part 12 and 13. Western will review the Offeror’s pricing to determine if the proposed pricing is fair and reasonable based on market research, historical awards, and in comparison to other price quotes received. Western reserves the right to reject any quote where the pricing is not fair and reasonable in comparison to the scope of work or appears to be unbalanced.
2) Price Reduction Request:
Western is seeking price reductions from the Offeror with the request for proposal. The Offeror is responsible for including a response in their package submission to indicate they are offering a discount or price reduction into their quoted prices or there is no discount or reduction offered. Prices will be evaluated by comparison to the offeror’s schedule prices and other price quotes received.
As the technical merits of the quotes become more equal, price may become the determining factor.
(b) No Options
(c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision)
52.212-4 Contract Terms and Conditions – Commercial Items. (FEB 2012) 2
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper. (May 2011) 7
52.204-12 Data Universal Numbering System Number Maintenance (DEC 2012) 7
52.204-13 Central Contractor Registration Maintenance (DEC 2012) 8
52.217-8 Option to Extend Services. (NOV 1999) 9
52.222-17 Nondisplacement of Qualified Workers. (JAN 2013) 9
52.227-14 Rights in Data–General. (DEC 2007) 13
52.252-2 Clauses Incorporated by Reference. (FEB 1998) 17
952.242-70 Technical Direction. (DEC 2000) 17
DOE-G-1007 Contracting Officer’s Representative 18
WES-G-1001 CORRESPONDENCE PROCEDURES (WAPA, JAN 2008) 18
WES-G-1003 ASSIGNED CONTRACTING OFFICER (WAPA, JAN 2008) 18
WES-G-1004 CONTRACTOR’S CONTRACT ADMINISTRATION (WAPA, FEB 2008) 19
DOE-H-1052 Lobbying Restriction (Energy and Water Development and Related Agencies Appropriations Act, 2010) 19
WES-H-1003 STATE OF COLORADO TAX EXEMPTION (WAPA, FEB 2008) 19
WES-H-1014 LABOR HOUR CONTRACT (WAPA, FEB 2008) 19
WES-H-1018 REQUIREMENT FOR SIGNED, PAPER DOCUMENTS (WAPA, SEP 2011) 19
WES-H-1022 INDEMNITY (WAPA, FEB 2008) 20
WES-H-1023 REQUIRED INSURANCE (WAPA, FEB 2008) 20
WES-H-1031 FOREIGN VISITORS AND CONTRACT EMPLOYEES (WAPA, MAY 2005) 20
WES-H-1048 LIMITATION OF COSTS RESULTING FROM SUBCONTRACTING PRICE ADJUSTMENTS (WAPA, FEB 2008) 20
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items. (JAN 2013) 21
52.212-1 Instructions to Offerors – Commercial Items. (FEB 2012) 26
52.216-1 Type of Contract. (APR 1984) 30
WES-L-1002 REQUIREMENTS FOR ELECTRONIC SUBMISSION OF PROPOSALS (WAPA, SEP 2011) 30
WES-L-1012 QUESTIONS CONCERNING THE SOLICITATION (WAPA, MAR 2002) 30
52.212-3 Offeror Representations and Certifications-Commercial Items. (DEC 2012) 31
52.212-4 Contract Terms and Conditions – Commercial Items. (FEB 2012)
(a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights -(1) Within a reasonable time after the defect was discovered or should have been discovered; and
(2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item.
(b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third party makes payment (e.g., use of the Governmentwide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract.
(c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties.
(d) Disputes. This contract is subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601-613). Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract.
(e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference.
(f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence.
(g) Invoice. (1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include–
(i) Name and address of the Contractor;
(ii) Invoice date and number;
(iii) Contract number, contract line item number and, if applicable, the order number;
(iv) Description, quantity, unit of measure, unit price and extended price of the items delivered;
(v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading;
(vi) Terms of any discount for prompt payment offered;
(vii) Name and address of official to whom payment is to be sent;
(viii) Name, title, and phone number of person to notify in event of defective invoice; and
(ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract.
(x) Electronic funds transfer (EFT) banking information.
(A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract.
(B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer–Central Contractor Registration, or 52.232-34, Payment by Electronic Funds Transfer–Other Than Central Contractor Registration), or applicable agency procedures.
(C) EFT banking information is not required if the Government waived the requirement to pay by EFT.
(2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315.
(h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings.
(i) Payment. (1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract.
(2) Prompt payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR part 1315.
(3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for the appropriate EFT clause.
(4) Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the specified payment date if an electronic funds transfer payment is made.
(5) Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall–
(i) Remit the overpayment amount to the payment office cited in the contract along with a description of the overpayment including the–
(A) Circumstances of the overpayment (e.g., duplicate payment, erroneous payment, liquidation errors, date(s) of overpayment);
(B) Affected contract number and delivery order number, if applicable;
(C) Affected contract line item or subline item, if applicable; and
(D) Contractor point of contact.
(ii) Provide a copy of the remittance and supporting documentation to the Contracting Officer.
(6) Interest. (i) All amounts that become payable by the Contractor to the Government under this contract shall bear simple interest from the date due until paid unless paid within 30 days of becoming due. The interest rate shall be the interest rate established by the Secretary of the Treasury as provided in Section 611 of the Contract Disputes Act of 1978 (Public Law 95-563), which is applicable to the period in which the amount becomes due, as provided in (i)(6)(v) of this clause, and then at the rate applicable for each six-month period as fixed by the Secretary until the amount is paid.
(ii) The Government may issue a demand for payment to the Contractor upon finding a debt is due under the contract.
(iii) Final decisions. The Contracting Officer will issue a final decision as required by 33.211 if–
(A) The Contracting Officer and the Contractor are unable to reach agreement on the existence or amount of a debt within 30 days;
(B) The Contractor fails to liquidate a debt previously demanded by the Contracting Officer within the timeline specified in the demand for payment unless the amounts were not repaid because the Contractor has requested an installment payment agreement; or
(C) The Contractor requests a deferment of collection on a debt previously demanded by the Contracting Officer (see 32.607-2).
(iv) If a demand for payment was previously issued for the debt, the demand for payment included in the final decision shall identify the same due date as the original demand for payment.
(v) Amounts shall be due at the earliest of the following dates:
(A) The date fixed under this contract.
(B) The date of the first written demand for payment, including any demand for payment resulting from a default termination.
(vi) The interest charge shall be computed for the actual number of calendar days involved beginning on the due date and ending on–
(A) The date on which the designated office receives payment from the Contractor;
(B) The date of issuance of a Government check to the Contractor from which an amount otherwise payable has been withheld as a credit against the contract debt; or
(C) The date on which an amount withheld and applied to the contract debt would otherwise have become payable to the Contractor.
(vii) The interest charge made under this clause may be reduced under the procedures prescribed in 32.608-2 of the Federal Acquisition Regulation in effect on the date of this contract.
(j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon:
(1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or
(2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination.
(k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties.
(l) Termination for the Government’s convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor’s records. The Contractor shall not be paid for any work performed or costs incurred which reasonably could have been avoided.
(m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience.
(n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession.
(o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract.
(p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items.
(q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract.
(r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. 3701, et seq., Contract Work Hours and Safety Standards Act; 41 U.S.C. 51-58, Anti-Kickback Act of 1986; 41 U.S.C. 265 and 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. 423 relating to procurement integrity.
(s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order:
(1) The schedule of supplies/services.
(2) The Assignments, Disputes, Payments, Invoice, Other Compliances, and Compliance with Laws Unique to Government Contracts paragraphs of this clause.
(3) The clause at 52.212-5.
(4) Addenda to this solicitation or contract, including any license agreements for computer software.
(5) Solicitation provisions if this is a solicitation.
(6) Other paragraphs of this clause.
(7) The Standard Form 1449.
(8) Other documents, exhibits, and attachments.
(9) The specification.
(t) Central Contractor Registration (CCR). (1) Unless exempted by an addendum to this contract, the Contractor is responsible during performance and through final payment of any contract for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government’s reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document.
(2)(i) If a Contractor has legally changed its business name, “doing business as” name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in FAR subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day’swritten notification of its intention to (A) change the name in the CCR database; (B) comply with the requirements of subpart 42.12; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name.
(ii) If the Contractor fails to comply with the requirements of paragraph (t)(2)(i) of this clause, or fails to perform the agreement at paragraph (t)(2)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the “Suspension of Payment” paragraph of the electronic funds transfer (EFT) clause of this contract.
(3) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor’s CCR record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the “Suspension of payment” paragraph of the EFT clause of this contract.
(4) Offerors and Contractors may obtain information on registration and annual confirmation requirements via CCR accessed through https://www.acquisition.gov or by calling 1-888-227-2423 or 269-961-5757. (End of clause)
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper. (May 2011)
(a) Definitions. As used in this clause -
“Postconsumer fiber” means-(1) Paper, paperboard, and fibrous materials from retail stores, office buildings, homes, and so forth, after they have passed through their end-usage as a consumer item, including: used corrugated boxes; old newspapers; old magazines; mixed waste paper; tabulating cards; and used cordage; or
(2) All paper, paperboard, and fibrous materials that enter and are collected from municipal solid waste; but not
(3) Fiber derived from printers’ over-runs, converters’ scrap, and over-issue publications.
(b) The Contractor is required to submit paper documents, such as offers, letters, or reports that are printed or copied double-sided on paper containing at least 30 percent postconsumer fiber, whenever practicable, when not using electronic commerce methods to submit information or data to the Government. (End of clause)
52.204-12 Data Universal Numbering System Number Maintenance (DEC 2012)
(a) Definition. Data Universal Numbering System (DUNS) number, as used in this clause, means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities, which is used as the identification number for Federal Contractors.
(b) The Contractor shall ensure that the DUNS number is maintained with Dun & Bradstreet throughout the life of the contract. The Contractor shall communicate any change to the DUNS number to the Contracting Officer within 30 days after the change, so an appropriate modification can be issued to update the data on the contract. A change in the DUNS number does not necessarily require a novation be accomplished. Dun & Bradstreet may be contacted-
(1) Via the internet at http://fedgov.dnb.com/webform or if the Contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or
(2) If located outside the United States, by contacting the local Dun and Bradstreet office. (End of clause)
52.204-13 Central Contractor Registration Maintenance (DEC 2012)
(a) Definitions. As used in this clause-
Central Contractor Registration (CCR) database means the primary Government repository for Contractor information required for the conduct of business with the Government.
Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities, which is used as the identification number for Federal Contractors.
Data Universal Numbering System+4 (DUNS+4) number means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at subpart 32.11) for the same concern.
Registered in the CCR database means that-
(1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the CCR database; and
(2) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record “Active”. The Contractor will be required to provide consent for TIN validation to the Government as a part of the CCR registration process.
(b) The Contractor is responsible for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government’s reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis, from the date of initial registration or subsequent updates, its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document.
(c)(1)(i) If a Contractor has legally changed its business name, doing business as name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day’swritten notification of its intention to-
(A) Change the name in the CCR database;
(B) Comply with the requirements of subpart 42.12 of the FAR; and
(C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor shall provide with the notification sufficient documentation to support the legally changed name.
(ii) If the Contractor fails to comply with the requirements of paragraph (c)(1)(i) of this clause, or fails to perform the agreement at paragraph (c)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the “Suspension of Payment” paragraph of the electronic funds transfer (EFT) clause of this contract.
(2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see FAR subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor’s CCR record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the “Suspension of Payment” paragraph of the EFT clause of this contract.
(3) The Contractor shall ensure that the DUNS number is maintained with Dun & Bradstreet throughout the life of the contract. The Contractor shall communicate any change to the DUNS number to the Contracting Officer within 30 days after the change, so an appropriate modification can be issued to update the data on the contract. A change in the DUNS number does not necessarily require a novation be accomplished. Dun & Bradstreet may be contacted-
(i) Via the internet at http://fedgov.dnb.com/webform or if the Contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or
(ii) If located outside the United States, by contacting the local Dun and Bradstreet office.
(d) Contractors may obtain additional information on registration and annual confirmation requirements at https://www.acquisition.gov. (End of clause)
52.217-8 Option to Extend Services. (NOV 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by writtennotice to the Contractor within thirty days (30) of contract expiration date.
(End of clause)
52.222-17 Nondisplacement of Qualified Workers. (JAN 2013)
(a) Service employee, as used in this clause, means any person engaged in the performance of a service contract other than any person employed in a bona fide executive, administrative, or professional capacity, as those terms are defined in 29 CFR part 541. The term “service employee” includes all such persons regardless of any contractual relationship that may be alleged to exist between a contractor or subcontractor and such persons.
(b) The Contractor and its subcontractors shall, except as otherwise provided herein, in good faith offer those service employees employed under the predecessor contract whose employment will be terminated as a result of award of this contract or the expiration of the contract under which the service employees were hired, a right of first refusal of employment under this contract in positions for which the service employees are qualified.
(1) The Contractor and its subcontractors shall determine the number of service employees necessary for efficient performance of this contract and may elect to employ fewer employees than the predecessor Contractor employed in connection with performance of the work.
(2) Except as provided in paragraph (c) of this clause, there shall be no employment opening under this contract, and the Contractor and any subcontractors shall not offer employment under this contract, to any person prior to having complied fully with this obligation.
(i) The successor Contractor and its subcontractors shall make a bona fide express offer of employment to each service employee as provided herein and shall state the time within which the service employee must accept such offer, but in no case shall the period within which the service employee must accept the offer of employment be less than 10 days.
(ii) The successor Contractor and its subcontractors shall decide any question concerning a service employee’s qualifications based upon the individual’s education and employment history, with particular emphasis on the employee’s experience on the predecessor contract, and the Contractor may utilize employment screening processes only when such processes are provided for by the contracting agency, are conditions of the service contract, and are consistent with Executive Order 13495.
(iii) Where the successor Contractor does not initially offer employment to all the predecessor contract service employees, the obligation to offer employment shall continue for 90 days after the successor contractor’s first date of performance on the contract.
(iv) An offer of employment will be presumed to be bona fide even if it is not for a position similar to the one the employee previously held, but is one for which the employee is qualified, and even if it is subject to different employment terms and conditions, including changes to pay or benefits. (See 29 CFR 9.12 for a detailed description of a bonafide offer of employment).
(c)(1) Notwithstanding the obligation under paragraph (b) of this clause, the successor Contractor and any subcontractors (i) may employ under this contract any service employee who has worked for the contractor or subcontractor for at least three months immediately preceding the commencement of this contract and who would otherwise face lay-off or discharge, (ii) are not required to offer a right of first refusal to any service employee(s) of the predecessor contractor who are not service employees within the meaning of the Service Contract Act, 41 U.S.C. 6701(3), and (iii) are not required to offer a right of first refusal to any service employee(s) of the predecessor contractor whom the Contractor or any of its subcontractors reasonably believes, based on the particular service employee’s past performance, has failed to perform suitably on the job (see 29 CFR 9.12(c)(4) for additional information). The successor Contractor bears the responsibility of demonstrating the appropriateness of claiming any of these exceptions.
(2) In addition, any Contractor or subcontractor that has been certified by the U.S. Small Business Administration as a HUBZone small business concern must ensure that it complies with the statutory and regulatory requirements of the HUBZone Program (e.g., it must ensure that at least 35 percent of all of its employees reside within a HUBZone). The HUBZone small business Contractor or subcontractor must consider whether it can meet the requirements of this clause and Executive Order 13495 while also ensuring it meets the HUBZone Program’s requirements.
(3) Nothing in this clause shall be construed to permit a Contractor or subcontractor to fail to comply with any provision of any other Executive order or law. For example, the requirements of the HUBZone Program (see FAR subpart 19.13), Executive Order 11246 (Equal Employment Opportunity), and the Vietnam Era Veterans’ Readjustment Assistance Act of 1974 may conflict, in certain circumstances, with the requirements of Executive Order 13495. All applicable laws and Executive orders must be satisfied in tandem with, and if necessary prior to, the requirements of Executive Order 13495, 29 CFR part 9, and this clause.
(d)(1) The Contractor shall, not less than 30 days before completion of the Contractor’s performance of services on the contract, furnish the Contracting Officer with a certified list of the names of all service employees working under this contract and its subcontracts at the time the list is submitted. The list shall also contain anniversary dates of employment of each service employee under this contract and its predecessor contracts with either the current or predecessor contractors or their subcontractors. Where changes to the workforce are made after the submission of the certified list described in this paragraph, the Contractor shall, in accordance with paragraph (e) of this clause, not less than 10 days before completion of the services on this contract, furnish the Contracting Officer with an updated certified list of the names of all service employees employed within the last month of contract performance. The updated list shall also contain anniversary dates of employment, and, where applicable, dates of separation of each service employee under the contract and its predecessor contracts with either the current or predecessor Contractors or their subcontractors.
(2) Immediately upon receipt of the certified service employee list but not before contract award, the contracting officer shall provide the certified service employee list to the successor contractor, and, if requested, to employees of the predecessor contractor or subcontractors or their authorized representatives.
(3) The Contracting Officer will direct the predecessor Contractor to provide written notice (Appendix B to 29 CFR chapter 9) to service employees of their possible right to an offer of employment with the successor contractor. Where a significant portion of the predecessor Contractor’s workforce is not fluent in English, the notice shall be provided in English and the language(s) with which service employees are more familiar. Thewritten notice shall be-
(i) Posted in a conspicuous place at the worksite; or
(ii) Delivered to the service employees individually. If such delivery is via email, the notification must result in an electronic delivery receipt or some other reliable confirmation that the intended recipient received the notice.
(e)(1) If required in accordance with 52.222-41(n), the predecessor Contractor shall, not less than 10 days before completion of this contract, furnish the Contracting Officer a certified list of the names of all service employees working under this contract and its subcontracts during the last month of contract performance. The list shall also contain anniversary dates of employment of each service employee under this contract and its predecessor contracts either with the current or predecessor Contractors or their subcontractors. If there are no changes to the workforce before the predecessor contract is completed, then the predecessor Contractor is not required to submit a revised list 10 days prior to completion of performance and the requirements of 52.222-41(n) are met. When there are changes to the workforce after submission of the 30-day list, the predecessor Contractor shall submit a revised certified list not less than 10 days prior to performance completion.
(2) Immediately upon receipt of the certified service employee list but not before contract award, the contracting officer shall provide the certified service employee list to the successor contractor, and, if requested, to employees of the predecessor contractor or subcontractors or their authorized representatives.
(f) The Contractor and subcontractor shall maintain the following records (regardless of format, e.g., paper or electronic) of its compliance with this clause for not less than a period of three years from the date the records were created.
(1) Copies of any written offers of employment or a contemporaneous written record of any oral offers of employment, including the date, location, and attendance roster of any service employee meeting(s) at which the offers were extended, a summary of each meeting, a copy of any written notice that may have been distributed, and the names of the service employees from the predecessor contract to whom an offer was made.
(2) A copy of any record that forms the basis for any exemption claimed under this part.
(3) A copy of the service employee list provided to or received from the contracting agency.
(4) An entry on the pay records of the amount of any retroactive payment of wages or compensation under the supervision of the Administrator of the Wage and Hour Division to each service employee, the period covered by such payment, and the date of payment, and a copy of any receipt form provided by or authorized by the Wage and Hour Division. The Contractor shall also deliver a copy of the receipt to the service employee and file the original, as evidence of payment by the Contractor and receipt by the service employee, with the Administrator or an authorized representative within 10 days after payment is made.
(g) Disputes concerning the requirements of this clause shall not be subject to the general disputes clause (52.233-1) of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR part 9. Disputes within the meaning of this clause include disputes between or among any of the following: The Contractor, the contracting agency, the U.S. Department of Labor, and the service employees under the contract or its predecessor contract. The Contracting Officer will refer any service employee who wishes to file a complaint, or ask questions concerning this contract clause, to the: Branch of Government Contracts Enforcement, Wage and Hour Division, U.S. Department of Labor, 200 Constitution Avenue NW., Washington, DC 20210. Contact email:
displaced@dol.gov.
(h) The Contractor shall cooperate in any review or investigation by the Department of Labor into possible violations of the provisions of this clause and shall make such records requested by such official(s) available for inspection, copying, or transcription upon request.
(i) If it is determined, pursuant to regulations issued by the Secretary of Labor (Secretary), that the Contractor or its subcontractors are not in compliance with the requirements of this clause or any regulation or order of the Secretary, appropriate sanctions may be imposed and remedies invoked against the Contractor or its subcontractors, as provided in Executive Order 13495, the regulations, and relevant orders of the Secretary, or as otherwise provided by law.
(j) The Contractor shall take such action with respect to any such subcontract as may be directed by the Secretary of Labor as a means of enforcing such provisions, including the imposition of sanctions for noncompliance. However, if the Contractor, as a result of such direction, becomes involved in litigation with a subcontractor, or is threatened with such involvement, the Contractor may request that the United States, through the Secretary, enter into such litigation to protect the interests of the United States.
(k) The Contracting Officer will withhold, or cause to be withheld, from the prime Contractor under this or any other Government contract with the same prime Contractor, such sums as an authorized official of the Department of Labor requests, upon a determination by the Administrator, the Administrative Law Judge, or the Administrative Review Board, that there has been a failure to comply with the terms of this clause and that wages lost as a result of the violations are due to service employees or that other monetary relief is appropriate. If the Contracting Officer or the Administrator, upon final order of the Secretary, finds that the Contractor has failed to provide a list of the names of service employees working under the contract, the Contracting Officer may, in his or her discretion, or upon request by the Administrator, take such action as may be necessary to cause the suspension of the payment of contract funds until such time as the list is provided to the Contracting Officer.
(l) Subcontracts. In every subcontract over the simplified acquisition threshold entered into in order to perform services under this contract, the Contractor shall include a provision that ensures-
(1) That each subcontractor will honor the requirements of paragraphs (b) through (c) of this clause with respect to the service employees of a predecessor subcontractor or subcontractors working under this contract, as well as of a predecessor Contractor and its subcontractors;
(2) That the subcontractor will provide the Contractor with the information about the service employees of the subcontractor needed by the Contractor to comply with paragraphs (d) and (e) of this clause; and (3) The recordkeeping requirements of paragraph (f) of this clause. (End of clause)
52.227-14 Rights in Data–General. (DEC 2007)
(a) Definitions. As used in this clause–
“Computer database” or “database” means a collection of recorded information in a form capable of, and for the purpose of, being stored in, processed, and operated on by a computer. The term does not include computer software.
“Computer software” –
(1) Means (i) Computer programs that comprise a series of instructions, rules, routines, or statements, regardless of the media in which recorded, that allow or cause a computer to perform a specific operation or series of operations; and
(ii) Recorded information comprising source code listings, design details, algorithms, processes, flow charts, formulas, and related material that would enable the computer program to be produced, created, or compiled.
(2) Does not include computer databases or computer software documentation.
“Computer software documentation” means owner’s manuals, user’s manuals, installation instructions, operating instructions, and other similar items, regardless of storage medium, that explain the capabilities of the computer software or provide instructions for using the software.
“Data” means recorded information, regardless of form or the media on which it may be recorded. The term includes technical data and computer software. The term does not include information incidental to contract administration, such as financial, administrative, cost or pricing, or management information.
“Form, fit, and function data” means data relating to items, components, or processes that are sufficient to enable physical and functional interchangeability, and data identifying source, size, configuration, mating and attachment characteristics, functional characteristics, and performance requirements. For computer software it means data identifying source, functional characteristics, and performance requirements but specifically excludes the source code, algorithms, processes, formulas, and flow charts of the software.
“Limited rights” means the rights of the Government in limited rights data as set forth in the Limited Rights Notice of paragraph (g)(3) if included in this clause.
“Limited rights data” means data, other than computer software, that embody trade secrets or are commercial or financial and confidential or privileged, to the extent that such data pertain to items, components, or processes developed at private expense, including minor modifications.
“Restricted computer software” means computer software developed at private expense and that is a trade secret, is commercial or financial and confidential or privileged, or is copyrighted computer software, including minor modifications of the computer software.
“Restricted rights,” as used in this clause, means the rights of the Government in restricted computer software, as set forth in a Restricted Rights Notice of paragraph (g) if included in this clause, or as otherwise may be provided in a collateral agreement incorporated in and made part of this contract, including minor modifications of such computer software.
“Technical data, ” means recorded information (regardless of the form or method of the recording) of a scientific or technical nature (including computer databases and computer software documentation). This term does not include computer software or financial, administrative, cost or pricing, or management data or other information incidental to contract administration. The term includes recorded information of a scientific ortechnical nature that is included in computer databases (See 41 U.S.C. 403(8)).
“Unlimited rights” means the rights of the Government to use, disclose, reproduce, prepare derivative works, distribute copies to the public, and perform publicly and display publicly, in any manner and for any purpose, and to have or permit others to do so.
(b) Allocation of rights. (1) Except as provided in paragraph (c) of this clause, the Government shall have unlimited rights in–
(i) Data first produced in the performance of this contract;
(ii) Form, fit, and function data delivered under this contract;
(iii) Data delivered under this contract (except for restricted computer software) that constitute manuals or instructional and training material for installation, operation, or routine maintenance and repair of items, components, or processes delivered or furnished for use under this contract; and
(iv) All other data delivered under this contract unless provided otherwise for limited rights data or restricted computer software in accordance with paragraph (g) of this clause.
(2) The Contractor shall have the right to–
(i) Assert copyright in data first produced in the performance of this contract to the extent provided in paragraph (c)(1) of this clause;
(ii) Use, release to others, reproduce, distribute, or publish any data first produced or specifically used by the Contractor in the performance of this contract, unless provided otherwise in paragraph (d) of this clause;
(iii) Substantiate the use of, add, or correct limited rights, restricted rights, or copyright notices and to take other appropriate action, in accordance with paragraphs (e) and (f) of this clause; and
(iv) Protect from unauthorized disclosure and use those data that are limited rights data or restricted computer software to the extent provided in paragraph (g) of this clause.
(c) Copyright–
(1) Data first produced in the performance of this contract. (i) Unless provided otherwise in paragraph (d) of this clause, the Contractor may, without prior approval of the Contracting Officer, assert copyright in scientific and technical articles based on or containing data first produced in the performance of this contract and published in academic, technical or professional journals, symposia proceedings, or similar works. The prior, express written permission of the Contracting Officer is required to assert copyright in all other data first produced in the performance of this contract.
(ii) When authorized to assert copyright to the data, the Contractor shall affix the applicable copyright notices of 17 U.S.C. 401 or 402, and an acknowledgment of Government sponsorship (including contract number).
(iii) For data other than computer software, the Contractor grants to the Government, and others acting on its behalf, a paid-up, nonexclusive, irrevocable, worldwide license in such copyrighted data to reproduce, prepare derivative works, distribute copies to the public, and perform publicly and display publicly by or on behalf of the Government. For computer software, the Contractor grants to the Government, and others acting on its behalf, a paid-up, nonexclusive, irrevocable, worldwide license in such copyrighted computer software to reproduce, prepare derivative works, and perform publicly and display publicly (but not to distribute copies to the public) by or on behalf of the Government.
(2) Data not first produced in the performance of this contract. The Contractor shall not, without the prior written permission of the Contracting Officer, incorporate in data delivered under this contract any data not first produced in the performance of this contract unless the Contractor–
(i) Identifies the data; and
(ii) Grants to the Government, or acquires on its behalf, a license of the same scope as set forth in paragraph (c)(1) of this clause or, if such data are restricted computer software, the Government shall acquire a copyright license as set forth in paragraph (g)(4) of this clause (if included in this contract) or as otherwise provided in a collateral agreement incorporated in or made part of this contract.
(3) Removal of copyright notices. The Government will not remove any authorized copyright notices placed on data pursuant to this paragraph (c), and will include such notices on all reproductions of the data.
(d) Release, publication, and use of data. The Contractor shall have the right to use, release to others, reproduce, distribute, or publish any data first produced or specifically used by the Contractor in the performance of this contract, except–
(1) As prohibited by Federal law or regulation (e.g., export control or national security laws or regulations);
(2) As expressly set forth in this contract; or
(3) If the Contractor receives or is given access to data necessary for the performance of this contract that contain restrictive markings, the Contractor shall treat the data in accordance with such markings unless specifically authorized otherwise in writing by the Contracting Officer.
(e) Unauthorized marking of data. (1) Notwithstanding any other provisions of this contract concerning inspection or acceptance, if any data delivered under this contract are marked with the notices specified in paragraph (g)(3) or (g) (4) if included in this clause, and use of the notices is not authorized by this clause, or if the data bears any other restrictive or limiting markings not authorized by this contract, the Contracting Officer may at any time either return the data to the Contractor, or cancel or ignore the markings. However, pursuant to 41 U.S.C. 253d, the following procedures shall apply prior to canceling or ignoring the markings.
(i) The Contracting Officer will make written inquiry to the Contractor affording the Contractor 60 days from receipt of the inquiry to provide written justification to substantiate the propriety of the markings;
(ii) If the Contractor fails to respond or fails to provide written justification to substantiate the propriety of the markings within the 60-day period (or a longer time approved in writing by the Contracting Officer for good cause shown), the Government shall have the right to cancel or ignore the markings at any time after said period and the data will no longer be made subject to any disclosure prohibitions.
(iii) If the Contractor provides written justification to substantiate the propriety of the markings within the period set in paragraph (e)(1)(i) of this clause, the Contracting Officer will consider such written justification and determine whether or not the markings are to be cancelled or ignored. If the Contracting Officer determines that the markings are authorized, the Contractor will be so notified in writing. If the Contracting Officer determines, with concurrence of the head of the contracting activity, that the markings are not authorized, the Contracting Officer will furnish the Contractor a written determination, which determination will become the final agency decision regarding the appropriateness of the markings unless the Contractor files suit in a court of competent jurisdiction within 90 days of receipt of the Contracting Officer’s decision. The Government will continue to abide by the markings under this paragraph (e)(1)(iii) until final resolution of the matter either by the Contracting Officer’s determination becoming final (in which instance the Government will thereafter have the right to cancel or ignore the markings at any time and the data will no longer be made subject to any disclosure prohibitions), or by final disposition of the matter by court decision if suit is filed.
(2) The time limits in the procedures set forth in paragraph (e)(1) of this clause may be modified in accordance with agency regulations implementing the Freedom of Information Act (5 U.S.C. 552) if necessary to respond to a request thereunder.
(3) Except to the extent the Government’s action occurs as the result of final disposition of the matter by a court of competent jurisdiction, the Contractor is not precluded by paragraph (e) of the clause from bringing a claim, in accordance with the Disputes clause of this contract, that may arise as the result of the Government removing or ignoring authorized markings on data delivered under this contract.
(f) Omitted or incorrect markings. (1) Data delivered to the Government without any restrictive markings shall be deemed to have been furnished with unlimited rights. The Government is not liable for the disclosure, use, or reproduction of such data.
(2) If the unmarked data has not been disclosed without restriction outside the Government, the Contractor may request, within 6 months (or a longer time approved by the Contracting Officer in writing for good cause shown) after delivery of the data, permission to have authorized notices placed on the data at the Contractor’s expense. The Contracting Officer may agree to do so if the Contractor–
(i) Identifies the data to which the omitted notice is to be applied;
(ii) Demonstrates that the omission of the notice was inadvertent;
(iii) Establishes that the proposed notice is authorized; and
(iv) Acknowledges that the Government has no liability for the disclosure, use, or reproduction of any data made prior to the addition of the notice or resulting from the omission of the notice.
(3) If data has been marked with an incorrect notice, the Contracting Officer may–
(i) Permit correction of the notice at the Contractor’s expense if the Contractor identifies the data and demonstrates that the correct notice is authorized; or
(ii) Correct any incorrect notices.
(g) Protection of limited rights data and restricted computer software. (1) The Contractor may withhold from delivery qualifying limited rights data or restricted computer software that are not data identified in paragraphs (b)(1)(i), (ii), and (iii) of this clause. As a condition to this withholding, the Contractor shall–
(i) Identify the data being withheld; and
(ii) Furnish form, fit, and function data instead.
(2) Limited rights data that are formatted as a computer database for delivery to the Government shall be treated as limited rights data and not restricted computer software.
(3) (Reserved)
(h) Subcontracting. The Contractor shall obtain from its subcontra
OutreachSystems Article Number: 130515/PROCURE/0066
Matching Key Words: writ*; copy; technical; standard; operating;
Department of the Army, Army Contracting Command, ACC-APG – Aberdeen Division D, ACC-APG – Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
R–Seek information for acquisition planning to support the Office of the Deputy Assistant Secretary of the Army for Cost & Economics (DASA-CE)
requirement. W91CRB-13-R-0048 052813 Ralph F. Kaminski, 410-278-4982 ACC-APG – Aberdeen Division D Estimated Dollar Value: $2.5 million
Type Contract: A single Cost-Plus Fixed Fee Term Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract. A three-year ordering period from date of award.
Business Size Standard: The North American Industrial Classification System (NAICS) code is 541690, Other Scientific and Technical Consulting Services. $14 million.
The DASA-CE Mission is to provide the Army decision-makers with cost, performance and economic analysis in the form of expertise, models, data, estimates and analyses at all levels.
The objective of this effort is for the contractor to provide technical support services in the concentrated areas of (a) data collection, mapping, analysis, normalization, and database implementation; (b) development of cost estimating relationships (CER), cost-performance estimating relationships (CPER), cost factors, new cost sub-models, and new costing methodologies; (c) performing special cost analysis studies relating to Aircraft Systems, including a broad spectrum of special programs; and (d) training to include classroom, small group, and one-on-one database, CER, CPER, and cost models instruction and support.
A draft copy of the Performance Work Statement (PWS) is provided under a separate attachment with this notice under the heading quote mark Additional Info quote mark . This document provides specific, detailed requirements to fulfill this requirement.
Respondents to this notice shall provide a capability statement limited to ten (10) pages in a Microsoft Word document. The capability statement shall be inclusive of responding to the following questions.
1. Questions relating to the North American Industrial Classification System (NAICS) code 541690.
a. Provide your business size for (NAICS) code 541690, socioeconomic status as a small business, or other than small.
b. Is another NAICS code more appropriate? Please provide rational for using another NAICS code.
2. What is your firm’s intent on this requirement?
a. Providing a proposal as a Prime____
b. Subcontracting____
3. Follow-up to 2 above. What is the interest in teaming arrangements? Please indicate whether the intent is to propose under a teaming arrangement, and identify the teaming partner, its role, and size status under NAICS 541690.
4. If the described requirement were to be issued as a Small Business set aside, please discuss how your firm would be capable of providing a proposal which complies with FAR clause 52.219-14 quote mark Limitations on Subcontracting quote mark in which your firm must do at least 50% of the work?
5. Questions relating to adequate accounting system for a cost type contract.
a. Does your firm have an accounting system approved by the DCAA for your firm’s Commercial And Government Entity (CAGE) Code? Firms answering no to 5a provide a response to question 5b.
b. Could your firm provide the type and version of accounting software used and documentary support called for in Standard Form 1408, Section II, 2a through 2j to the Contracting Officer for evaluation with the Price Analyst to make a determination on the adequacy of the firm’s accounting system for this particular effort? A blank copy of a Standard Form 1408 Section II is provided under a separate attachment with this notice under the heading quote mark Additional Info quote mark .
6. Please provide 3 examples of relevant experience representative of your firm’s ability to provide the services cited in the PWS.
7. Respond electronically to this sources sought notice by sending the 10-page Microsoft word document attached to electronic mail (email) to email address ralph.f.kaminski.civ@mail.mil with a copy to email address donna.j.bader2.civ@mail.mil. Responses are due by 5:00 P.M. (EDT) 28 May 2013.
Place of Performance: ACC-APG – Aberdeen Division D ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD 21005-3013 US URL:https://www.fbo.gov/notices/3e3ec4f306dea1331544719a8a5151c6
OutreachSystems Article Number: 130515/PROCURE/0532
Matching Key Words: documentar*;
Department of the Army, Army Contracting Command, ACC-APG – Aberdeen Division D, ACC-APG – Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
R–Seek information for acquisition planning to support the Office of the Deputy Assistant Secretary of the Army for Cost & Economics (DASA-CE) requirement. W91CRB-13-R-0049 052813 Ralph F. Kaminski, 410-278-4982 ACC-APG – Aberdeen Division D Estimated Dollar Value: $3 million
Type Contract: A single Cost-Plus Fixed Fee Term Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract. A three-year ordering period from date of award.
Business Size Standard: The North American Industrial Classification System (NAICS) code is 541611 Administrative Management and General Management Consulting Services. $14 million.
The DASA-CE Mission is to provide the Army decision-makers with cost, performance and economic analysis in the form of expertise, models, data, estimates and analyses at all levels.
The objective of this effort is for the contractor to provide technical support services in the concentrated areas of (a) data collection, mapping, analysis, normalization, and database implementation; (b) development of cost estimating relationships (CER), cost-performance estimating relationships (CPER), cost factors, new cost sub-models, and new costing methodologies; (c) performing special cost analysis research; and (d) training to include classroom, small group, and one-on-one database, CER, CPER, and cost models instruction and support.
A draft copy of the Performance Work Statement (PWS) is provided under a separate attachment with this notice under the heading quote mark Additional Info quote mark . This document provides specific, detailed requirements to fulfill this requirement.
Respondents to this notice shall provide a capability statement limited to ten (10) pages in a Microsoft Word document. The capability statement shall be inclusive of responding to the following questions.
1. Questions relating to the North American Industrial Classification System (NAICS) code 541611.
a. Provide your business size for (NAICS) code 541611, socioeconomic status as a small business, or other than small.
b. Is another NAICS code more appropriate? Please provide rational for using another NAICS code.
2. What is your firm’s intent on this requirement?
a. Providing a proposal as a Prime____
b. Subcontracting____
3. Follow-up to 2 above. What is the interest in teaming arrangements? Please indicate whether the intent is to propose under a teaming arrangement, and identify the teaming partner, its role, and size status under NAICS 541611.
4. If the described requirement were to be issued as a Small Business set aside, please discuss how your firm would be capable of providing a proposal which complies with FAR clause 52.219-14 quote mark Limitations on Subcontracting quote mark in which your firm must do at least 50% of the work?
5. Questions relating to adequate accounting system for a cost type contract.
a. Does your firm have an accounting system approved by the DCAA for your firm’s Commercial And Government Entity (CAGE) Code? Firms answering no to 5a provide a response to question 5b.
b. Could your firm provide the type and version of accounting software used and documentary support called for in Standard Form 1408, Section II, 2a through 2j to the Contracting Officer for evaluation with the Price Analyst to make a determination on the adequacy of the firm’s accounting system for this particular effort? A blank copy of a Standard Form 1408 Section II is provided under a separate attachment with this notice under the heading quote mark Additional Info quote mark .
6. Please provide 3 examples of relevant experience representative of your firm’s ability to provide the services cited in the PWS.
7. Respond electronically to this sources sought notice by sending the 10-page Microsoft word document attached to electronic mail (email) to email address ralph.f.kaminski.civ@mail.mil with a copy to email address donna.j.bader2.civ@mail.mil. Responses are due by 5:00 P.M. (EDT) 28 May 2013.
Place of Performance: ACC-APG – Aberdeen Division D ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD 21005-3013 US URL:https://www.fbo.gov/notices/61c8067f98803ee2928f7741485b92f5
OutreachSystems Article Number: 130515/PROCURE/0533
Matching Key Words: documentar*;
Department of the Air Force, Direct Reporting Unit – AFPC/SVC, AFPC/SVC – AFNAFPO, 2261 Hughes Ave Ste #156 Lackland AFB TX 78236-9854
99 — High Adventure & Outdoor Recreation F41999-13-I-7008 060313 Annie Flores, Contract Specialist, Phone 210-395-7831, Email Gloria.Flores@us.af.mil – Mignon Tolbert, Contract Specialist, Phone 210-395-7828, Fax 210-395-7819, Email Mignon.Tolbert@us.af.mil This is a Request for Information (RFI) only. Modified 14 May 2013 to include attachment.
This RFI is issued by the Air Force Nonappropriated Fund Purchasing Office (AFNAFPO). All requirements, solicitations and subsequent contracts, if any, awarded through
AFNAFPO area funded wholly with Nonappropriated funds. These funds are generated through user fees and charges at Air Force morale, welfare, and recreation (MWR) programs worldwide. THEY ARE NOT APPROPRIATIONS FROM CONGRESS OR “TAXPAYER” DOLLARS.
The Air Force Personnel Center Services Directorate (AFPC/SV) seeks information and pricing to obtain and sustain a High Adventure and Outdoor Recreation program at a corporate level. AFPC/SV is particularly interested in gathering information regarding a solution that allows a partnership for paid and unpaid programs or events; however, AFPC/SV will accept information on any similar viable solutions. AFPC requests information and pricing for a complete solution to include by not limited to: hardware/equipment, operating solutions, any licensing or installation of equipment, training, marketing and/or any maintenance and support. Responses should include any standard maintenance, warranty packages, software or video content updates and price. Responses may include industry standars, benchmarks, and best practice information regarding high adventure and outdoor recreation programs.
Basic Need: The AFPC/SV is seeking information on High Adventure and Outdoor Recreational programs offering more convenient, cost-effective recreational programs. Information is sought on solutions which meet the following minimum criteria:
- Enables military families, group or individual events/programs with or without instruction, i.e. camping, hiking, white water rafting, kayaking, biking, rock climbing, fishing, horseback riding, overnight boating tours, etc.
- Provide a high quality informational video, content to include a number of programs currently offered.
- Offer beginner, intermediate, and advanced level programs/events.
- Solution must include all support equipment or hardware, any software and video content required, to be fully operational. This will include at a minimum: information kiosk, projector and screen, speakers, class video instruction, video updates, software and software updates.
- A pricing module to include kiosk maintenance and support, installation and warranty.
Respondents Replies to RFI:
- To maintain consistency and equality in this process, vendors are requested to use Electronic submissions only. Microsoft Word or PDF file will be the only acceptable formats for responses.
AFPC will not provide reimbursement for any expenses incurred in connection to this RFI including cost of preparing a response, providing any additional information, or preparing/presenting a demonstration.
Place of Performance: **POC information for RFI only. Location for services would be Air Force wide.** AFPC/SVCSB 2261 Hughes Ave, Ste 156 JBSA Lackland, TX 78236-9854 US URL:https://www.fbo.gov/spg/USAF/AFSVA/AFNAFPO/F41999-13-I-7008/listing.html
OutreachSystems Article Number: 130515/PROCURE/0709
Matching Key Words: video*; train*; event?; instruct*;
Department of Labor, Office of the Assistant Secretary for Administration and Management , Office of Procurement Services, 200 Constitution Avenue, NW S-4307 Washington DC 20210-0001
R — MANAGEMENT AND PROFESSIONAL SUPPORT SERVICES DOL131RP21638 060313 Stacy Conaway, CONTRACT SPECIALIST, Email conaway.stacy@dol.gov AMENDMENT STARTS
Your response time for the solicitation is no later than June 3, 2013 at 3pm EST.
The forthcoming amendment for the questions and answers portion is going to be posted on fbo.gov website on or before May 20th, 2013.
I will not be accepting anymore Past Performance Questionnaires.
AMENDMENT FINISH.
The U.S. Department of Labor(DOL), Occupational Safety and Health Administration(OSHA) is soliciting an Request for Proposal (RFP) for Management/Professional Support Services under DOL 131RP21638.
This procurement is a Total Business Set-Aside. The NAICS code is 541990, with a Small Business Standard of $14 million. All responsible sources that are determined a small business in accordance with the U.S. Small Business Administration and must be registered in the System for Award Management at http://www.sam.gov, in order to be considered for award.
The contract award is intended to provide, a full range of specialized management and professional support services required to meet OSHA’s requirements while complying with applicable laws, regulations, policy and procedures. The offeror shall furnish labor mix categories with proven experience in Technical Writing, Management Systems and Organization, Program Budgeting, Planning and Financial Management and Human Resources. Offerors are encouraged to submit a proposal in the most economic and efficient manner, within the confines of the Performance Wok Statement and the proposed labor mix categories.
All responsible sources may submit a proposal once the solicitation is issued. This solicitation will be posted for your review on Monday April 8, 2013. The solicitation is for commercial items prepared in accordance with the format in FAR 12 and 15 as supplemented with additional information included in this notice.
Your response time for the solicitation is no later than June 3, 2013 at 3pm EST.
PLEASE SEE ATTACHED FOR THE SOLICITATION ONLY IN THIS ANNOUNCEMENT.
The forthcoming amendment for the questions and answers portion is going to be posted on fbo.gov website on or before May 20th, 2013.
I will not be accepting anymore Past Performance Questionnaires.
Set-Aside: Total Small Business Place of Performance: OSHA -NATIONAL OFFICE 200 CONSTITUTION AVENUE NW WASHINGTON, DC 20210 US URL:https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL131RP21638/listing.html
OutreachSystems Article Number: 130514/PROCURE/0512
Matching Key Words: writ*; technical; standard;
FedBizOpps – Awards
General Services Administration, Federal Acquisition Service (FAS), Greater Southwest Acquisition Center (7QSA),
R — Advertising and Integrated Marketing Solutions (AIMS) 7FCB-H2-070541-B Lorena Aslan 817-850-8407 GS07F264AA $500,000 052013 541 2,541 4B
THREE ROADS COMMUNICATIONS, INC. 5346B BALLENGER CREEK PIKE FREDERICK MD USA 21703-2828 No Description Provided
URL: https://www.fbo.gov/notices/18e9fd6107a7967d6655a5070bc8a1fa
OutreachSystems Article Number: 130521/AWARDS/0602
Matching Key Words: naics!512110;
Department of the Navy, Naval Sea Systems Command, NUWC Division Newport, N66604 Naval Undersea Warfare Center Simonpietri Drive Newport, RI
T–”Virtual Studio” and Multi-Media Digital Assets N6660413R0880 Pamela J. Sheehan-McGuire, 401-832-1834, Email: pamela.sheehanmcguir@navy.mil N6660413P0880 $149,233.63 051613 All Splice Media (DUNS 182107479) 1338 N Formosa Ave, Los Angeles, CA 90046-4406 CLIN 0001 Media Lab Integration, 1 Job
CLIN 0002 Media Management, 1 Job.
URL: https://www.fbo.gov/spg/DON/NAVSEA/N66604/N6660413R0880/listing.html
OutreachSystems Article Number: 130519/AWARDS/0704
Matching Key Words: naics!512110;
Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center San Diego, N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 – 3rd Floor San Diego, CA
69–ACQUISITION OF AUDIO VISUAL SYSTEM FOR VIRTUAL SIMULATION ROOMS. N0024413R0026 Jack Faulkner 619-556-6937 Fleet Logistics Center San
Diego N0024413C0013 $197886 051613 0001 MECHDYNE CORPORATION (DUNS 968974766) 11 EAST CHURCH STREET SUITE 400 MARSHALLTOWN IA 50158-5011 Installation of two identical Audio Visual Systems in adjacent classrooms used for medical simulation training of San Diego area medical personnel. The systems will be used to create realistic background images, videos and sounds to help immerse trainees into feeling that they are opperating in an environment other than a closed classroom setting.
URL: https://www.fbo.gov/spg/DON/NAVSUP/200/Awards/N0024413C0013.html
OutreachSystems Article Number: 130517/AWARDS/0875
Matching Key Words: video*; train*;
Department of Veterans Affairs, VA National Cemetery Administration Construction Support Division, VA National Cemetery Administration, Department of Veterans Affairs;NCA Contracting Service;425 I Street, NW;Washington DC 20001
99–National Cemetery Administration Interpretive Signage for Civil War-Era Cemeteries VA786A13R0004 EVENEL JEAN-JACQUES CONTRACT SPECIALIST VA786A-13-C-0018 $378,075.37 050813 ALL ITEMS CULTURAL RESOURCE ANALYSTS INC;151 WALTON AVE;LEXINGTON;KY;405082315 No Description Provided
URL: https://www.fbo.gov/spg/VA/VANCAVACO/VaNca101/Awards/VA786A-13-C-0018.html
OutreachSystems Article Number: 130514/AWARDS/0742
Matching Key Words: state!ky;
Other Federal Procurements (Small)
FedConnect https://www.fedconnect.net/FedConnect/
PublicPages/PublicSearch/Public_Opportunities.aspx FedConnect phone: 800-899-6665 email: support@fedconnect.net
T — ULSG AV Production - Mod 0002 SOL P13PS00734 Description ULSG AV Production - Mod 0002 Overview Reference number: P13PS00734 Issue date: 05/14/2013 Response due: 05/23/2013 03:00 PM ET Set Aside: Total Small Business NAICS: 512110-Motion Picture and Video Production PSC / FSC: T006-PHOTO/MAP/PRINT/PUBLICATION- FILM/VIDEO TAPE PRODU Agency: DOI Contracting office: NPS, HFC – Acquisition Management 230 Zachary Taylor Street P.O. Box 50 Harpers Ferry, WV 25425 Place of Performance: Contact: PAMELA BLAYLOCK Phone: 304-535-6482 Fax: 304-535-4141 Email: pamela_blaylock@nps.gov Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130515/SMALL/7783
Matching Key Words: video*; film?; produc*; conference?; business*; production?;
USABID State and Local Purchases
Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100
R – Project # 2348.0Warren Court Demo and Abatement Addendum #1Plans SOL CCK-1879-13 Project # 2348.0Warren Court Demo and AbatementAddendum #1Plans Available from UK Planroom For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130519/BID/0234
Matching Key Words: age:state!ky; state!ky;
Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211
T – Printing of Stationary and Business Cards SOL IFB-3063-0-2013/KBM Printing of Stationary and Business Cards For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130516/BID/0347
Matching Key Words: age:state!ky; state!ky;
Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100
99 – Relocate Communications DuctbankAttachment AAttachment BAttachme SOL CCK-1882-13 Relocate Communications DuctbankAttachment AAttachment BAttachment CAttachment D Addendum #1 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130516/BID/0349
Matching Key Words: age:state!ky; state!ky;
Michigan Inter-governmental Trade Network (MITN) Purchasing System http://www.mitn.info/Bids/ViewOpenSolicitations.asp Serving the purchasing needs of more than 90 local agencies across the state of Michigan.
99 – Kentucky Bluegrass Sod SOL Kentucky Bluegrass Sod For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130516/BID/0652
Matching Key Words: state!ky;
Texas – Texas Marketplace-Electronic State and Local Business Daily http://esbd.cpa.state.tx.us/newbidshow.cfm The Texas Marketplace – Electronic State Business Daily; PO Box 12728; Austin, TX 78711 Phone: 512-936-0236 Fax: 512-936-0440
99 – TEXAS TECH UNIVERSITY, Big Screen Video Spot Production SOL Agency Requisition Number: 2013-547 TEXAS TECH UNIVERSITY, Big Screen Video Spot Production For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130516/BID/0973
Matching Key Words: video*; produc*; production?;
Texas – Texas Tech University https://suppliers.sciquest.com/texastech/Rfx/BidOpp_List.aspx Purchasing & Contracting; Mail Stop 41094; Lubbock, TX 79409-1094; (806) 742-3844
99 – 2013-547: Big Screen Video Spot Production SOL 2013-547: Big Screen Video Spot Production For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130516/BID/0989
Matching Key Words: video*; produc*; production?;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
R – TO PROCURE SERVICE OF IFTA RETURN PROCESSING RFP : 1300000369 SOL TO PROCURE SERVICE OF IFTA RETURN PROCESSING RFP : 1300000369 Office Of The Controller Susan Noland Info Technology Request for Proposals(RFP) Published On : 5/10/13 Amended On : Closing On : 6/19/13 3:30 PM EDT Time Left: 37 Days, 03:48:42 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130514/BID/0003
Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
R – KET GED GRAPHIC ARTIST RFP : 1300000362 Kentucky Educat SOL KET GED GRAPHIC ARTIST RFP : 1300000362 Kentucky Educational Television Request for Proposals(RFP) Published On : 5/10/13 Amended On : Closing On : 5/17/13 4:30 PM EDT Time Left: 4 Days, 04:46:48 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130514/BID/0007
Matching Key Words: age:state!ky; state!ky;
PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES
![PLEDGE TO PREPARE FEMA pledge-footer_original]()