DOD Awarded Contracts
DEFENSE LOGISTICS AGENCY
W.S Darley & Co., Itasca, Ill.,* was issued a modification exercising the third option year on contract SPM8EG-08-D-0003. The award is a fixed price with economic price adjustment contract for a tailored logistics support program for fire and emergency services for military installations located in the Southeast Region of the United States. The maximum dollar value of $636,913,368 is the aggregate total for all 15 contracts in this program. There are no other locations of performance. Using services are Army, Navy, Air Force and Marine Corps. There were 13 responses to the FedBizOpps solicitation. Type of appropriation is FY12 Defense Capital Revolving Fund. The date of performance completion is December 27, 2012. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Atlantic Diving Supply, Inc., Virginia Beach, Va.,* was issued a modification exercising the third option year on contract SPM8EG-08-D-0002.The award is a fixed price with economic price adjustment contract for a tailored logistics support program for fire and emergency services for military installations located in the Southeast Region of the United States. The maximum dollar value of $636,913,368 is the aggregate total for all 15 contracts in this program. There are no other locations of performance. Using services are Army, Navy, Air Force and Marine Corps. There were 13 responses to the FedBizOpps solicitation. Type of appropriation is FY12 Defense Capital Revolving Fund. The date of performance completion is December 27, 2012. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Safeware, Inc., Landover, Md.,* was issued a modification exercising the third option year on contract SPM8EG-08-D-0004.The award is a fixed price with economic price adjustment contract for a tailored logistics support program for fire and emergency services for military installations located in the Southeast Region of the United States. The maximum dollar value of $636,913,368 is the aggregate total for all 15 contracts in this program. There are no other locations of performance. Using services are Army, Navy, Air Force and Marine Corps. There were 13 responses to the FedBizOpps solicitation. Type of appropriation is FY12 Defense Capital Revolving Fund. The date of performance completion is December 27, 2012. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Atlantic Diving Supply, Inc., Virginia Beach, Va.,* was issued a modification exercising the third option year on contract SPM8EG-08-D-0005.The award is a fixed price with economic price adjustment contract for a tailored logistics support program for fire and emergency services for military installations located in the Northeast Region of the United States. The maximum dollar value of $636,913,368 is the aggregate total for all 15 contracts in this program. There are no other locations of performance. Using services are Army, Navy, Air Force and Marine Corps. There were 13 responses to the FedBizOpps solicitation. Type of appropriation is FY12 Defense Capital Revolving Fund. The date of performance completion is December 27, 2012. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
L.N. Curtis & Sons, Oakland, Calif.,* was issued a modification exercising the third option year on contract SPM8EG-08-D-0009.The award is a fixed price with economic price adjustment contract for a tailored logistics support program for fire and emergency services for military installations located in the Capital/Great Lakes Region of the United States. The maximum dollar value of $636,913,368 is the aggregate total for all 15 contracts in this program. There are no other locations of performance. Using services are Army, Navy, Air Force and Marine Corps. There were 13 responses to the FedBizOpps solicitation. Type of appropriation is FY12 Defense Capital Revolving Fund. The date of performance completion is December 27, 2012. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
The Mallory Co., Longview, Wash.,* was issued a modification exercising the third option year on contract SPM8EG-08-D-0018.The award is a fixed price with economic price adjustment contract for a tailored logistics support program for fire and emergency services for military installations located in the West Region of the United States. The maximum dollar value of $636,913,368 is the aggregate total for all 15 contracts in this program. There are no other locations of performance. Using services are Army, Navy, Air Force and Marine Corps. There were 13 responses to the FedBizOpps solicitation. Type of appropriation is FY12 Defense Capital Revolving Fund. The date of performance completion is December 27, 2012. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
AAR Airlift Group, Inc., is being awarded a $61,058,537 option year modification for rotary wing aircraft, personnel, equipment, tools, material, maintenance, and supervision necessary to perform passenger and cargo air transportation services. Work will be performed in Afghanistan; the option started Nov. 1, to be completed by Oct. 31, 2012. This contract was a competitive acquisition. U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity (HTC711-10-D-R026 T.O. 0002).
NAVY
Huntington Ingalls, Inc., Pascagoula, Miss., is being awarded a $51,342,168 modification to previously awarded contract (N00024-10-C-2203) for life cycle engineering and support services for Landing Platform Dock 17 class integrated shipboard electronic systems. Work will be performed in Pascagoula, Miss., and is expected to be completed by December 2012. Contract funds in the amount of $104,981 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Raytheon Co., Integrated Defense Systems, San Diego, Calif., is being awarded a $39,950,333 modification to previously awarded contract (N00024-10-C-2205) to exercise options for life cycle engineering and support services for Landing Platform Dock 17 class integrated shipboard electronic systems. Work will be performed in San Diego, Calif. (98 percent), and Norfolk, Va. (2 percent), and is expected to be completed by December 2012. Contract funds in the amount of $719,252 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
CACI, Inc., Federal, Chantilly, Va., is being awarded a $37,598,725 modification to previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, firm-fixed-price contract (N00189-10-D-Z006) to exercise option year two for logistics and training support in automated supply management to designated Navy and Marine Corps activities. Work will be performed in Norfolk, Va. (47 percent); San Diego, Calif. (34 percent); Cherry Point, N.C. (8 percent); and various other worldwide locations (11 percent). Work is expected to be completed Dec. 31, 2012. Contract funds will not expire before the end of the current fiscal year. The NAVSUP Fleet Logistics Center, Norfolk, Philadelphia Office, Philadelphia, Pa., is the contracting activity.
BAE Systems Land & Armaments, Ground Systems Division, York, Pa., is being awarded a $12,208,068 modification to delivery order #0015 under previously awarded indefinite-delivery/indefinite-quantity delivery contract (M67854-07-D-5025) for the Mine Resistant Ambush Protection (MRAP) maintenance support. Work will be performed in Bagram, Afghanistan, and is expected to be completed by December 2012. Contract funds in the amount of $12,208,068 will expire at the end of the current fiscal year.The Marine Corps Systems Command, Quantico, Va., is the contracting activity.
SeeByte, Ltd., Edinburgh, Scotland, is being awarded a $9,115,526 modification to previously awarded contract (N00174-09-D-0001) to exercise option three for the Common Operator Interface for Navy (COIN) Explosive Ordnance Disposal (EOD). The application development effort involving command and control software is used for mission planning, equipment data transfer, mission execution tracking, post mission analysis, and data reporting. COIN EOD is being operated at various Navy activities by Naval EOD mobile units, mobile diving and salvage units, and research and development activities. Work will be performed in Edinburgh, Scotland, and is expected to be completed by December 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head, Md., is the contracting activity.
DEFENSE LOGISTICS AGENCY
Foster-Caviness Co., Inc.*, Colfax, N.C., was issued a modification exercising the third option year on contract SPM300-08-D-P002/P00015. The award is a fixed-price with economic price adjustment contract with a maximum $14,100,000 for full line fresh fruit and vegetable support. There are no other locations of performance. Using services are Army, Air Force, Marine Corps, and U.S. Department of Agriculture school lunch participants in the state of North Carolina. There were two responses to the Web solicitations. Type of appropriation is fiscal 2012/2013 Defense Working Capital Funds. The date of performance completion is May 31, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.
Southeastern Kentucky, Corbin, Ky., was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $12,438,000 for first aid kits. Other location of performance is Williamsburg, Ky. Using service is Defense Logistics Agency Troop Support. This is a sole-source contract to an ability one mandatory source. Type of appropriation is fiscal 2012 Defense Working Capital funds. The date of performance completion is Nov. 22, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM2DS-12-D-N004).
Southeastern Kentucky, Corbin, Ky., was awarded a firm-fixed-price, indefinite delivery and indefinite quantity contract with a maximum $12,344,000 for first aid kits. Other location of performance is Williamsburg, Ky. Using service is Defense Logistics Agency Troop Support. This is a sole-source contract to an ability one mandatory source. Type of appropriation is fiscal 2012 Defense Working Capital funds. The date of performance completion is Nov. 22, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM2DS-12-D-N001).
*Small business
General Dynamics Advanced Information Systems, Inc., Pittsfield, Mass., is being awarded a $95,956,445 cost-plus-incentive-fee, cost-plus-fixed-fee, fixed-price incentive contract to provide fiscal 2012 and fiscal 2013 United States and United Kingdom Trident II Strategic Weapons Systems SSBN Fire Control Subsystem, SSGN Attack Weapons Control Subsystem, and United States SSBN replacement and United Kingdom SSBN successor common missile compartment engineering support. This contract contains options, which, if exercised, will bring the contract value to $$225,038,227. The work will be performed in Pittsfield, Mass., and is expected to be completed Sept. 30, 2012. With options exercised, the work will continue through April 14, 2016. Contract funds in the amount of $35,101,410 will expire at the end of the current fiscal year. This contract was not competitively procured. Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-12-C-0006).
Canadian Commercial Corp., General Dynamics Land Systems – Canada, Ontario, Canada, is being awarded a $25,114,404 firm-fixed-priced modification under previously awarded contract (M67854-07-D-5028) for the procurement of 71 field service representatives in support of the Mine Resistant Ambush Protected Vehicle Program. Work will be performed in Afghanistan, and is expected to be completed Dec. 31, 2012. Fiscal 2011 Other Procurement Appropriation funds will not expire at the end of the current fiscal year. Marine Corps Systems Command, Quantico, Va., is the contracting activity.
New Breed, Inc., High Point, N.C., was awarded on Nov. 8, 2011, a $12,308,694 firm-fixed priced, time-and-material General Services Administration Federal Supply Schedule task order for logistics services in support of the Marine Corps Unit Issue Facility Network. This contract will serve as a bridge contract to New Breed, while the government conducts a new competitive source selection and successful transition to a single contractor for the Consolidated Storage Program. In order to maintain continuity of support during this interim period, the government intends to award a contract to New Breed to manage chemical, biological, radiological, and nuclear defense equipment, special training allowance pool, field protective mask maintenance/sanitization, and contractor-owned asset visibility. Work will be performed in Barstow, Calif. (41 percent); Camp Lejuene, N.C. (20 percent); Camp Pendleton, Calif. (16 percent); Okinawa, Japan (14 percent); Kaneohe Bay, Hawaii (3 percent); Twentynine Palms, Calif. (2 percent); Yuma, Ariz. (2 percent); and Beaufort, S.C. (2 percent), and is expected to be completed Aug. 31, 2012. Fiscal 2012 Overseas Contingency Operations funds will be used initially to incrementally fund this contract. This was a sole-source solicitation and, therefore, was not competitively procured. The Marine Corps Logistics Command, Albany, Ga., is the contracting activity (M67004-12-F-2000).
Lockheed Martin Corp., Baltimore, Md., is being awarded an $11,683,081 modification to previously awarded contract (N00024-11-C-5302) for MK 41 Vertical Launching System (VLS) ordnance alteration kits, production support material, interim support parts, and equipment in support of DDG 51 class new construction, Aegis modernization programs, and Aegis ashore programs. The MK 41 VLS provides a missile launching system for CG 47 and DDG 51 class surface combatants of the Navy, surface combatants of allied navies, and Aegis ashore requirements for Missile Defense Agency’s Ground Ballistic Missile Defense Program. The MK 41 VLS is the primary missile launching system aboard Navy combatants used to store, safe, inventory and launch missiles of various types. Work will be performed in Baltimore, Md. (41.1 percent); Lewisburg, Tenn. (19.1 percent); Ft Walton Beach, Fla. (18.8 percent); Johnstown, Pa. (9.2 percent); Simpsonville, S.C. (5.5 percent); Clearwater, Fla. (3.2 percent); and Sterling Heights, Mich. (3.1 percent), and is expected to be completed by September 2014. Contract funds will not expire at the end of the current fiscal year.The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
CORRECTION: Contract awarded Nov. 14, 2011, to Lockheed Martin Gyrocam Systems, L.L.C., Sarasota, Fla., and FLIR Systems, Inc., North Billerica, Mass., should have stated the combined contract value as $755,597,528. Lockheed Martin Gyrocam Systems is being awarded delivery order 0001 at $2,251,500; FLIR Systems is being awarded delivery order 0001 at $2,985,226. Work will be performed in Sarasota, Fla.; North Billerica, Mass.; Aberdeen, Md.; and Afghanistan. The expected completion date is November 2016.
DEFENSE LOGISTICS AGENCY
Y. Hata & Co., Ltd.*, Honolulu, Hawaii, was awarded a fixed-price with economic price adjustment, indefinite-quantity, prime vendor contract with a maximum $87,900,000 for full line food distribution. There are no other locations of performance. Using services are Army, Navy, Air Force, and Marine Corps. There were two responses to the Defense Logistics Agency Internet Bid Board System solicitations. Type of appropriation is fiscal 2012/2013 Defense Working Capital Funds. The date of performance completion is Dec. 14, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM300-12-D-3519).
Y. Hata & Co., Ltd.*, Honolulu, Hawaii, was awarded a fixed-price with economic price adjustment, indefinite-quantity, prime vendor contract with a maximum $87,500,000 for full line food distribution. There are no other locations of performance. Using service is Navy. There were two responses to the Defense Logistics Agency Internet Bid Board System solicitations. Type of appropriation is fiscal 2012/2013 Defense Working Capital Funds. The date of performance completion is Dec. 14, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM300-12-D-3521).
Exxon Mobil Fuels Marketing Co., Fairfax, Va., was awarded a fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $32,300,562 for aviation turbine fuel. Other location of performance is Louisiana. Using service is Foreign Military Sales, Israel. There were four solicitations with one response. Type of appropriation is fiscal 2012 funds. The date of performance completion is Dec. 30, 2011, with a 30-day carryover. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-12-D-0533).
Bethel Industries, Inc.*, Jersey City, N.J., was issued a modification exercising the fourth option year on contract SPM1C1-08-D-1028/P00034. The award is a firm-fixed-price, indefinite-quantity contract with a maximum $14,509,728 for Navy task force working/utility uniforms, and Army combat uniforms. Other locations of performance are North Bergen, N.J., and Mississippi. Using services are Army and Navy. There were 15 responses to the Web solicitations. Type of appropriation is fiscal 2012/2013 Defense Working Capital Funds. The date of performance completion is Nov. 29, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.
Produce Source Partners*, Ashland, Va., was issued a modification exercising the third option year on contract SPM300-08-D-P001/P00011. The award is a fixed-price with economic price adjustment, total set aside contract with a maximum $13,800,000 for full line fresh fruit and vegetables support. There are no other locations of performance. Using services are Army, Navy, and Marine Corps. There were three responses to the Web solicitations. Type of appropriation is fiscal 2010/2012 Defense Working Capital Funds. The date of performance completion is May 29, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.
AIR FORCE
Intelligent Software Solutions, Inc., Colorado Springs, Colo. (FA8750-09-D-0022 P00013), is being awarded an $85,000,000 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract modification. This action is for software development and system support for the Web-Enabled Temporal Analysis System toolkit (WebTAS TK). The WebTAS TK Program is a General Defense Intelligence Program effort that provides a tool kit of capabilities for the Air Force, Department of Defense, intelligence community, other federal agencies, and coalition partners to find, fix, track and target the enemy.The toolkit provides a general data visualization and analysis infrastructure for the analysis of temporal, spatial, entity, and association information, report generation, data dissemination, workflow, and query/search. This action is a contract modification to increase the maximum ordering amount of the contract from $498,000,000 to $583,000,000. The location of performance is Intelligent Software Solutions, Colorado Springs, Colo . The Air Force Research Laboratory/RIKF, Rome, N.Y., is the contracting activity (FA8750-09-D-0022 P00013).
United Technologies Corp., doing business as Pratt & Whitney Military Aftermarket Services, Inc., San Antonio, Texas (FA8121-10-D-0006), is being awarded a $25,890,769 firm-fixed-price, four-year contract. This contract provides for the remanufacture of 6,601 F100-PW-100/220/220E engine 6th-13th stage stators and 4th-5th shrouds for F-15 and F-16 aircraft. The location of the performance is United Technologies, doing business as Pratt & Whitney Military Aftermarket Services, San Antonio, Texas. The 848th Supply Chain Management Group/PKAA, Tinker Air Force Base, Okla., is the contracting activity (FA8121-10-D-0006).
InDyne, Inc., Reston, Va. (F04684-03-C-0050), is being awarded a $15,594,033 cost-plus-incentive-fee/award-fee contract modification. This contract provides a single contractor for range operations, communications, and information services required to support the 30th Space Wing mission. This contract provides for the Western Range operations and maintenance; support services; training; command; control; communications; information and computer system services; testing, modifying and installing communications, electronic and security systems at launch facilities, launch control centers and test facilities. This action is a four-month interim extension for Dec. 1, 2011, to Mar. 31, 2012, to be followed by further extension(s) for 18 months, for a total of a 24-month extension. The locations of performance are InDyne; Vandenberg Air Force Base, Calif.; and California coastal sites, including Pillar Point, Anderson Peak, and Santa Barbara. The 30th Contracting Squadron, Vandenberg Air Force Base, Calif., is the contracting activity (F04684-03-C-0050).
FEDBIZ OPPS
Department of the Army, Army Contracting Command, ACC-RSA – (Missile), ACC-RSA – (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
R–US Army AMCOM Information Management W31P4Q-11-R-0190 122611 FRED H. ROBINSON, 256-842-5307 ACC-RSA – (Missile) This Pre-Solicitation Notice is issued by the US Army Contracting Command-Redstone. Solicitation W31P4Q-11-R-0190 is for Information Management (IM) Support for the US Army Aviation and Missile Command (AMCOM). IM support services include advanced business processes and state-of the art IM support services that will continue to expand due to new missions, IT enterprise initiatives, Base Realignment and Closure (BRAC) rulings, and changing customer requirements. A full range of IM support services will be delivered, which include: Information Technology (IT) Strategic and Capital Planning; Business Process Management and Re-engineering; Business Analysis; Data Analysis, Integrity and Review; Engineering Data Acceptance; Technical Data Package (TDP) Operation; Development of Service Level Agreements; Technical Writing/Editing; IT Property Management; IM Project/Planning; Office Automation, Presentation/Exhibit Development, and Content Management Support; and scanning support. Furthermore, these integrated services require expertise in a wide range of disciplines including IT strategy and planning, business processes analysis and management, system analysis, information and data analysis and management, presentation/exhibit development, configuration management, IM operations and communications. The goal is to provide the customer base with efficient and effective IM&T support services that will result in the cost effective management of IT services, data and information services, and continuous business process improvement, which support the customers’ missions. These services will be acquired via a best value competitive total small business set aside. The NAICS associated with this effort is 541519 and the small business size standard is $25M. A Special Notice will be issued releasing a Draft Request for Proposals. Any information related to the draft RFP will be available only via the Federal Business Opportunities website. Any comments or questions associated with this announcement shall be provided to Mr. Chad E. Kuipers, Contracting Officer at chad.kuipers@us.army.mil or Mr. Fred H. Robinson at fred.h.robinson@us.army.mil. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Set-Aside: Total Small Business Place of Performance: ACC-RSA – (Missile) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL 35898-5280 US URL: https://www.fbo.gov/notices/8b0cf74f66396e527fbfd30a153740fc
OutreachSystems Article Number: 111123/PROCURE/0103
Matching Key Words: writ*; technical; standard;
National Aeronautics and Space Administration, NASA Shared Services Center, Procurement Division, NASA Shared Services Center Procurement Division Building 1111 Stennis Space Center, MS 39529-6000
U–INTERNET PROTOCOL VERSION 6 TRAINING NNX12TA16P 120511 Eli Ouder, Contracting Officer, Phone 228-813-6168, Fax 228-813-6315, Email eli.c.ouder@nasa.gov Eli Ouder ****PLEASE SEND ALL QUESTIONS AND QUOTES TO AMANDA MCINNIS ONLY. CONTACTINFORMATION IS WITHIN THE BODY OF THIS SOLICITATION*******This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Statement of Work The Office of the Chief Information Officer (OCIO) at NASA Langley Research Center is seeking services from a company that can provide basic Internet Protocol version 6 (IPv6) training for about 14 non-supervisors. 1. Background NASA Langley Research Centers Office of the Chief Information Officer (OCIO) provides extensive Information Technology (IT) services to a highly skilled and dedicated workforce of around 3800 employees. It is imperative to the operation of the Center and the missions of the Agency that the IT is delivered and provided in a means that enables these activities. The OCIO operates an 8,000+ node network currently operating in an IPv4 networking architecture. The environment is made of systems running multiple operating systems over a network infrastructure that consists mostly of Cisco network devices. As a Federal entity, the Center is required to transition from IPv4 to IPv6 over the next few years. The Center has obtained its IPv6 address allocations and is in the process of designing and planning its IPv4 to IPv6 transition. 2. Objective(s)To provide a foundational and hands-on education on IPv6 covering the following areas.IPv6 Introduction Features and benefits of IPv6 Advanced capabilities of IPv6, beyond what IPv4 offers Why IPv6 provides enhanced IPSec and more reliable QoS Deployment strategies to consider when migrating to IPv6 How to ensure a smooth transition from IPv4 and coexistence with IPv4 networks How IPv6 provides enhanced support for mobile IP and mobile computing devicesIPv6 Addressing IPv6 Addressing IPv6 Address Notation Address Representation IPv6 Address Prefix Subnetting Node Address Types Unicast Addresses Site-Local Addresses and Their Deprecation Unique Local Address Link-Local Address Global Unicast Address Auto-Configured Address States Any cast Addresses Multicast Addresses IPv6 and MAC addresses IPv6 Ping Command Loop back and Unspecified AddressesIPv6 Header Information IPv4 Protocol Stack IPv6 Protocol Stack IPv6 Dual Stack IPv6 Header Format IPv6 Extension Headers IPv6 Network Operations Neighbor Solicitation Neighbor Advertisement Router Solicitation Router Advertisement Configuring and Checking IPv6 on a Windows 7 workstation Configuring and Checking IPv6 on a UNIX workstation Configuring and Checking IPv6 on a MAC Workstation DHCPv6 ICMPv6 DNS Mobile IP Routing Services and Protocols Routing Protocols Supported by IPv6 Enabling IPv6 and Dual Stacks on Cisco Devices RIPng Protocol on Cisco Devices OSPFv3 Protocol on Cisco Devices BGP Protocol on Cisco DevicesIPv6 Access Lists on Cisco Devices Packet Filtering IPv6 Standard Access List IPv6 Extended Access List Reflexive Access ListIPv6 Deployment Strategies Overview Operating Systems Supporting IPv6 DNS infrastructure Dual Stack Implementation IPv6 Tunneling IPv6 Translation IP Sec Security IP Sec Tunneling IPv6 IP Sec Overview IP Sec Framework IPv6 IP Sec in a Windows Environment 3. Scope The training must be 4 days in length and scheduled during mid to late January 2012. Anon-Center training location will be provided. Therefore, the instructor must be a U.S. citizen. Students will bring their laptops and will have access to the Internet via the Centers wireless network. This course will provide both lecture and hands-on labs on the topics outlined above. 4. Deliverables Design, develop and deliver instructional/experiential training throughout a 4day course for members of the OCIO at NASA LaRC. Provide instructional materials, which will include participant materials and could also include viewgraphs, videotapes, materials and supplies. Prepare and print participant materials for the agreed upon number of students per session. Participant materials will provide reinforcement of points covered in the various segments of the course and will serve as a reference on covered topics for participants to use upon return to their work sites. Provide a hands-on lab environment which may be consist of devices local, remote, or a combination of local and remote Provide a resume of the instructor(s) clearly identifying relevant experience. If more than one instructor will be conducting the training, indicate which instructors would cover which portions of the course.5. Government Furnished Equipment/Materials Provide a standard course evaluation to be used for course evaluation. 6. Evaluation Factors The following factors will be used to evaluate the proposals submitted by vendors, with the Government making a best value award decision: Relevant Past performance Cost, to include instructor, materials, travel, per diem, and any other relevant costs Teaching approach Offers will be evaluated and award made pursuant to FAR 13.106. The offer or shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. The DPAS rating for this procurement is DC-09.Offers for the items(s) described above are due by December 5, 2011 by 3:00 p.m. CST to Amanda McInnis, Amanda.T.McInnis@nasa.gov, or faxed to 228-813-6891 and must include, solicitation number, discount/payment terms, identification of any special commercial terms, and be signed by an authorized company representative. FAR 52.212-4 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (APR 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.219-6,52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26,52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-3, 52.225-13,52.232-33, 52.252-1,52.252-2The FAR may be obtained via the Internet at URL:http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL:http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to AmandaMcInnis, Amanda.T.McInnis@nasa.gov, or faxed to 228-813-6891 no later than November 29,2011. Telephone questions will not be accepted. An ombudsman has been appointed — See NASA Specific Note “B”. It is the offeror’s responsibility to monitor the following Internet site for the releaseof solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/nais/index.cgi.Potential offerors will be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below. Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/NASA/NSSC/NSSC1/NNX12TA16P/listing.html
OutreachSystems Article Number: 111123/PROCURE/0143
Matching Key Words: writ*; copy; technical; standard; operating;
Department of Transportation, Federal Aviation Administration (FAA), Headquarters, FEDERAL AVIATION ADMINISTRATION, AJA-46 HQ – FAA Headquarters (Washington, DC)
99–Market Survey – Space Based ADS-B Surveillance 11300 120211 Steve Manley, 202-385-8676 steve.manley@faa.gov The purpose of this market survey is to identify vendors who have the ability to provide a Space-Based Automatic Dependent Surveillance - Broadcast (ADS-B) surveillance capability in Oceanic and Remote Mountainous Airspace as well as other designated Airspace as required. The results of this survey will be used to develop an appropriate acquisition strategy. As part of FAA’s ADS-B NextGen program, the Surveillance and Broadcast Services Office is considering enhancing ADS-B service to include surveillance in oceanic and remote mountainous airspace and other airspace as required currently outside the detection limits of land-based surveillance equipment (nonradar airspace), thereby increasing safety and efficiency and reducing separation minima. Each vendor is responsible for any export compliance duties associated with their submission or proposed approach, pursuant with the International Trafficking in Arms Regulations (ITAR), 22 C.F.R. Parts 120 – 130, and the Export Administration Regulations (EAR), 15 C.F.R. Parts 730 – 786, as appropriate. Attachment 1 to this announcement provides a description of the current surveillance capability and the proposed Space-Based architecture, including core technical requirements. This capability would initially be implemented in the 2018 timeframe in all of the nonradar oceanic and U.S. domestic mountainous regions airspace. It is requested that vendors who have this ability respond to this announcement with the following information: 1. Description of the high level architecture the vendor would propose to satisfy this requirement including use of any existing commercial or Government infrastructure. 2. A milestone chart of key events to meet implementation in the 2018 timeframe to include contract award. 3. Relevant experience/capability related to the proposed solution. This announcement is NOT A SCREENING INFORMATION REQUEST (SIR) or REQUEST FOR PROPOSAL (RFP). It is requested that vendor responses be submitted to Stephen B. Manley at Steve.Manley@faa.gov.by December 5, 2011. If hand or express mail delivery is chosen, the address is: Federal Aviation Administration ATTN: Steve Manley FOB 10B Room 3W21FN600 Independence Avenue S.W. Washington D.C. 20591Delivery through the U.S. Mail System is discouraged. All communications and questions shall be directed to Stephen B. Manley by E-mail at:Steve.Manley@FAA.gov URL: https://www.fbo.gov/spg/DOT/FAA/HQ/11300/listing.html
OutreachSystems Article Number: 111123/PROCURE/0608
Matching Key Words: broadcast*; event?; program?;
Department of the Interior, National Park Service, NPS – All Offices, NER – NPNH MABO – National Parks of New York Harbor MABO 210 New York Avenue Staten Island NY 10305
99 — SAGA Saint-Gaudens National Historic Site139 Saint-Gaudens Road Cornish, NH 03745Requirement: Documentary Film Project P12PS22092 120211 Lori A. Achkar Contract Specialist 7183544715 Lori_Achkar@nps.gov; Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-54. (iii) This solicitation is a total small business set-aside NAICS 512191, Teleproduction and Other Post Production Services, with a small business size standard of $29.5 Million. The National Park Service encourages the participation of small, disadvantaged, and women-ownedbusinesses. (iv) The Government intends to issue a firm-fixed price contract to the responsible offeror whose total offer represents the best value for the Government, price and technical factors considered. SAGA Saint Gaudents National Historical Site, 139 Saint-Gaudents Road, Cornish, NH 03745 has a requirement/need to produce a 15 minute high definition film, in 16×9 aspect ratio, to be shown to visitors at Sait-Gaudents National Historic Site. The film will serve as a concise biographical orientation to the life and artwork of Augustus Saint-Gaudents (1848-1907). The park has the rights to all existing high definition footage, including outtakes utilized in the production of the 2007 documentary ”Augustus Saint-Gaudents: Master of American Sculpture” from which this 15 minute film will be cut. Also included in the requirement is optional work, for the production of additional film footage to supplement existing footage, if the existing footage is deemed unusable. Please refer to the attached Contract Bid Schedule and Statement of Work for deliverables and detailed specifications. (v) LOCATION: SAGA Saint Gaudents National Historical Site, 139 Saint-Gaudents Road, Cornish, NH 03745. (vi) SCHEDULE of SUBMISSIONS: Three (3) invoices may be submitted, after successful milestone completion (see Statement of Work for milestones). (vii) SCHEDULE: The period of performance will be January 2, 2012 – May 7, 2012. (viii) DOCUMENTS TO BE INCLUDED IN QUOTE: Offerors must include all items (and sub-items) listed below in their quotation package. Failure to do so may render the bid non-responsive.1. Qualifications and experience of bidder and/or each individual contributor, to include: a. Written descriptions revealing at least three to five, full years of professional experience producing or editing high quality films, at least 10 minutes in length, and of a similar nature to a historical documentary for public viewing. Limit 3 pages. b. Resumes of individual contributors showing demonstrable experience developing scripts, storyboards, and directing a musical sound tract on a film. 2. A minimum of 2 sample films, in DVD High Definition format, including written descriptions of the content of the films. One sample needs to be of a historical genre.3. Contact information for 3 references, where the bidder hasedited and produced narration films. Contact information shall include business name, physical address, mailing address, and contact person for the client, including phone number, email address, type and time frame of service. These contacts must be clients for whom the bidder has provided similar services. The clients must be satisfied with the services and products provided by the bidder in order to be considered.4. Written proposal that demonstrates a clear, comprehensive understanding of the proposed project’s purpose, and addresses all items in the scope of work. This proposal must be at least 2 pages and include a written description of the bidder’s general approach or method for completing this project. 5. Price proposal, using the attached Contract Bid Schedule. 6. Proposed schedule: the schedule must describe tasks and duration, and provide a realistic representation of the project requirements and time for review.7. Proof of CCR registration.8. Name, phone number, and address of your point of contact. (ix) The Government contemplates the award of a single purchase order on a “Best Value” basis. A technically acceptable business will meet or exceed the following criteria:1. The offeror shall demonstrate at least three (3) to five (5) years of successfully completing films at least 10 minutes in length, of a documentary nature for public viewing.2. The offeror shall have successfully completed at least one edited film reflecting a historical genre, accompanied by narration and music.3. The offeror shall demonstrate a comprehensive understanding of the proposed project’s purpose.4. The offeror shall provide a detailed schedule that meets the May 7, 2012 deadline. (xii) Relative Importance of Evaluation Factors:1. Technical factors are listed in descending order of importance. 2. All evaluation factors, other than cost or price, when combined, are approximately equal to price. (xiii) 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. (xiv) FAR provisions/clauses listed below apply. This information is available on the Internet at http://www.acquisition.gov/far: FAR 52.227-17, Rights in Data – Special Works; FAR 52.246-20, Warranty of Services; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with paragraph (b) clauses indicated by number 11, 22, 25, 26, 27, 28, 30, 31, 37, 41, 46, and paragraph (c) clauses indicated by number 1, 2. (xv) The official combined synopsis/solicitation is posted at http://ideasec.nbc.gov. In order to receive the award, vendor must be registered at http://www.ccr.gov. Be prepared with your company’s DUNS number (available from Dun and Bradstreet at 1-888-546-0024) and your Federal Tax Identification Number (TIN). Amendments to the solicitation will be posted in the same manner as the solicitation; it is your responsibility to monitor the website. The Government reserves the right to cancel this solicitation. (xvi) Offers must be submitted via email to NPNHContracting_BidProposal@nps.gov, to the attention of Lori Achkar, with a courtesy copy sent to lori_achkar@nps.gov. The due date and time is 1:00pm ET on Friday, December 2, 2011. (xvii) Applicable Wage Determination: WD 05-2339 (Rev.-13) CONTRACT BID SCHEDULEREQUEST FOR QUOTEProduction of a 15 minute, High Definition Film, in 16×9 aspect ratioSAGA Saint Gaudents National Historical Site Submit bid for all items: Failure to do so may render the bid non-responsive. Refer to definition of bid items for the bid item descriptions. In addition to submission of prices for the below bid items, vendors must submit all additional documents required, included within paragraph viii of the solicitation.——————————————————————————————————————————-BASE BID ITEM NO 1: Produce a 15 minute, High Definition film, in 16×9 aspect ratio, to be shown to visitors at Sait-Gaudents National Historic Site. Production must be completed in accordance with the attached Statement of Work. BASE BID ITEM NO 1: UNIT SUM $ __________________________________/Lump Sum——————————————————————————————————————————-OPTIONAL WORK BID ITEM NO 2: Production of additional filmfootage to supplement existing footage, if the existing footage is deemed unusable. Production of additional film footage must be completed in accordance with the attached Statement of Work. OPTIONAL WORK BID ITEM NO 2: UNIT SUM $ ________________________/Lump Sum——————————————————————————————————————————- TOTAL FIRM FIXED PRICE $________________________________/Lump Sum Scope of WorkSaint-Gaudens National Historic Site139 Saint-Gaudens RoadCornish, NH 03745 SCOPE: In accordance with the terms and conditions of the contract, contractor shall perform the work as described herein. All services performed under this contract shall be performed in accordance with applicable codes and accepted industry standards. PERFORMANCE PERIOD: The work of this contract shall be completed by May 7, 2012.Contractual:Contracting Officer (CO): Will be identified in the awarded contract.Technical: Project Supervisor: Gregory C. Schwarz Chief of Interpretation (603) 675-2175 x107, (603) 675-2701 Gregory_C_Schwarz@nps.gov REQUIREMENTS: Produce a 15 minute high definition film, in 16 x 9 aspect ratio, to be shown to visitors at Saint-Gaudens National Historic Site. The film will serve as a concise biographical orientation to the life and artwork of Augustus Saint-Gaudens (1848-1907). The film‘s purpose is to provide visitors with a basic understanding about who Saint-Gaudens was, how he worked, some of famous artwork, and his significance to American art and culture. The film will flow smoothly, and logically, and include relevant information about his personal life and family, his major artworks, and a concise explanation about the sculpting process.The park has rights to all existing high definition footage, including outtakes, utilized in the production of the documentary ”Augustus Saint-Gaudens: Master of American Sculpture” from which this 15 minute film will be cut. All of the tapes are stored at Saint-Gaudens National Historic Site and are available for applicants to review prior to submitting a bid. o Prepare a script and storyboard for the 15 minute orientation film in consultation with park staffo Edit existing film footage to make up all, or most, of the orientation film.o Hire and direct a narrator for the film.The narrator should have demonstrated experience in narration of films, especially documentaro Acquire and direct a high quality musical soundtrack to the film to supplement the narration and film footage. Rights to the music for this film will include free and clear use for this film, including broadcasts on television, on websites, and in DVD formats, without any additional fees.o The music should be a selection of appropriate classical and popular period music of the 19th century, and of a generally light and upbeat nature.o The film will be closed captionedo The film will have audio descriptions for the visually impaired. o The National Park Service will have final editorial rights to the film, including thescript, film footage, narration, and music. Copyrights to the final product and to all components of the final product, both used in the film or produced as a part of this contract, but not used in the film, shall be owned by the National Park Service.OPTIONALWORK:o Additional film footage, if necessary, may be needed to supplement existing footage if existing footage is unusable. Any new filming must be done in high definition and wide screen format (16×9 aspect ratio), to match existing film. The contractor must consult with the National Park Service if additional footage is required. The National Park Service will make the final determination about any additional filming. QUALITY CONTROL: The contractor is responsible for Quality Control, which includes ensuring accuracy, completeness, and correctness of the work to be performed. The contractor shall consult with the National Park Service during the process to obtain comments and approval of:The storyboard and script;” The selection of a professional narrator with demonstrated experience in documentary type films viewed by the public.” The development, or selection of musical soundtrack elements based on the 19th century period. The National Park Service shall have three opportunities to review, comment and direct further development on the film product while under development (one at the 75% development stage, one at the 90% development stage and one at the 100% development stage). A definitive schedule and content criteria for each stage will be negotiated after contract award. Set-Aside: Total Small Business Place of Performance: SAGA Saint-Gaudens National Historic Site139 Saint-Gaudens RoadCornish, NH 03745 03745 USA URL: https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS22092/listing.html
OutreachSystems Article Number: 111123/PROCURE/0618
Matching Key Words: film?; edit*; produc*; website; site?; page?; business*; produce?; production?; instruct*; commercial?; documentar*; filming;
Department of Transportation, Federal Aviation Administration (FAA), Headquarters, FEDERAL AVIATION ADMINISTRATION, AJA-46 HQ – FAA Headquarters (Washington, DC)
99–Market Survey – Space Based ADS-B Surveillance 11300 120211 Steve Manley, 202-385-8676 steve.manley@faa.gov The portion of the Space Based ADS-B Technical Requirements attachment that reads “TSO-X166b compliant” is changed to read “TSO-C166b compliant”. The purpose of this market survey is to identify vendors who have the ability to provide a Space-Based Automatic Dependent Surveillance - Broadcast(ADS-B) surveillance capability in Oceanic and Remote Mountainous Airspace as well as other designated Airspace as required. The results of this survey will be used to develop an appropriate acquisition strategy. As part of FAA’s ADS-B NextGen program, the Surveillance and Broadcast Services Office is considering enhancing ADS-B service to include surveillance in oceanic and remote mountainous airspace and other airspace as required currently outside the detection limits of land-based surveillance equipment (nonradar airspace), thereby increasing safety and efficiency and reducing separation minima. Each vendor is responsible for any export compliance duties associated with their submission or proposed approach, pursuant with the International Trafficking in Arms Regulations (ITAR), 22 C.F.R. Parts 120 – 130, and the Export Administration Regulations (EAR), 15 C.F.R. Parts 730 – 786, as appropriate. Attachment 1 to this announcement provides a description of the current surveillance capability and the proposed Space-Based architecture, including core technical requirements. This capability would initially be implemented in the 2018 timeframe in all of the nonradar oceanic and U.S. domestic mountainous regions airspace. It is requested that vendors who have this ability respond to this announcement with the following information: 1. Description of the high level architecture the vendor would propose to satisfy this requirement including use of any existing commercial or Government infrastructure. 2. A milestone chart of key events to meet implementation in the 2018 timeframe to include contract award. 3. Relevant experience/capability related to the proposed solution. This announcement is NOT A SCREENING INFORMATION REQUEST (SIR) or REQUEST FOR PROPOSAL (RFP). It is requested that vendor responses be submitted to Stephen B. Manley at Steve.Manley@faa.gov.by December 5, 2011. If hand or express mail delivery is chosen, the address is: Federal Aviation Administration ATTN: Steve Manley FOB 10B Room 3W21FN600 Independence Avenue S.W. Washington D.C. 20591Delivery through the U.S. Mail System is discouraged. All communications and questions shall be directed to Stephen B. Manley by E-mail at:Steve.Manley@FAA.gov URL:https://www.fbo.gov/spg/DOT/FAA/HQ/11300/listing.html
OutreachSystems Article Number: 111123/PROCURE/0945
Matching Key Words: broadcast*; event?; program?;
USABIDS
Kentucky Department of Education, Financial Mgt., 500 Mero Street, Frankfort, KY 40601
U – SUMMER MIGRANT EDUCATION PROGRAM. RFP-540-1200000138-1 DUE 06-DEC-2011 Thomas Stratton, Phone: (502) 564-2351; Website: https://emars.ky.gov/online/vss/Advantage This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 111123/BID/0061
Matching Key Words: age:state!ky; state!ky;
Kentucky State Procurement
Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601
R — TEMPORARY CONTRACT LABOR – ADDENDUM. RFB-758-1200000358-4 DUE 01-DEC-2011 Richard Mize, Phone: (502) 564-6521; Website: https://emars.ky.gov/online/vss/Advantage This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 111123/KY/1198
Matching Key Words: age:state!ky; state!ky;
Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601
R — CSC LIABILITY INSURANCE – ADDENDUM. RFB-758-1200000308-3 DUE 28-NOV-2011 Richard Mize, Phone: (502) 564-6521; Website: https://emars.ky.gov/online/vss/Advantage This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 111123/KY/1207
Matching Key Words: age:state!ky; state!ky;
Eastern Kentucky University, Division of Purchases, Jones Building, Room 119, Richmond, KY 40475
R — LEGAL SERVICES – PATENT MATTERS. RFP 19-12 DUE 16-DEC-2011 Phone: (859) 622-2246; Fax: (859) 622-2047; Website: http://www.purchasing.eku.edu/bids_quotes.php An optional pre-proposal conference will be held December 09, 2011. The meeting will begin promptly at 2:00 P.M. in 213 Jones Building at Eastern Kentucky University. The purpose of this conference is to fully acquaint potential Offerors with all proposal conditions. During this conference questions concerning the RFP will be answered. Attendance at the pre-proposal conference is a prerequisite requirement to be qualified to submit a proposal. Proposals will be accepted only from Offerors who are represented at the pre-proposal conference, as evidenced by an Offeror’s representative signature on an appropriate attendance roster. Any Offeror failing to attend this meeting will be disqualified from submitting a proposal to the University. Attendance at the conference will be limited to five (5) employees per Offeror. Attendees should bring a copy of this solicitation to the conference. Any changes resulting from this conference or subsequent written questions will be issued in an Addendum. Any information obtained from discussions or informal correspondence with University administrators or staff does not supersede the requirements of this RFP. Changes or clarifications to requirements shall be issued by Addenda. Note: Temporary parking permits are available thru EKU Parking and Transportation, Mattox Hall, Ste. A, 521 Lancaster Avenue, Richmond, KY 40475, 859-622-1063. Please request parking permits at least 72 hours prior to campus visits. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 111123/KY/1225
Matching Key Words: age:state!ky; state!ky;
