--------------------------------------------------------------- Program Number: 30758 --------------------------------------------------------------- ***Deadlines: 12/27/2012 Sponsor: U.S. Trade and Development Agency Title: RFP -- Brazil - Bahia Statewide Airport Modernization Project Contact: Anthony O'Tapi Tel: 703-875-4357 Email: aotapi@ustda.gov Full Program:          https://www.fbo.gov/?s=opportunity&mode=form&id=c0b999ab6d5867237fddee67f9cb81df&tab=core&_cview=0 B -- BRAZIL - BAHIA STATEWIDE AIRPORT MODERNIZATION PROJECT SOL 201251019A POC Anthony O'Tapi, Phone: 703-875-4357 WEB: FBO.gov Permalink https://www.fbo.gov/spg/TDA/TDA1/TDA1/2012-51019A/listing.html E-MAIL: aotapi@ustda.gov aotapi@ustda.gov NAICS: 541690 POC: Anthony O'Tapi Project Information Specialist Contract Support for USTDA 1000 Wilson Boulevard, Suite 1600 Arlington, VA 22209-3901 Tel: (703) 875-4357 Fax: (703) 875-4009 ***Please do not contact contracts office*** Proposal Submission Place: Marcus Benicio Foltz Cavalcanti Secretaria de Infraestrutura do Estado da Bahia CAB, 4ª Avenida, 440, Paralela Salvador, BA, 41745-000 Phone: 011-55-71-3115-8506 The Grantee invites submission of qualifications and proposal data (collectively referred to as the "Proposal") from interested U.S. firms that are qualified on the basis of experience and capability to develop a technical assistance to produce a statewide airport capital improvement plan and develop a roadmap and implementation plan to modernize and expand the state of Bahia's airport network. This technical assistance funding for SEINFRA will serve several purposes. First, it will help the State of Bahia to prioritize upgrades for Feira de Santana Airport, located in the state's second largest municipality. Second, the technical assistance will also provide a program to update the remainder of the state's airport network by identifying modernization needs and key technologies to allow night operation capabilities at eight priority airports identified by SEINFRA. These technologies would then be replicated to the entire state's airport network in order of priority. The State of Bahia is the largest state in northeastern Brazil in terms of economic output, fifth largest in size, and the fourth most populous in the country. SEINFRA is responsible for the planning, coordination, supervision, and implementation of studies, programs, and public works, in the transport, energy and communications sectors in the State, including airport infrastructure, as well as cargo and logistics projects. The U.S. firm selected will be paid in U.S. dollars from a $345,060 grant to the Grantee from the U.S. Trade and Development Agency (USTDA). A detailed Request for Proposals (RFP), which includes requirements for the Proposal, the Terms of Reference, and portions of a background definitional mission report are available from USTDA, at 1000 Wilson Boulevard, Suite 1600, Arlington, VA22209-3901. To request the RFP in PDF format, please go to: https://www.ustda.gov/businessopps/rfpform.asp Requests for a mailed hardcopy version of the RFP may also be faxed to the IRC, USTDA at 703-875-4009. In the fax, please include your firm's name, contact person, address, and telephone number. Some firms have found that RFP materials sent by U.S. mail do not reach them in time for preparation of an adequate response. Firms that want USTDA to use an overnight delivery service should include the name of the delivery service and your firm's account number in the request for the RFP. Firms that want to send a courier to USTDA to retrieve the RFP should allow one hour after faxing the request to USTDA before scheduling a pick-up. Please note that no telephone requests for the RFP will be honored. Please check your internal fax verification receipt. Because of the large number of RFP requests, USTDA cannot respond to requests for fax verification. Requests for RFPs received before 4:00 PM will be mailed the same day. Requests received after 4:00 PM will be mailed the following day. Please check with your courier and/or mail room before calling USTDA. Only U.S. firms and individuals may bid on this USTDA financed activity. Interested firms, their subcontractors and employees of all participants must qualify under USTDA's nationality requirements as of the due date for submission of qualifications and proposals and, if selected to carry out the USTDA-financed activity, must continue to meet such requirements throughout the duration of the USTDA-financed activity. All goods and services to be provided by the selected firm shall have their nationality, source and origin in the U.S. or host country. The U.S. firm may use subcontractors from the host country for up to 20 percent of the USTDA grant amount. Details of USTDA's nationality requirements and mandatory contract clauses are also included in the RFP. Interested U.S. firms should submit their Proposal in English and Portuguese directly to the Grantee by 1:00 PM, December 27th, 2012 at the above address. Evaluation criteria for the Proposal are included in the RFP. Price will not be a factor in contractor selection, and therefore, cost proposals should NOT be submitted. The Grantee reserves the right to reject any and/or all Proposals. The Grantee also reserves the right to contract with the selected firm for subsequent work related to the project. The Grantee is not bound to pay for any costs associated with the preparation and submission of Proposals. CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=c0b999ab6d5867237fddee67f9cb81df&tab=core&_cview=0 Posted 10/18/12 (W-SN02915972). (0292) --------------------------------------------------------------- Program Number: 31304 --------------------------------------------------------------- ***Deadlines: 12/28/2012 Sponsor: Department of Energy Title: RFP -- Substation Maintenance Training Contact: Vincent Costanzo Tel: 631-344-5539 Email: vcostanzo@bnl.gov Full Program:          https://www.fbo.gov/?s=opportunity&mode=form&id=758035eb274318debcdc7eead5d19bf8&tab=core&_cview=0 SYNOPSIS: U -- SUBSTATION MAINTENANCETRAINING - BSA RFQ#232485 SOL RFQ232485 PC Vincent Costanzo, Phone: 6313445539 POP Brookhaven National Laboratory, Upton, New York, 11973-5000, United States 11973-5000 WEB: FBO.gov Permalink https://www.fbo.gov/spg/DOE/BHL/BNL/RFQ232485/listing.html E-MAIL: vcostanzo@bnl.gov vcostanzo@bnl.gov NAICS: 611519 RFQ#232485 - Attachment F_BNL-QA-101 RFQ#232485 - Attachment E_Quotation Pricing Sheet (043) RFQ#232485 - Attachment D_Quotation Pricing Worksheet RFQ#232485 - Attachment C_R&C_Form_10 RFQ#232485 - Attachment B_R&C_Form_9 RFQ#232485 - Attachment A_BSA Specification RFQ#232485 - Exhibit 1_Draft PO RFQ#232485 - Solicitation Brookhaven Science Associates, LLC, operator of Brookhaven National Laboratory, Upton, New York is seeking quotations for on-site training for approx. 10-12 participants to obtain "Substation Maintenance Technician" Certification. Training courses shall provide the skills necessary to become a competent substation technician and shall include classroom-based lectures, as well as hands-on laboratory-type instruction. Subject matter shall include, but is not limited to, substation, switchgear, circuit breaker, protective relay, battery, transformer overviews, maintenance, testing and safe working procedures. All coursework is to be completed by May 31, 2013. CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=758035eb274318debcdc7eead5d19bf8&tab=core&_cview=0 Posted 12/12/12 (W-SN02947431). (0347) --------------------------------------------------------------- Program Number: 31237 --------------------------------------------------------------- ***Deadlines: 12/28/2012 Sponsor: Office of Personnel Management Title: RFP - AMENDMENT - Leadership Assessment Program Level II (LAP-L2) Training Sessions Contact: Nathalie Snyder Tel: 303-671-1035 Email: nathalie.snyder@opm.gov Full Program:          https://www.fbo.gov/?s=opportunity&mode=form&id=fec4622f8243b9a3e4a57dade12bd9d9&tab=core&_cview=0 SYNOPSIS: U -- LEADERSHIP ASSESSMENT PROGRAM LEVEL II (LAP-L2) TRAINING SESSIONS - COMBINED SYNOPSIS SOLICITATION SOL OPM26-13-Q-0038 POC Nathalie Snyder, Phoe: 303-671-1035, Jean C Speed, Phone: (303) 671-1021 POP Please see Combined Synopsis for Place of Performance, United States WEB: FBO.gov Permalink https://www.fbo.gov/spg/OPM/OCAS/CD/OPM26-13-Q-0038/listing.html E-MAIL: nathalie.snyder@opm.gov, jean.speed@opm.gov nathalie.snyder@opm.gov, jean.speed@opm.gov NAICS: 611430 Attachment C - Pricing Chart Attachment B- Faculty Information Attachment A - Course Description Template Combined Synopsis Solicitation OPM26-13-Q-0038 In support of its mission, WMDC needs to acquire a contractor to deliver up to five (5) Leadership Assessment Program - Level II (LAP-L2) training sessions for FY13. The LAP-L2 Program is a four and a half day intensive assessment program designed to provide current Federal leaders (i.e., supervisors, managers or executives) with new insights into their leadership strengths and to help uncover areas for potential improvement. Participants learn the factors critical to successful leadership in the Federal government, are assessed on several leadership dimensions, and create a Leadership Development Plan (LDP). Using lectures, exercises, assessments and individual feedback, participants identify the critical goalsand strategies needed to improve their leadership performance and achieve greater organizational success. CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=fec4622f8243b9a3e4a57dade12bd9d9&tab=core&_cview=0 Posted 12/05/12 (W-SN02942851). (0340) --------------------------------------------------------------- Program Number: 31306 --------------------------------------------------------------- ***Deadlines: 12/28/2012 Sponsor: Office of Personnel Management Title: RFP -- SBSA - EFFECTIVE WRITING COURSE DELIVERY Contact: Shannon G Kennedy Tel: 304-870-8065 Email: shannon.kennedy@opm.gov Full Program:          https://www.fbo.gov/?s=opportunity&mode=form&id=20c722df51c9389e7022c9879147a095&tab=core&_cview=0 SYNOPSIS: U -- EFFECTIVE WRITING COURSE DELIVERY - RFP OPM2613R0004 SOL OPM261R0004 POC Shannon G Kennedy, Phone: (304)870-8065, Antoinette M Campbell, Phone: 202606-4806 POP VARIOUS, United States WEB: FBO.gov Permalink https://www.fbo.gov/spg/OPM/OCAS/CD/OPM2613R0004/listing.html E-MAIL: shannon.kennedy@opm.gov, antoinette.campbell@opm.gov shannon.kennedy@opm.gov, antoinette.campbell@opm.govNAICS: 611430 ATTACHMENT #1 - SAMPLE PROGRAM AGENDA FOR EFW RFP OPM2613R0004 - EFFECTIVE WRITING SEMINAR DELIVERY IN FY13 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. The Solicitation number is OPM2613R0004 and is issued as a Request for Proposals (RFP). This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-63 dated December 10, 2012. The North American Industrial Classification System (NAICS) code is 611430 and the small business size standard is $10.0 million. This procurement is set-aside exclusively for small businesses, allowing only a small business to submit proposals. The U.S. Office of Personnel Management's (OPM) Center for Leadership Development (CLD) provides high quality leadership and management development for supervisors, managers and executives across the Federal government through both multi-agency and single-agency designed courses. OPM has established two leadership institutes, the Federal Executive Institute in Charlottesville (FEI), Virginia, and the Management Development Center's (MDC's) with locations in Shepherdstown, West Virginia and Aurora, Colorado. OPM also offers courses at the OPM Headquarters in Washington, D.C. and at other locations. As a Federal business enterprise,CLD provides services that assist Federal agencies in achieving their missions by providing competency-based leadership programs to build great leaders for great government. In support of its mission, OPM needs to acquire up to (5) contractors to provide Lead Facilitation and Instructor services during the delivery ofas many as (10) four-day Effective Writing in the Federal Government: Leading with the Written Word (EFW) courses. The EFW course was designed to teach participants how the Federal government announces, defends, investigates, regulates, explains issues and systems, and procures products and services that run the country and impact the American people. The course also explores how Federal employees compose, review, edit and issue critical and sensitive written materials for diverse audiences including national and international groups. For those who write for regulatory, investigative, and oversight agencies, to name a few, the needfor effective writing is critical to the success of their organizations. The need to rid documents of cluttered or unclear language has been made a priority bygovernment executives. This course supports the development of the following OPM competencies: Oral/Written Communication, Influencing/Negotiating, Political Savvy, Strategic Thinking, Continual Learning, and Improving Leadership Capabilities. These competencies are part of the OPM Executive Core Qualifications (ECQs)which are used as indicators of leadership success in the federal government. For more information on the ECQs please see http://www.leadership.opm.gov/. OPM intends to award up to (5) Firm-fixed Price Contracts to the offeror(s) that represents the best value to the government. The offerors shall provide all labor, incidental materials, and other services necessary to render services under the resulting contract, see Statement of Objectives (SOO) detailed below. The period of performance is listed in the SOO below. Offerors are invited to submit their quotations to OPM Contracting in response to this notice by 12:00 PM Eastern Standard Time (EST), December 28, 2012. Only e-mailed requests for additional information will be accepted at Shannon.Kennedy@opm.gov through 10:00 AM EST, December 18, 2012. 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 Shannon.Kennedy@opm.gov. Technical and Pricing proposals MUST be in two separate files. If your technical and price proposal is not submitted in two separate files, your response to this solicitation will be considered non-responsive and will not be given any further consideration. Each of the parts shall be separate and complete, so that evaluation of one may be accomplished independently of and concurrently with the evaluation of the others. PLEASE REVIEW THE ATTACHEDRFP OPM2613R0004 FOR ADDITIONAL INFORMATION. CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=20c722df51c9389e7022c9879147a095&tab=core&_cview=0 Posted 12/12/12 (W-SN02947797). (0347) --------------------------------------------------------------- Program Number: 30961 --------------------------------------------------------------- ***Deadlines: 12/31/2012 Sponsor: Department of the Army Title: RFP --Amendment -- USACE LDP/EAGLE Program Contact: Bernard V. Mora Tel: 615-736-7915 Email: bernard.v.mora@us.army.mil Full Program:          https://www.fbo.gov/?s=opportunity&mode=form&id=9c659886d4b888cd09c01373b9707a6b&tab=core&_cview=0 SYNOPSIS: U -- USACE LDP/EAGLE PROGRAM - PACKAGE #1 SOL W912P5-13-R-0001 POC Brnard V. Mora, Phone: 6157367915, Stacy S. Wiggins, Phone: 6157367944 POP FOB Destination, USACE Nashville District, Nashville, Tennessee, 37203, United States 37203 WEB: FBO.gov Permalink https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-13-R-0001/listing.html E-MAIL: bernard.v.mora@us.army.mil, stacy.s.wiggins@usace.army.mil bernard.v.mora@us.army.mil, stacy.s.wiggins@usace.army.mil NAICS: 611430 Attachment 0006 - WAGE DETERMINATION NO.: 2005-2497 Attachment 0005 - QUALITY ASSURANCE AND SURVEILLANCE PLAN (QASP) Attachment 0004 - PAST PERFORMANCE QUESTIONNAIRE FORM PPQ-0 Attachment 0003 - EVALUATION FACTORS Attachment 0002 - PERFORMANCE WORK STATEMENT FOR EAGLE Attachment 0001 - PERFORMANCE WORK STATEMENT FOR LDP This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as request for proposal (RFP) Number W912P5-13-R-0001; the Government intends to award a Firm Fixed-Price Contract. Payments for all Line Item(s) will be made on the basis of Firm Fixed-Price (FFP). FFP payments require completion, delivery and acceptance by the Government of the specific deliverables. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-61. The requirement is unrestricted and the associated North American Industry Classification System (NAICS) code is 611430 Professional and Management Development Training. The Nashville District, U.S. Army Corps of Engineers (USACE) is seeking an accredited academic institution execute and administer a leadership/management development program for USACE employees. Disciplines represented include science,engineering, specialty trades, and administration. The overall objective of this program is to help these employees learn, grow and develop so they can be effective leader-managers within the USACE Nashville District. The Contractor shall prepare and provide the course materials for the participants in accordance withthe attached Performance Work Statement (PWS) for Leadership Development Program, LDP (attachment 0001) and the Employees Achieving Greatness and Leadership Excellence Program, EAGLE (attachment 0002). The Contractor will provide training to professionals and deliver specific leadership courses that will develop leadership competencies. Competition is limited to accredited colleges/universities whose primary business location is within a fifty (50) mile radius of the USACE Nashville District Office location at 110 9th Avenue South, Nashville, Tennessee 37203. Accreditation is important to ensure quality and adherence to academic standards. The base contract period is for the period beginning January 1, 2013 and ending December 31, 2013 with options to extend the contract as follows: OPTION YEAR 1- January 1, 2014 through December 31, 2014 OPTION YEAR 2- January 1, 2015 through December 31, 2015 OPTION YEAR 3 - January 1, 2016 through December 31, 2016 OPTION YEAR 4 - January 1, 2017 through December 31, 2017 CONTRACT LINE ITEMS: CLIN 0001: Base Period- Services inclusive of all supervision, labor, materials, equipment, supplies, facilities, travel and per diem as ordered by the Government, for a period of one (1) year, in accordance with attachment 0001. The Contractor shall Provide Professional Training and Certification for the USACE Nashville District LDP Program. ESTIMATED QUANTITY: 1 UNIT: Job/Each UNIT PRICE: $ TOTAL PRICE: $ CLIN 0002: First Option Period - Services inclusive of all supervision, labor, materials, equipment, supplies, facilities, travel and per diem as ordered by the Government, for a period of one (1) year, in accordance with attachment 0002. The Contractor shall Provide Professional Training and Certification for the USACE Nashville District EAGLE Program. ESTIMATED QUANTITY: 1 UNIT:Job/Each UNIT PRICE: $ TOTAL PRICE: $ CLIN 0003: Second Option Period - Services inclusive of all supervision, labor, materials, equipment, supplies, facilities, travel and per diem as ordered by the Government, for a period of one (1) year, in accordance with attachment 0001. The Contractor shall Provide ProfessionalTraining and Certification for the USACE Nashville District LDP Program. ESTIMATED QUANTITY: 1 UNIT: Job/Each UNIT PRICE: $ TOTAL PRICE: $ CLIN 0004: Third Option Period- Services inclusive of all supervision, labor, materials, equipment, supplies, facilities, travel and per diem as ordered by the Government, for a period of one (1) year, in accordance with attachment 0002. The Contractor shall Provide Professional Training and Certification for the USACE Nashville District EAGLE Program. ESTIMATED QUANTITY: 1 UNIT: Job/Each UNIT PRICE: $ TOTAL PRICE: $CLIN 0005: Fourth Option Period- Services inclusive of all supervision, labor, materials, equipment, supplies, facilities, travel and per diem as ordered by the Government, for a period of one (1) year, in accordance with attachment 0001. The Contractor shall Provide Professional Training and Certification for the USACE Nashville District LDP Program. ESTIMATED QUANTITY: 1 UNIT: Job/Each UNIT PRICE: $ TOTAL PRICE: $ THE FOLLOWING FAR AND DFARS PROVISIONS AND CLAUSES ARE INCORPORATED INTO THE SOLICITATION BY REFERENCE, THE FULL TEXT OF A CLAUSE MAY BE ACCESSED ELECTRONICALLY AT THIS ADDRESS, http://farsite.hill.af.mil/ : 52.204-99 System for Award Management Registration (August 2012) (DEVIATION) 52.212-1 - INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS JUN/2008 52.212-4 - CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS MAR/2009 52.212-5 - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES EXECUTIVE ORDERS--COMMERCIAL ITEMS AUG/2012 (Applicability includes paragraph (b) items 1, 4, 6, 23, 26, 28, 29, 30, 31, 32, 33, 34, 38, 42, 45, and 47 apply. Applicability includes paragraph (c) items 1, 2 and 3 apply.) 52.217-5 Evaluation of Options (Jul 1990). 252.203-7002 Requirement toInform Employees of Whistleblower Rights (JAN 2009) 252.203-7005 RepresentationRelating to Compensation of Former DoD Officials (JUL 2012) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7008 Export-ControlledItems (APR 2010) 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (DEC 2006) 252.212-7000 Offeror Representations and Certifications--Commercial Items (JUN 2005) 252.212-7001 - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITERMS (JUN 2011) (Applicabilityincludes paragraph (a), "Gratuities" and paragraph (b) items 1, 6, 9, 20, 21, and 23) 252.243-7001 Pricing of Contract Modifications (DEC 1991) 252.243-7002 Requests for Equitable Adjustment (MAR 1998) THE FOLLOWING FAR AND DFARS PROVISIONS AND CLAUSES ARE INCORPORATED INTO THE SOLICITATION BY FULL TEXT: 52.212-3 --Offeror Representations and Certifications -- Commercial Items (Apr 2012) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates 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 daily business 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 which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcementof which can be accomplished by process or penalties. "Inverted domestic corporation," as used in this section, means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code at 26 U.S.C. 7874. "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. "Restricted businessoperations" means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountabilityand Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations donot include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods orservices to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. Sensitive technology- (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically- (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International EmergencyEconomic Powers Act (50 U.S.C. 1702(b)(3)). "Service-disabled veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of whichis owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. "Subsidiary" means an entityin which more than 50 percent of the entity is owned- (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. "Veteran-owned small business concern" means a small business concern- (1) Not less than51 percent of which is owned by one or more veterans(as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of the its stock is owned by one or more women; and whose management anddaily business operations are controlled by one or more women. "Women-owned small business concern" means a small business concern -- (1) That is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127)," means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision donot automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically atFAR 52.212-3, Offeror Representations and Certifications-Commercial Items, havebeen entered or updated in the last 12 months, are current, accurate, complete,and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), exceptfor paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.] (c) Offerors must complete the following representations when the resulting contract is to be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it [_] is, [_] is not a small business concern. (2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it [_] is, [_]is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [Complete only if the offeror represented itself as asmall business concern in paragraph (c)(1) of this provision.] The offeror represents, for general statistical purposes, that it [_] is, [_] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [_] is, [_] is not a women-owned small business concern. Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed thesimplified acquisition threshold. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror prepresents that- (i) It [_] is, [_] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility;and (ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that areparticipating in the joint venture: _________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (7) Economically disadvantaged women-ownedsmall business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that- (i) It [_] is, [_] is not an EDWOSB concern, hasprovided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: _____________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. (8) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.]. The offeror represents that it [_] is, a women-owned business concern. (9) Tie bid priority for labor surplus area concerns. If this isan invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (byofferor or first-tier subcontractors) amount to more than 50 percent of the contract price: ___________________________________________ (10) [Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, or FAR 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting,and the offeror desires a benefit based on its disadvantaged status.] (i) General. The offeror represents that either- (A) It [_] is, [_] is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the CCR Dynamic Small Business Search database maintained by the Small Business Administration, and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the networth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or (B) It [_] has, [_] has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as asmall disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted. (ii) Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(10)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. [The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ________________.] (11) HUBZonesmall business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that-- (i) It [_] is, [_] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR part 126; and (ii) It [_] is, [_] is not a HUBZone joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (c)(11)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: __________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (d) Representations required to implement provisions of Executive Order 11246 -- (1) Previous contracts and compliance. The offeror represents that-- (i) It [_] has, [_] has not, participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It [_] has, [_] has not, filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that -- (i) It [_] has developed and has onfile, [_] has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary ofLabor (41 CFR parts 60-1 and 60-2), or (ii) It [_] has not previously had contracts subject to the written affirmative action programs requirement of the rulesand regulations of the Secretary of Labor. (e) Certification Regarding Paymentsto Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated fundshave been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Act Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act - Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component testin paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Supplies." (2) Foreign EndProducts: LINE ITEM NO. COUNTRY OF ORIGIN [List as necessary] (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g) (1) Buy American Act -- Free Trade Agreements -- Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act -- Free Trade Agreements -- Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms "Bahrainian, Moroccan, Omani, or Peruvian end product," "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," "Free Trade Agreement country," "Free Trade Agreement country end product," "Israeli end product," and ‘United States' are defined in the clause of this solicitation entitled "Buy American Act--Free Trade Agreements--Israeli Trade Act." (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Free Trade Agreement Country End Products (Other than Bahrainian or Moroccan End Products) or Israeli End Products: LINE ITEM NO. COUNTRY OF ORIGIN [List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) or this provision) as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item anddoes not meet the component test in paragraph (2) of the definition of "domestic end product." Other Foreign End Products: LINE ITEM NO. COUNTRY OF ORIGIN [List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph(g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Canadian End Products: Line Item No.: ___________________________________________ [List as necessary] (3) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled ``Buy American Act--Free Trade Agreements--Israeli Trade Act'': Canadian or Israeli End Products: Line Item No.: Country of Origin: [List as necessary] (4) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate III. If Alternate III to the clause at 52.225-3 is included in this solicitation, substitute the following paragraph(g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli TradeAct": Free Trade Agreement Country End Products (Other than Bahrainian, Korean,Moroccan, Omani, or Peruvian End Products) or Israeli End Products: Line Item No.: Country of Origin: [List as necessary] (5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a U.S.-made or designated country end product as defined in the clause of this solicitation entitled "Trade Agreements." (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products Line Item No.: Country of Origin: [List as necessary] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. Forline items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determinesthat there are no offers for such products or that the offers for such productsare insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offerorand/or any of its principals-- (1) [_] Are, [_] are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (2) [_] Have, [_] have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered againstthem for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; and (3) [_] Are, [_] are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) [_] Have, [_] have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determinedif it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayerseek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appear rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals Contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying taxliability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer hasentered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms.The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. §362 (the Bankruptcy Code). (i) Certification Regarding Knowledge ofChild Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).] (1) Listed End Product Listed End Product: Listed Countries of Origin: (2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certifyto either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] [_] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. [_] (ii) The offeror may supply an end product listedin paragraph (i)(1) of this provision that was mined, produced, or manufacturedin the corresponding country as listed for that product. The offeror certifies that is has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide inresponse to this solicitation is predominantly- (1) [_] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [_] Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Act. (Certification by the offeror as to its compliance with respect to thecontract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.] (1) [_] Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror [_] does [_] does not certify that- (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. (2) [_] Certain services as described in FAR 22.1003-4(d)(1). The offeror [_] does [_] does not certify that- (i) The services under the contract areoffered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract isthe same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies- (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or(k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer identification number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to providethis information to a central contractor registration database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may bematched with IRS records to verify the accuracy of the offeror's TIN.] (3) Taxpayer Identification Number (TIN). [_] TIN:_____________________. [_] TIN has been applied for. [_] TIN is not required because: [_] Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States anddoes not have an office or place of business or a fiscal paying agent in the United States; [_] Offeror is an agency or instrumentality of a foreign government; [_] Offeror is an agency or instrumentality of the Federal Government; (4) Type of organization. [_] Sole proprietorship; [_] Partnership; [_] Corporate entity (not tax-exempt); [_] Corporate entity (tax-exempt); [_] Government entity (Federal, State, or local); [_] Foreign government; [_] International organization per 26 CFR 1.6049-4; [_] Other ____________________. (5) Common parent. [_] Offeror is not owned or controlled by a common parent: [_] Name and TIN of common parent: Name ____________________________________ TIN ______________________________________ (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan. (n) Prohibition on Contracting with Inverted Domestic Corporations- (1) Relation to Internal Revenue Code. An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code 25 U.S.C. 7874. (2) Representation. By submission of its offer, the offeror represents that- (i) It is not an inverted domestic corporation; and (ii) It is not a subsidiary of an inverted domestic corporation. (o) Sanctioned activities relating to Iran. (1) The offeror shall email questions concerning sensitive technology to the Department of State at CISADA106@state.gov. (2) Representation and Certification. Unless a waiver is granted or an exception applies as provided in paragraph (o)(3) of this provision, by submission of its offer, the offeror- (i) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran; and (ii) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act. (3) The representation and certification requirementsof paragraph (o)(2) of this provision do not apply if- (i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency provision); and (ii) The offeror has certified that all the offered products to be supplied are designated country end products. (End of Provision) Alternate I (Apr 2011). As prescribed in 12.301(b)(2), add the following paragraph (c)(12)to the basic provision: (12) (Complete if the offeror has represented itself asdisadvantaged in paragraph (c)(4) or (c)(10) of this provision.) [The offeror shall check the category in which its ownership falls]: ____ Black American. ___ Hispanic American. ___ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ___ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, U.S. Trust Territory or the Pacific Islands (Republic of Palau), Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ___ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ___ Individual/concern, other than one of the preceding. 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 written notice to the Contractor within 30 days (End of Clause). 52.217-9 Option to Extend the Term of the Contract (Mar 2000): (a) The Government may extend the term of this contract by written notice to the Contractor within 30 calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years and six months. (End of Clause). 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) Funds are not presently available for performance under this contract beyond Option Year 1. The Government's obligationfor performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond Option Year 1, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause). INSTRUCTIONS TO OFFERORS: 1. Contractors must be registered in the System for Award Management (SAM) database (www.sam.gov) to receive an award. For SAM Customer Service, contact: Federal Service Desk URL: www.fsd.gov Hours: 8am - 8pm (Eastern Time) US Calls: 866-606-8220 International Calls: 334-206-7828 DSN: 866-606-8220 2. Provide business DUNS number: _______________________________ (phone 800-333-0505 for DUNS). 3. Provide business CAGE code: __________________________________ 4. Tax Identification Number: ____________________________________ 5. Proposals shall be sent via email to BERNARD MORA bernard.v.mora@usace.army.mil and celrn-ct@usace.army.mil OR mailed to: If being sent via postal services: US Army Corps of Engineers, Nashville District Contracting Division Attn: BERNARD MORA P.O. Box 1070 Nashville, TN 37202-1070 If being sent via courier requiring a physical address: US Army Corps of Engineers, Nashville District Contracting Division Attn: BERNARD MORA Room #682 (mailroom) 801 Broadway Nashville, TN 37203 6. The Government requests that the PAST PERFORMANCE QUESTIONNAIRE Form PPQ-0, be forwarded to no more than three (3) references, completed by your references. Ensure correct phone numbers and email addresses are provided for the client point of contact. Completed Past Performance Questionnaires shouldbe submitted with your proposal. If the offeror is unable to obtain a completedPPQ from a client for a project(s) before proposal closing date, the offeror should complete and submit with the proposal the first page of the PPQ (Attachment0004), which will provide contract and client information for the respective project(s). Offerors should follow-up with clients/references to ensure timely submittal of questionnaires. If the client requests, questionnaires may be submitted directly to the Government's point of contact, Bernard Mora via email at bernard.v.mora@usace.army.mil and celrn-ct@usace.army.mil prior to proposal closing date. 7. Offerors proposals shall remain valid for at least 60 days from date of submittal. 8. Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact timespecified for receipt of offers will be considered late and will not be considered for evaluation and award. 9. Deadline to submit questions is Tuesday, November 13, 2012 4:00 pm CST. After that time no further questions will be answered. EVALUATION FACTORS FOR AWARD: 1. The Government will evaluate offers based on the criteria included in the attached EVALUATION FACTORS (attachment 0003). 2. Offerors are responsible for providing a proposal inclusive of accurate and complete information for evaluation. Non-conformance with this requirement may result in offeror's proposal being determined unacceptable. (Failure to do so may rule the proposed unacceptable.) 3. Offerors' proposals that successfully demonstrate their technical capability in accordance with the evaluation factors outlined inattachment 0003 will be considered for award. 4. The Government will award a contract resulting from this solicitation to the responsible offeror whose proposal, conforming to the solicitation; will be the most advantageous to the Government in accordance with the requirement. 5. The Government reserves the right to award without discussion. SECURITY INFORMATION: Facility Access Security Requirement: (FOR ACCESS TO HYDROPOWER PLANTS, NAVIGATION LOCKS, ETC.) All Contractor and subcontractor employees (U.S. citizens and Non-U.S. citizens) working under this contract for an anticipated or actual period of more than 6 months total during the course of this contract at the project site must have or obtain a favorable background investigation. The investigation must be completed by a Departmentof Defense (DOD) approved investigation agency, such as Office of Personnel Management or the Defense Security Service. The investigative requirements are a favorable National Agency Check with Inquiries (NACI) utilizing a Standard Form 85-P (SF85-P) Questionnaire for Public Trust Positions. Each applicable contractor/subcontractor shall complete an investigation package which must be submitted to the Nashville District Security Office within three (3) working days after award of any contract or task order OR prior to the individual being permitted access to the project site. Contractors which have a Facility Security Clearance through the Defense Security Service shall process the NACIs and forward results tothe Nashville District Security Officer. For those contractors which do not have a Facility Security Clearance, the Nashville District Security Management Office can process the investigation in coordination with the Contractor and contract employees. The investigation package which needs to be submitted to the Nashville District Security Management Office consists of: (1) SF-85P, Questionnaire for Public Trust Positions (2) OF-306, Declaration for Federal Employment (Questions 1, 2, 8-13, 16 and 17a) (3) I-9, Employment Eligibility Verification (completed by contract employee and employer) (4) FD-258, Contractor Fingerprint Card (1 card for digital prints, 2 for ink prints) (Note: ORI block on FD-258 must be USOPM000Z) The SF-85P and OF-306 can be printed from the following website: http://www.opm.gov/forms/ The I-9 can be printed from the following website: http://www.uscis.gov/files/form/i-9.pdf The Contractor Fingerprint Cards (FD-258) can be obtained by contacting the Nashville District Security Manager at (615) 736-5567. Copies of all investigation package forms are available in the specifications, attached at the back of Section 01 95 00 FORMS AND ATTACHMENTS. Short-Term Employees Security Requirements. All contractor and subcontractor employees working under this contract for an anticipated or actual period of less than or equal to 6 months total during the course of this contract at the project site must submit the following information to the Nashville District Security Office prior to the individual being permitted access to the project site: (1) SF-85P, Questionnaire for Public Trust Positions, (2) OF-306, Declaration for Federal Employment (Questions 1, 2, 8-13, 16 and 17a), and (3) I-9, Employment Eligibility Verification (completed by contract employee and employer). If an employee is anticipated to work less than or equal to 6 months but exceeds this timeframe, then the security requirements for Long-Term Employees shall be followed. Delivery drivers and visitors (except for foreign nationals) will not have security requirements. Foreign Nationals: In accordance with Engineering Regulation, ER 380-1-18, Section 4, all foreign nationals who work on Corps of Engineers' contracts or taskorders shall be approved by the HQUSACE Foreign Disclosure Officer or higher before beginning work on the contract/task order. This regulation includes subcontractor employees. The contractor shall submit to the Nashville District SecurityManager, for each site, the names of all foreign nationals proposed for performance under this contract/task order, along with documentation to verify that he/she was legally admitted into the United States and has authority to work and/orgo to school in the U.S. Such documentation may include a U.S. passport, Certificate of U.S. Citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), Alien Registration Card with photograph (INS Form I-151 or I-551), Employment Authorization Card (INS Form I-688A), etc. All foreign nationals shall be escorted at all times by a cleared federal employee unlessapproved by the Nashville District Security Manager on a case-by-case basis. Guidance for Pre-Bid Meetings, etc.: Any pre-bid meeting which will cover anythingother than public domain information should be limited to US citizens. Foreign nationals wishing to attend a pre-bid meeting which will include information notprovided to the general public need to provide the information listed in the paragraph above to the Nashville District Security Management Office two weeks in advance to obtain required approval. Exceptions to the two-week requirement willbe considered on a case-by-case basis, but will be limited. THE FOLLOWING ATTACHMENTS ARE HEREBY INCORPORATED BY REFERENCE: Attachment 0001 - PWS FOR LDP Attachment 0002 - PWS FOR EAGLE Attachment 0003 - EVALUATION FACTORS Attachment 0004 - PAST PERFORMANCE QUESTIONNAIRE FORM PPQ-0 Attachment 0005 - QUALITY ASSURANCE AND SURVEILLANCE PLAN (QASP) Attachment 0006 - WAGE DETERMINATION NO.: 2005-2497ANY QUESTIONS CAN BE DIRECTED TO THE FOLLOWING INDIVIDUAL: Bernard Mora E-Mail:bernard.v.mora@usace.army.mil Phone: (615)736-7915 Start date of classes shall be scheduled within 2 weeks after contract award. Completion date: Base Year - twelve (12) months after award CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=9c659886d4b888cd09c01373b9707a6b&tab=core&_cview=0 Posted 11/07/12 (W-SN02926177). (0312) --------------------------------------------------------------- Program Number: 14727 --------------------------------------------------------------- ***Deadlines: 1/3/2013 Sponsor: National Institute of Food and Agriculture/Department of Agriculture Title: Agriculture and Food Research Initiative NIFA Fellowships Grant Program--Predoctoral Fellowships Contact: Dr. Ray Ali Tel: 202-720-2727 Email: nifafellows@nifa.usda.gov Website:          http://nifa.usda.gov/funding/rfas/pdfs/13_afri_fellow.pdf Full Program:          http://www07.grants.gov/search/search.do;jsessionid=f11LQB0pG7ZFmFr4jm4sQd0XcpK1vqZSZ1WMhTb9Wpbnmhv3nwZv!-804278280?oppId=210073&mode=VIEW Deadline Note: The deadline for receipt of mandatory letters of intent is January 3, 2013. The deadline for full applications is March 7, 2013. SYNOPSIS: In FY 2013, it is anticipated that approximately $6.0 million will be available to support the NIFA Fellowships Grant Program within AFRI to provide fellowships to outstanding pre- and postdoctoral students in the agricultural sciences. The program goal is to develop the next generation of research, education, and extension professionals in the food and agricultural sciences. The AFRI NIFA Fellowships Grant Program is focused on developing technical and functional competence for predoctoral students in the agriculture, forestry, and food sciences that are within NIFA’s challenge and foundational program areas through well-developed and highly interactive mentoring and training activities. --------------------------------------------------------------- Program Number: 14728 --------------------------------------------------------------- ***Deadlines: 1/3/2013 Sponsor: National Institute of Food and Agriculture/Department of Agriculture Title: Agriculture and Food Research Initiative Postdoctoral Fellowships Contact: Dr. Ray Ali Tel: 202-720-2727 Email: nifafellows@nifa.usda.gov Website:          http://nifa.usda.gov/funding/rfas/pdfs/13_afri_fellow.pdf Full Program:          http://www07.grants.gov/search/search.do;jsessionid=f11LQB0pG7ZFmFr4jm4sQd0XcpK1vqZSZ1WMhTb9Wpbnmhv3nwZv!-804278280?oppId=210073&mode=VIEW Deadline Note: The deadline for receipt of mandatory letters of intent is January 3, 2013. The deadline for full applications is March 7, 2013. SYNOPSIS: In FY 2013, it is anticipated that approximately $6.0 million will be available to support the NIFA Fellowships Grant Program within AFRI to provide fellowships to outstanding pre- and postdoctoral students in the agricultural sciences. The program goal is to develop the next generation of research, education, and extension professionals in the food and agricultural sciences. The AFRI NIFA Fellowships Grant Program is focused on developing the research independence and teaching credentials of postdoctoral students in the agriculture, forestry, and food sciences that are within NIFA’s challenge and foundational program areas through well-developed and highly interactive mentoring and training activities. --------------------------------------------------------------- Program Number: 06459 --------------------------------------------------------------- ***Deadlines: 1/4/2013 Sponsor: Foreign Agricultural Services/Department of Agriculture Title: Scientific Cooperation Research Program Contact: Ms. Jamilah Fagbene Tel: 202-720-3160 Email: Jamilah.Fagbene@fas.usda.gov Full Program:          http://www07.grants.gov/search/search.do;jsessionid=KMvRQ3KFZ5FYjczvRhzwP57Qyl2h2ygx8qmg7dR200ZjgM2pTdlY!-1238248713?oppId=208193&mode=VIEW SYNOPSIS: Foreign Agricultural Service (FAS) announces the availability of funding through cost reimbursable agreements for the Scientific Cooperation Research Program (SCRP) for fiscal year (FY) 2013. The objective of SCRP is to reduce global poverty and hunger by supporting applied scientific research, extension, or education projects that aim to address challenges faced by smallholder farmers in emerging economies. Funding request may not exceed $40,000. --------------------------------------------------------------- Program Number: 31174 --------------------------------------------------------------- ***Deadlines: 1/4/2013 Sponsor: Indian Health Service/DHHS Title: RFP -- Domestic and Sexual Violence Training Contact: Paul B. Premoe Tel: 301-443-4470 Email: paul.premoe@ihs.gov Full Program:          https://www.fbo.gov/?s=opportunity&mode=form&id=c233a7d0cb25f0911eb06eb1b9152447&tab=core&_cview=0 U -- DOMESTIC AND SEXUAL VIOLENCE TRAINING SOL 13-236-SOL-00008 POCaul B. Premoe, Phone: 3014434470 WEB: FBO.gov Permalink https://www.fbo.gov/spg/HHS/IHS/AMB/13-236-SOL-00008/listing.html E-MAIL: paul.premoe@ihs.gov paul.premoe@ihs.gov NAICS: 611430 The Indian Health Service (IHS) Division of Acquisition Policy (DAP) intends to solicit & award a contract to obtain Sexual Assault Examiner (SAE) trainings and related continuing education units/continuing medical education (CEU/CME) program. The Contractor will be responsible for the development, delivery, and evaluation of in-person and web-based training related to the identification, collection, and preservation of medical forensic evidence obtained during the treatment of victims of sexual and domestic violence. The period of performance for this effort includes 1 year base period and 2 option years. The resultant contract is anticipated to be a Time and Material type contract. The RFP will be solicited as a full and open competition and the primary North American Industry Classification System (NAICS) code being used is 611430. This synopsis is provided for informational purposes and is not to be considered as a request for proposal. Solicitation Number 13-236-SOL-00008 is assigned for reference purpose. The entire solicitation will be made available on or about 12/5/12 via WWW.FBO.GOV. The required response date will be stated in the solicitation. The solicitation and incorporated provisions and clauses are those in, or changes to the solicitation. Please be advised that hard copies of the solicitation will not be made available; you must download solicitation documents from WWW.FBO.GOV. All potential sources must obtain a DUNS number and register in the System for Award Management (SAM) located at https://www.sam.gov/portal/public/SAM/ in order to transact business with the government. Failure to obtain a DUNS number and register in the SAM may result in the delay of award of a contract or possible award to the next otherwise successful offeror. For further information, please contact Paul Premoe, Contract Specialist at paul.premoe@ihs.gov. CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=c233a7d0cb25f0911eb06eb1b9152447&tab=core&_cview=0 Posted 11/30/12 (W-SN02940153). (0335) --------------------------------------------------------------- Program Number: 01252 --------------------------------------------------------------- ***Deadlines: 1/7/2013 Sponsor: Agency for Healthcare Research and Quality/DHHS Title: AHRQ Health Services Research Projects (R01) Contact: Kishena Washwani, Ph.D. Tel: 301-427-1556 Email: Kishena.Wadhwani@ahrq.hhs.gov Full Program:          http://grants.nih.gov/grants/guide/pa-files/PA-09-070.html Deadline Note: The deadlines for receipt of standard R01 applications under this announcement are: February 5, June 5, and October 5 annually. The deadlines for receipt of AIDS-related applications are: January 7, May 7, and September 7 annually. This program will expire on January 8, 2013. SYNOPSIS: The sponsor solicits Large Research (R01) Projects, and expresses AHRQ portfolio priority areas of interest for ongoing extramural health services research, demonstration, dissemination, and evaluation grants. This FOA will use the AHRQ Research Project Grant (R01) award mechanism. --------------------------------------------------------------- Program Number: 51663 --------------------------------------------------------------- ***Deadlines: 1/7/2013 Sponsor: Agency for Healthcare Research and Quality/DHHS Title: Independent Scientist Award (K02) Contact: Kay Anderson, Ph.D. Tel: 301-427-1555 Email: Kay.Anderson@ahrq.hhs.gov Full Program:          http://grants1.nih.gov/grants/guide/pa-files/PAR-09-086.html Deadline Note: The deadlines for receipt of standard applications under this announcement are: February 12, June 12, and October 12 annually. The deadlines for receipt of AIDS-related applications are: January 7, May 7, and September 7 annually. This program will expire on January 8, 2013. NOTE: AHRQ has suspended the submission of individual career development grant applications for the February 12, 2012 application receipt date for new applications and March 12, 2012 receipt date for re-submission applications. SYNOPSIS: The sponsor provides support to foster the development of outstanding health service researchers and enable them to expand their potential to make significant contributions to their field of research. The award provides three, four, or five years of salary support and “protected time” for newly independent scientists who can demonstrate the need for a period of intensive research focus as a means of enhancing their research careers. Applicants must focus their research careers on areas that would have a significant impact on the quality, safety, efficiency, and effectiveness of health care for all Americans. This program represents the continuation of an AHRQ program. This FOA will utilize the Independent Scientist Award (K02) mechanism. --------------------------------------------------------------- Program Number: 52645 --------------------------------------------------------------- ***Deadlines: 1/7/2013 Sponsor: Agency for Healthcare Research and Quality/DHHS Title: AHRQ Mentored Clinical Scientist Research Career Development Award (K08) Contact: Kishena Wadhwani, Ph.D., M.P.H. Tel: 301-427-1556 Email: Kishena.Wadhwani@ahrq.hhs.gov Full Program:          http://grants1.nih.gov/grants/guide/pa-files/PAR-09-085.html Deadline Note: The deadlines for receipt of standard applications under this announcement are: February 12, June 12, and October 12 annually. The deadlines for receipt of AIDS-related applications are: January 7, May 7, and September 7 annually. This program will expire on January 8, 2013. NOTE: AHRQ has suspended the submission of individual career development grant applications for the February 12, 2012 application receipt date for new applications and March 12, 2012 receipt date for re-submission applications. SYNOPSIS: The sponsor provides support to prepare qualified individuals for careers that have a significant impact on the quality, safety, efficiency, and effectiveness of health care for all Americans. This program represents the continuation of an AHRQ program that provides support and “protected time” to individuals with a clinical doctoral degree for an intensive, supervised research career development experience in health services research. The award can be used both by individuals who propose to newly embark in heath services research training and those who had a hiatus in their research careers because of illness or family circumstances. The award is also available to promote research workforce diversity by providing enhanced research career development opportunities. Candidates interested in pursuing careers in patient-oriented research are eligible to apply for this award at AHRQ. This FOA will utilize the Mentored Clinical Scientist Research Career Development Award (K08) mechanism. --------------------------------------------------------------- Program Number: 30256 --------------------------------------------------------------- ***Deadlines: 1/7/2013 Sponsor: Directorate for Biological Sciences/NSF Title: Innovation Corps Sites Program (I-Corps Sites) Contact: Errol B. Arkilic Tel: 703-292-8095 Email: earkilic@nsf.gov Website:          http://www.grants.gov/search/search.do;jsessionid=G8v0QQ1FkZ2tv1GSnX13RqK7vRXt1fQJmtLw16y74Tgc8NTHwbzM!579898676?oppId=197076&mode=VIEW Full Program:          http://www.nsf.gov/pubs/2012/nsf12604/nsf12604.htm SYNOPSIS: The National Science Foundation (NSF) seeks to develop and nurture a national innovation ecosystem that builds upon research to guide the output of scientific discoveries closer to the development of technologies, products and processes that benefit society. In order to contribute to a national innovation ecosystem, NSF is establishing the NSF Innovation Corps Sites Program (NSF I-Corps Sites). Sites are funded at academic institutions, having already existing innovation or entrepreneurial units, to enable them to: Nurture students and/or faculty who are engaged in projects having the potential to be transitioned into the marketplace. I-Corps Sites will provide infrastructure, advice, resources, networking opportunities, training and modest funding to enable groups to transition their work into the marketplace or into becoming I-Corps Team applicants; and Develop formal, active, local innovation ecosystems that contribute to a larger, national network of mentors, researchers, entrepreneurs and investors. The purpose of an I-Corps Site is to nurture and support multiple, local teams to transition their ideas, devices, processes or other intellectual activities into the marketplace. --------------------------------------------------------------- Program Number: 07587 --------------------------------------------------------------- ***Deadlines: 1/7/2013 Sponsor: National Heart, Lung, and Blood Institute/NIH/DHHS Title: Virtual Reality Technologies for Research and Education in Obesity and Diabetes (R01) Contact: Abby G. Ershow, Sc. D., FAHA Tel: 301-435-0550 Email: ershowa@mail.nih.gov Full Program:          http://grants1.nih.gov/grants/guide/pa-files/PA-11-211.html Deadline Note: The deadlines for receipt of standard R01 applications under this announcement are: February 5, June 5, and October 5 annually. The deadlines for receipt of AIDS-related applications are: January 7, May 7, and September 7 annually. This program will expire on May 8, 2014. SYNOPSIS: The sponsor invites hypothesis-testing research applications that capitalize on the unique capabilities of Virtual Reality (VR) technologies to visualize outcomes, teach, motivate, and to extend the health care and learning environments, in order to foster to foster desirable eating, physical activity, self-care, and other health-related behaviors necessary for prevention and management of obesity and diabetes. Of highest interest are well-designed multidisciplinary projects drawing on expertise in VR technologies and biomedical behavioral and pedagogical sciences. The overall goal is to develop the potential of VR technologies as research tools for behavioral science-oriented studies in diabetes and obesity, and as practical tools for clinical and public health-level prevention and management of obesity and diabetes. This FOA will use the NIH Research Project (R01) award mechanism. --------------------------------------------------------------- Program Number: 08320 --------------------------------------------------------------- ***Deadlines: 1/7/2013 Sponsor: National Heart, Lung, and Blood Institute/NIH/DHHS Title: Virtual Reality Technologies for Research and Education in Obesity and Diabetes (R21) Contact: Abby G. Ershow, Sc. D., FAHA Tel: 301-435-0550 Email: ershowa@mail.nih.gov Full Program:          http://grants1.nih.gov/grants/guide/pa-files/PA-11-212.html Deadline Note: The deadlines for receipt of standard R01 applications under this announcement are: February 16, June 16, and October 16 annually. The deadlines for receipt of AIDS-related applications are: January 7, May 7, and September 7 annually. This program will expire on May 8, 2014. SYNOPSIS: The sponsor invites exploratory/developmental research applications that capitalize on the unique capabilities of Virtual Reality (VR) technologies to visualize outcomes, teach, motivate, and to extend the health care and learning environments, in order to foster desirable eating, physical activity, self-care, and other health-related behaviors necessary for prevention and management of obesity and diabetes. Of highest interest are well-designed multidisciplinary projects drawing on expertise in VR technologies and biomedical behavioral, and pedagogical sciences. The overall goal is to develop the potential of VR technologies as research tools for behavioral science-oriented studies in diabetes and obesity, and as practical tools for clinical and public health-level prevention and management of obesity and diabetes. This program will use the NIH Exploratory/Developmental (R21) grant mechanism. --------------------------------------------------------------- Program Number: 86820 --------------------------------------------------------------- ***Deadlines: 1/7/2013 Sponsor: National Institute of Allergy and Infectious Diseases/NIH/DHHS Title: NIAID Advanced Technology STTR (NIAID-AT-STTR [R41/R42]) Contact: Gregory Milman, Ph.D., Director Tel: 301-496-8666 Email: GM16S@nih.gov Full Program:          http://grants1.nih.gov/grants/guide/pa-files/PA-10-124.html Deadline Note: The deadlines for receipt of standard applications under this announcement are: April 5, August 5 and December 5 annually. The deadlines for receipt of AIDS-related applications are: January 7, May 7, and September 7 annually. This program will expire on January 8, 2013. SYNOPSIS: The sponsor invites Small Business Technology Transfer Research (STTR) grant applications from small business concerns (SBCs) for advanced technology projects that require a longer award period and greater award amount than those routinely allowed under the SBIR program. This FOA will utilize the STTR (R41/R42) grant mechanisms for Phase I, Phase II, and and Fast-Track applications. --------------------------------------------------------------- Program Number: 26989 --------------------------------------------------------------- ***Deadlines: 1/7/2013 Sponsor: National Institute of Diabetes and Digestive and Kidney Diseases/NIH/DHHS Title: New Technologies for Viral Hepatitis STTR (R41/R42) Contact: Christine L. Densmore, M.S., Program Director Tel: 301-402-8714 Email: cd121z@nih.gov Full Program:          http://grants.nih.gov/grants/guide/pa-files/PA-12-091.html Deadline Note: Applications may be submitted to Grants.gov in response to this announcement on or after March 5, 2012. The deadlines for receipt of standard applications under this announcement are: April 5, August 5 and December 5 annually. The deadlines for receipt of AIDS-related applications are: January 7, May 7, and September 7 annually. This program will expire on January 8, 2015. SYNOPSIS: The sponsor invites applications for Small Business Technology Transfer (STTR) grant applications from small business concerns (SBCs) that propose to respond to the Combating the Silent Epidemic of Viral Hepatitis: U.S. Department of Health and Human Services Action Plan for the Prevention, Care and Treatment of Viral Hepatitis (Viral Hepatitis Action Plan) which was released on May 12, 2011 (http://www.hhs.gov/ash/initiatives/hepatitis/). SBCs are encouraged to propose SBIR grant applications to develop resources, research tools, instrumentations, biomarkers, devices, drugs or new and innovative approaches to diagnosis, monitoring, management, treatment and prevention of viral hepatitis and viral hepatitis associated liver disease. This FOA will utilize the R41/R42 Small Business Technology Transfer (STTR) Grant - Phase I, Phase II, and Fast-Track applications. --------------------------------------------------------------- Program Number: 02699 --------------------------------------------------------------- ***Deadlines: 1/7/2013 Sponsor: National Institute of General Medical Sciences/NIH/DHHS Title: Innovations in Biomedical Computational Science and Technology (R01) Contact: Peter Lyster, Ph.D. Tel: 301-451-6446 Email: lysterp@mail.nih.gov Full Program:          http://grants1.nih.gov/grants/guide/pa-files/PAR-09-218.html Deadline Note: The deadlines for receipt of standard R01 applications under this announcement are: February 5, June 5, and October 5 annually. The deadlines for receipt of AIDS-related applications are: January 7, May 7, and September 7 annually. This program will expire on September 8, 2013. SYNOPSIS: The sponsors offer support for research and developments in computational science and technology that will support rapid progress in areas of scientific opportunity in biomedical research. As defined here, biomedical computing or biomedical information science and technology includes database design, graphical interfaces, querying approaches, data retrieval, data visualization and manipulation, data integration through the development of integrated analytical tools, and tools for electronic collaboration, as well as computational and mathematical research including the development of structural, functional, integrative, and analytical models and simulations. This program will use the NIH R01 award mechanism. --------------------------------------------------------------- Program Number: 02934 --------------------------------------------------------------- ***Deadlines: 1/7/2013 Sponsor: National Institute of General Medical Sciences/NIH/DHHS Title: Innovations in Biomedical Computational Science and Technology Initiative (STTR [R41/R42]) Contact: Peter Lyster, Ph.D. Tel: 301-451-6446 Email: lysterp@mail.nih.gov Full Program:          http://grants1.nih.gov/grants/guide/pa-files/PAR-09-221.html Deadline Note: The deadlines for receipt of standard applications under this announcement are: April 5, August 5 and December 5 annually. The deadlines for receipt of AIDS-related applications are: January 7, May 7, and September 7 annually. This program will expire on September 8, 2013. SYNOPSIS: The sponsor provides support for Small Business Technology Transfer (STTR) grant applications from small business concerns (SBCs) that propose innovative research in biomedical computational science and technology to promote the progress of biomedical research. This FOA will utilize the STTR (R41/R42) grant mechanisms for Phase I, Phase II, and Fast-Track applications. --------------------------------------------------------------- Program Number: 04682 --------------------------------------------------------------- ***Deadlines: 1/7/2013 Sponsor: National Institute of General Medical Sciences/NIH/DHHS Title: Exploratory Innovations in Biomedical Computational Science and Technology (R21) Contact: Peter Lyster, Ph.D. Tel: 301-451-6446 Email: lysterp@mail.nih.gov Full Program:          http://grants1.nih.gov/grants/guide/pa-files/PAR-09-219.html Deadline Note: The deadlines for receipt of standard applications under this announcement are: February 16, June 16, and October 16 annually. The deadlines for receipt of AIDS-related applications are: January 7, May 7, and September 7 annually. This program will expire on September 8, 2013. SYNOPSIS: The sponsors invites applications for research and developments in computational science and technology that will support rapid progress in areas of scientific opportunity in biomedical research. As defined here, biomedical computing or biomedical information science and technology includes database design, graphical interfaces, querying approaches, data retrieval, data visualization and manipulation, data integration through the development of integrated analytical tools, and tools for electronic collaboration, as well as computational and mathematical research including the development of structural, functional, integrative, and analytical models and simulations. This program will use the NIH Exploratory/Developmental (R21) grant mechanism. --------------------------------------------------------------- Program Number: 68933 --------------------------------------------------------------- ***Deadlines: 1/7/2013 Sponsor: National Institute of General Medical Sciences/NIH/DHHS Title: Continued Development and Maintenance of Software (R01) Contact: Peter Lyster, Ph.D. Tel: 301-451-6446 Email: lysterp@mail.nih.gov Full Program:          http://grants1.nih.gov/grants/guide/pa-files/PAR-11-028.html Deadline Note: The deadlines for receipt of standard R01 applications under this announcement are: February 5, June 5, and October 5 annually. The deadlines for receipt of AIDS-related applications are: January 7, May 7, and September 7 annually. This program will expire on January 8, 2014. SYNOPSIS: The sponsor provides support for the continued development, maintenance, testing and evaluation of existing software. The proposed work should apply best practices and proven methods for software design, construction, and implementation to extend the applicability of existing biomedical informatics/computational biology software to a broader biomedical research community. This program will use the NIH Research Project (R01) award mechanism. --------------------------------------------------------------- Program Number: 01328 --------------------------------------------------------------- ***Deadlines: 1/7/2013 Sponsor: National Institute of Mental Health/NIH/DHHS Title: Collaborative R34s for Pilot Studies of Innovative Treatments in Mental Disorders (Collaborative R34) Contact: Mi Hillefors, M.D., Ph.D. Tel: 301-443-1692 Email: mi.hillefors@nih.gov Full Program:          http://grants.nih.gov/grants/guide/pa-files/PAR-12-071.html Deadline Note: Applications may be submitted to Grants.gov in response to this announcement on or after January 16, 2012. The deadlines for receipt of standard applications under this announcement are: February 16, June 16, and October 16 annually. The deadlines for receipt of AIDS-related applications are: January 7, May 7, and September 7 annually. This program will expire on January 8, 2015. SYNOPSIS: National Institute of Mental Health (NIMH) invites applications for collaborative preliminary intervention studies to evaluate the feasibility, tolerability, acceptability and safety of novel mechanism drug candidates, promising investigational new drugs (INDs), or novel psychosocial strategies for the treatment of mental disorders and for obtaining the preliminary data needed as a pre-requisite to larger-scale (efficacy or effectiveness) intervention or services studies. This FOA should be used when at least two but no more than three sites from different Institutions/Organizations are needed to complete the study. The collaborating studies should be organized in order to increase sample size, accelerate recruitment, and/or increase sample diversity and representation. For a linked set of collaborative R34s, each site shall have its own Program Director/Principal Investigator and provide for a mechanism for cross-site coordination, quality control, database management, statistical analysis, and reporting. This FOA will utilize the NIMH Collaborative R34 award mechanism. --------------------------------------------------------------- Program Number: 11800 --------------------------------------------------------------- ***Deadlines: 1/7/2013 Sponsor: National Institute of Neurological Disorders and Stroke/NIH/DHHS Title: Small Business Technology Transfer Program Contact: Ms. Stephanie Fertig Tel: 301-496-1447 Email: fertigs@ninds.nih.gov Website:          http://grants.nih.gov/grants/guide/pa-files/PA-12-088.html Full Program:          http://grants.nih.gov/grants/funding/sbirsttr1/2012-2_SBIR-STTR-topics.doc Deadline Note: Applications may be submitted to Grants.gov in response to this announcement on or after March 5, 2012. The deadlines for receipt of standard applications under this announcement are: April 5, August 5 and December 5 annually. The deadlines for receipt of AIDS-related applications are: January 7, May 7, and September 7 annually. This program will expire on January 8, 2013. SYNOPSIS: The sponsor invites eligible United States small business concerns (SBCs) to submit Small Business Technology Transfer (STTR) grant applications for innovative neuroscience research or neuroscience research and development (R/R&D) that has both the potential for commercialization and public benefit. United States SBCs that have the research capabilities and technological expertise to contribute to the R&D mission(s) of the NIH awarding components identified in this FOA are encouraged to submit STTR grant applications in response to identified topics (see PHS 2012-2 SBIR/STTR Program Descriptions and Research Topics for NIH.). This FOA will utilize the NIH R41/R42 Small Business Technology Transfer (STTR) Grant - Phase I, Phase II, and Fast-Track award mechanisms. --------------------------------------------------------------- Program Number: 26515 --------------------------------------------------------------- ***Deadlines: 1/7/2013 Sponsor: National Institute of Neurological Disorders and Stroke/NIH/DHHS Title: NINDS Exploratory Clinical Trials for Small Business (STTR [R42]) Contact: Stephanie Fertig Tel: 301-496-1779 Email: fertigs@ninds.nih.gov Full Program:          http://grants.nih.gov/grants/guide/pa-files/PAR-12-072.html Deadline Note: Applications may be submitted to Grants.gov in response to this announcement on or after March 5, 2012. Optional letters of intent should be submitted one month prior to the application deadline date. The deadlines for receipt of standard applications under this announcement are: April 5, August 5 and December 5 annually. The deadlines for receipt of AIDS-related applications are: January 7, May 7, and September 7 annually. This program will expire on January 8, 2015. SYNOPSIS: National Institute of Neurological Disorders and Stroke (NINDS) invites applications for Small Business Innovation Research (SBIR) from small business concerns (SBCs) for exploratory clinical trials to the National Institute of Neurological Disorders and Stroke (NINDS). The trials must focus on products related to the mission and goals of the NINDS and may evaluate drugs, biologics, devices, or diagnostics as well as surgical, behavioral or rehabilitation therapies. Only Phase II and Fast-Track applications are supported under this program. Phase I applications are only accepted as part of a Fast-track application. This FOA will utilize the NIH R42 Small Business Technology Transfer (STTR) Grant - Phase II and Fast-Track applications are supported under this program. Phase I applications are only accepted as part of a Fast-track application. --------------------------------------------------------------- Program Number: 15588 --------------------------------------------------------------- ***Deadlines: 1/7/2013 Sponsor: National Institute on Aging/NIH/DHHS Title: Economics of Retirement (R01) Contact: John W. R. Phillips, Ph.D. Tel: 301-496-3138 Email: John.Phillips@nih.gov Full Program:          http://grants1.nih.gov/grants/guide/pa-files/PA-11-138.html Deadline Note: The deadlines for receipt of standard R01 applications under this announcement are: February 5, June 5, and October 5 annually. The deadlines for receipt of AIDS-related applications are: January 7, May 7, and September 7 annually. This program will expire on May 8, 2014. SYNOPSIS: The sponsor invites applications for research on the economic and health-related factors that influence older persons’ choices on labor force participation as they near typical retirement age and throughout the later stages of life. This FOA will use the NIH Research Project (R01) award mechanism. --------------------------------------------------------------- Program Number: 15595 --------------------------------------------------------------- ***Deadlines: 1/7/2013 Sponsor: National Institute on Aging/NIH/DHHS Title: Economics of Retirement (R03) Contact: John W. R. Phillips, Ph.D. Tel: 301-496-3138 Email: John.Phillips@nih.gov Full Program:          http://grants1.nih.gov/grants/guide/pa-files/PA-11-139.html Deadline Note: The deadlines for receipt of standard R01 applications under this announcement are: February 16, June 16, and October 16 annually. The deadlines for receipt of AIDS-related applications are: January 7, May 7, and September 7 annually. This program will expire on May 8, 2014. SYNOPSIS: The sponsor invites applications for research on the economic and health-related factors that influence older persons’ choices on labor force participation as they near typical retirement age and throughout the later stages of life. This program will use the NIH Small Research Grant (R03) award mechanism. --------------------------------------------------------------- Program Number: 15679 --------------------------------------------------------------- ***Deadlines: 1/7/2013 Sponsor: National Institute on Aging/NIH/DHHS Title: Economics of Retirement (R21) Contact: John W. R. Phillips, Ph.D. Tel: 301-496-3138 Email: John.Phillips@nih.gov Full Program:          http://grants1.nih.gov/grants/guide/pa-files/PA-11-140.html Deadline Note: The deadlines for receipt of standard R01 applications under this announcement are: February 16, June 16, and October 16 annually. The deadlines for receipt of AIDS-related applications are: January 7, May 7, and September 7 annually. This program will expire on May 8, 2014. SYNOPSIS: The sponsor invites applications for research on the economic and health-related factors that influence older persons’ choices on labor force participation as they near typical retirement age and throughout the later stages of life. This program will use the NIH Exploratory/Developmental (R21) grant mechanism. --------------------------------------------------------------- Program Number: 24238 --------------------------------------------------------------- ***Deadlines: 1/7/2013 Sponsor: National Institute on Aging/NIH/DHHS Title: Behavioral and Social Genomics of Aging: Opportunities in the Health and Retirement Study (R01) Contact: Erica L. Spotts, Ph.D. Tel: 301-496.3136 Email: spottse@mail.nih.gov Full Program:          http://grants1.nih.gov/grants/guide/pa-files/PA-11-318.html Deadline Note: Applications may be submitted to Grants.gov in response to this announcement on or after September 5, 2011. The deadlines for receipt of standard R01 applications under this announcement are: February 5, June 5, and October 5 annually. The deadlines for receipt of AIDS-related applications are: January 7, May 7, and September 7 annually. This program will expire on September 8, 2014. SYNOPSIS: The sponsor invites applications taking advantage of newly available genetic data to advance the understanding of how genetic, behavioral, and psychosocial factors affect the health and well-being of older Americans. This FOA will use the NIH Research Project (R01) award mechanism. --------------------------------------------------------------- Program Number: 25659 --------------------------------------------------------------- ***Deadlines: 1/7/2013 Sponsor: National Institute on Aging/NIH/DHHS Title: Implications of the Economic Downturn for Health, Wealth, and Work at Older Ages (R01) Contact: John W. R. Phillips, PhD Tel: 301-496-3138 Email: john.phillips@nih.gov Full Program:          http://grants1.nih.gov/grants/guide/pa-files/PA-12-009.html Deadline Note: Applications may be submitted to Grants.gov in response to this announcement on or after January 5, 2012. The deadlines for receipt of standard R01 applications under this announcement are: February 5, June 5, and October 5 annually. The deadlines for receipt of AIDS-related applications are: January 7, May 7, and September 7 annually. This program will expire on January 8, 2015. SYNOPSIS: The sponsor invites applications for research on the implications of exogenous shocks, such as those produced by the recent economic downturn, for health, economic circumstances, and planning throughout the life-cycle. This FOA will use the NIH Research Project (R01) award mechanism. --------------------------------------------------------------- Program Number: 84861 --------------------------------------------------------------- ***Deadlines: 1/7/2013 Sponsor: National Institute on Alcohol Abuse and Alcoholism/NIH/DHHS Title: Structural Interventions, Alcohol Use, and Risk of HIV/AIDS (R01) Contact: Robert C. Freeman, Ph.D. Tel: 301-443-8820 Email: rfreeman@mail.nih.gov Full Program:          http://grants1.nih.gov/grants/guide/pa-files/PA-10-242.html Deadline Note: The deadlines for receipt of standard R01 applications under this announcement are: February 5, June 5, and October 5 annually. The deadlines for receipt of AIDS-related applications are: January 7, May 7, and September 7 annually. This program will expire on May 8, 2013. SYNOPSIS: The sponsors offer support for research on the effectiveness of structural interventions that reduce the risk of HIV/AIDS transmission by changing the environment of alcohol use. This PA will use the NIH Research Project Grant (R01) award mechanism. --------------------------------------------------------------- Program Number: 05945 --------------------------------------------------------------- ***Deadlines: 1/7/2013 Sponsor: National Institutes of Health/DHHS Title: Academic Career Award (Parent K07) Contact: Tel: Email: grantinfo@nih.gov Full Program:          http://grants1.nih.gov/grants/guide/pa-files/PA-11-192.html Deadline Note: The deadlines for receipt of standard applications under this announcement are: February 12, June 12, and October 12 annually. The deadlines for receipt of AIDS-related applications are: January 7, May 7, and September 7 annually. This program will expire on September 8, 2014. SYNOPSIS: The purpose of the NIH Academic Career Award is to provide support to increase the pool of individuals with academic and research expertise to become academic researchers and to enhance the educational or research capacity at the grantee sponsoring grantee institution. The Academic Career Award supports Development awards for more junior level candidates and Leadership awards for more senior individuals with acknowledged scientific expertise and leadership skills. This program will use the NIH K07 award mechanism. --------------------------------------------------------------- Program Number: 18247 --------------------------------------------------------------- ***Deadlines: 1/7/2013 Sponsor: National Library of Medicine/NIH/DHHS Title: NLM Express Research Grants in Biomedical Informatics (R01) Contact: Dr. Hua-Chuan Sim Tel: 301-594-4882 Email: simh@mail.nih.gov Full Program:          http://grants1.nih.gov/grants/guide/pa-files/PAR-11-208.html Deadline Note: The deadlines for receipt of standard R01 applications under this announcement are: February 5, June 5, and October 5 annually. The deadlines for receipt of AIDS-related applications are: January 7, May 7, and September 7 annually. This program will expire on May 8, 2014. SYNOPSIS: The sponsor provides support for research grants that advance the science of biomedical informatics. Informatics is concerned with the optimal organization, management, dissemination and use of information. Biomedical informatics can be defined as the intersection of computer and information sciences with an application domain such as health care, public health, basic biomedical research, or clinical translational research. This program will use the NIH Research Project (R01) award mechanism. --------------------------------------------------------------- Program Number: 30793 --------------------------------------------------------------- ***Deadlines: 1/9/2013 Sponsor: Federal One-Time Opportunity Title: RFP -- AMENDMENT -- USAID/Colombia Evaluation and Analysis for Learning (EVAL) Project Contact: William Fothergill, Contracts Technician Tel: 571-275-4136 Email: wfothergill@usaid.gov Full Program:          https://www.fbo.gov/?s=opportunity&mode=form&id=8f6fcd9e53dd1da6c52e8f07c56690d3&tab=core&_cview=0 SYNOPSIS: R -- USAID/COLOMBIA EVALUATION AND ANALYSIS FOR LEARNING (EVAL) PROJECT (PRESOL) SOL SOL-514-13-000001 POC William Fothergill, Phone: 5712754136, Christine Edwards, Phone: 5712754279 WEB: FBO.gov Permalink https://www.fbo.gov/spg/AID/OM/COL/SOL-514-13-000001/listing.html E-MAIL: wfothergill@usaid.gov, chredwards@usaid.gov wfothergill@usaid.gov, chredwards@usaid.gov NAICS: 541990 The United States Agency for International Development (USAID) intends to issue a Request for Proposals (RFP) on or about November 8, 2012 for an anticipated five-year cost plus fixed-fee award. The award of this effort will be based on an evaluation for USAID/Colombia EVAL Project. The proposed contract is to provide USAID/Colombia with technical and advisory services for evaluation activities at the mission (operating unit) level. This includes designing and implementing both quantitativeand qualitative evaluation studies and assessments as well as providing evaluation technical assistance for USAID/Colombia development programs. These efforts will facilitate informed program management decisions, shape the longer-term strategic direction of programs and decision-making within the Mission, and enable USAID/Colombia to comply with USAID's Evaluation Policy. The Contractor will provide USAID/Colombia with technical and advisory services to design and implement: 1) performance evaluations, 2) impact evaluations, 3) assessments and 4) otheranalysis and components of evaluations (e.g. baselines, cost-benefit and cost-effectiveness assessments). These qualitative and/or quantitative evaluations andassessments may be at the country, DO, program, project, area/component, and/oractivity-level. USAID/Colombia has identified a preliminary list of evaluation studies. Planned evaluations may be modified in the future due to USAID/Colombia's senior management request, funding changes, changes in the Mission's Performance Management Plan or evaluation agenda, or USAID decisions to perform joint evaluations and assessments with other donors. USAID will confirm scheduled evaluations through the Contractor's annual workplan. While assessments and other analysis will be conducted under this contract, the majority of tasks will be evaluations. USAID/Colombia uses evaluations as part of the planning and management ofdevelopment assistance. Due to these requirements and the need of this EVAL Project to conduct field surveys of beneficiaries, communities and local organizations, as well as random field verifications of the activities conducted by other USAID implementers, a close collaboration will be required between the implementers' EVAL systems and the overall USAID EVAL Project. CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=bf27374428f35919b3c3bfc2ef319efb&tab=core&_cview=0 Posted 10/22/12 (W-SN02917427). (0296) --------------------------------------------------------------- Program Number: 96142 --------------------------------------------------------------- ***Deadlines: 1/9/2013 Sponsor: National Science Foundation Title: Virtual Organizations as Sociotechnical Systems Contact: Susan Winter Tel: 703-292-8276 Email: swinter@nsf.gov Website:          http://www07.grants.gov/search/search.do?oppId=58545&mode=VIEW Full Program:          http://www.nsf.gov/pubs/2011/nsf11501/nsf11501.htm SYNOPSIS: The Virtual Organizations as Sociotechnical Systems (VOSS) program supports scientific research directed at advancing the understanding of what constitutes effective virtual organizations and under what conditions virtual organizations can enable and enhance scientific, engineering, and education production and innovation. --------------------------------------------------------------- Program Number: 29748 --------------------------------------------------------------- ***Deadlines: 1/10/2013 Sponsor: Office of Naval Research Title: RFP--AMENDMENT--Department of the Navy Rapid Innovation Fund Contact: Sean M Palmer, Senior Contracting Specialist Tel: Email: sean.m.palmer@navy.mil Full Program:          https://www.fbo.gov/?s=opportunity&mode=form&id=af1845c7c9fd5b76eff19eaf791bfe26&tab=core&_cview=0 SYNOPSIS: A -- DEPARTMENT OF THE NAVY RAPID INNOVATION FUND - ONR BAA 12-014 RAPID INNOVATION FUND SOL ONRBAA12-014 POC Sean M Palmer,, Robert R Smith, Phone:703-588-7419 WEB: FBO.gov Permalink https://www.fbo.gov/spg/DON/ONR/ONR/ONRBAA12-014/listing.html E-MAIL: sean.m.palmer@navy.mil, robert.r.smith@osd.mil sean.m.palmer@navy.mil, robert.r.smith@osd.mil NAICS: 541712 ONR BAA 12-014 Rapid Innovation Fund This BAA is primarily for the validation and transition of technologies developed by small businesses (less than 500 employees) including those developed under the SBIR program and IR&D that directly support DoN needs and programs. IR&D is defined in Federal Acquisition Regulation (FAR) 31.205-18(a). Those selected for award may receive up to $3M in Rapid Innovation Fund funding; developmental efforts can be completed within 24 months; preference will be shown fortechnologies that can be available to the operational Naval Forces within 12 months of Rapid Innovation Fund project completion. Funds available for awards are$50 million, contingent upon acceptable proposals. The Government may provide additional funds, but there is no commitment by the Government that the total amount of awards will exceed $50 million. The goal of the DoN Rapid Innovation Fundis to transition innovative technologies that resolve operational challenges orother critical national security needs into DoN acquisition programs. Technologies of general interest to the DoD include technologies that pertain to the DoD Rapid Innovation Fund Thrust Areas described in Attachment 1. Additional proposals of interest will include those able to clearly identify and define how the proposed technology satisfies a Naval Operational Challenge Area (see Attachment 2) or Naval SYSCOM Special Interest Area (see Attachment 3). In order to be considered, technologies proposed must show a clear transition path into a DoN acquisition program or as a fielded DoN prototype system. White Papers are required prior to submitting a Full Proposal. CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=110182d054b135c449e0cd63fcd9b70d&tab=core&_cview=0Posted 07/18/12 (W-SN02807242). (0200) --------------------------------------------------------------- Program Number: 29808 --------------------------------------------------------------- ***Deadlines: 1/15/2013 Sponsor: National Cancer Institute/NIH/DHHS Title: RFA-CA-12-010--NCI National Clinical Trials Network - Network Group Operations Centers (U10) Contact: Meg Mooney, MD Tel: 301-496-2522 Email: ncictepanalyst@mail.nih.gov Full Program:          http://grants1.nih.gov/grants/guide/rfa-files/RFA-CA-12-010.html Deadline Note: The deadline for receipt of optional letters of intent is December 15, 2012. The deadline for receipt of full applications is January 15, 2013. SYNOPSIS: National Cancer Institute (NCI) invites applications to establish Network Group Operations Centers for the NCI National Clinical Trials Network (NCTN). The goal of the NCTN is to develop and conduct state-of-the-art cancer treatment and advanced imaging clinical trials, especially large, definitive multi-institutional trials evaluating new cancer therapies and related clinical approaches for both adult and pediatric patients. The NCTN consists of six components, each with its own FOA, which are: Network Group Operations Centers (covered by this FOA); Network Group Statistics and Data Management Centers; Network Group Integrated Translation Science Support Centers; Lead Academic Participating Site Centers; Network Radiotherapy and Imaging Core Services Centers; and a Canadian Collaborating Clinical Trials Network. The NCTN Network Group Operations Centers will provide scientific leadership for developing and implementing multi-disciplinary, multi-institutional trials in a range of cancer types and special populations with specific scientific strategy and goals. This program will use the NIH U10 Cooperative Clinical Research – Cooperative Agreements award mechanism. --------------------------------------------------------------- Program Number: 31205 --------------------------------------------------------------- ***Deadlines: 1/15/2013 Sponsor: Office of Naval Research Title: Expeditionary Maneuver Warfare Applied Research and Advanced Technology Development Contact: Peter Donaghue Tel: Email: desmond.donaghue@navy.mil Website:          http://www.grants.gov/search/search.do;jsessionid=f0tVQ2MH6d3121Dgv5pTSgsw86qpG2Lhb3KJps9C0MTJq9rK6yJs!-1109023279?oppId=208873&mode=VIEW Deadline Note: White Papers are due 1/15/2013 3:00 PM Eastern Standard Time. White Papers are required prior to submitting a Full Proposal. Full Proposals must be received by 4/15/2013 3:00 PM Eastern Standard Time. Detailed technical and cost proposals will be subsequently encouraged from those Offerors whose proposed technologies have been identified through the above-referenced E-mail as being of "particular value" to the Navy. However, any such encouragement does not assure a subsequent award. Any offeror may submit a full proposal even if its white paper was not identified as being of "particular value". Full Proposals will not be considered under this BAA unless a white paper was received before the white paper due date specified above. SYNOPSIS: The overall goal of this solicitation is to foster new developments in Science and Technology which may ultimately lead to future operational capabilities beyond those represented by current acquisition programs and requirements. As such, it is anticipated that successful proposals would ultimately contribute to the scientific and technological underpinning from which future Naval Expeditionary and Combating Terrorism warfighting requirements and capabilities may become possible. --------------------------------------------------------------- Program Number: 30187 --------------------------------------------------------------- ***Deadlines: 1/16/2013 Sponsor: National Cancer Institute/NIH/DHHS Title: Tobacco Control Regulatory Research - R01 Contact: Robert Vollinger, M.S.P.H. Tel: 301-496-0275 Email: vollingb@mail.nih.gov Full Program:          http://grants1.nih.gov/grants/guide/pa-files/PAR-12-267.html Deadline Note: Applications may be submitted to Grants.gov in response to this announcement on or after October 1, 2012. The sponsor will not accept letters of intent under this FOA. The deadlines for receipt of full applications are November 1, 2012; January 16, 2013; June 18, 2013; January 15, 2014; June 17, 2014; January, 16, 2015, by 5:00 PM local time of applicant organization. This program will expire on January 17, 2015. SYNOPSIS: NIH'S participating Institutes and Centers, along with FDA's Center for Tobacco Products (CTP), invite biomedical, behavioral, and social science research that will inform the development and evaluation of regulations on tobacco product manufacturing, distribution, and marketing. Research projects must address the research priorities related to the regulatory authority of the Food and Drug Administration (FDA) Center for Tobacco Products (CTP) as mandated by the Family Smoking Prevention and Tobacco Control Act (FSPTCA), Public Law 111-31. The awards under this FOA will be administered by NIH using designated funds from the FDA CTP for tobacco regulatory science. Research results from this FOA are expected to generate findings and data that are directly relevant to inform the FDA's regulation of the manufacture, distribution, and marketing of tobacco products to protect public health. This FOA will use the NIH Research Project (R01) award mechanism. --------------------------------------------------------------- Program Number: 30189 --------------------------------------------------------------- ***Deadlines: 1/16/2013 Sponsor: National Cancer Institute/NIH/DHHS Title: Tobacco Control Regulatory Research - R03 Contact: Robert Vollinger, M.S.P.H. Tel: 301-496-0275 Email: vollingb@mail.nih.gov Full Program:          http://grants1.nih.gov/grants/guide/pa-files/PAR-12-268.html Deadline Note: Applications may be submitted to Grants.gov in response to this announcement on or after October 1, 2012. The sponsor will not accept letters of intent under this FOA. The deadlines for receipt of full applications are November 1, 2012; January 16, 2013; June 18, 2013; January 15, 2014; June 17, 2014; January, 16, 2015, by 5:00 PM local time of applicant organization. This program will expire on January 17, 2015. NIH'S participating Institutes and Centers, along with FDA's Center for Tobacco Products (CTP), invite biomedical, behavioral, and social science research that will inform the development and evaluation of regulations on tobacco product manufacturing, distribution, and marketing. Research projects must address the research priorities related to the regulatory authority of the Food and Drug Administration (FDA) Center for Tobacco Products (CTP) as mandated by the Family Smoking Prevention and Tobacco Control Act (FSPTCA), Public Law 111-31. The awards under this FOA will be administered by NIH using designated funds from the FDA CTP for tobacco regulatory science. Research results from this FOA are expected to generate findings and data that are directly relevant to inform the FDA's regulation of the manufacture, distribution, and marketing of tobacco products to protect public health. This program will use the NIH Small Research Grant (R03) award mechanism. --------------------------------------------------------------- Program Number: 01010 --------------------------------------------------------------- ***Deadlines: 1/18/2013 Sponsor: Directorate for Social, Behavioral and Economic Sciences/NSF Title: Decision, Risk and Management Sciences Contact: Robert O'Connor, Program Director Tel: 703-292-7263 Email: roconnor@nsf.gov Website:          http://www07.grants.gov/search/search.do?oppId=45811&flag2006=false&mode=VIEW Full Program:          http://www.nsf.gov/funding/pgm_summ.jsp?pims_id=5423 SYNOPSIS: This program supports scientific research directed at increasing the understanding and effectiveness of decision-making by individual, groups, organizations and society. --------------------------------------------------------------- Program Number: 70160 --------------------------------------------------------------- ***Deadlines: 1/18/2013 Sponsor: Directorate for Social, Behavioral and Economic Sciences/NSF Title: Economics Contact: Nancy A. Lutz, Program Director Tel: 703-292-7280 Website:          http://www07.grants.gov/search/search.do?oppId=45809&mode=VIEW Full Program:          http://www.nsf.gov/funding/pgm_summ.jsp?pims_id=5437 SYNOPSIS: The sponsor supports research designed to improve the understanding of the processes and institutions of the US economy and of the world system of which it is a part.