Federal Business Opportunities (FedBizOpps) Update

Transcription

Federal Business Opportunities (FedBizOpps) Update
Federal Business Opportunities (FedBizOpps) Update
Notices for October 20-26, 2014
This update contains summaries of procurement notices issued between October 20-26, 2014 that pertain to hazardous
waste, investigation and cleanup of environmental contamination, and related environmental topics. However, it does
not necessarily contain EVERY notice on these topics.
If you would like to search for additional current and archived notices, or receive notification of solicitation
amendments, please visit the FedBizOpps web site.
F--OPTION - ENVIRONMENTAL PROGRAMS AWARENESS & COMPLIANCE TRAINING WITH 2 OPTION YEARS (COMBINE)
SOL: HQ15000-14255-435
DUE: 103014
POC: Client Services, 877.933.3243, Fax: 703.422.7822, [email protected].
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/e91380f40ac6954d3fd9d3d0e78f1598
NAICS: 541620. **This requirement is subject to the availability of funds.** For this solicitation, ACC RI ID - Blue
Grass Army Depot intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse
auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the
reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of
time for the aforementioned reverse auction. ACC RI ID - Blue Grass Army Depot is taking this action in an effort to
improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed,
real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using
the online exchange located at www.FedBid.com. ***Question Submission: Interested offerors must submit any
questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be
submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable
time prior to close of the solicitation may not be considered.*** Provide all supervision, labor, equipment, supplies,
materials, and travel to provide Environmental Programs Awareness & Compliance Training on site at the Blue Grass
Army Depot in Richmond, KY in accordance with the statement of work. Blue Grass will provide the facility to conduct
the training. Please provide your quote as a price per each class conducted. The Government estimates that a
maximum number of 20 classes will be required, although that number may be more or less, depending on the
number of personnel requiring training, duty schedules, etc. This will be a one-year period of performance beginning
from date of award. Base Period of Performance: 01/01/2015 - 12/31/2015, plus potentially two 12-month option
periods. The associated NAICS code for this procurement is 541620, with a small business size standard of $15M. THIS
REQUIREMENT IS A TOTAL SMALL BUSINESS SET-ASIDE and only qualified offerors may submit bids. THE
SOLICITATION PRICING ON
WWW.FEDBID.COM WILL START ON THE DATE THIS SOLICITATION IS POSTED AND WILL
END AT 15:00:00.0 EASTERN TIME ON OCTOBER 30, 2014, or as otherwise displayed at www.FedBid.com.
CITE:
https://www.fbo.gov/index?s=opportunity&mode=form&id=e91380f40ac6954d3fd9d3d0e78f1598&tab=core&_cview=1
Posted: 10/22/14
SPONSOR: Department of the Army, 431 Battlefield Memorial Highway, Bldg S-14, Richmond, KY 40475
PUBLICATION DATE: October 24, 2014
ISSUE: FBO-4717
HAZWASTE DISPOSAL SERVICE (COMBINE)
SOL: N00253-15-T-0022
DUE: 103014
POC: Adrianne Y. Opie, [email protected], 360-396-5679.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DON/NAVSEA/N00253/N00253-15-T-0022/listing.html
NAICS: 562112. Naval Undersea Warfare Center Division Keyport is soliciting for Solid and Liquid Hazardous Waste
Disposal Services. This requirement is being issued as a combined synopsis/solicitation for a commercial item in
accordance with FAR 12.6, as supplemented with additional information included in the attached solicitation. This
announcement constitutes the only solicitation. The Defense Priorities and Allocations System (DPAS) applicable
assigned rating for this requirement is DO-S1. The solicitation is issued as RFQ N00253-15-T-0022, which is attached
to the announcement at FBO.gov. THE PROPOSED CONTRACT IS 100% SET ASIDE FOR SMALL BUSINESS CONCERNS,
NAICS code 562112 with a size standard of $35.5M. Offerors are required to provide FOB Destination pricing to
Honolulu, HI 96817. Requirements and evaluation procedures are listed in the solicitation, which is required to be
completely filled out and returned before THE SOLICITATION CLOSES AT 10:00 AM PACIFIC TIME, OCTOBER 30, 2014.
All questions regarding this solicitation should be submitted in writing as soon as practicable after receipt of solicitation
via email to [email protected] or faxed to (360) 396-7036. No paper copies will be mailed. Failure to respond to
this RFQ and associated amendments if applicable prior to the closing date and time established may render an offer
non-responsive and result in rejection. Provisions and clauses in effect through the latest Federal Acquisition Circulars
are included in the solicitation. To access the clauses/provisions to be completed, download the Federal Acquisition
Regulations at http://acquisition.gov/far/. Download the Defense Federal Acquisition Regulations (DFARS) at
http://www.acq.osd.mil/dpap/dars/index.html. The offeror must have a current registration and completed
representations and certifications in the System for Award Management (SAM) at website
https://www.sam.gov/portal/public/SAM/a Federal government owned website that consolidates the capabilities in
CCR/FedReg, ORCA, and EPLS.
CITE:
https://www.fbo.gov/index?s=opportunity&mode=form&id=bde0f9bc2f4ec59a3757f42e29d39aba&tab=core&_cview=0
Posted: 10/20/14
SPONSOR: Department of the Navy, Naval Sea Systems Command, NUWC Keyport Division, 610 Dowell Street
Keyport, Washington 98345-7610
PUBLICATION DATE: October 22, 2014
ISSUE: FBO-4715
A--THE USACE, ERDC, ENVIRONMENTAL LABORATORY (EL) HAVE A NEED FOR SUPPORT SERVICES FOR MATHEMATICAL
MODELING AND VALIDATION TO MEET PROGRAM OBJECTIVES IN ACCORDANCE WITH THE ATTACHED PERFORMANCE
WORK STATEMENT (PWS) (COMBINE)
Federal Business Opportunities (FedBizOpps) Update
Notices for October 20-26, 2014
1 of 8
clu-in.org/newsletters
SOL: W912H40577003
DUE: 103014
POC: Robert Jones, 601-634-5245, [email protected].
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/329/W912H40577003/listing.html
NAICS: 541712. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format
in FAR Subpart 12.6 as supplemented with additional information included in the notice. This announcement constitutes
the only solicitation. Request for Quotes are being requested and a written solicitation will not be issued. Requisition
Number W912H40577003 is being issued as a Request for Quotation. The NAICS code is 541712. Size Standards is
500 employees. The USACE, Engineer Research & Development Center, Environmental Laboratory have a need for
support services for mathematical modeling and validation to meet program objectives in accordance with the
Performance Work Statement (PWS), which is attached to the notice at FBO.gov. The Base Period of Performance is 12
months. Contractor shall provide all labor, equipment, software, etc. necessary to satisfy the requirements for 3.2.
Project year 1 Microfluidics modeling as specified in the PWS. The Option Period of Performance is also 12 months.
Contractor shall provide all labor, equipment, software, etc. necessary to satisfy the requirements for 3.3 Project year
2 (option 1) Task 3.2.1 - Adapting the Fathead minnow in vivo model for inclusion of data regarding metabolism of
high-nitrogen compounds as specified in the PWS. Vendors not registered in the System for Award Management (SAM)
cannot receibe an award. Register electronically athttps://www.sam.gov/. Registering electronically will expedite the
registration process acquisition. Vendors shall quote to provide services necessary to satisfy requirements as specified
in the PWS. QUOTES ARE DUE BY 12:00 NOON CENTRAL TIME, OCTOBER 30, 2014, at ERDC Contracting Office,
Attention: Robert Jones, 3909 Halls Ferry Road, Vicksburg, MS 39180. Quotes will also be accepted by email:
[email protected]. Faxed quotes will not be accepted. For information concerning this solicitation contact
Robert Jones at 601-634-5245, or use the above email address. Offerors should check the FedBizOpps website often
for new solicitations and/or changes (AMENDMENTS) to existing ones. Any questions shall be emailed to
[email protected]. A Question and Answer Document will be updated as questions arise. It is the
interested Offerors responsibility to check the document for updated information. Questions may be submitted up until
1400 hours (2:00 pm) Central Standard Time on 27 October 2014.
CITE:
https://www.fbo.gov/index?s=opportunity&mode=form&id=b1448ffa9d398339438699ee02a6c232&tab=core&_cview=1
Posted: 10/22/14
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, Halls Ferry
Road, Vicksburg, MS 39180-6199
PUBLICATION DATE: October 24, 2014
ISSUE: FBO-4717
AFICA -JOINT BASE CHARLESTON PERFORMANCE BASED REMEDIATION (PBR) PRE-SOLICITATION AND SYNOPSIS
(PRESOL)
SOL: FA8903-15-R-0006
DUE: 110314
POC: Joe Arriaga, [email protected], 210-395-8742; Rebecca D.M. Quint, Contracting Officer,
[email protected], 210-395-8738.
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/83117b1a34b5b667e3aef6252a3b3949
NAICS: 562910. This is a pre-solicitation/synopsis notice for the purpose of obtaining industry feedback concerning
the DRAFT Request for Proposal and Site Visit. Response to the request for questions is strictly voluntary and will not
affect any firm's ability to submit an offer if, or when, a Final Solicitation is released; however, replies are highly
encouraged. The request is for planning purposes only and does not constitute a commitment, implied or otherwise,
that a procurement action will be issued. This requirement is to provide a Performance-Based Remediation (PBR)
approach for Site Closeout (SC) involving remedial action efforts at Joint Base Charleston in South Carolina. The PBR
initiative has an overarching goal to implement remedies as necessary to protect human health and the environment
that maximizes the number of SCs or advance sites as close to SC as practicable during the Period of Performance
(POP) in a cost-effective manner. It is desirable to the Government that Life-Cycle Costs (LCC) be reduced. If SC with
no new institutional controls is not obtainable within the POP of this effort, the Contractor shall outline the Optimization
Exit Strategy that will be implemented to accomplish SC. The Contractor shall perform all necessary environmental
construction and engineering activities required to meet the performance objectives identified in the corresponding
DRAFT Statement of Objective, dated 15 October 2014. The POP is estimated at 120 months from date of award if all
options are exercised. The Government anticipates releasing a Final Solicitation in early December 2014. This
notification is provided to allow early review of DRAFT solicitation documentation for this requirement. QUESTIONS
CONCERNING THE DRAFT RFP AND ATTACHMENTS AS WELL AS ANY QUESTIONS PERTAINING TO THE SITE VISIT ARE
DUE BY 11:00 AM CT ON 3 NOVEMBER 2014. Submit all questions in a Microsoft Word compatible format. Questions
that are not submitted by the deadline may not be answered. The Government intends to post answers to all
questions on FedBizOpps. Draft RFP documentation will remain open on FedBizOpps until such time as a final RFP is
released or the procurement is cancelled.
CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=83117b1a34b5b667e3aef6252a3b3949&tab=core&_cview=0
Posted: 10/20/14
SPONSOR: Department of the Air Force, AFICA, Joint Base Charleston, Charleston, South Carolina 29404
PUBLICATION DATE: October 22, 2014
ISSUE: FBO-4715
AFICA BRAC ENVIRONMENTAL SERVICES REQUIREMENTS CONTRACT (BESRC) AT AIR FORCE CIVIL ENGINEER CENTER
(AFCEC) BRAC CENTRAL REGION INSTALLATIONS [presol] Sol: FA8903-14-R-0034
DUE: 103114
POC: Rita A Leal, Contract Specialist, [email protected], 210-395-8667, Fax: 210-395-8358; Jonathan J. Swall,
Contracting Officer, [email protected], 210-395-8672.
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/826d01cc9dc74ef5f2149c727ccc8249
NAICS: 562910. This presolicitation notice is being posted for the purpose of obtaining industry feedback concerning
the DRAFT Solicitation attached to the notice at FBO.gov. Response to the request for questions is strictly voluntary
and will not affect any firm's ability to submit an offer if, or when, a final solicitation is released. However, we highly
encourage you to reply. The request is for final planning purposes only and does not constitute a commitment, implied
or otherwise, that a procurement action will be issued. The future requirement is to provide a full range of responsive
environmental remediation actions necessary to protect human health & the environment. It includes rapid response
and removal of environmental media contaminations and site restoration activities located on Base Realignment and
Closure Bases (BRAC) in EPA regions 5-8 (Central). The BRAC Environmental Services Requirements Contract (BESRC)
is being contemplated to include a 5-year ordering period with 24 additional months for performance completion of
services. The purpose of soliciting and awarding this Requirements Contract is to have a tool in place for "pop-up"
interim environmental remediation requirements. "Pop-ups" are unplanned, out-of-cycle requirements that occur
Federal Business Opportunities (FedBizOpps) Update
Notices for October 20-26, 2014
2 of 8
clu-in.org/newsletters
periodically, but erratically on installations included in the BRAC Program Management Division portfolio. The BRAC
Program Management Division, responsible for remediation and transfer of Air Force property affected by BRAC
legislation, manages the disposal of Air Force property in accordance with BRAC law and the BRAC Master Plan to
achieve early environmental resolution and early property disposal to return value to the Air Force and local
communities. Requirements contracts are set up with one contractor to provide service (FAR 16.503). Generally
speaking, an IDIQ obligates the Government to a minimum quantity/dollar amount at the time award, while a
Requirements Contract guarantees the contractor no such minimum. The contracting officer will conduct this source
selection using a phased evaluation process which is sometimes referred to as a "down-select." To make the process
more efficient, the contracting officer is limiting the amount of information that offerors must submit initially. The
contracting officer shall notify offerors promptly in writing when their proposals are excluded from the competitive
range or otherwise eliminated from the competition after which Evaluation Notices (ENs) will be sent to offerors within
the competitive range as needed. Those offerors considered by the Contracting Officer to be within the competitive
range will be asked to submit the Volume III (Pricing) and Volume IV (Sample Task Order) in Phase II of this source
selection. All questions/comments pertaining to the DRAFT RFP shall be provided to the Government for consideration
in the matrix Excel spreadsheet provided with the notice at FBO.gov. The spreadsheet has a field for
Section/Attachment Number, Applicable Region, Page # / Paragraph Reference and Question/Comment. Please ensure
that both sheets and fields are completed in their entirety. The Government is specifically requesting industry input on
the adequacy and feasibility of the BESRC Pricing Matrix which includes tabs for Deliverables, Unit Pricing, and Labor
Rates. THE GOVERNMENT ANTICIPATES A FINAL SOLICITATION TO BE RELEASED NOVEMBER 7, 2014; however, this is
subject to change depending on the amount of questions we receive. This notification is provided to allow early review
of DRAFT solicitation documentation for this requirement. Questions concerning the DRAFT RFP and attachments are
due by 2:00 PM CT on October 31, 2014,
[email protected].
to
CITE:
https://www.fbo.gov/index?s=opportunity&mode=form&tab=core&id=826d01cc9dc74ef5f2149c727ccc8249&_cview=0
Posted: 10/22/14
SPONSOR: Department of the Air Force, AFICA.
PUBLICATION DATE: October 24, 2014
ISSUE: FBO-4717
F--FUSRAP HTRW REMEDIAL ACTION (SRCSGT)
SOL: W912P914S0415
DUE: 110314
POC: Treniece Stith, 314-331-8520, [email protected].
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/1be459e6a5c9c9d31a85976adf0c1e5b
NAICS: 562910. This sources sought synopsis is a market survey being conducted by the St. Louis District, Corps of
Engineers to identify small business contractors with experience and qualifications for hazardous, toxic, and radioactive
waste (HTRW) remediation. Responses should include a brief capability statement of no more than three pages
indicating HTRW and FUSRAP environmental remediation experience. The environmental remediation construction
efforts will include but not limited to remedial design, remedial action, excavating contaminated material with depths
exceeding 25 feet, low-level radioactive contaminated material removal and disposal, building decontamination, HTRW
manifesting, utility relocation, water management, radiological support, engineering support, construction support, and
MARSSIM. The qualified firms should also indicate any management of cost-plus-fixed-fee contracts. The anticipated
work areas include the St. Louis downtown site, the St. Louis Airport site vicinity properties, and the HISS/Latty
Avenue properties. Estimated volumes of excavated soil for site groupings range from 25,000 to 75,000 cubic yards.
Interested small businesses should submit capability statements no later than November 3, 2014, to Treniece Stith at
[email protected] fax 314-331-8587. The Government will not pay for any information that is
submitted by respondents to this sources sought synopsis.
CITE: https://www.fbo.gov/index?s=opportunity&mode=form&tab=core&id=1be459e6a5c9c9d31a85976adf0c1e5b
Posted: 10/20/14
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District St. Louis, ATTN: CEMVS-CT, 1222
Spruce Street, St. Louis, MO 63103-2833
PUBLICATION DATE: October 22, 2014
ISSUE: FBO-4715
C--A-E ID/IQ SERVICES FOR CERCLA/RCRA/UST STUDIES AND OTHER ENVIRONMENTAL SUPPORT SERVICES (SRCSGT)
SOL: N6247315R0809
DUE: 110514
POC: Pamela Sons, (619)417-6239, [email protected].
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DON/NAVFAC/N68711A6A/N6247315R0809/listing.html
NAICS: 541330. This is a Sources Sought (SS) announcement (1) to seek potentially qualified small business sources,
with indication of business size classification (size standard is $15M) and (2) to Determine if the firm(s) will be
submitting as an 8(a) mentor-protege joint venture or as another joint venture relationship. The Government will use
responses to this SS synopsis to make appropriate acquisition decisions. If after review of the responses to this SS
synopsis the Government still plans to proceed with the acquisition, a pre-solicitation announcement will be published
to Federal Business Opportunities (FedBizOpps) and the Navy Electronic Commerce On-line (NECO) system. Naval
Facilities Engineering Command, Southwest is seeking sources with current relevant qualifications, experience,
personnel, and capability to provide, under contract, all management, labor, engineering, travel, transportation,
equipment, material, and supervision necessary in performing A/E services. Typical work may include environmental
engineering, geology, and scientific assistance to support Environmental Restoration Navy (ERN) Program
requirements, and similar requirements to complete Comprehensive Environmental Response, Compensation, and
Liability Act (CERCLA), Resource Conservation and Recovery Act (RCRA), aboveground/underground storage tanks
(ASTs/USTs), Military Munitions Response Program (MMRP), Base Realignment and Closure Program (BRAC), and other
environmental compliance projects incidental to CERCLA/RCRA studies and cleanup. Performance will be predominantly
in the Naval Facilities Engineering Command Southwest (NAVFAC SW) Area of Responsibility (AOR) to include
California, and to a lesser extent in Arizona, Colorado, Nevada, New Mexico, Washington, and Utah. Work will be
accomplished under Task Orders written against an Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract. The actual
amount of work to be performed and the time of such performance will be determined by the Contracting Officer or
his/her properly authorized representative, who will issue written Task Orders to the Contractor. The Task Order range
is $500,000 to $3,000,000. Award of Task Orders will be on a firm-fixed-price basis. The proposed contract will be for
a base period of 12 months and four 12-month option periods. The estimated value is approximately $75 million for
the base and all option periods. The firm as the prime contractor MUST be able to demonstrate knowledge AND
experience in ALL of the above cited services AND have the ability to obtain appropriate security clearances to access
military site/property/installations. Firms must also demonstrate the ability to perform multiple simultaneous projects
in dispersed locations. Responses must be in PDF format and should be submitted as a single PDF document. It is the
firm's responsibility to ensure the submission is received. SUBMITTALS MUST BE RECEIVED BEFORE 2:00 PM PACIFIC
Federal Business Opportunities (FedBizOpps) Update
Notices for October 20-26, 2014
3 of 8
clu-in.org/newsletters
TIME ON WEDNESDAY, NOVEMBER 5, 2014.
CITE:
https://www.fbo.gov/index?s=opportunity&mode=form&id=dc7426c14ecb884cc982a134620fb833&tab=core&_cview=0
Posted: 10/22/14
SPONSOR: Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Environmental
Contract Core, CODE RAQE0 1220 Pacific Highway San Diego, CA
PUBLICATION DATE: October 24, 2014
ISSUE: FBO-4717
OTTO FUEL HAZARDOUS WASTE DISPOSAL (COMBINE)
SOL: N00253-15-T-0011
DUE: 110714
POC: Gina Pinion, [email protected], 360-315-0433.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DON/NAVSEA/N00253/N00253-15-T-0011/listing.html
NAICS: 562211. Naval Undersea Warfare Center, Division Keyport has a requirement for pickup, transportation, and
disposal of Otto Fuel II liquid and solid waste generated at the Pacific Missile Range Facility at Barking Sands, Kauai,
Hawaii. Pickup location will be the Young Brothers incoming freight pier 39/40 at the Honolulu Harbor, located at 1331
N. Nimitz Hwy, Honolulu, HI 96817. The estimated maximum annual quantity is 60 each of the 55-gallon drums liquid
waste and 20 each of the 55-gallon drums solid waste. The requirement is for one base year and three one-year option
periods. Proposals will be evaluated on the basis of best value to the Government. Offerors will be evaluated on the
basis of lowest price, technically, and past performance acceptable to the Government; that is, selection of the
contractor is to be based on the establishment of minimum requirements to be evaluated on an "acceptable" or
"unacceptable" basis. Solicitation N00253-15-T-0011 will be issued as a request for proposal in accordance with FAR
parts 12 and 15. It is anticipated that the resultant contract will be a firm-fixed price (FFP) indefinite-delivery,
indefinite-quantity contract. The applicable NAICS code for this requirement is 562211, with a small business size
standard of $38.5 million in average annual receipts. THE PROCUREMENT WILL BE SOLICITED UNDER FULL AND OPEN
COMPETITION. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is
DO-S1. RESPONSES MUST BE RECEIVED NO LATER THAN 10:00 AM PACIFIC TIME, NOVEMBER 7, 2014. Submit
questions in writing via email to Gina Pinion at [email protected].
CITE:
https://www.fbo.gov/index?s=opportunity&mode=form&id=f61e81b7b5952722f04a538d13ebdab9&tab=core&_cview=0
Posted: 10/23/14
SPONSOR: Department of the Navy, Naval Sea Systems Command, NUWC Keyport Division, 610 Dowell Street
Keyport, Washington 98345-7610
PUBLICATION DATE: October 25, 2014
ISSUE: FBO-4718
LEAD EVALUATION SERVICES (SRCSGT)
SOL: DU204SA-15-R-0002
DUE: 111014
POC: Kristin Tucker Frantz, Contract Specialist, [email protected], (678)732-2641; Monique Williams,
Contracting Specialist, [email protected], (678)732-2579, Fax: (404)730-3426.
NAICS: 541620. As part of its Management and Marketing (M&M) suite of contracts, the U.S. Department of Housing
and Urban Development is performing market research to identify potential 8(a) businesses that have the skills and
extensive experience to provide Lead (Pb) Evaluation Services for the agency's Homeownership Centers (HOCs).
RESPONSES TO THIS SOURCES SOUGHT MUST BE RECEIVED NO LATER THAN 2:00 PM EASTERN TIME, NOVEMBER 10,
2014. See the attachments to the notice at for additional information concerning this Sources Sought.
CITE:
https://www.fbo.gov/index?s=opportunity&mode=form&id=21d89a059ea810fdf52ab1f21ac389bd&tab=core&_cview=0
Posted: 10/20/14
SPONSOR: Department of Housing and Urban Development, Atlanta Operations Branch, 40 Marietta Street, 14th
Floor, Atlanta, Georgia 30303-2806
PUBLICATION DATE: October 22, 2014
ISSUE: FBO-4715
RRTO BIOSURVEILLANCE NEEDS STATEMENT (SNOTE)
SOL: RRTO-20141023-W-BIOSURVEILLANCE
DUE: 111314
POC: RRTO Innovation Outreach, [email protected], 703-697-4066.
WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/ODA/OSD/RRTO/RRTO-20141023-W-BIOSURVEILLANCE/listing.html
NAICS: 541690. The Department of Defense, Rapid Reaction Technology Office (RRTO), will conduct a Biosurveillance
Solutions Meeting in the Washington, DC area in the early 2015 timeframe. The RRTO is supporting Department of
Homeland Security and Department of Health and Human Services needs for emerging technologies to increase the
nation's preparedness against chemical, biological, and agricultural threats. The Solutions Meeting provides selected
innovative companies with an opportunity to make short technical presentations to government representatives about
their technologies and products. There is a potential for companies to be selected for pilot projects or experimentation
if their technology appears to match the defined needs. DHS and HHS are looking for innovative technologies and
capabilities in the following areas: 1. Real-Time, Indoor and Outdoor Environmental Sensing. 2. Data Analytics. 3.
Internet of Things. 4. Information Technology & Communications. Specific needs are detailed in the Biosurveillance
Needs Statement file attached to the notice at FBO.gov. Companies interested in participating in the Solutions Meeting
should submit an application to RRTO Innovation via email. ALL APPLICATIONS MUST BE RECEIVED ON OR BEFORE
5:00 PM EDT, NOVEMBER 13, 2015. Selected companies are responsible for their travel and all other expenses
associated with participation in the RRTO Biosurveillance Solutions Meeting.
CITE:
https://www.fbo.gov/index?s=opportunity&mode=form&id=d43bf608da38bc1e9ebac0e134b4fadc&tab=core&_cview=0
Posted: 10/23/14
SPONSOR: Other Defense Agencies, Office of the Secretary of Defense, Rapid Reaction Technology Office, 5611
Columbia Pike, Suite 04C20, Falls Church, Virginia 22041
PUBLICATION DATE: October 25, 2014
ISSUE: FBO-4718
H--UST AND AST TESTING & INSPECTION OF FUEL STORAGE TANKS (COMBINE)
SOL: VA24815R0098
DUE: 111314
Federal Business Opportunities (FedBizOpps) Update
Notices for October 20-26, 2014
4 of 8
clu-in.org/newsletters
POC: Mary Jane Gugliano, 787-641-7582 ext 34956, Fax: 787-641-4368, [email protected].
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/VA/SJVAMC672/SJVAMC672/VA24815R0098/listing.html
NAICS: 541380. This is a combined synopsis/solicitation for commercial services prepared in accordance with the
format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as
prescribed under FAR 15, and 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 ISSUED AS A TOTAL SMALL BUSINESS SET ASIDE, NAICS code 541380, size standard of $15 million.
A site visit will be held on Wednesday, October 29, 2014, at 10:00am local Puerto Rico time.Coordination for this site
visit will be with Ms. Luz Muriel, Contracting Officer Representative at 787-641-7582, ext 10369. OFFERS ARE DUE BY
10:00 AM, LOCAL PR TIME, THURSDAY, NOVEMBER 13, 2014. Only electronic offers will be accepted.
CITE:
https://www.fbo.gov/index?s=opportunity&mode=form&tab=core&id=f3a42ff3e0b3a9d78f975186092d3b07&_cview=0
Posted: 10/23/14
SPONSOR: Department of Veterans Affairs, VA Caribbean Health Care System, Administrative Building, #10 Calle
Casia, Suite #4, M440, San Juan PR 00921-3201
PUBLICATION DATE: October 25, 2014
ISSUE: FBO-4718
S--HAZARDOUS AND NON-HAZARDOUS WASTE COLLECTION, TRANSPORT AND DISPOSAL FOR ALL MARINE FORCES
RESERVE FACILITIES NATIONWIDE, LOCATED IN ALL 50 STATES, DISTRICT OF COLUMBIA AND PUERTO RICO (PRESOL)
SOL: N4008515R6601
POC: Eugene Leonard, 847-688-3368 X104, [email protected] OR Julie Green, 847-688-3368 X106,
[email protected].
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/3a6449e81cedd64d400d98ec52cea9f0
NAICS: 562211. The Naval Facilities Engineering Command (NAVFAC), Mid-Atlantic is seeking business firms capable
of providing hazardous and non-hazardous waste collection, transport and disposal at all Marine Forces Reserve
(MARFORRES) facilities located in all 50 states, District of Columbia and Puerto Rico, currently 173 facilities. Contractor
shall provide all management, supervision, labor, engineering, services, tools, materials, equipment, supplies, facilities,
and transportation necessary to perform the required services including, but not limited to the following: coordinate
and schedule the collection and disposal of hazardous and non-hazardous waste, and universal waste materials;
provide chemical/hazardous substances inventories; perform waste stream characterization; ensure only regulatory
compliant disposal facilities are selected and used for waste disposal; provide related supplies as described in the
performance work statement; maintain parts washers; coordinate and schedule at least one site visit to each
MARFORRES Reserve Center annually to survey and make recommendations as to the disposal of hazardous and
non-hazardous waste found at each facility; respond to MARFORRES support requests as they relate to the
performance work statement; provide a customer accessible, Web-based system for all disposal records, waste
characterization information, conduct disposal facility audits and provide related data and information; and recycle, to
the maximum extent possible, (but not limited to) used oil, used anti-freeze, batteries and other recycle waste
materials. The scope of services will NOT be intended to cover bulk solid waste such as office garbage, paper, etc.
Potential waste materials include, but are not limited to: oil/water; waste oil/sludge; lead acid batteries - leaking,
non-recyclable; lithium batteries - discharge, disposal at landfill; lithium batteries - charged, disposal or recycle; waste
paint , lead based - 1 gallon cans; 7 waste paint, latex, - solidify dispose of as non-hazardous solid waste; magnesium
batteries, DOO7 - charged, recycle; contaminated anti-freeze (oil, brake fluid, fuel), bilge water (95%water, oil,
antifreeze, fuel ) - Galveston TX, Gulfport MS, Jacksonville FL, Norfolk VA, Tampa FL; contaminated soil (POL) collection and disposal at landfill; rag replenishment services, blood borne pathogens - collection and disposal. THE
GOVERNMENT WILL POST AN UNRESTRICTED SOLICITATION FOR FULL AND OPEN COMPETITION ON OR AROUND
10/29/2014. Contract Award is anticipated on or before 12/13/2014. The Government intends to solicit and award a
Firm-Fixed Price Indefinite Quantity Contract for Services. The NAICS Code is 562211. The duration of the contract is
anticipated to be an initial one-year term from date of contract award and will include four additional one-year options.
The estimated magnitude of award is between $5M and $10M. A response to this Presolicitation Notice will not result in
your firm being added to a plan holders list to receive a copy of this solicitation. There is no solicitation available at
this time.
CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=3a6449e81cedd64d400d98ec52cea9f0&tab=core&_cview=0
Posted: 10/21/14
SPONSOR: Department of the Navy, Naval Facilities Engineering Command, NAVFAC MID-ATLANTIC MARFORRES FST,
520 Dewey Ave, Building 5 Great Lakes, IL
PUBLICATION DATE: October 23, 2014
ISSUE: FBO-4716
R--INDEPENDENT EXTERNAL PEER REVIEWS OF U.S. ARMY CORPS OF ENGINEERS PROJECTS (PRESOL)
SOL: W912HQ-15-R-0001
POC: Sarah Lugo, 703-428-7407, [email protected].
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA72/W912HQ-15-R-0001/listing.html
NAICS: 541990. The Water Resources Development Act of 2007 (WRDA 2007) and the Water Resources Reform and
Development Act of 2014 (WRRDA 2014) mandate that specific project studies shall be subject to a peer review by an
independent panel of experts. In accordance with WRDA 2007 and WRRDA 2014, the scope of these peer reviews may
include a review of the economic and environmental assumptions and projections of U.S. Army Corps of Engineers
(USACE) studies, as well as, the analyses of planning, biology, economics, environment, hydrology, and engineering
from the studies. USACE intends to negotiate Multiple Award Task Order Contracts on a competitive basis to obtain
these peer review services. These services will require the contractors to provide management and/or technical
services in support of independent external peer reviews (IEPRs) for water resource projects consistent with WRDA
2007, WRRDA 2014 and USACE guidance. The contractors will be required to establish a panel of experts to conduct
peer reviews for each of the project studies in accordance with the National Academy of Science's policy for selecting
committee members, as dictated in WRDA 2007. The panel of experts will be required to conduct a peer review for
each project study, provide an assessment of the adequacy and acceptability of the methods used by USACE, review
any public comments submitted to USACE, and submit a final report that includes the panel's full analysis of the project
study. The contracts will have a total ceiling price of $25M over the life of the contracts (one base year and not to
exceed four optional years). All requests for proposals (RFPs) will be in writing and reference solicitation number
W912HQ-15-R-0001. ANTICIPATED RELEASE DATE OF THE RFP IS ON OR ABOUT 17 NOVEMBER 2014. It is estimated
that proposals will be due 30 days from the solicitation release date; the exact date will be notated in the solicitation.
All responsible sources may submit an offer, which will be considered by this agency. All offerors must meet
qualifications as outlined in WRDA 2007, H.R. 1495-51, section (l)(3) ELIGIBLE ORGANIZATION, which includes being a
501(c)(3) organization.
CITE:
Federal Business Opportunities (FedBizOpps) Update
Notices for October 20-26, 2014
5 of 8
clu-in.org/newsletters
https://www.fbo.gov/index?s=opportunity&mode=form&id=da697f5d2606c0befb9f8e1d5c4939c3&tab=core&_cview=0
Posted: 10/24/14
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE HEC, Ft. Belvoir, ATTN: CEHEC-CT, 7701
Telegraph Road, Alexandria, VA 22315-3860
PUBLICATION DATE: October 26, 2014
ISSUE: FBO-4719
R--CARLSBAD TECHNICAL AND ADMINISTRATIVE SUPPORT SERVICES (PRESOL)
SOL: DE-SOL-0007012
POC: Chris Lockhart, Contract Specialist, [email protected], 513-744-0996.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0007012/listing.html
NAICS: 562910. Within 15 to 30 days from the date that this notice is published, the U.S. Department of Energy
(DOE) anticipates issuing draft RFP DE-SOL-0007012 to provide quality assurance (QA), audit, surveillance, technical
oversight, and executive management support services to the DOE Carlsbad Field Office (CBFO) in all program areas.
When released, interested parties are encouraged to review the Draft RFP and provide suggestions, comments,
questions, and proposed redline adjustments in writing [email protected]. A dedicated webpage has been
established for this procurement. All news/announcements, documents, including the Draft and Final RFP,
questions/answers, pre-proposal conference information, and related links will be posted to
www.emcbc.doe.gov/SEB/ctac. The Draft and Final RFP will also be posted to the Fedconnect website at
https://www.fedconnect.net/FedConnect/?doc=DE-SOL-0007012&agency=DOE. DOE CBFO is responsible for leading
the nations transuranic (TRU) waste disposal effort. This effort consists of operating the Waste Isolation Pilot Plant
(WIPP) in conformance with the WIPP Land Withdrawal Act, coordinating the TRU waste characterization, certifying
shipping programs at waste-generating sites and national laboratories around the nation, and serving as an
international center for the study of radioactive waste repository performance and enabling the unique capabilities of
the WIPP to be utilized to support basic scientific research. Functions under this requirement will be performed at the
Carlsbad Field Office located in Carlsbad, New Mexico. Contractor employees will also travel to the WIPP Site
approximately 30 miles from Carlsbad, NM and to various DOE waste generating sites and DOE national laboratories as
required. Proposals are NOT being requested in response to the Draft RFP and will NOT be evaluated. In developing the
Final RFP, DOE will consider all comments, proposed changes, and questions received through the CTAC procurement
mailbox. DOE tentatively anticipates issuance of the Final RFP, for which proposals will be requested and accepted,
within 120 days of this notice, in or around the 2nd quarter of fiscal year 2015. The contract award resulting from the
Final RFP is expected to be in or around the 3rd quarter of fiscal year 2015. The government anticipates awarding a
hybrid contract that includes Firm Fixed Price and Requirements Contract Line Items (CLINS). Time and Materials task
orders will be issued under the Requirements CLINS. The expected period of performance is one year with four
one-year option periods. THIS PROCUREMENT WILL BE 100% SET-ASIDE FOR SMALL BUSINESS COMPETITION under
NAICS code 562910 with a size standard of 500 employees.
CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=e7f930be7cc016a0cf9dd64ccfb5fed7&tab=core&_cview=0
Posted: 10/22/14
SPONSOR: Department of Energy, EM Consolidated Business Center, 250 E. 5th Street, Suite 500, Cincinnati, OH
45202
PUBLICATION DATE: October 24, 2014
ISSUE: FBO-4717
C--THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE MODIFICATION (SNOTE)
SOL: SOL-R7-15-00001
POC: Anthony LaMaster, Contracting Officer, [email protected].
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/EPA/OAM/RegVII/SOL-R7-15-00001/listing.html
NAICS: 562910. The Environmental Protection Agency (EPA), Region 7, Superfund Program intends to issue an
extension of services on a sole source basis to allow time for implementation of a strategic sourcing opportunity for the
next round of Remedial Action Framework Response Action Contracts (RACs). Strategic sourcing is endorsed by the
Administrator of EPA and works toward the President's mandate on more effective contracting. A modification under
the small business Architect and Engineering Services (AES) contract EP-S7-05-05 will be issued to extend services as
allowed by Federal Acquisition Regulation (FAR) Subpart 6.302-1, "only one responsible source." The extension will be
to the original contract placed under competitive Brooks Act procedures. A need for these services exists as the
Agency's finalization of the new Superfund Remedial Acquisition Strategy procurements could result in unaccept able
delays for ongoing projects initiated for the protection of human health and the environment from contaminant
hazards. This extension is only to address the immediate need and upon issuance of the follow-on contract, work will
be transitioned accordingly. It is anticipated the procurement administrative lead time to place the follow-on contract
may take up to one year. If however the contract is available within less than one year, the work will be transitioned to
the new contracts as appropriate. Information on the follow-on contract is partially covered in the Sources
Sought/Request for Information (SSRFI) posted at
http://www.epa.gov/oamreg01/region3/SOL-R3-13-00006/index.htm
. The Referenced contract is scheduled to expire
on 03/31/2015, which predates new contract awards being made under the Agency's new Superfund Remedial
Contracting Framework. As evidenced by the recent posting of the SSRFI, sufficient time does not exist to initiate and
complete a Brooks Act competition for Architect and Engineering Services under FAR Part 36. A break in service poses
significant risk considering the nature of the services that are currently being performed under the AES contract. To
avoid such a break in service, EPA Region 7 is issuing an up to 12-month extension to the current AES contract, which
will provide sufficient coverage until a competitively awarded replacement contract can be awarded that reflects the
EPA's new Remedial Contracting Framework Strategy. This modification will be to extend services under this
non-personal services contract EP-S7-05-05. The contract was awarded competitively on 03/31/2005. The modification
to extend services up to an additional 12-month performance period will not increase the contract ceiling. The level of
service that will be provided is in accordance with the existing contract Statement of Work, but has been significantly
reduced from the original contract amount. Under the existing contract EP-S7-05-05, the contractor provides
environmental architect and engineering services and has the experience and capability to continue to provide such
services during the extension period, thus preventing any break in service and increased risk to human health and the
environment from exposure to environmental contaminant hazards.
CITE:
https://www.fbo.gov/index?s=opportunity&mode=form&id=d11c0fcce218711b1226c229c5961767&tab=core&_cview=0
Posted: 10/21/14
SPONSOR: Environmental Protection Agency, Office of Acquisition Management, Region VII, 11201 Renner Blvd.,
Lenexa, KS 66219
PUBLICATION DATE: October 23, 2014
ISSUE: FBO-4716
Federal Business Opportunities (FedBizOpps) Update
Notices for October 20-26, 2014
6 of 8
clu-in.org/newsletters
C--THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE MODIFICATION (SNOTE)
SOL: SOL-R7-15-00002
POC: Anthony LaMaster, Contracting Officer, [email protected].
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/EPA/OAM/RegVII/SOL-R7-15-00002/listing.html
NAICS: 562910. The Environmental Protection Agency (EPA), Region 7, Superfund Program intends to issue an
extension of services on a sole source basis to allow time for implementation of a strategic sourcing opportunity for the
next round of Remedial Action Framework Response Action Contracts (RACs). Strategic sourcing is endorsed by the
Administrator of EPA and works toward the President mandate on more effective contracting. A modification under the
large business Architect and Engineering Services (AES) contract EP-S7-05-06 will be issued to extend services as
allowed by Federal Acquisition Regulation (FAR) Subpart 6.302-1 only one responsible source. The extension will be to
the original contract placed under competitive Brooks Act procedures. A need for these services exists as waiting for
the Agency to finalize the new Superfund Remedial Acquisition Strategy procurements would result in unaccept able
delays for ongoing projects initiated for the protection of human health and the environment from contaminant
hazards. Information on the follow on contract is included in the Sources Sought/Request for Information (SSRFI)
which has been posted athttp://www.epa.gov/oamreg01/region3/SOL-R3-13-00006/index.htm. The current contract is
scheduled to expire on 03/31/2015, which predates new contract awards being made under the Agency's new
Superfund Remedial Contracting Framework. As evidenced by the recent posting of the SSRFI, sufficient time does not
exist to initiate and complete a Brooks Act competition for Architect and Engineering Services under FAR Part 36. A
break in service poses significant risk considering the nature of the services that are currently being performed under
the AES contract. To avoid such a break in service, EPA Region 7 is issuing an up to 12-month (1-year) extension to
the current AES contract, which will provide sufficient coverage until a competitively awarded replacement contract can
be awarded that reflects EPA's new Remedial Contracting Framework Strategy. This modification will be to extend
services under nonpersonal services contract EP-S7-05-06, which was awarded competitively on 03/31/2005. The
modification to extend services up to an additional 12-month performance period will not increase the contract ceiling.
The level of service that will be provided is in accordance with the existing contract Statement of Work, but has been
significantly reduced from the original contract amount. Under existing contract EP-S7-05-06, the contractor provides
environmental architect and engineering services and has the experience and capability to continue to provide such
services during the extension period, thus preventing any break in service and increased risk to human health and the
environment from exposure to environmental contaminant hazards.
CITE:
https://www.fbo.gov/index?s=opportunity&mode=form&id=52e20f171d6664e387a707faf4d2bd2b&tab=core&_cview=0
Posted: 10/21/14
SPONSOR: Environmental Protection Agency, Office of Acquisition Management, Region VII, 11201 Renner Blvd.,
Lenexa, KS 66219
PUBLICATION DATE: October 23, 2014
ISSUE: FBO-4716
SUPPORT FOR FEASABILITY STUDY AT NIAGARA FALLS STORAGE SITE (SNOTE)
SOL: W912P4-15-R-0002
POC: Walter Kamad, Contract Specialist, [email protected], 716-879-4134.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACW49/W912P4-15-R-0002/listing.html
NAICS: 562910. The US Army Corps of Engineers, Buffalo District, intends to issue a sole-source contract to the
HydroGeoLogic, Inc. (HGL) of Reston, Virginia for Research and Design for mathematical modeling at Niagara Falls
Storage Site in Lewiston, New York. The intent to award will be made in accordance with FAR Part 6.302-1(b)(2), Only
One Responsible Source and No Other Supplies or Services Will Satisfy the Agency Requirements, under the authority
of 10 U.S.C. 2304(c)(1). This project is for continuation of mathematical modeling and associated tasks which begun
under sole source contract W912P4-09-C-0017. Acquisition of services is to continue mathematical modeling and
associated tasks which begun under sole source Contract W912P4-09-C-0017, expiring 29 September 2014 prior to
completion of the work. The Niagara Falls Storage Site is a 191-acre FUSRAP site that includes an interim waste
containment structure (IWCS), which houses highly radioactive residues (i.e., over 2,000 Curies of raium-226 - the
highest FUSRAP inventory), radiologically contaminated soils, and assorted wastes. The balance of the site also has
interdependent soil and groundwater contamination that will require sophisticated modeling tools to assess potential
remedial strategies for both the IWCS and balance of site. To meet the essential CERLCA requirements for the NFSS, it
is essential to model, as a function of time, the potential for contaminant transport on and off site; this ability allows
the USACE to clarify existing conditions and test alternative remedial concepts for the Feasibility Study (FS). A clear
presentation of results is required for later risk communication to the public. The fate and transport work supports both
the Remedial Investigation (RI) Addendum phase and Feasibility Study phase under CERCLA for NFSS. The estimated
value of this requirement is $500,000.
CITE:
https://www.fbo.gov/index?s=opportunity&mode=form&id=3492584bee423711e50295058fc3855d&tab=core&_cview=0
Posted: 10/22/14
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, Buffalo, 1776 Niagara St., Buffalo,
New York 14207-3199
PUBLICATION DATE: October 24, 2014
ISSUE: FBO-4717
99--OPERATION AND MAINTENANCE OF THE TWIN CITIES ARMY AMMUNITION PLANT (TCAAP) GROUNDWATER RECOVERY
SYSTEM (TGRS) (PRESOL)
SOL: W9124J-15-T-0003
POC: Javelin Carouthers, Contract Specialist, 210-466-2137, e-mail: [email protected].
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/54bb5c14fad91d56e5d05e7de01ab061
NAICS: 562910. Mission and Installation Contracting Command, Fort Sam Houston, Texas, intends to award a
sole-source, no-profit/fee cost-sharing contract. The cost sharing arrangement is 80% Government and 20%
contractor. The period of performance for this requirement is from 30 Nov 14 through 29 Nov 15, with four one-year
option periods for operation and maintenance of the Twin Cities Army Ammunition Plant (TCAAP) Groundwater
Recovery System. This is a non-personal service for the Army Environmental Command. Pursuant to1985 and 1988
Final Apportionment and Settlement and the 1993 Agreement for Final Apportionment and Settlement for the TCAAP
between the United States of America, the United States Department of the Army, and Honeywell Inc., the operation
and maintenance of the TCAAP Groundwater Recovery System (TGRS) shall be performed by Honeywell Inc. until the
final remedy is completed at TCAAP. On 28 Sep 90, Alliant Techsystems Inc. (ATK), formerly Honeywell Inc., assumed
Honeywell's rights and obligations under the 1985 and 1988 agreements. The contract will be awarded to the following
Contractor: ATK, Cage Code: 1PYT8, Business address: 4700 Nathan LN N Plymouth, MN. 55442-2512. Market
research was conducted and it has been determined this is a sole source requirement in accordance with FAR 6.302-1.
This is not a request for competitive proposals and no solicitation is available.
CITE:
Federal Business Opportunities (FedBizOpps) Update
Notices for October 20-26, 2014
7 of 8
clu-in.org/newsletters
https://www.fbo.gov/?s=opportunity&mode=form&id=54bb5c14fad91d56e5d05e7de01ab061&tab=core&_cview=0
Posted: 10/23/14
SPONSOR: Department of the Army, Army Contracting Command, MICC, MICC Center - Fort Sam Houston (JBSA),
Texas.
PUBLICATION DATE: October 25, 2014
ISSUE: FBO-4718
Federal Business Opportunities (FedBizOpps) Update
Notices for October 20-26, 2014
8 of 8
clu-in.org/newsletters