Procurement List Addition, 62417-62418 [2014-24720]

Download as PDF Federal Register / Vol. 79, No. 201 / Friday, October 17, 2014 / Notices Agenda Items The Risk Policy Working Group will continue work on the Council’s Risk Policy—discuss implementation and application of policy across all Councilmanaged species; discuss baseline conditions for Council-managed species, i.e., how risk is currently addressed; review available information and plan 2015 work and address other business as necessary. Although non-emergency issues not contained in this agenda may come before this group for discussion, those issues may not be the subject of formal action during the meeting. Action will be restricted to those issues specifically listed in this notice and any issues arising after publication of this notice that require emergency action under section 305(c) of the Magnuson-Stevens Act, provided the public has been notified of the Council’s intent to take final action to address the emergency. 603–0655, or email CMTEFedReg@ AbilityOne.gov. SUPPLEMENTARY INFORMATION: This notice is published pursuant to 41 USC 8503 (a)(2) and 41 CFR 51–2.3. Its purpose is to provide interested persons an opportunity to submit comments on the proposed actions. Deletions The following products are proposed for deletion from the Procurement List: Products Clamp, Loop/Cushion Type AMS3839 NSN: 5340–00–410–6441 NSN: 5340–00–411–2953 NPA: Provail, Seattle, WA Contracting Activity: Defense Logistics Agency Troop Support, Philadelphia, PA Barry S. Lineback, Director, Business Operations. [FR Doc. 2014–24710 Filed 10–16–14; 8:45 am] BILLING CODE 6353–01–P Authority: 16 U.S.C. 1801 et seq. Dated: October 14, 2014. Tracey L. Thompson, Acting Deputy Director, Office of Sustainable Fisheries, National Marine Fisheries Service. [FR Doc. 2014–24706 Filed 10–16–14; 8:45 am] BILLING CODE 3510–22–P COMMITTEE FOR PURCHASE FROM PEOPLE WHO ARE BLIND OR SEVERELY DISABLED Procurement List; Proposed Deletions Committee for Purchase From People Who Are Blind or Severely Disabled. ACTION: Proposed deletions from the Procurement List. AGENCY: The Committee is proposing to delete products previously furnished by the nonprofit agency employing persons who are blind or have other severe disabilities. Comments Must Be Received On Or Before: 11/17/2014. ADDRESSES: Committee for Purchase From People Who Are Blind or Severely Disabled, 1401 S. Clark Street, Suite 10800, Arlington, Virginia 22202–4149. mstockstill on DSK4VPTVN1PROD with NOTICES SUMMARY: FOR FURTHER INFORMATION OR TO SUBMIT COMMENTS CONTACT: Barry S. Lineback, Telephone: (703) 603–7740, Fax: (703) VerDate Sep<11>2014 17:59 Oct 16, 2014 Jkt 235001 COMMITTEE FOR PURCHASE FROM PEOPLE WHO ARE BLIND OR SEVERELY DISABLED Procurement List Addition Committee for Purchase From People Who Are Blind or Severely Disabled. ACTION: Addition to the Procurement List. AGENCY: This action adds a service to the Procurement List that will be provided by a nonprofit agency employing persons who are blind or have other severe disabilities. DATES: Effective Date: 11/17/2014 ADDRESSES: Committee for Purchase From People Who Are Blind or Severely Disabled, 1401 S. Clark Street, Suite 10800, Arlington, Virginia, 22202–4149. FOR FURTHER INFORMATION CONTACT: Barry S. Lineback, Telephone: (703) 603–7740, Fax: (703) 603–0655, or email CMTEFedReg@AbilityOne.gov. SUPPLEMENTARY INFORMATION: SUMMARY: Addition On 3/28/2014 (79 FR 17509–17510), the Committee for Purchase From People Who Are Blind or Severely Disabled published notice of proposed addition to the Procurement List. After consideration of the material presented to it concerning capability of qualified nonprofit agency to provide the service and impact of the addition on the current or most recent contractors, the Committee has determined that the service listed below is suitable for procurement by the PO 00000 Frm 00006 Fmt 4703 Federal Government under 41 USC 8501–8506 and 41 CFR 51–2.4. Regulatory Flexibility Act Certification I certify that the following action will not have a significant impact on a substantial number of small entities. The major factors considered for this certification were: 1. The action will not result in any additional reporting, recordkeeping or other compliance requirements for small entities other than the small organization that will provide the service to the Government. 2. The action will result in authorizing a small entity to provide the service to the Government. 3. There are no known regulatory alternatives which would accomplish the objectives of the Javits-WagnerO’Day Act (41 USC 8501–8506) in connection with the service proposed for addition to the Procurement List. End of Certification Special Accommodations This meeting is physically accessible to people with disabilities. Requests for sign language interpretation or other auxiliary aids should be directed to Thomas A. Nies (see ADDRESSES) at least 5 days prior to the meeting date. 62417 Sfmt 4703 Accordingly, the following service is added to the Procurement List: SERVICE Service Type/Location: 3d Party Logistics Service Product Manager Force Sustainment Systems, 15 Kansas Street, Natick, MA NPA: ReadyOne Industries, Inc., El Paso, TX Contracting Activity: Dept of the Army, W6QK ACC–APG Natick, Natick, MA Comments were received from two commercial contractors. The contractors assert that the Committee’s notice of proposed addition was vague and lacked specificity; therefore, the Committee could not have properly assessed the impact on the contractors’ firms. One contractor questioned whether the project would create employment for people with significant disabilities. The notice of proposed addition listed the service type as ‘‘3d Party Logistics Service’’ and was further described as: ‘‘Provide contract management services and Warehousing and Supply Chain Management (Integration, Warehousing, and Refurbishment).’’ The Department of the Army, Army Contracting Command-Aberdeen Proving Ground (Natick Contracting Division), often referred to as Natick or NCD, is the contracting activity in support of the requirements of Product Manager Force Sustainment System (PMFSS). ‘‘3d Party Logistics’’ (3PL) is a common, well-defined commercial service provided by multiple commercial companies to many Government agencies, including the Department of Defense (DOD). While 3PL is a recognized service, the E:\FR\FM\17OCN1.SGM 17OCN1 mstockstill on DSK4VPTVN1PROD with NOTICES 62418 Federal Register / Vol. 79, No. 201 / Friday, October 17, 2014 / Notices Committee’s notice of proposed addition included substantial additional explanation and description of the specific service requirements. Consequently, the Committee disagrees that the notice is vague and lacks specificity, and finds that the notice effectively describes the requirements the AbilityOne nonprofit agency will perform. In accordance with Committee regulations, Federal contracting activities assist the Committee to identify necessary products and services that are suitable for procurement by the Government and may be furnished by AbilityOne nonprofit agencies. In doing so, contracting activities define their specific contract requirements and inform the Committee if there is a contractor providing the product or service. When deliberating on a proposed PL addition, the Committee then considers whether a proposed addition would likely have a severe adverse financial impact on the current contractor for the project. Both contractors that submitted comments are awardees of the Defense Logistics Agency (DLA) Special Operational Equipment Tailored Logistics Support (SOE TLS) contract to provide a range of commercial products and equipment to military customers. They claim the addition of the proposed 3PL service to the Procurement List could result in severe adverse financial impact to their sales under the DLA SOE TLS contract. In response to the comments, the Committee sought additional information from the contracting activity and the contactors, to ensure that appropriate information was fully considered. In its response, the Army contracting activity clearly stated it does not currently contract for the 3PL services as described in the statement of work (SOW). The contracting activity stated that through the SOW, it is seeking a complete one-stop standardized and centralized solution to address reduced budget and personnel capacity within PM FSS. DLA’s solicitation for the SOE TLS states it is an indefinite delivery-indefinite quantity (IDIQ) contract for equipment and ancillary services. This Procurement List addition of the 3PL requirement is a firm-fixed price contract for services explicitly identified in the SOW, including direct labor services, as is appropriate for a 3PL requirement; it is not an IDIQ contract for products and equipment. Based on these facts, the Army and the Commission concluded that the DLA prime vendor contract and the Natick contract requirements for 3PL services VerDate Sep<11>2014 17:59 Oct 16, 2014 Jkt 235001 in this proposed PL addition are not the same. For these reasons, the contracting activity confirmed in writing and the Commission concluded that there is no current contractor providing the specific services included in the proposed PL addition. The commercial contractors are experienced DOD vendors. One contractor’s annual revenues exceed the range of revenues that the Committee determines could result in severe adverse financial impact on that contractor if the service is added to the PL. Although the Committee requested information from the contractors, they were unable to provide any contract data demonstrating they were the current contractor to the Army contracting activity (or another contracting activity) for the 3PL services required in this addition. The Committee reviews the level of impact on the ‘‘current contractor for the specific commodity or services’’ [41 CFR 51–2.4(a)(4)(i)]. The contractors in question are not current contractors for the specific service requirement; therefore, under Committee regulations, the Committee finds there is no severe adverse impact on the contractors. Further, the contractors continue to have the opportunity to sell products and equipment under the DLA SOE TLS prime vendor program. One contractor also questioned whether the project would create employment for people with severe disabilities by referring to a prior project that was deleted from the PL. The Committee conducts a deliberative review of specific proposed addition projects. To qualify for addition to the PL, the Committee must determine that the record for this project demonstrates that it has the potential to generate employment for people who are blind or significantly disabled [41 CFR 51– 2.4(a)(1)]. In their review, the Committee determined that the record supports that the 3PL services will create employment for people with significant disabilities. The record specifies the amount of direct labor hours to be provided by people with significant disabilities and discusses referral sources for these individuals, including current or previous nonprofit agency employees with the skills to perform the proposed new positions. Accordingly, after full consideration, the Committee concluded that the 3PL Service is suitable for addition to the Procurement List. Barry S. Lineback, Director, Business Operations. [FR Doc. 2014–24720 Filed 10–16–14; 8:45 am] BILLING CODE 6353–01–P PO 00000 Frm 00007 Fmt 4703 Sfmt 4703 COMMODITY FUTURES TRADING COMMISSION Fees for Reviews of the Rule Enforcement Programs of Designated Contract Markets and Registered Futures Associations Commodity Futures Trading Commission. ACTION: Notice of 2014 Schedule of Fees. AGENCY: The Commodity Futures Trading Commission (CFTC or Commission) charges fees to designated contract markets and registered futures associations to recover the costs incurred by the Commission in the operation of its program of oversight of self-regulatory organization (SRO) rule enforcement programs, specifically National Futures Association (NFA), a registered futures association, and the designated contract markets. The calculation of the fee amounts charged for 2014 by this notice is based upon an average of actual program costs incurred during fiscal year (FY) 2011, FY 2012, and FY 2013. DATES: Effective date: Each SRO is required to remit electronically the applicable fee on or before December 16, 2014. FOR FURTHER INFORMATION CONTACT: Mary Jean Buhler, Chief Financial Officer, Commodity Futures Trading Commission; (202) 418–5089; Three Lafayette Centre, 1155 21st Street NW., Washington, DC 20581. For information on electronic payment, contact Jennifer Fleming; (202) 418–5034; Three Lafayette Centre, 1155 21st Street NW., Washington, DC 20581. SUPPLEMENTARY INFORMATION: SUMMARY: I. Background Information A. General This notice relates to fees for the Commission’s review of the rule enforcement programs at the registered futures associations 1 and designated contract markets (DCM), each of which is an SRO regulated by the Commission. The Commission recalculates the fees charged each year to cover the costs of operating this Commission program.2 The fees are set each year based on direct program costs, plus an overhead factor. The Commission calculates actual costs, then calculates an alternate fee taking volume into account, and then charges the lower of the two.3 1 NFA is the only registered futures association. section 237 of the Futures Trading Act of 1982, 7 U.S.C. 16a, and 31 U.S.C. 9701. For a broader discussion of the history of Commission fees, see 52 FR 46070 (Dec. 4, 1987). 3 58 FR 42643 (Aug. 11, 1993) and 17 CFR part 1, app. B. 2 See E:\FR\FM\17OCN1.SGM 17OCN1

Agencies

[Federal Register Volume 79, Number 201 (Friday, October 17, 2014)]
[Notices]
[Pages 62417-62418]
From the Federal Register Online via the Government Printing Office [www.gpo.gov]
[FR Doc No: 2014-24720]


-----------------------------------------------------------------------

COMMITTEE FOR PURCHASE FROM PEOPLE WHO ARE BLIND OR SEVERELY DISABLED


Procurement List Addition

AGENCY: Committee for Purchase From People Who Are Blind or Severely 
Disabled.

ACTION: Addition to the Procurement List.

-----------------------------------------------------------------------

SUMMARY: This action adds a service to the Procurement List that will 
be provided by a nonprofit agency employing persons who are blind or 
have other severe disabilities.

DATES: Effective Date: 11/17/2014

ADDRESSES: Committee for Purchase From People Who Are Blind or Severely 
Disabled, 1401 S. Clark Street, Suite 10800, Arlington, Virginia, 
22202-4149.

FOR FURTHER INFORMATION CONTACT: Barry S. Lineback, Telephone: (703) 
603-7740, Fax: (703) 603-0655, or email CMTEFedReg@AbilityOne.gov.

SUPPLEMENTARY INFORMATION:

Addition

    On 3/28/2014 (79 FR 17509-17510), the Committee for Purchase From 
People Who Are Blind or Severely Disabled published notice of proposed 
addition to the Procurement List.
    After consideration of the material presented to it concerning 
capability of qualified nonprofit agency to provide the service and 
impact of the addition on the current or most recent contractors, the 
Committee has determined that the service listed below is suitable for 
procurement by the Federal Government under 41 USC 8501-8506 and 41 CFR 
51-2.4.

Regulatory Flexibility Act Certification

    I certify that the following action will not have a significant 
impact on a substantial number of small entities. The major factors 
considered for this certification were:
    1. The action will not result in any additional reporting, 
recordkeeping or other compliance requirements for small entities other 
than the small organization that will provide the service to the 
Government.
    2. The action will result in authorizing a small entity to provide 
the service to the Government.
    3. There are no known regulatory alternatives which would 
accomplish the objectives of the Javits-Wagner-O'Day Act (41 USC 8501-
8506) in connection with the service proposed for addition to the 
Procurement List.

End of Certification

    Accordingly, the following service is added to the Procurement 
List:

SERVICE

Service Type/Location: 3d Party Logistics Service Product Manager 
Force Sustainment Systems, 15 Kansas Street, Natick, MA
NPA: ReadyOne Industries, Inc., El Paso, TX
Contracting Activity: Dept of the Army, W6QK ACC-APG Natick, Natick, 
MA

    Comments were received from two commercial contractors. The 
contractors assert that the Committee's notice of proposed addition was 
vague and lacked specificity; therefore, the Committee could not have 
properly assessed the impact on the contractors' firms. One contractor 
questioned whether the project would create employment for people with 
significant disabilities.
    The notice of proposed addition listed the service type as ``3d 
Party Logistics Service'' and was further described as: ``Provide 
contract management services and Warehousing and Supply Chain 
Management (Integration, Warehousing, and Refurbishment).'' The 
Department of the Army, Army Contracting Command-Aberdeen Proving 
Ground (Natick Contracting Division), often referred to as Natick or 
NCD, is the contracting activity in support of the requirements of 
Product Manager Force Sustainment System (PMFSS).
    ``3d Party Logistics'' (3PL) is a common, well-defined commercial 
service provided by multiple commercial companies to many Government 
agencies, including the Department of Defense (DOD). While 3PL is a 
recognized service, the

[[Page 62418]]

Committee's notice of proposed addition included substantial additional 
explanation and description of the specific service requirements. 
Consequently, the Committee disagrees that the notice is vague and 
lacks specificity, and finds that the notice effectively describes the 
requirements the AbilityOne nonprofit agency will perform.
    In accordance with Committee regulations, Federal contracting 
activities assist the Committee to identify necessary products and 
services that are suitable for procurement by the Government and may be 
furnished by AbilityOne nonprofit agencies. In doing so, contracting 
activities define their specific contract requirements and inform the 
Committee if there is a contractor providing the product or service. 
When deliberating on a proposed PL addition, the Committee then 
considers whether a proposed addition would likely have a severe 
adverse financial impact on the current contractor for the project.
    Both contractors that submitted comments are awardees of the 
Defense Logistics Agency (DLA) Special Operational Equipment Tailored 
Logistics Support (SOE TLS) contract to provide a range of commercial 
products and equipment to military customers. They claim the addition 
of the proposed 3PL service to the Procurement List could result in 
severe adverse financial impact to their sales under the DLA SOE TLS 
contract.
    In response to the comments, the Committee sought additional 
information from the contracting activity and the contactors, to ensure 
that appropriate information was fully considered. In its response, the 
Army contracting activity clearly stated it does not currently contract 
for the 3PL services as described in the statement of work (SOW). The 
contracting activity stated that through the SOW, it is seeking a 
complete one-stop standardized and centralized solution to address 
reduced budget and personnel capacity within PM FSS. DLA's solicitation 
for the SOE TLS states it is an indefinite delivery-indefinite quantity 
(IDIQ) contract for equipment and ancillary services. This Procurement 
List addition of the 3PL requirement is a firm-fixed price contract for 
services explicitly identified in the SOW, including direct labor 
services, as is appropriate for a 3PL requirement; it is not an IDIQ 
contract for products and equipment. Based on these facts, the Army and 
the Commission concluded that the DLA prime vendor contract and the 
Natick contract requirements for 3PL services in this proposed PL 
addition are not the same. For these reasons, the contracting activity 
confirmed in writing and the Commission concluded that there is no 
current contractor providing the specific services included in the 
proposed PL addition.
    The commercial contractors are experienced DOD vendors. One 
contractor's annual revenues exceed the range of revenues that the 
Committee determines could result in severe adverse financial impact on 
that contractor if the service is added to the PL. Although the 
Committee requested information from the contractors, they were unable 
to provide any contract data demonstrating they were the current 
contractor to the Army contracting activity (or another contracting 
activity) for the 3PL services required in this addition. The Committee 
reviews the level of impact on the ``current contractor for the 
specific commodity or services'' [41 CFR 51-2.4(a)(4)(i)]. The 
contractors in question are not current contractors for the specific 
service requirement; therefore, under Committee regulations, the 
Committee finds there is no severe adverse impact on the contractors. 
Further, the contractors continue to have the opportunity to sell 
products and equipment under the DLA SOE TLS prime vendor program.
    One contractor also questioned whether the project would create 
employment for people with severe disabilities by referring to a prior 
project that was deleted from the PL. The Committee conducts a 
deliberative review of specific proposed addition projects. To qualify 
for addition to the PL, the Committee must determine that the record 
for this project demonstrates that it has the potential to generate 
employment for people who are blind or significantly disabled [41 CFR 
51-2.4(a)(1)]. In their review, the Committee determined that the 
record supports that the 3PL services will create employment for people 
with significant disabilities. The record specifies the amount of 
direct labor hours to be provided by people with significant 
disabilities and discusses referral sources for these individuals, 
including current or previous nonprofit agency employees with the 
skills to perform the proposed new positions.
    Accordingly, after full consideration, the Committee concluded that 
the 3PL Service is suitable for addition to the Procurement List.

Barry S. Lineback,
Director, Business Operations.
[FR Doc. 2014-24720 Filed 10-16-14; 8:45 am]
BILLING CODE 6353-01-P
This site is protected by reCAPTCHA and the Google Privacy Policy and Terms of Service apply.