Business and Career Opportunities (Bids)

March 19, 2012

Business / Career

FedBizOpps – Procurement

Department of Commerce, U. S. Census Bureau, Suitland, Acquisition Division Room 3J438 Washington DC 20233

R — Statistics in Schools Program RFIYJM031212 033012 Yolanda J Mitchell, Contract Specialist , Phone 301-763-0360, Fax 301-763-4624, Email yolanda.j.mitchell@census.gov – Lizannette L. Velez, Contract Specialist, Phone 301-763-1824, Email lizannette.velez@census.gov The NAICS code used for this RFI (RFIYJM031212) are as follows: 511199 – All Other Publishers 541613 – Marketing Consulting Services 541810 – Advertising Agencies 541820 – Public Relations Agencies In accordance with Federal Acquisition Regulations Part 10, the following Request for Information (RFI) is issued solely for Market Research purposes. It does not constitute a Request for Proposal (RFP) or a commitment to issue a Request for Proposal by the U.S. Census Bureau. The Census Bureau is not accepting offers at this time nor will the information provided be evaluated or considered as an offer. The Census Bureau is not responsible for any administrative cost incurred by a vendor in response to this announcement. Although answers to this RFI are optional, the Census Bureau will appreciate and encourages companies to submit responses based on their expertise in the field of educational programs and communications. Based on the information provided, and as part of its ongoing market research, the Census Bureau may contact individual respondents for additional information. All information provided will be kept confidential and will be utilized for market research purposes directly related to this effort. Any price or technical information submitted in response to this RFI will not be evaluated by the government. BACKGROUND: The information hereby requested is intended to assist the U.S. Census Bureau to learn more about a contractor that can assist in the development and implementation of a statistical literacy education and outreach program from kindergarten to the post-secondary level to promote the use and understanding of Census Bureau data as an integral consistent part of the classroom experience. Please see the attached Statement of Need for further information about Statistics in Schools Educational Program. INSTRUCTIONS: The following information shall be provided in response to this request for information: Business Information Respondents shall provide the following information: 1. Company name, address, and Web site. 2. Contact person’s name, position, email and phone number. The contact person shall have the authority and technical knowledge to clarify responses with government representatives. 3. Brief description of the organization, business size (i.e. large, small, small disadvantaged, woman-owned, certified 8(a), veteran, and/or service disabled veteran owned business), products, principal markets, and geographical areas serviced. 4. Submission of information about any federal schedules, inter-agency agreements, etc. that may be used to acquire these services is encouraged 5. Complete the attached RFI Questionnaire Technical Information Respondents to this RFI shall submit a written statement addressing technical capabilities, knowledge, and related experience, in performing the Census Bureau’s requirement as described in the attached Statement of Need. The Census Bureau is interested in exploring different methods and technologies to meet its need. Rough Order of Magnitude Any estimate provided shall be general in nature. Please provide a rough estimate that includes Personnel, Labor Categories, Other Direct Costs (Office Operations, Subcontracting, and Travel). Please do not expend an enormous amount of time preparing a detailed cost proposal, as an ESTIMATE will be sufficient at this time. Other Information Respondents shall complete the attached RFI Questionnaire. The maximum number of 15 pages is allowed for the RFI response. Point of Contact The following government representatives may be contacted on matters relating to this RFI: Yolanda J. Mitchell, Contract Specialist at yolanda.j.mitchell@census.gov 301) 763-0370 Lizannette Velez, Contracting Officer at lizannette.velez@census.gov (301)763-1824 Submission of Information Responses shall be submitted to the above government representatives at the indicated email address no later than 11:59 p.m. (EST) on March 30, 2012. The submissions shall be submitted in Microsoft Word or Adobe Acrobat formats.   Place of Performance: To be determined US URL:https://www.fbo.gov/spg/DOC/CB/13040001/RFIYJM031212/listing.html
OutreachSystems Article Number: 120317/PROCURE/0644

Department of the Army, Army Contracting Command, ACC – New Jersey, US Army, Army Contracting Command, ACC New Jersey Contracting Center, Picatinny Arsenal, New Jersey 07806-5000

69–New Equipment Training Videos W15QKN-12-R-F012 033012 JEAN C. GRINTER, Contract Specialist, 973-724-3365 JEAN C. GRINTER W15QKN-12-R-F012RESPONSE DATE: 30 March 2012 New EquipmentTraining (NET) Videos for the M14 EBR and M150 RCO 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 and any resultant award will be processed in accordance with FAR 13 Simplified Acquisition Procedures. Solicitation number W15QKN-12- R-F012 is being issued as a request for quotation (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55, effective 02 February 2012. This requirement has been set-aside for small business under NAICS code 512110 with a smallbusiness size standard of $29,500,000. The Army Contracting Command – New Jersey (ACC-NJ) Soldier Weapons Center, at Picatinny Arsenal, NJ 07806-5000, on behalf of PM Soldier Weapons has two requirements for New Equipment Training (NET) videos that adequately explain and train the intricacies of the M14 Enhanced Battle Rifle (EBR), and the M150 Rifle Combat Optic (RCO) in accordance with the attached Statements of Objectives (SOO) – Attachments 1 and 2. For each requirement, the work will include shooting all content as detailed in the SOOs (Attachments 1 and 2) and will be delivered in both a DVD format and mobile device format for distribution at the discretion of the Department of Defense (DOD). The contractor will produce a one-hour DVD. The contractor will also deliver 3,000 finished copies of the DVD with onscreen graphics and complete DVD Packaging. Please note that pursuant to FAR 52.227-17 the contractor is directed to assign the copyright(s) in any works produced under the subject contract to the United States Government. The anticipated period of performance is from date of award through 150 days after contract award, or sooner. The place of delivery, acceptance and FOB point is: U.S. Army ARDEC SFAE-SDR-IW, Bldg. 151 Picatinny Arsenal, NJ 07806 Attn: Mike Bozzelli INSTRUCTIONS: Offerors responding to this announcement shall submit their quote in accordance with the attached Instructions to Offerors (Attachment 5). The Government intends to evaluate proposals and award a contract without discussions. Therefore, the offeror’s initial proposal should contain the offeror’s best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. BASIS FOR AWARD: The Government plans to award two (2) fixed price purchase orders as a result of this Request for Proposal (RFP). Offerors can submit a proposal for either one, or both of the requirements. Offerors submitting proposals for both requirements shall submit two (2) separate proposals, one (1) for each requirement. The evaluation of quotes will be conducted utilizing the Tradeoff Source Selection Process in accordance with FAR 15.101-1. In using the Tradeoff Source Selection approach, the Government seeks to award to an offeror who gives the greatest confidence that it will best meet and/or exceed the requirements. This process allows for a tradeoff between non-cost factors and cost/price and allows the Government to accept other than the lowest priced proposal or other than the highest technically rated proposal to achieve a best-value contract award. Award will be made to the offeror whose proposal represents the best value to the Government. The Government intends to award two (2) purchase orders as a result of this Request for Proposal (RFP). EVALUATION FACTORS AND EVALUATION APPROACH AREAS TO BE EVALUATED: Appropriate consideration will be given to the three evaluation factors: Technical, Past Performance and Price. The Technical factor consists of the subfactors identified below. There are no subfactors for Price. Technical Subfactors: Subfactor A: Equipment and Personnel Subfactor B: Schedule The Technical factor is more important than the Past Performance factor. The Past Performance factor is significantly more important than the Price factor. The Technical subfactors are of equal importance. To receive consideration for award, a final rating of no less than Acceptable must be achieved for all Technical sub-factors. The proposal will be evaluated to determine whether the offerors response has adequately and completely considered, defined, and satisfied the requirements specified in the solicitation. The proposal will be evaluated to determine the extent to which each objective of the Statement of Objectives has been addressed in the proposal. The evaluation process will consider the following: 1. Factor I: Technical – Evaluation of the following technical sub-factors will specifically consider: Technical Subfactor A – Equipment and Personnel: The proposal will be evaluated to determine whether the offeror has personnel on hand who adequately demonstrate the level of competence and technical proficiency needed to carry out the objectives called out in the Statement of Objectives (SOO). The proposal will be evaluated to determine whether the offeror has the equipment (or plan and schedule to obtain same) to adequately carry out the objectives listed in the SOO. Technical Subfactor B – Schedule: The proposal will be evaluated to determine whether the offeror has clearly identified all deliverables and is capable of delivering within the specified times as established in the Contract Data Requirements List. 2. Factor II: Past Performance – The Government shall consider demonstrated recent and relevant record of performance in supplying services that meet the RFQ requirements. There are no subfactors for Past Performance. 3. Factor III: Price – The Government shall determine if the proposed price is fair and reasonable. There are no subfactors for price TECHNICAL EVALUATION: The technical portion of the proposal will be rated by evaluating the technical proposal for strengths, weaknesses, and deficiencies, combined with the risks of the proposal. The combined technical/risk rating includes consideration of risk in conjunction with the strengths, weaknesses, and deficiencies in determining technical ratings. The technical subfactors will be rated individually and an integrated assessment will be performed to determine the overall Technical factor rating. The following rating definitions will be utilized in the evaluation of the overall Technical Factor rating as well as the individual Technical sub-factors: Color – Blue; Rating – Outstanding; Definition: Proposal meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low. Color – Purple; Rating – Good; Definition: Proposal meets requirements and indicates a thorough approach and understanding of the requirements. Proposal contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low. Color – Green; Rating – Acceptable; Definition: Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is no worse than moderate. Color – Yellow; Rating – Marginal; Definition: Proposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high. Color – Red; Rating – Unacceptable; Definition: Proposal does not meet requirements and contains one or more deficiencies. Proposal is unawardable. PAST PERFORMANCE EVALUATION: There are two aspects to the past performance evaluation: 1. Relevancy of a recent effort and 2. Performance level. Relevancy shall consider similarity of service/support and complexity of a performance effort that was executed by the offeror within the last three (3) years of release of this RFP. The following rating definitions will be utilized in the evaluation of past performance relevancy: Rating – Relevant; Definition: Present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires. Rating – Not Relevant; Definition: Present/past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires. Performance level for each identified relevant and recent effort will be assessed by the Government evaluation team based on data provided by the offeror, the offerors customers via questionnaire (RFP Attachments 6 and 7), and other data sources available to the Government. The evaluation team will review the past performance information and determine the quality and usefulness as it applies to performance confidence assessment. Each offeror shall be assigned one of the following performance confidence ratings: Rating – Substantial Confidence; Definition: Based on the offerors recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. Rating – Satisfactory Confidence; Definition: Based on the offerors recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Rating – Limited Confidence; Definition: Based on the offerors recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort. Rating – No Confidence; Definition: Based on the offerors recent/relevant performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort. Rating – Unknown Confidence (Neutral); Definition: No Recent/relevant performance record is available or the offerors performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. PRICE EVALUATION: The total evaluated price will be used in the best value determination. The Government will evaluate the overall total proposed price to determine if the proposed price is fair and reasonable. Price reasonableness will be based on competitive offers when possible. DEFINITIONS: Deficiency: A material failure of a proposal to meet a Government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level. Strength: Any aspect of a proposal when judged against a stated evaluation criterion, enhances the merit of the proposal or increases the probability of successful performance of the contract. Weakness: A flaw in the proposal that increases the risk of unsuccessful contract performance. Proposal Risk: Proposal risks are those risks associated with the likelihood that an Offeror’s proposed approach will meet the requirements of the solicitation. Performance Risk: Performance risks are those risks associated with an Offeror’s likelihood of success in performing the solicitation’s requirements as indicated by that Offeror’s record of current or past performance. The Contracting Officer reserves the right to make no award under this solicitation. PROVISIONS AND CLAUSES: The following clauses apply to this acquisition: FAR Clauses 52.222-50, “Combating Trafficking in Persons”; 52.212-1: Instructions to Offerors – Commercial Items; 52.212-2: Evaluation-Commercial Items; 52.212-4: Contract Terms and Conditions-Commercial Items; 52.212-5: Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Within clause 52.212-5, the following additional FAR clauses apply: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-18, 52.225-13, and 52.232-33. Also applicable are the following FAR clauses: 52.246-2: Inspection of Supplies — Fixed Price; and 52.252-2: Clauses Incorporated by reference. 52.247-34: F.O.B. Destination. 52.204-7: Central Contractor Registration; 52.204-10: Reporting Executive Compensation and First-Tier Subcontract Awards. 52.233-1: Disputes. 52.233-4: Applicable Law for Breach of Contract Claim. 52.243-1: Changes — Fixed Price. 52.249-1: Termination for Convenience of the Government (Fixed Price) (Short Form). DFARS clause 252.212-7001: Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition ofCommercial Items, also applies. Within DFARs Clause 252.212-7001, the following clauses are applicable: 252.203-7000, 252.225-7001, 252.227-7037, 252.232-7003, and 252.247-7023 with Alternate III. The following DFARS clauses are also applicable: 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports. 252.232-7010: Levies on Contract Payments. 252.243-7001: Pricing of Contract Modifications. The applicable Local clauses are as follows: ARDEC 30, ARDEC 31, ARDEC 68, ARDEC 70, ARDEC 106, ARDEC 163, JM&L 179, JM&L 182, JM&L 191, JM&L 196, and JM&L 197. The full text of all FAR and DFARS solicitation provisions or clauses may be accessed electronically at http://farsite.hill.af.mil. Local Clauses can be found at http://procnet.pica.army.mil under Local Links and then Local Clauses. ADDITIONAL INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS PROPOSAL SUBMISSION: Offerors shall carefully review the attached Statements of Objectives (Attachment 1 and Attachment 2), and CDRLS (Attachments 3 and 4), as well as the above listed Evaluation Factors and Evaluation Approach). This combined synopsis solicitation is 100% set-aside for small businesses. NOTE: This solicitation incorporates one or more solicitation provisions/clauses by reference, with the same force and effect as if they were given in full text. Offerors are required to provide their Contractors DUNS Number and Commercialand Government Entity (CAGE) code with their quote. The CAGE code entered shall be for that name and address provided by the Contractor. Offerors shall have a valid registration in the Central Contractor Registration (CCR). Offerors shall also have a valid registration in the Online Representations and Certification Application (ORCA) and shall include with their quote a completed copy of the provision at 52.212-3, Offeror Representations and Certifications — Commercial Items. The website for CCR is http://www.ccr.gov . The website for ORCA is Http://orca.bpn.gov . THE WRITTEN PROPOSAL SHALL BE SUBMITTED TO THE FOLLOWING ADDRESS NO LATER THAN 4:00 P.M. EASTERN DAYLIGHT TIME, MARCH 30, 2012: U.S. Army Contracting Command – New Jersey Soldier Weapons Contracting Center (ACC-NJ-SW) ATTN: Mrs. Gloria Thoguluva, 973-724-5366 Phipps Road, BLDG 45 B Picatinny Arsenal, NJ 07806-5000 PROPOSALS RECEIVED AFTER 4:00 P.M. MARCH 30, 2012 WILL NOT BE ACCEPTED. The Points of Contact for this action are: Gloria Thoguluva, Contract Specialist, ACC-NJ-SW, via e-mail at gloria.thoguluva@us.army.mil, or Jean Grinter, Contracting Officer, ACC-NJ-SW, via email at jean.grinter@us.army.mil. PHONE REQUESTS FOR INFORMATION WILL NOT BE ACCEPTED. URL: https://www.fbo.gov/notices/15d2c011bbaf085598d493fd65a041a2
OutreachSystems Article Number: 120316/PROCURE/0444
Matching Key Words: video*; produc*; train*; website; business*; produce?; distribut*; instruct*; commercial?; naics!512110; 


Department of Labor, Employment Training Administration, Carl D. Perkins Job Corps Center, 478 Meadows Branch Road Prestonsburg KY 41653

99 — Foodservice – Cafeteria and Culinary Arts FS031512 033012 Tracy M. Reichenbach, Buyer/Horizons Youth Services, Phone 6064332258, Fax 6064335401, Email reichenbach.tracy@jobcorps.org – Paulena Davis, Finance and Admin Director, Phone 6064332259, Fax 6064335401, Email davis.paulena@jobcorps.org THIS IS A SUBCONTRACTING OPPORTUNITY The Carl D. Perkins Job Corps Center, operated by Horizons Youth Services, is requesting bids to supply the center cafeteria and culinary arts class with food and supplies.  The products must meet mid-grade level.  At a minimum, bi-weekly deliveries are required.  The award period will consist of April 1, 2012 – June 30, 2012.  The attached spreadsheet contains a complete list of items to be purchased.  Bidders are required to enter pricing on the spreadsheet provided only.  In the event the items are packaged differently than the unit of measure specified, the cost must be calculated based on the unit of measure the spreadsheet provides.  Bids submitted in other formats will be disregarded.  For example, on line one of the spreadsheet: 1    6/#10     Apples, Unpeeled The price for one case containing six #10 cans of unpeeled apples should be entered in the unit price column.  If your packaging differs, please adjust the price according to a 6/#10 package and enter the price. Completed bids much be emailed to Tracy Reichenbach, reichenbach.tracy@jobcorps.org by the deadline of March 30, 2012, 5:00 pm EST.  Late bids will not be accepted.  If you have further questions, please contact: Tracy Reichenbach  Buyer/Horizons Youth Services, Operator of the Carl D. Perkins Job Corps Center (606) 433-2258reichenbach.tracy@jobcorps.org Place of Performance: Carl D. Perkins Job Corps Center Prestonsburg, KY 41653 US URL: https://www.fbo.gov/spg/DOL/ETA/perkinsjcc/FS031512/listing.html
OutreachSystems Article Number: 120316/PROCURE/0497
Matching Key Words: state!ky; 


Department of Homeland Security, Customs and Border Protection, Procurement Directorate – IN, 6650 Telecom Drive Intech Two, Suite 100 Indianapolis IN 46278

R — Rate written essays, and provide CBP with the rated and documented results. TJH-PR20068170 032812 Tina J. Hudson, Contract Specialist, Phone 3176144772, Email tina.hudson@dhs.gov DESCRIPTION This announcement constitutes a Request for Information (RFI) as well as a Sources Sought Request (SSR). This announcement does not constitute a commitment, implied or otherwise, that a procurement will be issued. This is not a request for proposal (RFP) or an invitation for bids (IFB). The United States Customs and Border Protection (CBP) is seeking contractors interested in providing experts in English language writing skills to grade essay tests for Criminal Investigator positions. CBP seeks to identify potential contractors with the skills, experience, and knowledge required to successfully complete the requirement. The Government will not reimburse any costs incurred in submitting a response to this RFI. Details of the requirement can be found in the below DRAFT Statement of Work. RESPONSES Interested parties are requested to submit a summary of their capabilities that will allow them to support the CBP essay grading requirement. Please indicate your company’s Small Business Administration (SBA) classification for North American Industry Classification System (NAICS) code 541612, Human Resources Consulting Services. In the body of the email, include a vendor Point of Contact (POC), telephone number, and email address of the person to be contacted regarding any correspondence between the Government and the Vendor. This person should be a primary contact and capable of addressing questions or issues associated with the submission and content of the Capability Statement. Only electronic submissions will be accepted via email. Electronic files larger than 5MB shall be broken down into multiple files with no one file exceeding 5 MB. Each electronic submission shall include: –RFI number and “Capability Statement” in the Subject Line –If the submission includes more than one electronic email, please include the file number and total files being submitted (e.g., File 1 or 4, File 2 of 4, etc…) in the Subject Line. –Include a brief summary of email content, Contractor name and firm’s mailing address. The deadline for submitting questions is 12:00PM, Eastern Standard Time (EST) on March 22, 2012. To aid CBP, please segregate and mark proprietary information. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. Please be advised that all submissions become the property of the Federal Government, and will not be returned. STATEMENT OF WORK RATING WRITTEN ESSAY TESTS FOR U.S. CUSTOMS AND BORDER PROTECTION BACKGROUND U.S. Customs and Border Protection (CBP) is responsible for the development and implementation of assessments for entry-level selection, career development, and promotion into its mission-critical occupations. Through its shared-services agreements with Immigration and Customs Enforcement (ICE) and Citizenship and Immigration Services (CIS), CBP is also responsible for the development and implementation of such assessments for mission-critical occupations in these two bureaus. For selection into the GS-5 through GS-12 grade levels of the ICE Criminal Investigator position, the best applicants who qualify for the jobs are required to take a written essay test. CBP requires that these essay tests be evaluated by experts in English language writing skills. SCOPE OF WORK CBP is responsible for providing the Contractor with the applicant essays. In addition, CBP will provide rating criteria to the Contractor and will provide guidance on the CBP rating and documentation processes. The Contractor shall rate the written essays, and provide CBP with the rated and documented results. Task 1. Kick-Off Meeting and In Progress Reviews (IPRs) Subtask 1.1. Kick-Off Meeting. Within 15 days of contract award, the Contractor shall attend the Kick-Off meeting to discuss the contract, and ensure that all parties share the same level of understanding with respect to the goals, requirements, and complexities of the project. The Kick-Off meeting will be held at CBP headquarters, Washington, DC, but may be attended via teleconference or video-conference. Subtask 1.2. Project Reporting Information. The Contractor’s Project Manager or representative approved by the CBP Contracting Officer Representative (COR) shall report the status of the project and the contracted dollar balance monthly via an invoice stating the number of essays rated and the total cost during any month that essays are rated. During these time frames, CBP representatives, and the Contractor representative(s) shall convene monthly to review and discuss the status and quality of the completed work.   Task 2. Rating Written Essays The Contractor shall rate all of the written essays for one open testing period; the exact dates shall be determined by CBP. CBP will notify the contractor via email two weeks prior to forwarding each batch of essays to the vendor. CBP is responsible for providing the Contractor with the essays and the rating forms. The CBP COR shall have final approval in the review and evaluation process of the scored essay materials. Subtask 2.1. The Contractor shall rate the essays (i.e., a one-page document) using two raters, who, by using the rating and documentation criteria provided by CBP, shall determine the appropriate rating. Each rater shall independently rate each essay and the final rating shall be determined by a consensus agreement of the two raters. Each rater shall give each essay an overall rating as well as ratings in four factor areas, which will be in the rating criteria provided by CBP. Raters shall provide documentation of the reasons for the given rating in a manner that comports with the rating criteria and documentation format established by CBP. If the two assigned raters do not agree on the final rating, the Contractor shall provide a third rater to break the tie and documentation will be required in the same manner as for any final rating. Subtask 2.2. The Contractor shall keep test materials secure: (1) by ensuring that all hard copies of essays and test booklets be kept in a safe or locked file cabinet except when in use for rating purposes or for mailing. The safe or locked file cabinet should have limited access to only those individuals who are assigned by the Contractor for this work; and (2) by adhering to the specific mailing procedures described below. The Contractor shall agree to return to the CBP COR all copies of the essays, test booklets, and rating materials at the end of each testing period. The Contractor shall describe how they will accomplish keeping the test materials secure. Mailing costs shall be assumed by CBP and the method of mailing shall always be an overnight express, trackable mailing service. Secure Mailing Procedures: • All packages shall be double wrapped. That is, essays or test booklets being shipped will be enclosed in an envelope or box and sealed, with the following written on it “To be opened by addressed only” and “Sensitive.” That envelope or box shall then be put into another envelope or box with the mailing label on the outside and a copy of the mailing label on the inside. Above the mailing label write “To be opened by addressee only” but do NOT write “Sensitive” on this exterior box. All box or envelope seals must be reinforced with mailing tape even if the box or envelope has self-seal end flaps. • The tracking number should be emailed to the CBP representative on the day of mailing. • Packages will never be left unattended or put in a drop box but, instead, hand delivered to the express service’s representative. 3.0 DELIVERABLES Within two weeks of receipt of a battery of essays, the Contractor shall return to CBP via next-day tracked mail, the essays and associated rating forms along with an electronic score report giving the tester’s name, associated unique applicant identifier, the scores on each of the four factors for each rater, and the overall rating for each applicant in the battery. The score report shall be transmitted to the CBP COTR or designee electronically via e-mail in a password protected file. The Contractor shall have the capability to receive materials daily or to receive data batches from the accumulation of several days of testing. 4.0 PERIOD OF PERFORMANCE The performance period of this contract covers a 12-month base period beginning date of award, and four one-year option periods. Option years shall be exercised at the discretion of the Government and if funding is available. 5.0 LEVEL OF EFFORT AND COSTS CBP will administer as many as 3,500 tests during one testing period. The contractor shall be capable of rating the maximum number (3,500) within a two-week period. The Contractor shall provide a firm-fixed price cost estimate for receipt, rating, and return packaging of one essay. 6.0 TRAINING OF CONTRACTOR STAFF CBP shall provide specialized training in the CBP rating and documentation process to the Contractor. All training shall be provided via teleconference. 7.0 STAFFING The Contractor shall possess extensive expertise in rating essay tests. With regard to rating essay tests, the Contractor shall meet the following requirements. The raters of the essay tests shall have professional experience in rating essay examinations that are designed to measure English language writing skills such as professional teaching or editing experience. Such writing skills shall reflect writing composition skills that are appropriate for a formal setting. Specific details regarding the type of writing shall be conveyed in the rater training provided by CBP. The raters shall have acquired at least three years of specialized experience in rating such examinations. The Contractor shall agree to protect all materials by having each rater or person handling the essays or test booklets or assigned to this project in any way sign a Security Agreement Form (attached in Appendix A). The Contractor shall provide these forms to the COR or CBP designee for each of their employees in advance of all work. 8.0 CONTRACTOR QUALIFICATIONS Solicitors must possess and demonstrate thorough knowledge of the principles of writing and have experience in applying and documenting these principles in the evaluation of written essays. Contractors seeking consideration shall provide relevant past performance experience (i.e., list out relevant project work and references, including project number and sponsor via the attached Past Performance Questionnaire form) that supports thorough experience with rating essay tests. 9.0 WORK LOCATION AND TRAVEL The contractor shall provide the facility(s) for the essay ratings. No travel is expected. 10.0 GOVERNMENT FURNISHED EQUIPMENT/INFORMATION (N/A) 11.0 SECURITY The Contractor shall comply with the CBP administrative, physical and technical security controls to ensure that the Federal Government’s security requirements are met. Solicitors shall describe their facilities and security procedures in detail.     Place of Performance: Multiple locations across the United States US URL: https://www.fbo.gov/spg/DHS/USCS/FPSB/TJH-PR20068170/listing.html
OutreachSystems Article Number: 120316/PROCURE/0530
Matching Key Words: video*; edit*; train*; conference?; page?; business*; documentation; 


Department of Labor, Employment Training Administration, Division of Job Corps Procurement Oversight – Technical &Training Branch, 200 Constitution Avenue, NW, Room N-4308 Washington DC 20210

R — Motion Picture Licensing for Job Corps Centers DOL121RI20478 032912 Dayle White, Contracting Officer, Phone (202) 693-3248, Fax (202) 693-2965, Email white.dayle@dol.gov – Marissa G. Delacerna, Contracting Officer, Phone (202) 693-3661, Fax (202) 693-3486, Email delacerna.marissa@dol.gov Job Corps is a national training program that provides comprehensive academic, residential and career technicaltraining services to more than 60,000 disadvantaged youth each year at 125 Job Corps Centers in 48 states including the District of Columbia and Puerto Rico.     The Job Corps program was originally established by the Economic Opportunity Act of 1964.   Control of the program was transferred from the Office of Economic Opportunity to the Department of Labor in 1969.   The Job Corps program was later incorporated as Title IV-B of the comprehensive Employment and Training Act of 1987.   Authorization continued under Title IV-B of the Job Corps Partnership Act (JTPA) of 1982 and is currently provided for under Title I-C of the Workforce Investment Act.   The program is nationally administered through the Department of Labor, Employment & Training Administration, Office of Job Corps, in Washington, D.C. and six Regional Offices. The Job Corps program provides basic educational and vocational skills training, diagnostic testing, zero tolerance for violence and drugs, intergroup relations, social skills training, work experience, counseling, residential living, recreation, health care and other support services.   The purpose of Job Corps is to assist eligible young people who can benefit from an intensive and comprehensive program, operated in the residential setting of a Job Corps center, to become more responsible, employable, and productive citizens.   Job Corps provides, in an integrated manner, a comprehensive array of services that address barriers faced by young people. In 1982, a Directive was sent to all Job Corps centers on the “Use of Home video cassettes for Showing Movies at Job Corps centers”.   The Directive stated that the showing of copyrighted movies on home videocassettes in public places such as clubs, lodges, prisons, campuses and schools had been determined to be an infringement of the copyright law.   The Directive referenced a legal opinion from the California Attorney General, which addressed the following question:   Does the showing of videocassette tapes of motion pictures to prison inmates by correctional authorities constitute an infringement of copyright?   The conclusion of the legal opinion was that the showing of videocassette tapes of motion pictures to prison inmates by correctional authorities without authorization from the copyright owner constitutes an infringement of copyright.   The Directive mandated that Job Corps centers should immediately cease using unlicensed home video cassettes. Job Corps is seeking a means of expanding entertainment and recreational opportunities for its students, which will impact positively the use of motion pictures, films and videos on Job Corps centers, provide coverage for approximately 30,000 students, and assure compliance with existing laws.   It also seeks to establish an agreement for the Department of Labor’s Job Corps program to be permitted to “Publicly Perform” as that term is used in section 101 and 106 of Title 17, United States Code, copyrighted Motion Picture which are pre-recorded on video cassettes, DVDs, downloading, online, by mail and/or other methods which are otherwise by law for home use only on Job Corps center nationwide. The chosen provider will be expected to deliver the following contracted services: 1.Secure a Motion Picture License to permit performance of motion pictures, films, and videos under the U.S. Copyright Act for obtaining and showing motion picture movies, films and videos to Job Corps students and staff in all six Regional Offices. 2. Provide updated listings of motion pictures, films and videos titles each month electronically via email to COR. 3. Assure that the motion pictures, films and videos are available to Job Corps centers through local video stores, by mail and/or other means (i.e. online, downloading, etc) when applicable. 4. State in explicit terms, any restrictions to be observed by Job Corps centers regarding the acquisition and use of motion pictures, films and videos. 5. Provide Job Corps centers with a complete listing of Motion Picture Studios represented by the contractor, the type(s) of license(s) the contractor has been authorized to issue and a detailed explanation of the effect (advantages, disadvantages, restrictions, etc) the license(s) will have on Job Corps centers. 6. Make available to all Job Corps centers in explicit terms any changes in coverage as a result of Motion Picture studio acquisitions or eliminations as they occur. 7. Provide a price, in explicit terms, regarding the annual cost for coverage and justification for costs. 8. Ensure that Job Corps centers can select motion pictures, films and videos from a wide variety of film titles to include, but not be limited to:                       •§   Educational, adventure, western, documentary, science fiction, horror,  historical, romance and comedy.                       •§   Pornography is strictly prohibited. 9. State in explicit terms the length of time Job Corps centers may keep the motion pictures, films and videos, estimated mailing costs per year and any restrictions or penalties, which may apply obtaining, maintaining and returning motion pictures, films and videos. 10. State in explicit terms where motion pictures, films, and videos can be ordered online, downloaded and any other available means. Entities interested in this contract must have the following minimum qualifications: 1. Know, support, and implement the policies, requirements, structure, and operating procedures of the Job Corps program.   2. Capable of securing a Motion Picture License   under the U.S. Copyright Act for obtaining and showing motion picture movies, films, and videos to Job Corps students and staff in all six Regional Offices. 3. Provide Job Corps centers with a complete listing of Motion Picture Studios represented by the contractor, the type(s) of license(s) the contractor has been authorized to issue and a detailed explanation of the effect (advantages, disadvantages, restrictions, etc) the license(s) will have on Job Corps centers. Responses will be evaluated using all of the following criteria: 1. The entity’s past history of securing Motion Picture License(s) to permit performance of motion pictures, films, and videos to provide entertainment opportunities under the U.S. Copyright Act and obtaining and showing of motion picture movies, films, and videos to programs serving economically disadvantaged youths. 2. Familiarity with the Job Corps program. 3. Ability to deliver the above services in a timely manner and within the copyright laws and regulations. No cost proposal is required for the response to this synopsis. All future information about this sources sought, including amendments, if any, will be distributed solely through the General Services Administration’s Federal Business Opportunities website at http://www.fedbizopps.gov. Interested parties are responsible for monitoring this site to ensure you have the most-up-to-date information about this notice.   This Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government to issue a Request for Proposals or award a contract. The Government does not intend to award a contract on the basis of responses, nor otherwise pay for, the preparation of any information submitted or the Government’s use of such information. Sources responding to this Sources Sought Notice should submit the minimum information necessary for the government to make a determination that the source is capable of satisfying the requirements. The response must be specific to each of the criteria listed above to demonstrate that the respondent is capable. The submissions shall not exceed 15 pages. All interested parties are invited to submit a capabilities statement to Ms. Dayle White, Contracting Officer, Division of Job Corps Procurement, 200 Constitution Avenue, NW, Room N4649, Washington, DC 20210. Responses are due March 29, 2012, by 2 p.m. EST. Electronic copies of capability statements are preferred and may be e-mailed to white.dayle@dol.gov . Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the Government’s evaluation of the information received. A determination by the Government to proceed with the acquisition is within the discretion of the Government. Please be advised that telephone inquiries will not be accepted. PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSALS. Please Note: All prospective offerors interested in obtaining a contract award with the Government must be registered in the Central Contractor Registration (CCR) database. The website for registration is http://www.ccr.gov. Place of Performance: N/A US URL: https://www.fbo.gov/notices/1f124b98fac0f63dae15e13019acf9dc
OutreachSystems Article Number: 120316/PROCURE/0532
Matching Key Words: video*; film?; produc*; train*; you; website; site?; page?; education*; business*; entertain*; distribut*; documentar*; 

Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W. Washington DC 20535

R — Latent Print Support Services 12-P-LDQ005664 032312 Lynda M. Theisen, Fax 703-632-8480, Email Lynda.Theisen@ic.fbi.gov The Federal Bureau of Investigation intends to issue solicitation 12-P-LDQ005664 to establish a single-award Indefinite Delivery/Indefinite Quantity contract for Latent Print Support Services. The contractor shall furnish all supervision, labor, facilities, supplies, and materials necessary to perform work associated with individual task orders. Contract period will be for a base period of one year and 4 (four) 1-year option periods. The IDIQ ceiling will be $300,000,000.00. The minimum guarantee will be $8,600, 000 Total contract period, to include all options, shall not exceed five calendar years.   The contract awarded in response to this requirement will support, at a minimum, three sections of the Laboratory (not to the exclusion of other FBI Sections). The three sections are: a) Terrorist Explosive Device Analytical Center (TEDAC), b) Biometric Analysis Section (BAS), c. Forensic Science Support Section (FSS). The Functional Areas to be covered under the IDIQ contract include the following: 1. Program Management – Provide overall program management support. 2. Evidence Inventory – Provide services to properly inventory and maintain the chain of custody of all evidence entering the contractor facility. 3. Evidence Processing – provide services for all evidence suitable for latent print deposition using the linear processing method 4. Evidence Preservation – preservation of latent prints through the use of photography and preservation of trace evidence through collection. 5. Examination of Evidence – provide latent print examination services. 6. Quality Assurance – establish and maintain a quality assurance program to ensure that all tasks are completed in accordance with the contract. In addition Contractor may be called upon to write Quality Assurance standards, Standard Operating Procedures (SOP) and training manuals. 7. Information Management Support – provide services for administering, maintaining and updating internal databases and other facility IT related needs. 8. Administrative Management Support – provide all necessary personnel to assist with case documentation, case flow management and other routine administrative tasks. 9. Facility Management – Provide overall facility support 10. Maintenance of Government Furnished Equipment (GFE) – Provide the day-to-day upkeep, maintenance and management of GFE. 11. Supply Management – Provide all materials, supplies and chemicals needed to process casework, protect personnel and maintain office efficiency. In addition, the contractor shall store all chemicals in accordance with all state and county regulations. 12. Safety and Environmental Coordination – Provide safety and environment program support to ensure safety of FBI and contractor personnel. Award will be made to the offeror who submits a proposal that is found to be the best value to the Government as defined in FAR Part 15. There will be a scheduled site visit after RFP release. Details will be provided in the RFP package. This RFP will be issued in electronic format only and will be available on or about March 23, 2012 on the Federal Business Opportunities (FedBizOps) websites. Accordingly, telephoned, mailed, e-mailed or faxed requests for the RFP will not be honored. All future information regarding this acquisition, including solicitation amendments, will be distributed solely through the Federal Business Opportunities website. Interested parties are responsible for monitoring the FedBizOpps website to assure that they have the most up-to-date information regarding this acquisition. The Government will not reimburse interested parties for any costs associated with responding to this solicitation. To be eligible for award, a firm must be registered in the Central Contract tor Registration (CCR) database. Register via the CCR internet site at http://www.ccr.gov. Questions may be submitted to Ms. Lynda M. Theisen at Lynda.Theisen@ic.fbi.gov or by fax at 703-632-8480.     URL: https://www.fbo.gov/spg/DOJ/FBI/PPMS1/12-P-LDQ005664/listing.html
OutreachSystems Article Number: 120315/PROCURE/0070
Matching Key Words: writ*; standard; operating; procedure?; 


Department of the Interior, U. S. Geological Survey, USGS – All Offices, USGS OAG RESTON ACQUISITION BRANCH152 NATIONAL CENTER12201 SUNRISE VALLEY DRIVERESTONVA20192US

U--Script Writing Services G12PS00230 032112 Daniel Galvin dgalvin@usgs .gov The U.S. Geological has a requirement for script writing services to be delivered to Henderson, Nevada by 06/15/2012. The requirement will involve with translating highly technical USGS fire science content for a lay-audience. RFQ G12PS00230 will be issued on or about 03/14/2012 with written responses due on or about 03/21/2012. The anticipated award date of the contract is 03/23/2012. A vendor must be registered at http://www.ccr.gov to be awarded the contract. All responsible sources may submit a bid or quotation which shall be considered by the agency. Responses may be submitted via FedConnect, emailed to dgalvin@usgs.gov or faxed to 703-648-7367. The anticipated NAICS code for this acquisition is 711510. The size standard is $7.0 million. The RFQ may be viewed on FedConnect at https://www.fedconnect.net/FedConnect/. See Numbered Note 1. Set-Aside: Total Small Business URL:https://www.fbo.gov/spg/DOI/USGS/USGS/G12PS00230/listing.html
OutreachSystems Article Number: 120315/PROCURE/0110
Matching Key Words: naics!711510; writ*; script?; technical; standard; 

Department of Veterans Affairs, VA Center for Acquisition Innovation (Washington), VA CAI Washington, Department of Veterans Affairs;Acquisition Service DC; Office of Acquisition Operations (003B));810 Vermont Avenue, NW;Washington DC 20420

76–ALM Membership Services VA10112Q0077 031912 Raelynn White Contract Specialist raelynn.white@va.gov Contract Specialist Issue Date: 03/13/2012 Response Date: 03/19/2012 Classification Code: 76 Solicitation Number: VA101-12-Q-0074 The Department of Veterans Affairs Central Office (VACO) intends to negotiate with Association for Linen Management (ALM), 2161 Lexington RD, STE 2, Richmond, KY 40475, it’s membership renewal for a base year with four one-year options. The proposed action is for membership coverage and test-pieces service for VA medical facilities with laundry and non-laundry processing capabilities. This notice of intent is not a request for competitive proposals. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. This is not a request for proposals. Please refer questions to Raelynn.white@va.gov , (202) 756-1312. Place of Performance: 20420 URL: https://www.fbo.gov/spg/VA/VAAOAS/VADC/VA10112Q0077/listing.html
OutreachSystems Article Number: 120314/PROCURE/0522
Matching Key Words: state!ky; 

Other Federal Procurements (Small)

FedConnect https://www.fedconnect.net/FedConnect/PublicPages/PublicSearch/Public_Opportunities.aspx FedConnect phone: 800-899-6665 email: support@fedconnect.net

U — Script Writing Services on U.S. Geological Survey SOL G12PS00230 Description The U.S. Geological has a requirement for script writing services to be delivered to Henderson, Nevada by 06/15/2012. The requirement will involve with translating highly technical USGS fire science content for a lay-audience. RFQ G12PS00230 will be issued on or about 03/14/2012 with written responses due on or about 03/21/2012. The anticipated award date of the contract is 03/23/2012. A vendor must be registered at http://www.ccr.gov to be awarded the contract. All responsible sources may submit a bid or quotation which shall be considered by the agency. Responses may be submitted via FedConnect, emailed to dgalvin@usgs.gov or faxed to 703-648-7367. The anticipated NAICS code for this acquisition is 711510. The size standard is $7.0 million. The RFQ may be viewed on FedConnect at https://www.fedconnect.net/FedConnect/. See Numbered Note 1. Overview Reference number: G12PS00230 Issue date: 03/14/2012 Response due: 03/21/2012 05:00 PM ET Set Aside: Total Small Business NAICS: 711510-Independent Artists, Writers, and Performers PSC / FSC: U099-EDUCATION/TRAINING- OTHER Agency: DOI Contracting office: USGS OAG RESTON ACQUISITION BRANCH 152 NATIONAL CENTER 12201 SUNRISE VALLEY DRIVE RESTON, VA 20192 Place of Performance: Contact: Daniel Galvin Phone: Fax: Email: dgalvin@usgs.gov Vendors conference: Location: Details: This notice is provided by OutreachSystems.com (www.outreachsystems.com) For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120315/SMALL/7110
Matching Key Words: writ*; script?; technical; standard; 

USABID State and Local Purchases

Illinois – City of Chicago; Department of Purchases, City of Chicago; Department of Purchases; 121 N. La Salle St. Room 401; Chicago IL 60602; Call the Bid and Bond room at 312-744-9773 Note: Please do not contact buyer directly. http://www.cityofchicago.org/city/en/depts/dps/provdrs/contract/svcs/current_bid_opportunities.html

R – Video Production Services: Video Documentary: “30 Years Later. SOL Video Production Services: Video Documentary: “30 Years Later. . .have we forgotten HIV?” Specification Number 104526 Target Market Due Date: 03/26/2012 This notice is provided by OutreachSystems (www.outreachsystems.com). For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120317/BID/0050
Matching Key Words: video*; produc*; production?; documentar*; 


Kentucky County Public Schools, Kentucky http://www.fcps.net/administration/departments/purchasing-office/advertised-bids The Purchasing Office Louie Mack Building Room 101 460 Springhill Drive Lexington, Kentucky 40503

R – Until 2:30 p.m. April 12 for Glass Services marked 20-12 SOL Until 2:30 p.m. April 12 for Glass Services marked 20-12 This notice is provided by OutreachSystems (www.outreachsystems.com). For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120317/BID/0390
Matching Key Words: age:state!ky; state!ky; 


Kentucky County Public Schools, Kentucky http://www.fcps.net/administration/departments/purchasing-office/advertised-bids The Purchasing Office Louie Mack Building Room 101 460 Springhill Drive Lexington, Kentucky 40503

R – Until 3 p.m. April 13 for an Internal Auditor marked RFP 23-12 SOL Until 3 p.m. April 13 for an Internal Auditor marked RFP 23-12 This notice is provided by OutreachSystems (www.outreachsystems.com). For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120317/BID/0392
Matching Key Words: age:state!ky; state!ky; 

Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601

69 – TRAINING AIDS/EQUIPMENT FOR INDUSTRIAL TRADE PROGRAMS. RFB-758-1200000675-1 DUE 30-MAR-2012 Daniel Salvato, Phone: (502) 564-5862; Website: https://emars.ky.gov/online/vss/Advantage This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120316/BID/0013
Matching Key Words: age:state!ky; state!ky; 

Transportation Cabinet, Division of Professional Services, 200 Mero Street, 3rd Floor, Frankfort, KY 40622

T – STATEWIDE AERIAL & PHOTOGRAMMETRIC SERVICES. DUE 11-APR-2012 Phone: (502) 564-4555; Fax: (502) 564-4422; Website:http://transportation.ky.gov/professional-services/Pages/default.aspx , Procurement Bulletin Number 2012-09. PROJECT DESCRIPTION: Aerial and Photogrammetric Services. SCOPE OF WORK: Three statewide consultant contracts will be negotiated to perform aerial and photogrammetric services for projects on county, state, and federally funded Cabinet Highway projects as well as full flight coverage for specified counties on an as needed basis. Mapping data will be required in digital format, with ASCII Files containing digitized breaklines and random point data to be used for digital terrain modeling. Survey reports shall be submitted in digital format and shall be in PDF Format. One (1) copy of all files and data shall be submitted to KYTC Central Office and two (2) copies of all files and data shall be sent to the appropriate District Office. Projects will be assigned by letter agreements not to exceed $200,000.00 per letter agreement. Photographs supplies by the consultant should be in digital orthorectified format. All mapping shall be submitted in Microstation DGN format (or current version of the KYTC CADD Standards as recognized by KYTC) using the most current version of the KYTC CADD Standards. All DGN files shall be submitted in US Survey Feet Format. All terrain models shall be submitted in InRoads DTM format. And data not conforming to these instructions shall be rejected. PREQUALIFICATION REQUIREMENTS: ROADWAY DESIGN – Photogrammetry, Surveying. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120314/BID/0007
Matching Key Words: age:state!ky; state!ky; 


Transportation Cabinet, Division of Purchases, 4th Floor, 200 Mero Street, Frankfort, KY 40622

U – PROJECT DEVELOPMENT TRAINING. RFP-605-1200000277-1 DUE 05-APR-2012 Laura Stephens, Phone: (502) 564-4630; Website: https://emars.ky.gov/online/vss/Advantage This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120314/BID/0014
Matching Key Words: age:state!ky; state!ky; 


Comm-Pass : Commonwealth of Massachusetts; Help Desk 888-627-8283 http://www.comm-pass.com

R – Destination Marketing and Public Relations Services SOL null Document Title: Destination Marketing and Public Relations Services Document Status: OPEN Version: 00000 Estimated Value (US$): Not Available Estimated Units: Not Available Open Date: 03/12/2012 02:31PM Close Date: 04/16/2012 03:00PM Amendment Deadline: 03/27/2012 05:00PM Last Changed Date: 03/12/2012 05:52PM Comm-PASS Category: Professional Services / OTHER-All Others Not Shown or Combinations Issuing Organization: Department of Business and Technology  / Department of Business and Technology Procurement Type: Restricted To Use By Issuing Entity Only Applicable Procurement Law: MGL c. 7, 22; c. 30, 51, 52; 801 CMR 21.00 For Statewide Contract: No Contains Federal Stimulus: No Contains EPP: No Contains SDP : Yes Contains Prompt Pay: Yes Contains MBE/WBE/DBE Goal: Yes For Statewide Contract: No Contains Federal Stimulus: No Contains EPP: No Contains SDP : Yes Contains Prompt Pay: Yes Contains MBE/WBE/DBE Goal: Yes Search Key Words: MOTT, marketing, advertising, public relations, MMP Description: The Commonwealth of Massachusetts, Massachusetts Marketing Partnership/Massachusetts Office of Travel and Tourism (MMP/MOTT) is soliciting bidders for the acquisition of a broad array of marketing, advertising, and public relations services, primarily targeted at leisure travelers in the US. Services may also include other marketing and public relations programs consistent with MMP and MOTT’s mission, including, but not limited to, programs focused on Canada tourism, sports marketing, and film production. MOTT is looking for a contractor that will significantly increase the volume of economic impact of visitors to Massachusetts with a highly cost-effective, results-driven program. Bidders must clearly demonstrate how their marketing expertise and experience will achieve these goals. Related Contract Number: 2013-MOTT-01 This notice is provided by OutreachSystems (www.outreachsystems.com). For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120314/BID/0028
Matching Key Words: film?; produc*; business*; sport?; production?; 

Louisville/Jefferson County, Purchasing Department, 611 W. Jefferson Street, Louisville, KY 40202

R – PRODUCTION SERVICES OF FESTIVALS, CONCERTS, & EVENTS. RFP-2682-0-2012/LS DUE 21-MAR-2012 Phone: (502) 574-5796; Fax: (502) 574-6977; E-mail: purchase@loukymetro.org; Website:http://www.louisvilleky.gov/Finance/purchasing.htm This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120313/BID/0004
Matching Key Words: age:state!ky; state!ky; 


Transportation Cabinet, Division of Purchases, 4th Floor, 200 Mero Street, Frankfort, KY 40622

R – FINANCIAL STATEMENT AUDIT OF SELF-INSURED WORKERS’ COMPENSATION PROGRAM. RFP-605-1200000278-1 DUE 10-APR-2012 Laura Stephens, Phone: (502) 564-4630; Website:https://emars.ky.gov/online/vss/Advantage This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120313/BID/0007
Matching Key Words: age:state!ky; state!ky; 


Education Professional Standards Board, 100 Airport Road, 3rd Floor, Frankfort, KY 40601

R – INVESTIGATIVE SERVICES. RFP-183-1200000266-1 DUE 27-MAR-2012 Ashley Abshire, Phone: 502-564-4606; Website: https://emars.ky.gov/online/vss/Advantage This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120313/BID/0009
Matching Key Words: age:state!ky; state!ky; 


Kentucky County Public Schools, Kentucky http://www.fcps.net/administration/departments/purchasing-office/advertised-bids The Purchasing Office Louie Mack Building Room 101 460 Springhill Drive Lexington, Kentucky 40503

99 – Until 10:30 a.m. April 12 for Playground Mulch marked Bid 18-12 SOL Until 10:30 a.m. April 12 for Playground Mulch marked Bid 18-12 This notice is provided by OutreachSystems (www.outreachsystems.com). For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120313/BID/0209
Matching Key Words: age:state!ky; state!ky;  

Kentucky State Procurement

University of Louisville, Department of Purchasing, Louisville, KY

R — STUDENT LOAN AND ACCOUNTS RECEIVABLES COLLECTION RECOVERY CONTRACTED SERVICES. RP-73-12 DUE 17-APR-2012 Terry Cutler, Phone: (502) 852-7211; Website:http://louisville.edu/purchasing/bids/bids_rfplisting.htm This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120316/KY/4000
Matching Key Words: age:state!ky; state!ky; 


Kentucky Department of Education, Financial Mgt., 500 Mero Street, Frankfort, KY 40601

U — QUALITY CONTROL, VALIDATION AND RESEARCH SERVICES – ADDENDUM. RFP-540-1200000271-2 DUE 26-MAR-2012 Thomas Stratton, Phone: (502) 564-2351; Website:https://emars.ky.gov/online/vss/Advantage KDE is seeking services from a vendor with extensive expertise and experience in the design, development, and implementation of state-level high stakes assessment and accountability systems. Companies and or subcontractors that are currently under contract with KDE to design and deliver the K-PREP testing system and ACT, Inc. tests will not be considered for this RFP. By statute, KRS 158.6453-17, KDE is required to conduct validation studies that shall include, but not be limited to, the consistency of student results across multiple measures, the congruence of school scores with documented improvements in instructional practice and the school learning environment, and the potential for all scores to yield fair, consistent, and accurate student performance level and school accountability decisions. Validation activities shall take place in a timely manner and shall include a review of the accuracy of scores assigned to students and schools, as well as of the testing materials. In addition to the statutory responsibilities noted in the previous section, KRS 158.6455 and KRS 158.6458 charges the KBE with maintaining a vigorous ongoing program of research and documentation of the effects of the assessment and accountability system on Kentucky schools and reviewing school accountability classifications to assure their construct validity in all cases where they are applied. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120316/KY/4017
Matching Key Words: age:state!ky; state!ky; 


Kentucky Higher Education Assistance Authority, 101 Airport Road, P.O. Box 799, Frankfort, KY 40601

R — KAPT – RECORDS ADMINISTRATION & CALL CENTER – ADDENDUM. RFP-075-1200000274-2 DUE 23-MAR-2012 Elaine Prescott, Phone: (502) 329-7134; Website: https://emars.ky.gov/online/vss/AdvantageThis information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120316/KY/4020
Matching Key Words: age:state!ky; state!ky; 


Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601

U — LSCC-PRODUCT FOR RE-COATING OF SHOWERS – ADDENDUM. RFB-758-1200000477-3 DUE 22-MAR-2012 Jane Stamper, Phone: (502) 564-4510; Website: https://emars.ky.gov/online/vss/AdvantageSupervision, training on the application of Stonhard Epoxy for floor and walls (floors:- Stonshield Xpress. Walls: Stonglase vsf, or Dura-a-Flex, or Silikal ) or approved equal by other manufacturer. This project is for the demonstrate, training and supervise the for renovation of 2 showers at little sandy correctional complex. Supervision and training for preparation of walls and application of MMA (methyl methacrylate) resinous finish systems on concrete block shower walls and floor. Correctional facility shall provide labor, and vendor/contractor shall train the workforce for future product application to other showers. The vendor/contractor is to instruct and assist the agency regarding equipment to be provided by the agency which is needed to test and assure compliance with resinous coating manufacturer’s written instructions for substrate temperature, ambient temperature, moisture, ventilation, and other conditions affecting resinous flooring and wall application The vendor/contractor shall provide a list of required tools and required materials (excluding those to be part of the coating system) for the agency to purchase. The contractor must coordinate with the using agency to provide a plan to ventilate the work in such a way as to comply with all pertinent state, local and federal requirements including OSHA requirements. Contractor will also assure that the ventilation provided meets the requirements of the manufacturer. The contractor will advise and train the using agency regarding monitoring the building to assure compliance with all air quality requirements in terms of parts for million. The contractor will advise the using agency regarding any temporary construction, ducting, and ventilation system. Special considerations will be required to avoid fumes released oustide the building from reentering the building through the return air vents. All plans for ventilation construction must be approved by the architect and using agency to coordinate safety and security issues regarding the inmates. This work must comply with the requirements of the specifications and the supplementary general conditions regarding all items including but not limited to material requirements, execution, compliance with the institution’s rules, training of the workforce, bond testing and odor control. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120316/KY/4021
Matching Key Words: age:state!ky; state!ky; 

Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601

R — KENTUCKY RETIREMENT SYSTEMS FIDUCIARY LIABILITY INSURANCE – ADDENDUM. RFB-758-1200000659-3 DUE 10-APR-2012 Michael Gustafson, Phone: (502) 564-5945; Website:https://emars.ky.gov/online/vss/Advantage This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120315/KY/3933
Matching Key Words: age:state!ky; state!ky; 


Cabinet for Health & Family Services, Department for Community Based Services, 275 East Main Street, 3W-B, Frankfort, KY 40621

R — TANF, SCREENINGS AND ASSESSMENTS – ADDENDUM. RFP-736-1200000215-2 DUE 30-MAR-2012 Sarah Dickerson, Phone: (502) 564-3556; Website: https://emars.ky.gov/online/vss/Advantage This request for proposal is being issued to obtain one vendor to service the Jefferson Service Area, for the provision of screening and assement services of K-TAP recipients to enhance their ability to obtain and retain full-time employment and become self-sufficient. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120315/KY/3936
Matching Key Words: age:state!ky; state!ky; 


Housing Authority of London, 100 Scott Street, Suite 100, London, KY 40741

R — MANAGEMENT CONSULTING SERVICES. DUE 04-APR-2012 The Housing Authority of London is requesting proposals from interested consultants to provide modernization consulting services for 3 modernization programs funded by the Capital Fund Program CFP KY065-501(11/12 & 13 & 14) from the U.S. Department of Housing and Urban Development (HUD). The construction budget amount for Year 1 (which includes 2 programs) of this project is budgeted at $198,500. The construction budget amount for Years 2 & 3 is not known, but proposing firms are to base their proposals on a construction budget amount of $120,000 per year. The amount given for 2013 & 2014 is only an estimate and the actual contract amount for Years 2 & 3 may be negotiated to reflect the actual construction budget amount. However, the HA also reserves the right to entirely reject and re-solicit proposals for Years 2 & 3 if the actual funding amount varies substantially from the construction budget amount of $120,000, or if the firm s performance in Year 1 (2011 & 2012) is not to the satisfaction of the PHA. Proposing firms should submit and prepare their proposals accordingly. Services are to be provided in accordance with current HUD Handbooks and publications which will be made available by the Housing Authority. You will be required to certify that you are not debarred, suspended, or otherwise prohibited from professional practice by any Federal or State agency. Please respond with a letter of interest no later than 3:00 P.M. on March 28, 2012. Letters of interest may be sent by mail or FAX (859) 864-5429. At that time you will be sent a full Request for Proposals which will contain all pertinent information you will need to submit your proposal. When you submit your proposal you will be asked to submit information addressing factors such as: management qualifications, professional experience, HUD/Modernization program experience, construction administration experience, quality of work, timeliness and compliance with schedules conformance to budgets, knowledge of HUD regulations and requirements, current user satisfaction, proximity, and price. Final proposals must be received at the offices of the Housing Authority by 3:00 p.m. local time, April 4, 2012, in order to be considered. Please address your letters and proposals to: Grant Phillips, Executive Director, Housing Authority of London, 100 Scott Street, Suite 100, London, KY 40741, PHONE: (606) 864-5474, FAX: (606) 864-5429. If you need additional information, please contact Grant Phillips at (606) 864-5474 or at the above address. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120315/KY/3946
Matching Key Words: age:state!ky; state!ky; 


University of Louisville, Department of Purchasing, Louisville, KY

T — PRINTING OF ATHLETIC TICKETS. IB-75-12 DUE 03-APR-2012 Terry Cutler, Phone: (502) 852-7211; Website: http://louisville.edu/purchasing/bids/bids_rfplisting.htm This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120315/KY/3949
Matching Key Words: age:state!ky; state!ky; 


Eastern Kentucky University, Division of Purchases, Jones Building, Room 119, Richmond, KY 40475

T — STUDENT DIRECTORY. RFP 31-12 DUE 13-APR-2012 Phone: (859) 622-2246; Fax: (859) 622-2047; Website: http://www.purchasing.eku.edu/bids_quotes.php This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120315/KY/3960
Matching Key Words: age:state!ky; state!ky; 

 

Kenton County Airport Board, Cincinnati/Northern Kentucky International Airport, P.O. Box 752000, Cincinnati, OH 45275-2000

R — RFP FOR SPA CONCEPT RETAIL LOCATION AT CINCINNATI/NORTHERN KENTUCKY INTERNATIONAL AIRPORT. DUE 21-MAR-2012 The Kenton County Airport Board (Board), owner and operator of the Cincinnati/Northern Kentucky International Airport (Airport), has available Request for Proposals (RFP) for one retail location comprising a total of approximately 900 square feet of space in Concourse B at the Airport for a Spa concept. The sealed proposals will be received by the Board via United States Mail or express carrier until 4:00 p.m., local time, Wednesday, March 21, 2012 in the office of Dave Kellerman, Concessions Senior Manager of the Board, in the Administrative Office at the Cincinnati/Northern Kentucky International Airport, 2939 Terminal Drive, Terminal 1, Second Floor, Hebron, Kentucky 41048, or by U.S. Mail at P.O. Box 752000, Cincinnati, Ohio 45275-2000. The Board, in accordance with Title VI of the Civil Rights Act of 1964 (42 USC 2000d et seq.) and 49 CFR, Part 21, Non-Discrimination in federally assisted programs of the Department of Transportation, hereby notifies all Proposers that it will affirmatively assure that disadvantaged business enterprises are afforded full opportunity to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. The Board reserves the right to reject any and all proposals, to waive any informality in any proposal, and to negotiate with the Proposer submitting the proposal most favorable to the Board. Each Proposer is required to submit his/her proposal in the manner stated on the RFP. Further information of the RFP document may be obtained by visiting the Airport website at http://www.cvgairport.com and look under the Business Opportunity, Concessions tab or by calling the office of the Commercial & Business Development Department at (859) 767-3268. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120314/KY/3890
Matching Key Words: age:state!ky; state!ky; 


Cincinnati Metropolitan Housing Authority, 1627 Western Avenue, Cincinnati, OH 45214

R — COLLECTION SERVICES. SOLICITATION 2012-7013 DUE 12-APR-2012 Cincinnati Metropolitan Housing Authority (CMHA) is soliciting Requests for Proposals of Collection Services. CMHA will receive proposals until April 12, 2012, no later than 10:00 A.M. (Local Time) at 1627 Western Avenue, Cincinnati, OH 45214. The RFP and related documents may be obtained by visiting our website athttp://www.cintimha.com/business-opportunities.aspx. Questions concerning this RFP may be directed to Bill Walters at william.walters@cintimha.com. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120314/KY/3894
Matching Key Words: age:state!ky; state!ky; 


Morehead State University, Office of Support Services, Support Services Complex, 606 West Main Street, Morehead, KY 40351

R — LEGAL SERVICES. RFP-04-13 DUE 17-APR-2012 Phone: (606) 783-2018, Website: http://www.moreheadstate.edu/support/index.aspx?id=1925 Morehead State University is seeking proposals from qualified firms to negotiate a contract with a law firm for legal representation. Responding firms must be approved by United Educators Reciprocal Risk Retention Group under the terms of the University’s general and educator’s legal liability insurance policies. More information is available from the Request for Proposal. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120314/KY/3917
Matching Key Words: age:state!ky; state!ky; 


Morehead State University, Office of Support Services, Support Services Complex, 606 West Main Street, Morehead, KY 40351

R — LEGAL REPRESENTATION. RFP-05-13 DUE 17-APR-2012 Phone: (606) 783-2018, Website: http://www.moreheadstate.edu/support/index.aspx?id=1925 Morehead State University is seeking proposals from qualified firms to negotiate a contract for legal representation. Some areas of representation may include, but are not limited to: general legal, patents, copyrights and inventions, immigration issues, tax law, employee benefits, and compensation issues, environmental issues and real estate. More information is available from the Request for Proposal. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120314/KY/3918
Matching Key Words: age:state!ky; state!ky; 

Boone County Board of Education, 8330 U.S. 42, Florence, KY 41042

R — BANKING AND DEPOSITORY SERVICES. DUE 26-MAR-2012 The Boone County Board of Education will accept sealed proposals for: Banking and Depository Services. Proposals will be received by the Owner, The Boone County Board of Education, 8330 U.S. 42, Florence, Kentucky 41042, until 11:00 A.M. EST (according to the clock on the receptionist s phone), Monday, March 26, 2012. Specifications may be obtained by contacting the Purchasing Agent at 859-282-2540, located at 8330 U.S. 42, Florence, Kentucky. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120313/KY/3848
Matching Key Words: age:state!ky; state!ky; 


Morehead State University, Office of Support Services, Support Services Complex, 606 West Main Street, Morehead, KY 40351

R — PERFORMANCE MANAGEMENT REVIEW CONSULTANT – ADDENDUM #2. RFP-05-12 DUE 26-MAR-2012 Phone: (606) 783-2018, Website: http://www.moreheadstate.edu/support/index.aspx?id=1925Morehead State University (MSU) is seeking proposals from qualified firms to assist with the review and redesign of a performance management system for full-time staff employees. The consultant will work with the Office of Human Resources to develop a plan evaluating the current performance management review system and design a contemporary approach for a future system that would better serve the needs of MSU. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120313/KY/3862
Matching Key Words: age:state!ky; state!ky; 


Transit Authority of River City (TARC), 1000 West Broadway, Louisville, KY 40203

R — VAN POOL INSURANCE. BID #P-2464 DUE 05-APR-2012 Michael Ratchford, Phone: (502) 561-5199; Website: http://ridetarc.org/about/do-business-with-tarc/current-bid-opportunities/ This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120313/KY/3866
Matching Key Words: age:state!ky; state!ky; 

, , , , , , , , , , , , , , , , , , ,

Comments are closed.

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

"What is it that the systems doesn't want me to know about my child's life and or death?"- Mary Couey

Truth- A Right to Fight For...

My Words & Random Videos Exposing TRUE History & Facts, Current News and Info Mainly Relating to Amerikkkan Racism & the Government, Especially Police & the Black Community... RBG...MakaveliTrained

%d bloggers like this: