Business and Career Opportunities (Bids and Purchases)

May 5, 2012

Business / Career

FedBizOpps – Procurements

Department of the Interior, National Park Service, NPS – All Offices, SER – CUGA – Cumberland Gap National Historical Park Headquarters91 Bartlett Park Road Middlesboro KY 40965

T — Interpretive/Educational Film P12PS20420 051112 Pamela Lyons Contracting Officer 6062481059 Pamela_Lyons@nps.gov; Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance The solicitation will be available at http://ideasec.nbc.gov on or about April 27, 2012. PAPER COPIES OF THIS SOLICITATION WILL NOT BE ISSUED AND TELEPHONE REQUESTS OR FAX REQUESTS FOR THIS SOLICITATION WILL NOT BE ACCEPTED. The National Park Service, Obed Wild and Scenic Riverway, Wartburg, TN has a requirement to produce one interpretive/educational film. This requirement is a 100% Small Business Set-Aside. The associated North American Industry Classification System (NAICS) code is 512110 – Motion Picture and Video Production with a small business size standard of $29.5 million. The Government intends to award a firm fixed price contract in accordance with Federal Acquisition Regulations (FAR) Part 37, Service Contracting. The performance period will be 8 months after the start date of the contract. Search http://ideasec.nbc.gov by referencing the solicitation number P12PS20402, Department of the Interior, National Park Service. Individual requests for solicitation packages will NOT be accepted. The point of contact for this contract is Pamela Lyons, Contracting Officer, National Park Service, Cumberland Gap National Historical Park, 91 Bartlett Park Road, Middlesboro, KY, 40965. Email address is Pamela_Lyons@nps.gov, fax number is 606-248-7276, and the voice telephone number is 606-246-1059. Any questions regarding this solicitation MUST be submitted in writing (fax or email) to the point of contact stated above. The contractors identified for the competition are required to be registered on all three of the following websites: National Business Center (NBC) – http://ideasec.nbc.gov/, the Central Contractor Registration System (CCR) – http://www.ccr.gov/, and Online Representations and Certifications (ORCA) – http://www.bpn.gov/. In order to download a copy of the solicitation, vendors will be asked to register their company with the electronic commerce web site. The Government reserves the right to cancel this solicitation. The announcement does not constitute the solicitation. Quotes may be emailed to Pamela_Lyons@nps.gov or faxed to 606-248-7276 by the due date. End of Announcement Set-Aside: Total Small Business Place of Performance: Obed Wild and Scenic RiverwayWartburg, TN 37887 US URL:https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS20420/listing.html
OutreachSystems Article Number: 120428/PROCURE/0099
Matching Key Words: video*; film?; produc*; web; site?; education*; business*; produce?; production?; state!ky; naics!512110; 


Department of the Interior, Bureau of Indian Affairs, BIA – DAPM, BIA – Navajo Regional Office Division of Acquisition P. O. Box 1060301 W. Hill Rm 346 Gallup NM 87305

U — U – Consultant Services for Crownpoint Community School A12PS00973 050412 Mary Jim Contract Specialist 5058638257 ; Point of Contact above , or if none listed, contact the IDEAS EC HELP DESK for assistance This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No. A12PS00973 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. Total small business set asides, NAICS Code: 611710. Size standards in millions of dollars $7.0. Tiist Ts’Ozi Bi’Olta (Crownpoint Community School) Statement of Work 1.0 Background: Tiist Ts’Ozi Bi’Olta (Crownpoint Community School) is a Bureau of Indian Education (BIE) operated school under New Mexico Navajo Central Agency, McKinley County, Crownpoint New Mexico. The school operates a day and residential program serving approximately 475 students. There are 95 employees, of this number, 32 are teachers and 15 education technicians. The school is accredited by the Navajo North Central Accreditation (NCA) and the New Mexico State Department of Public Education (NMPED). T’iis Ts’ ozi’Bi’Olta (Crownpoint Community School) is in Restructuring Year 2 status for school year 2010-2011. This action is based on the Standards Based Assessment results in the past four years, the performance level of our students in reading and math have been significantly below the Average Measurable Objective (AMO). The Average measurable Objective (AMO) is a goal set by each state under the No Child Left Behind (NCLD) Legislation of 2001. All students and each subgroup are expected to make Adequate Yearly Progress (AYP) each school year. All students are to be proficient by 2014. The analysis of our test scores in the past four years have shown that our students have continuously scored at a critically low level. Our students in grades 3-8 have scored less that 10% at the proficient level in reading and math, and indicator that the achievement gap is significant and instruction must change to provide a strong fundamental math and reading instruction at all grade levels. When a school is in Corrective Action Year 2 (CA-2) status, the school begins planning for restructuring which has been the case for T’siisTs’ oziBi’Olta (Crownpoint Community School). The Consultant must have extensive knowledge of and firsthand experience with our school and staff. The technical assistance to be provided is a continuation of the work that was initiated during 2007-2008 and spring of 2009, 2010, and 2011. The Consultant will provide technical assistance and related services designed to assist the school in improving the quality of instruction to increase student academic achievement. Technical assistance will include target assistance to school leaders, School Effectiveness Team (SET), and academic staff in the implementation of their Restructuring Plan as well as other school improvement plans, build staff capacity and establish support structures to enhance instructional practice. Consultant will provide specific technical assistance to assist the school to implement their Restructuring Plan. These specific services include monitoring the implementation of the Restructuring Plan, tracking and documenting improvement efforts, and providing guidance and technical assistance in the school improvement process. The Consultant must be highly skilled and experienced as educational consultants. They are knowledgeable with expansive expertise and training to assist our school and instructional staff. The Consultant will assist with the full implementation of our Restructuring Plan and provide guidance to assure all aspects of the plan is properly implemented for the desired student outcomes. Consultant must have provided technical assistance to several Bureau operated schools as well as Grant schools. The Consultant has worked with Native American (Navajo) students and staff in Arizona and New Mexico. The Consultant has an understanding of our culture and academic needs of our Native children. 2.0 Scope: Tiist Ts’Ozi Bi’Olta (Crownpoint Community School) will receivetechnical assistance services as follows: Monitoring the Implementation of the Restructuring Plan by ensuring full plan implementation, tracking and documenting improvement efforts, and providing ongoing guidance and technical assistance in the school improvement process. 3.0 Objectives: Consultant will develop a specific technical assistance plan in coordination and collaboration with school staff. The plan will target the implementation of the school’s restructuring efforts and will impact all aspects of the school’s operation. 4.0 Tasks: Consultant will facilitate meetings to examine and monitor improvement efforts, assessment of strategy use and review of data to gauge impact of improvement efforts. Consultant will track and monitor implementation efforts of the Restructuring Plan including Title VII, Title VI, and Title I. All aspects of the Restructuring Plan will be monitored such as the instructional components, professional development, parent involvement and resources allocation. Consultant will guide and monitor the changes instruction practice and the implementation of New Mexico standards by conducting classroom observations, coordinating of all instructional support services such as Special Education and after school tutoring. Consultant will assist and guide staff in establishing an ELL program that compasses Federal and state requirements, provide guidance in the academic areas to design instruction that will address the language proficiency levels of the students, assistance in developing the ELL program description, and establish procedures for program implementation. Consultant will provide technical assistance in the collection, analysis and reporting of student assessment data, conduct Data Retreats, provide training for staff on the data analysis process, use of data to guide program and professional development designs and use of data to guide instruction at the classroom level. Consultant will provide technical writing support and editing in the development of plans and required reports. 5.0 Delivery: What the contractor must deliver?Consultant will develop a school wide Technical Assistance PlanConsultant will conduct monthly on-site visitsConsultant will coordinate monthly meetings with the school principal and SET to monitor service delivery, development and submission of monthly summary reports.Consultant will facilitate meetings with school’s SET and stakeholders (school board, parents and community members) to facilitate improvements efforts.Consultant will plan and debrief meetings with school leaders, the SET and School Board.Consultant will conduct classroom observations and debrief sessions with individual staff and/or SET.Consultant will conduct research, design and develop forms, write and edit narratives, develop procedure descriptions, improvement plans and other documents necessary to document the school’s improvement efforts.Consultant will facilitate strategic planning meetings and other work sessions. 6.0 Government – Furnished Property: Use of the copier for reports. 7.0 Security: Consultants have received security clearance through the Bureau of Indian Education – Security Office. 8.0 Place of Performance: Contract effort will be performed on the campus of Tiist Ts’Ozi Bi’Olta (Crownpoint Community School) located in the New Mexico Navajo Agency, McKinley County, Crownpoint, New Mexico. 9.0 Period of Performance:15 days from time of award to June 30, 2011. POINT OF CONTACT: Derryl Long, Business Manager, 505-786-6159 FAR 52.212-02: Evaluation -Commerical Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: In the order of importance are the listed evaluation factors: Factor I – Technical Capability Factor II – Management Capability Factor III – Past Experience Factor IV – Familiarity of the school or locationFactor V – Past Performance In accordance with FAR 15.101-1, Best Value, Tradeoff Process. All non-price factors weight more than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. M.1 52.217-05, Evaluation of Options:Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. M.2 Evaluation Factors for Award: Award will be made on the basis of the best value trade off evaluation meeting the technically acceptable standards of all the non-price factors. The evaluation factors other than cost or price when combined, are significantly more important than cost or price. The Government intends to select the Best Value offer on the basis of initial offers received, without discussions. Offerors may be given the opportunity to clarify certain aspects of quotes (e.g., the relevance of an offeror’s information to resolve minor or clerical errors.) M.3. Evaluation The Government will be utilizing a best value trade off proceedures as required under FAR 15.101-1. The Government will evaluate all offers to determine technical acceptability quote with the evaluated price. Each Non-Price Factor will be rated with adjectives (see M.5 for rating scale). M.4. Evaluation Factors Factor I – Technical Capability Factor II – Management Capability Factor III – Past Experience Factor IV – Familiarity of the school or locationFactor V – Past Performance Factor I – Technical Capability quote for Consultant Services, will work with and mentor the teaching staff to provide one to one teacher classroom support, in accordance with the Statement of Work. The Technical Capability shall be in as much detail as the offeror considers necessary to fully explain the quoted technical approach. The technical quote should reflect a clear understanding of the nature of the work to be performed. The quote shall assess the offeror’s understanding of the Bureau of Indian Affair’s goals for the project and an understanding of the Statement of Work (SOW). The quote should include, but not limited to the following: a) Knowledge and understanding of the requirements outlined in the SOW.b) Understanding of general and local condition which can affect the SOW. c) Logical sequence of steps and or specific techniques to accomplish all required work specified in the SOW.d) Capability to produce deliverables in response to the SOW. Factor II – Management Capabilities for Consultant Services, will work with and mentor the teaching staff to provide one to one teacher classroom support, in accordance with the Statement of Work. Each offeror shall submit a plan consisting of a narrative explanation of their quote on-site approach to project management and coordination; and cost control measures on change orders and how they are quoted and tracked. Each offeror will be required to provide the relevant experience and knowledge of key individual(s) of the project team who will be assigned directly to the project. This factor will assess the quoted key personnel qualifications. The assessment will consider whether the quote provides an adequate number of appropriately qualified personnel to meet the technical, management and support requirements of the SOW. The Offer should include, but not be limited to the following description: a) Describe the method and criteria you plan to use to select qualified subcontractors to ensure an appropriate level of experience and expertise for the project.b) Describe your project schedule and plan indicating where you will start the project and how you plan to proceed to completion of the work as identified in the statement of work. Your projected schedule of the project; shall include steps within each phase and their estimated duration time. Project Schedule should note critical path.c) Submit a resume along with a letter of commitment for all key personnel. Factor III – Past Experience for similar Consultant Services, will work with and mentor the teaching staff to provide one to one teacher classroom support, in accordance with the Statement of Work. In the areas of quality, timeliness, customer satisfaction and business practices. Relevance of the offer’s past project experience to this type of requirement. See Appendix I. Factor IV – Familiarity of the school or location for Consultant Services, will work with and mentor the teaching staff to provide one to one teacher classroom support, in accordance with the Statement of Work. Consultant shall demonstrate the familiarity of the school or location, staff, student performance data, school needs, demographics and other key information about the population attending Crownpoint Community School. Factor V – Past Performance for Consultant Services, will work with and mentor the teaching staff to provide one to one teacher classroom support, in accordance with the Statement of Work. Please provide a list of contracts to include the contract number, POP, point of contact information and the description of the requirement. “Successful past performance on similar projects, to include but not limited to timeliness of performance and customer satisfaction”. QUOTE LINE ITEMS: 1. Consulting Services, 15 visits @ $_______________ per day $_______________. 2. Travel Costs: $_______________ (provide a breakdown) 3. TOTAL COST: $ ___________________ Travel cost incurred for transportation, lodging, meals, and incidental expenses (as defined in the regulation cited in FAR 31.205-46) shall be considered to be reasonable and allowable only to the extent that they do not exceed on a daily basis the maximum per diem rates in effect at the time of travel as set forth in the Federal Travel Regulation. The consultant will be reimbursed for travel to provide support at a Government site or other site as may be specified and approved by the COTR under this effort. All travel shall be approved, by the COTR, prior to commencement of travel. Consultant shall provide supporting documentation and a detailed breakdown of incurred travel costs with each invoice. BACKGROUND INVESTIGATION: In accordance with 25 U.S.C. 3201 (P.L. 101-630), Indian Child Protection and Family Violence Prevention Act; 42 U.S.C. 13041, Crime Control Act of 1990; 441 Departmental Manual, Personnel Security and Suitability Requirements all positions with duties and responsibilities involving regular contact with or control over Indian children are subject to a background investigation and determination of suitability for employment. Accordingly, all such positions require a favorable screening (applicant and suitability) determination made by the Bureau of Indian Affairs (BIA) Office of Indian Education Programs (OIEP), Personnel Security and Suitability Program; and a favorable background investigation determination conducted by the Office of Personnel Management (OPM). A favorable screening (applicant and suitability) determination must be made by the Bureau of Indian Affairs (BIA) Office of the Indian Education Programs (OIEP), Personnel Security and Suitability Program prior to contract award or made within 60 days of incorporation of this clause into a current/existing contract. Pending completion of a background investigation by OPM, the Contractor who has been granted a favorable screening (applicant and suitability) determination must be within the sight and under the supervision of a Government employee who has had a completed background investigation (42 U.S.C 13041 (3)) during contract performance until a final background investigation determination has been made. Prior employment with the Federal Government, including BIA, OIEP or the Bureau of Indian Affairs, does not assure that the appropriate screening or investigation was conducted nor does it alleviate or guarantee a favorable screening (applicant and suitability) determination or background investigation. Prior to an award or during the 60 day period discussed in paragraph two, it is solely the company, individual or contractor’s responsibility to contact the BIA, OIEP Personnel Security and Suitability Program at 505-563-5287/5288/5289/5294 in order to obtain a complete security package, which includes but is not limited to appropriate investigative forms and/or inquire about their previous investigation; and, obtain a screening (applicant and suitability) determination, and subsequent final background investigation. If an unfavorable screening (applicant and suitability) determination is made, a purchase order shall not be awarded to the individual who received an unfavorable screening or to the company who has proposed to employ the individual to perform the work. The individual and or the company who proposed to employ this individual may be determined to be non-responsible if an unfavorable screening (applicant and suitability) determinations is made, which will make them ineligible for purchase order award. If an unfavorable final background investigation determination is made, the purchase order may be terminated and the employee in question shall not be authorized to provide service to the BIA, OIEP, if the services involve contact with or regular control over Indian children. Award will be made to the lowest priced offeror, whose quotation is conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. CONTRACT CLAUSES: The following FAR Clauses including all addenda applies to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3 – Offeror Representations and Certifications – Commercial Items; FAR 52.212-4 – Contract Terms and Conditions-Commercial Items; FAR 52.212-5 – Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items: FAR 52.233-03, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.222-3 Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segreated Facilities; FAR 52.219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-26, Equal Opportunity; FAR 52.232-30, Installment Payment for Cmmerical Items; FAR 52.232-33, Payment by Electronic Funds Transfer-CCR; FAR 52.232-36 Payment by Third Party; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving; FAR 52.204-06, Data Universal Numbering System; FAR 52.216-01, Type of Contract; Department of the Interior Acquisition Regulation (DIAR) 1452.226-70 Indian Preference, DIAR 1452.226-71 Indian Preference Program; 1450-0016-001, Homeland Security Presidential Directive 12 (HSPD-12); 1452-204-70, Release of Claims; Background Investigations Requirement; Federal Travel Regulations. The Federal Acquisition Regulations clauses and provisions are available on the website at http://www.acquisition.gov or may be requested from the Contracting Officer. A signed and dated offer with a complete copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, are due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Mary J. Jim, by close of business, 4:30 P.M., Local Time, May 4, 2012. Also submit breakdown of costs and description of the services offered. Offers submitted by facsimile and email will be accepted, the fax number is (505) 863-8382. Email: mary.jim2@bia.gov. Due to the urgency of the requirement, the response time has been shortened. Any further questions regarding this announcement may be directed to Mary J. Jim, Contracting Officer, at (505) 863-8257, by fax at (505) 863-8382. All contractors submitting offers must be registered in the Central Contractor Registration (CCR) in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the CCR, go to: http://www.ccr.gov. Set-Aside: Total Small Business Place of Performance: Crownpoint Community SchoolHighway 371Crownpoint, NM 87313 US URL: https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS00973/listing.html
OutreachSystems Article Number: 120428/PROCURE/0102
Matching Key Words: writ*; copy; technical; 


Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Office of Oceanic and Atmospheric Research, 1315 East-West Highway Silver Spring MD 20910

U — Marine Safety Instructor Training NFFKST40-12-03185PMF 051112 Patricia McBride-Finneran, Administrative Officer/DPA, Phone 301-734-1239, Fax 301-713-0518, Email patricia.mcbride-finneran@noaa.gov COMBINED SYNOPSIS/SOLICITATION Scientific Support Services (I)              This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II)              This solicitation is issued as a request for quotation (RFQ).   Submit written quotes on RFQ Number NFFKST40-12-03185PMF. (III)             The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular- Includes Amendments from FAC 2005-58, effective on April 18, 2012. (IV)              This procurement is unrestricted and open to all sources.   The associated NAICS code is 611699.   The small business size standard is $6.5.   (V)              This combined solicitation/synopsis is for purchase of the following commercial item(s)/services: CLIN 00001: Marine Safety Instructor Training.   (VI)              Description of requirements is as follows: CLIN 00001: Marine Safety Instructor Training. Statement of Work Marine Safety Instructor Training for 2012   I. Background Section 403(b) of the Magnuson-Stevens Fishery Conservation and Management Act directs the Secretary of Commerce, in cooperation with the states and the National Sea Grant College Program, to establish appropriate training programs for fishery observers and to ensure that they are competent to perform their mission. In April 1999, the National Marine Fisheries Service (NMFS) contracted with the Atlantic States Marine Fisheries Commission (ASMFC), to conduct a Needs Assessment Survey to determine the core competencies for fishery observer training programs.   The survey addressed observer competency in such areas as vessel safety, fisheries science, and statistical analysis.   Subsequent reviews of the national and regional observer programs resulted in further recommendations for improvements in observer safety training.   In January 2004, NMFS observer safety trainers met and developed safety training standards for all NMFS fisheries observers.   These standards require that all observer safety trainers successfully complete a United States Coast Guard (USCG) approved MSIT course prior to conducting safety training. Currently certified trainers are also required to complete a 3-day refresher course every 3 years.   The objectives of this contract are to increase the number of regional observer training staff, increase the quality of safety training provided to observers by enhancing safetytrainers’ methods of instruction in regional observer safety trainings, and maintain consistent observer safety training standards nationwide. In order to meet these objectives, the National Observer Program (NOP) is seeking a provider to conduct a United States Coast Guard (USCG) approved Marine Safety Instructor Training (MSIT) certification and refresher course. This work statement provides for a MSIT course and refresher training for up to 20 observer trainers, to be conducted simultaneously. II. Observer Safety Training Tasks The NOP will contract a provider to simultaneously conduct a MSIT certification course (minimum of 40 hours) and refresher training (minimum of 24 hours) for up to 20 attendees, selected by NMFS, to be held in Woods Hole Massachusetts in early- to mid-July 2012.   The contractor shall ensure all logistics fortraining are met, e.g. the use of a pool, vessels, and other facilities as needed. Topics will include, but are not limited to; 25in;” 25in;” 25in;” 25in;” 25in;” 25in;” 25in;” 25in;” 25in; ” 25in;” 25in;” 25in;” 25in;” 25in;” 25in;” 25in;” 25in;” In addition, the Contractor shall: 5in;” 5in;” 5in;” The agency reserves the right to unlimited duplication of training materials provided by the contractor and shall credit the contractor in print on appropriate media, e.g., training videos, photos in annual reports, international documents, and uses of the training materials in regional programs. III.   Deliverables 5in;” n;” n;” 5in;” n;” 5in;” n;” n;” n;” n;” IV. IT Security The contractor must meet the Department of Commerce IT Security Program Policy and Minimum Implementation Standards (found at http://www.osec.doc.gov/cio/ITSIT/DOC-IT-Security-Program -Policy.htm ).   The contractor must also adhere to NOAA and NMFS security policies (found at https://www.csp.noaa.gov/policies/ ). V.   Period of Performance The period of performance is from the date of contract award (approximately mid-June 2012) through July 31, 2012. VI. Place of Performance This training will take place at the Northeast Fisheries Science Center, Woods Hole, Massachusetts. in;” VII. Travel Travel will be required as necessary to provide the training at the Northeast Fisheries Science Center.   (VII)              Date(s) and place(s) of delivery and acceptance : WoodsHole, MA.   Period of performance: June 15, 2012 through July 31, 2012.   (VIII)   FAR 52.212-1, Instructions to Offerors — Commercial Items ( Feb 2012 ), applies to this acquisition. In addition to written price quotes, offers are instructed to provide descriptive literature, capability statement describing qualifications to perform requirements listed in paragraphs (V) and (VI), past performance reference (IX) FAR 52.212-2, Evaluation – Commercial Items ( Jan 1999 ), applies to this acquisition. Paragraph (a) is hereby completed as follows: Award will be based on experience, past performance, and price, The Government will evaluate quotations based on the following evaluation criteria: 1) Experience – please provide summaries of evaluation that reflects the ability to provide this service.   2) Past Performance – the RFQ shall include no fewer than two (2) references, including address, phone number, and point of contact. Past performance will be evaluated in terms of timeliness, and general professionalism.   3) Price Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. (X)   The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (Apr 2012) with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. (XI)   The clause at FAR 52.212-4, Contract Terms and Conditions –Commercial (Feb 2012 ), applies to this acquisition. (XII)   The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (Apr 2012) applies to this acquisition.   The following clauses under subparagraph (b) apply (18) 52.219-28 , Post Award Small Business Program Rerepresentation (Apr 2012) ( 15 U.S.C. 632(a)(2) ). (19) 52.222-3 , Convict Labor (June 2003)( E.O. 11755). (20) 52.222-19 , Child Labor—Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). l;” l;” l;” (39) 52.232-33 , Payment by Electronic Funds Transfer—Central Contractor Registration (Oct  2003) ( 31 U.S.C. 3332 ).   The following clauses under subparagraph (c) apply:   ( 1) 52.222-41 , Service Contract Act of 1965 (Nov 2007) ( 41 U.S.C. 351 , et seq .). This RFQ incorporates Wage Determination No.: 2005-2563, Revision No.: 13, Date of Revision: 06/13/2011. (2) 52.222-42 , Statement of Equivalent Rates for Federal Hires (M AY 1989) ( 29 U.S.C. 206 and 41 U.S.C. 351 , et seq .). (XIII) The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated By Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http:www.arnet.gov (End of clause). The following additional contract requirements or terms and conditions apply 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) (XIV) The Government intends to award a firm-fixed-price order resulting from this solicitation. (XV) Quotes are required to be received in the contracting office no later than 1 :00 P.M. EST/EDT on (5/11/2012).   All quotes must be faxed or emailed to the attention of Pat McBride-Finneran.   The fax number is (301) 713-0518 and email address is patricia.mcbride-finneran@noaa.gov (XVI) Any questions regarding this solicitation should be directed to Pat McBride-Finneran. 301-734-1239, patricia.mcbride-finneran@noaa.gov. Place of Performance: Northeast Fisheries Science Center Woods Hole, MA 02543 US URL:https://www.fbo.gov/spg/DOC/NOAA/OCSOAR/NFFKST40-12-03185PMF/listing.html
OutreachSystems Article Number: 120428/PROCURE/0107
Matching Key Words: video*; duplicat*; train*; website; business*; instruct*; commercial?; 


Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000

99–Collapsible Flying Disk with Pouch W9124D12T0121 043012 James, (502) 624-4962 MICC Center – Fort Knox Collapsible Flying Disk with Pouch similar to riptidepromotions.com Item #: 09122, Material: nylon Color: Yellow with black trim. Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL:https://www.fbo.gov/notices/7a6e99a56b0f7ea885981ab60d44e264
OutreachSystems Article Number: 120428/PROCURE/0472
Matching Key Words: state!ky; 

Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (M/CON), 330 C Street, SW, Room 4300 Washington DC 20237

R — International Affiliate Broadcasters for News Broadcasting Services OMPP-FY12-3Q 062912 Cheryl Peters , Contracting Officer, Phone 202-382-7866, Fax 202-382-7877, Email cpeters@bbg.gov – Alisa Martine, Contract Specialist, Phone 202-203-4176, Fax 202-382-7877, Email amartine@bbg.gov The U.S. Broadcasting Board of Governors (BBG), International Broadcasting Bureau’s (IBB), Office of Marketing and Program Placement (OMPP, Office Symbol: OMEL/MP), has a continuous need for international affiliate broadcasters and media outlets (broadcast stations, Internet news aggregators, mobile telephone operators, other outlets) capable of disseminating audio, video and text content produced by the following individual BBG entities: Voice of America (VOA), Radio Free Europe/Radio Liberty (RFE/RL), Office of Cuba Broadcasting (OCB) – Radio/TV Marti – Radio Free Asia (RFA), Middle East Radio Network (MERN) – Radio SAWA – and the Middle East Television Network (MTN) – Al Hurra. Below is a listing of the languages used by the individual BBG international broadcasters: VOA, RFE/RL, OCB, RFA, MERN, and MTN. VOA broadcasts in English and 43 other languages such as: Afan Oromo, Albanian, Amharic, Armenian, Azerbaijani, Bangla, Bosnian, Burmese, Cantonese, Creole, Croatian, Dari, French, Greek, Hausa, Indonesian, Khmer, Kirundi, Kinyarwanda, Korean, Kurdish, Lao, Macedonian, Mandarin, Ndebele, Pashto, Persian, Portuguese, Russian, Serbian, Shona, Somali, Spanish, Swahili, Thai, Tibetan, Tigrigna, Turkish, Ukrainian, Urdu, Uzbek and Vietnamese.   RFE/RL broadcasts and/or provides news and information on the Internet in English and 27 languages: Dari, Pashto, Albanian, Bosnian, Croatian, Serbian, Macedonian, Avar, Chechen, Circassian, Armenian, Azeri, Belarusian, Georgian, Persian, Arabic, Kazakh, Kyrgyz, Romanian, Russian, Tajik, Tatar, Bashkir, Turkmen, Ukrainian and Uzbek.   OCB broadcasts radio, television and Internet programming in Spanish.  RFA broadcasts in Mandarin, Cantonese, Burmese, Korean, Lao, Khmer, Tibetan and Vietnamese.  MERN broadcasts in Arabic.  MTN broadcasts in Arabic.   Interested sources are encouraged to submit a Capability Statement detailing their past experience in transmitting content of any kind, audience(s) reached with this content, primary content language(s), organization, point of contact, address, availability, if the interest involves any specific BBG entity, and any requirements for retransmitting BBG content.   Please note that each Capability Statement will be evaluated against the criteria listed above. BBG may enter into an Affiliate Agreement with those sources whose broadcasting outlets have been selected to accomplish mission requirements and reserves the right to inspect the broadcasting facility.  In addition, BBG will collect compliance information from all affiliate broadcasts, as well as Internet and mobile operations to insure that they fully satisfy the requirements of their affiliation agreements. Termination of an Agreement can be made in whole or in part by either party upon issuance of a written (30) day notice.   Please submit your written Capability Statement to International Broadcasting Bureau, Office of Marketing and Program Placement, 330 Independence Avenue, SW, Suite 3666, Washington, DC 20237 USA; e-mail: dboynton@bbg.gov; Telephone Doug Boynton at: +1-202-203-4161; fax: +1-202-203-4185.   Capability Statements will be received through June 29, 2012.   All submissions will be considered by the Agency.   This Notice is not a RFQ, RFP, or IFB. Place of Performance: Broadcasting Board of Governors 330 C Street, SW Room 4032 Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/OMPP-FY12-3Q/listing.html
OutreachSystems Article Number: 120427/PROCURE/0492
Matching Key Words: video*; produc*; produce?;  

USABID State and Local Purchases

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

U – EDUCATOR PREPARATION PROGRAM ASSISTANT. RFP-183-1200000233-1 DUE 04-MAY-2012 Ashley Abshire, Phone: 502-564-4606; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120430/BID/0001
Matching Key Words: age:state!ky; state!ky; 


Judicial Form Retirement System, 305 Ann Street, Frankfort, KY 40601

R – JUDICIAL FORM RETIREMENT SYSTEM AUDIT. RFP-025-1200000368-1 DUE 25-MAY-2012 Donna Early, Phone: (502) 564-5310; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120430/BID/0003
Matching Key Words: age:state!ky; state!ky; 

KY Department of Insurance, P.O. Box 517, Frankfort, KY 40602

R – ACTUARIAL SERVICES (LIFE/ANNUITY). RFP-676-1200000356-1 DUE 10-MAY-2012 Jennifer Spencer, Phone: 502-564-6154; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120427/BID/0003
Matching Key Words: age:state!ky; state!ky; 


KY Department of Insurance, P.O. Box 517, Frankfort, KY 40602

R – ACTUARIAL SERVICES FOR KENTUCKY MINE SUBSIDENCE PROGRAM. RFP-676-1200000347-1 DUE 10-MAY-2012 Jennifer Spencer, Phone: 502-564-6154; Website:https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120427/BID/0004
Matching Key Words: age:state!ky; state!ky; 


KY Department of Insurance, P.O. Box 517, Frankfort, KY 40602

R – ACTUARIAL SERVICES FOR PROPERTY AND CASUALTY DIVISION. RFP-676-1200000352-1 DUE 10-MAY-2012 Jennifer Spencer, Phone: 502-564-6154; Website: https://emars.ky.gov/online/vss/AltSelfServiceThis information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120427/BID/0005
Matching Key Words: age:state!ky; state!ky; 


KY Department of Insurance, P.O. Box 517, Frankfort, KY 40602

R – DEPUTY FINANCIAL ANALYST. RFP-676-1200000350-1 DUE 09-MAY-2012 Jennifer Spencer, Phone: 502-564-6154; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120427/BID/0007
Matching Key Words: age:state!ky; state!ky; 


KY Department of Insurance, P.O. Box 517, Frankfort, KY 40602

R – ACTUARIAL SERVICES FOR HEALTH INSURANCE POLICY & MANAGED CARE. RFP-676-1200000355-1 DUE 09-MAY-2012 Jennifer Spencer, Phone: 502-564-6154; Website:https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120427/BID/0008
Matching Key Words: age:state!ky; state!ky; 


KY Department of Insurance, P.O. Box 517, Frankfort, KY 40602

R – FINANCIAL EXAMINATIONS ACTUARY. RFP-676-1200000315-1 DUE 09-MAY-2012 Jennifer Spencer, Phone: 502-564-6154; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120427/BID/0009
Matching Key Words: age:state!ky; state!ky; 


KY Department of Insurance, P.O. Box 517, Frankfort, KY 40602

R – DEPUTY FINANCIAL EXAMINER. RFP-676-1200000349-1 DUE 09-MAY-2012 Jennifer Spencer, Phone: 502-564-6154; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120427/BID/0010
Matching Key Words: age:state!ky; state!ky; 


KY Department of Insurance, P.O. Box 517, Frankfort, KY 40602

R – KY ACCESS FINANCIAL CONSULTANT. RFP-676-1200000313-1 DUE 09-MAY-2012 Jennifer Spencer, Phone: 502-564-6154; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120427/BID/0011
Matching Key Words: age:state!ky; state!ky; 


KY Department of Insurance, P.O. Box 517, Frankfort, KY 40602

R – CHIEF FINANCIAL ANALYST. RFP-676-1200000351-1 DUE 09-MAY-2012 Jennifer Spencer, Phone: 502-564-6154; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120427/BID/0012
Matching Key Words: age:state!ky; state!ky; 


State of North Carolina Interactive Purchasing System https://www.ips.state.nc.us/ips/OpenBidSearch.aspx North Carolina Division of Purchase and Contract, 4th Floor, Administration Building,116 West Jones Street, Raleigh, NC. Ph: (919) 807-4500.

U – Production of promotional videos for NC Troops to Teachers SOL 40-NCTTTVideo Production of promotional videos for NC Troops to Teachers For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120427/BID/0428
Matching Key Words: video*; produc*; production?

Kentucky State Procurement

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

R — KAPT ACTUARIAL SERVICES – ADDENDUM. RFP-075-1200000366-2 DUE 03-MAY-2012 Elaine Prescott, Phone: (502) 329-7134; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120430/KY/5388
Matching Key Words: age:state!ky; state!ky; 


Lexington-Fayette Urban County Government, Division of Central Purchasing, 200 East Main Street, Lexington, KY 40507

76 — LAW PUBLICATIONS. BID #49-2012 DUE 14-MAY-2012 Phone: (859) 258-3320; Fax: (859) 258-3322; Website: http://www.lexingtonky.gov/index.aspx?page=162 Notice is hereby given by the Lexington-Fayette Urban County Government that bids will be received until 2:00 p.m., local time on 05/14/2012 Central Purchasing, 200 E. Main St., Rm. 338, Lexington KY for: Bid 49-2012 Law Publications. Additional information may be obtained by calling (859) 258-3320. 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: 120430/KY/5397
Matching Key Words: age:state!ky; state!ky; 


Fayette County Public Schools, 460 Springhill Drive, Room 208, Lexington, KY 40502

76 — AUDIO VISUAL MATERIALS, NON-EQUIPMENT. BID 28-12 DUE 31-MAY-2012 Fayette County Public Schools will receive SEALED bids/proposals until the following date: Thursday, May 31, 2012, 1:30 P.M. for Audio Visual Materials, non-equipment, marked Bid 28-12. Bid/RFP forms and specifications may be obtained at http://fcps.economicengine.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: 120430/KY/5402
Matching Key Words: age:state!ky; state!ky; 


Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, KY 40203

R — REQUEST FOR QUALIFICATION OF LEGAL SERVICES. RFQ #12-0514 DUE 14-MAY-2012 Website: http://www.msdbids.com/purchasing/ A pre-submittal meeting will be held on Monday, May 7, 2012 at 2:00 p.m. Eastern Standard Time in the Reba Doutrick Boardroom, 700 West Liberty Street, Louisville, Kentucky 40203. Attendance at the meeting is optional but encouraged, as the purpose of the meeting is to allow prospective Respondents to ask questions concerning the RFQ. 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: 120430/KY/5415
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 — ESTABLISH PSC FOR CART: REMOTE REAL-TIME CAPTIONING SERVICES. RFP-06-13 DUE 23-MAY-2012 Phone: (606) 783-2018, Website: http://www.moreheadstate.edu/support/index.aspx?id=1925Morehead State University is seeking proposals from qualified firms to provide remote computer aided real-time translation (CART) for students who are deaf or hard-of hearing, on an as-needed basis. 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: 120430/KY/5425
Matching Key Words: age:state!ky; state!ky; 


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

R — AUTOMATED FARE COLLECTION SYSTEM. RFP P-2392 Leo P. Wilbert, Phone: (502) 213-3204; Website: http://ridetarc.org/about/do-business-with-tarc/current-bid-opportunities/ Notice is hereby given that the Transit Authority of River City (TARC) is requesting proposals for: Automated Fare Collection System. Copies of this request for proposals are available from the Transit Authority of River City (TARC), Purchasing Department, 1000 West Broadway, Louisville, KY 40203-2031 by contacting Leo P. Wilbert Jr., Contract Coordinator/Buyer, at the above address, by phone (502) 213-3204, or by e-mail at lwilbert@ridetarc.org. All proposals shall be submitted in accordance with the requirements set forth in the RFP and shall be received in the office of J. Barry Barker, Executive Director, TARC, 1000 W. Broadway, Louisville, KY 40203-2031 before 3:00 p.m. Eastern Standard Time, Monday, July 30, 2012. All late bids will be returned unopened. A non-mandatory Pre-Proposal Conference will be held May 24, 2012 at 10:00 a.m., Eastern Standard Time, in TARC’s Boardroom located on the second floor of Union Station, 1000 West Broadway, Louisville, KY 40203-2031 for this solicitation. TARC hereby notifies all proposers that in regard to any contract entered into pursuant to the RFP, advertisement, or solicitation, Disadvantaged Business Enterprises will be afforded full opportunity to submit proposals and no one will be subjected to discrimination on the basis of race, color, creed, religion, sex, disability, age, or national origin in consideration for an award. TARC reserves the right to postpone, accept or reject any and all proposals, and to waive any informality in the RFP process as TARC deems in its own best interest. 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: 120430/KY/5427
Matching Key Words: age:state!ky; state!ky; 

KY Department of Insurance, P.O. Box 517, Frankfort, KY 40602

R — FINANCIAL EXAMINER – ADDENDUM. RFP-676-1200000311-3 DUE 02-MAY-2012 Jennifer Spencer, Phone: 502-564-6154; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120427/KY/5332
Matching Key Words: age:state!ky; state!ky; 


Housing Authority of Covington, 2300 Madison Avenue, Covington, KY

R — REAL ESTATE SERVICES. DUE 11-MAY-2012 The Housing Authority of Covington (HAC) will receive until 4:00 p.m., Friday, May 11, 2012, responses to its Request for Real Estate Services. The Housing Authority is seeking the services of a qualified Residential Real Estate Consultant and/or Real Estate Broker to assist in assembling parcels for the construction and/or renovation of 34 homes to be sold to income qualified owner occupants. The RFQ may be obtained at the administrative office of the Housing Authority of Covington, 2300 Madison Ave., Covington, KY, Monday-Friday, 8:00 a.m.-4:00 p.m., or by emailing lstieby@hacov.org. Respondent shall deliver proposals to 2300 Madison Avenue, Covington, KY by 4:00 p.m., Friday, May 11, 2012. 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: 120427/KY/5344
Matching Key Words: age:state!ky; state!ky; 


University of Louisville, Department of Purchasing, Louisville, KY

T — PRINTING OF U OF L FOLDERS. IB-94-12 DUE 15-MAY-2012 Terry L. 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: 120427/KY/5354
Matching Key Words: age:state!ky; state!ky; 


Louisville/Jefferson County Metro Government, Division of Purchasing, 611 West Jefferson Street, Louisville, KY 40202

R — LOCAL EVALUATOR FOR THE WIRED65 REGIONAL WORKFORCE PARTNERS. RFP #2721 DUE 23-MAY-2012 Teresa Burton, Phone: (502) 574-6396; Website:http://www.kentuckianaworks.org/AboutKentuckianaWorks/ContractingOpportunities.aspx A Request for Proposals for an evaluation firm to serve as the local evaluator for the WIRED65 Regional Workforce Partners, a National Fund for Workforce Solutions Site Re-Bid, per the specifications. Pre-Bid: May 3, 2012, 11:00 a.m., KentuckianaWorks, 410 W. Chestnut Street, Suite 200, Louisville, KY 40202; or Conference Call: May 3, 2012, 11:00 a.m. Eastern Standard Time (EST). Conference call-in number: (502) 574-2663 (no password required). 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: 120427/KY/5372
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: