FedBizOpps – Procurements
Department of the Army, Army Contracting Command, MICC, MICC – West Point, MICC – West Point, Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place, West Point, NY 10996-1514
R–Sources sought for Lead Lighting Director and crew. W911SD12T0209 051612 Gina Blum, 845-938-5858 MICC – West Point Lead Lighting Director must have at least 20 years of documented professional experience in the TV and live event production. TV credits should include major broadcast network experience and include live broadcast shows and shows with live musical performance segments. Two letters of reference are required. Emmy award winning lighting honors are desired, at minimum, a nomination for this category required. Experience lighting outdoor events for broadcast is required. This can include sportingevents or live broadcast shows. Set-Aside: Total Small Business Place of Performance: MICC – West Point Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place West Point NY 10996-1514 US URL:https://www.fbo.gov/notices/9a795384047d1d7fbbcdc4dac7e85f4e
OutreachSystems Article Number: 120512/PROCURE/0456
Matching Key Words: broadcast*; event?; naics!711510;
Department of the Army, Army Contracting Command, ACC-APG – Aberdeen Division B, ACC-APG – Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
U–Sources Sought for Course Training Materials and Computer Based Training with Interactive Multimedia Instruction for the AN/TPQ-53 Radar W15P7T-12-S-8712 051812 Ryan McWilliams, 410-861-4899 ACC-APG – Aberdeen Division B Solicitation Number: W15P7T-12-S-8712 Notice Type Sources Sought for Course Training Materials and Computer Based Training with Interactive Multimedia Instruction for the AN/TPQ-53 Radar Synopsis: The United States (U.S.) Army, Army Contracting Command (ACC) Aberdeen Proving Ground (APG), Aberdeen, MD, 21005, intends to procure course training materials and computer based training (CBT) with interactive media instruction (IMI). The ACC-APG is conducting market research to identify possible sources to (1) update existing AN/TPQ-53 Radar Operator Course training materials; (2) develop the AN/TPQ-53 Radar Repairer Course training materials; and (3) produce a CBT with IMI to support the AN/TPQ-53 Radar Repairer Course training package. This notice is published in accordance with Federal Acquisition Part (FAR) Part 10, Market Research and FAR Part 15, Exchanges with Industry before Receipt of Proposal. This notice serves as a Request for Information (RFI) in support of market research. All information received will be used for planning purposes only. This notice does not constitute an Invitation to Bid, a Request for Proposal, or a Request for Quote. The government will not award a contract based on this notice and will not reimburse respondents for any cost associated with responses to it. The AN/TPQ-53 radar is a highly mobile radar set that automatically detects, classifies, tracks, and locates the point of origin of projectiles fired from rocket, artillery and mortar systems with sufficient accuracy for first round fire for effect. It mitigates close combat radar coverage gaps and will ultimately replace the current AN/TPQ-36 and AN/TPQ-37 Firefinder radars; fully supporting brigade combat teams (BCTs) and Fires Brigades operations. The AN/TPQ-53 radar will interoperate with future battle command systems (BCSs) to provide the maneuver commander increased counterfire radar flexibility. The AN/TPQ-53 radar will be capable of being deployed as part of the indirect fire protection capability (IFPC) system of systems (SoS) to provide a sense and warn capability for fixed and semi-fixed sites. The AN/TPQ-53 radar will provide a system with increased range and accuracy throughout a 90 degree search sector (stare mode) as well as 360 degree coverage (rotating) for locating rocket, artillery and mortar firing positions. The AN/TPQ-53 radar was designed, developed and is currently being produced by Lockheed Martin (Liverpool, NY). The government does not possess a technicaldata package for the radar at this time. The Army is contemplating a cost plus fixed fee (CPFF) contract for course training materials for the AN/TPQ-53 radar. The contractor shall update existing AN/TPQ-53 Radar Operator Course training materials that support training of U.S. Army Military Occupational Specialty (MOS) 13R, radar operator. The update will use the AN/TPQ-53 radar system configuration baseline, in both the armored and unarmored prime mover and Cobham and TriQuint TR module configurations. The effort shall produce and deliver an AN/TPQ-53 Radar Repairer Course that supports the training of U.S. Army MOS 94M radar repairer technicians, on maintenance tasks unique to the AN/TPQ-53 radar. The course shall train students to conduct field repair and sustainment repairs below depot level and will facilitate transition from contractor to organic support. The course will use the AN/TPQ-53 radar system configuration baseline, in both the armored and unarmored prime mover and Cobham and TriQuint TR module configurations. The contractor shall also produce and deliver CBT with IMI to support the AN/TPQ-53 Radar Repairer Course. This software solution will allow virtual training of all AN/TPQ-53 radar repair tasks from a desktop or laptop computer. The CBT with IMI will have a web-based military handbook (MIL-HDBK)-29612-3A Level III IMI media package to accompany the corresponding lesson plans. Courseware shall be able to run on the Army Learning Management System (ALMS). The CBT shall use commercial off the shelf hardware and Microsoft Windows operating system (OS). The product will accurately and completely simulate the Repairer Technician’s man-machine interface with the AN/TPQ-53 radar. Software must be compatible and operate on Red Hat Enterprise Linux 4, release 4.9 operating system with kernel-2.6.9-101.EL and later. Software must be able to run on a MILTOPE RLC-3G rugged laptop computer with an Intel Core 2 Duo T9400 2.53Ghz mobile processor, GM45 architecture, 8GB of DDR3 RAM, and an ATI e4690 Discrete Graphics Solution with 512MB dedicated memory. Responses will consist of an unclassified white paper. At a minimum, the white paper shall provide a description of the technical approach and a statement on the ability to meet these key attributes: a. Schedule. The contractor shall deliver all course materials and CBT with IMI no later than 1 March 2013. b. Technical Performance. Describe the technical approach to be used in satisfying the requirement. c. Cost. Identify the estimated cost of the total effort. Costs should be broken out by the AN/TPQ-53 Radar Operator Course, AN/TPQ-53 Radar Repairer Course; and CBT with IMI. d. Assumptions. Clearly identify assumptions on which the response is predicated. As a minimum, identify any required government furnished equipment (GFE) or government furnished information (GFI) on which the schedule is predicated; and all required government support anticipated. Also identify and discuss plans and risks associated with reuse, or dependency on any other awarded contract. Company information will be verified via the Central Contractor Registration (CCR) database. Responses to this RFI must be unclassified and should not exceed 10 pages in length, be prepared on 8.5 x 11 inch paper, double spaced with fonts no smaller than 10 point, and one inch margins. Each page of the submission shall contain the document identifier in the document header. Information is preferred in soft-copy form in either Microsoft Word and/or Microsoft PowerPoint . If a soft-copy cannot be provided, written information will be accepted. Information may be provided through mail, or via e-mail. Respondents should ensure labeling of information contained as proprietary. All interested firms are encouraged to respond to this notice by providing the information specified herein, on or before 1700 hours on Friday, 18 May 2012. Telephone or email requests for additional information will not be honored. Any UNCLASSIFIED questions regarding this RFI may be posted to Federal Business Opportunities (FEDBIZOPS). Any additional questions may be forwarded to Ryan McWilliams (Contract Specialist) e-mail: ryan.mcwilliams.civ@mail.mil; Lauren McGibbon (AN/TPQ-53 Radar, Project Lead) e-mail: lauren.r.mcgibbon.civ@mail.mil. Contracting Office Address: U.S. Army Contracting Command ACC-APG CCAP-CCC Attn: Mr. Lawrence Holton, Contracting Officer Bldg 6001, Combat Drive Aberdeen Proving Ground, MD 21005 Place of Performance: TBD Place of Performance: ACC-APG – Aberdeen Division C HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD 21005-1846 US URL: https://www.fbo.gov/notices/4bf060db0ab2a4fc4ebaa39c73b01f4e
OutreachSystems Article Number: 120512/PROCURE/0467
Matching Key Words: writ*; copy; technical; operating;
Department of the Army, Army Contracting Command, MICC, MICC – White Sands Missile Range, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM 88002-5201
R — INDUSTRY DAY FOR TEST ENGINEERING & ANALYSIS SYSTEMS (TEAS) SUPPORT SERVICES W9124Q-12-R-0011 040512 Peter L Hopkins, CONTRACTING OFFICER, Phone 575-678-2850, Fax 575-678-5107, Email peter.l.hopkins.civ@mail.mil The Mission and Installation Contracting Command- White Sands Office, has a requirement for Test Engineering and Analysis Support Services (TEAS) at the White Sands Missile Range (WSMR), New Mexico. Therefore, White Sands Missile Range will be hosting a one (1) day only Industry Day for the follow-on Test Engineering and Analysis Support Services contract currently held by ATAMIR-WSMR LLC and invites you to attend. Location: WSMR Professional Development Center auditorium, Building 465, Dyer Street, White Sands Missile Range, New Mexico, 88002. Parking is available near the intersection of Dyer Street and Rock Island Avenue and also at Dyer Street and Picatinny Avenue. Time: The event will begin at 08:00 AM on 11 April 2012. Attendees should plan on arriving to WSMR at least one and one half (1.5) hours prior to the event so you may process through security, obtain a visitor’s pass and check-in at the event. Check-in at the event will begin at 7:30 AM MST. A tentative agenda is attached. All questions will be held until the afternoon session. All questions and answers discussed at the Industry Day event will be published. RSVP: Contractors electing to attend the Industry Day must RSVP to Mr. Peter L. Hopkins, Contracting Officer. There is a limit of two (2) representatives per contractor. No foreign nationals are permitted. The contractor must e-mail the completed attached RSVP form (see attached Microsoft Excel workbook) to peter.l.hopkins.civ@mail.mil by COB 4 April 2012. Due to security procedures, the persons attending the Industry Day must be listed on the RSVP form. Las Cruces, NM is the closest city to WSMR, NM. The closest WSMR access gate is located off of US Highway 70. El Paso International Airport, El Paso, TX is the closest regional airport. Contractors are solely responsible for all expenses associated with their attendance at the Industry Day. Please visit the WSMR website, http://www.wsmr.army.mil/Pages/Home.aspx, for more information about WSMR. The “WSMR at a Glance 2011″ and the WSMR Fact-book” are also attached for your basic information. Maps of WSMR are available at: http://www.wsmr.army.mil/testcenter/Pages/WhereWeAre.aspx. Occasionally, WSMR will block roads (including US Highway 70) in the area for missile testing. Please call the Road Block phone number, 575-678-1178, for recorded updates on planned roadblocks. The information is usually updated each weekday in the afternoon for the following day. Since the actual firing schedule can slide due to any number of circumstances like weather or equipment problems, travelers should also check the recording right before leaving to ensure nothing has changed. Installation Access: All visitors must bring photo identification. To obtain a vehicle security pass you must have a driver’s license, vehicle registration and proof of insurance. All visitors must enter WSMR through the Las Cruces main gate (located off of US Highway 70). Visitors must stop at the WSMR Reception Center to obtain their visitor’s pass. Safety: As a tri-service Department of Defense Range, White Sands has tested nearly every type of deployable ordnance developed in the United States since 1945. Quite a number of these munitions were deliberately designed to blend in with the terrain, and their presence may not be immediately obvious to the casual observer. Consequently, even though WSMR performs extensive Range Clearance activities, there is no assurance that any area of the Range is truly 100% free of unexploded ordnance. More information concerning unexploded ordnance hazards can be viewed at http://www.wsmr.army.mil/ux/Pages/default.aspx. The contractors are responsible to view the video found at this link under the title, UXO Hazards Video. Youwill be asked to sign a form, acknowledging that you have viewed this video at the check-in event. No person will be allowed to tour the range without first viewing this video. Photography & Video Ban: No photographs or videos are allowed on WSMR except in the WSMR museum missile park area. A DRAFT Performance Work Statement (PWS) without the Technical Exhibits has been provided for industry review and is subject to change prior to its official release. This Request for Information (RFI) is for market research and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government. The purpose of this notice is to identify potential sources that may be interested in and capable of performing the work described within the attached DRAFT PWS. Please note that the Technical Exhibits will not be provided at this time. Information sought: 1. Identify which contract type(s) would your company recommend for the contemplated services described within the PWS (i.e. Firm-Fixed Price (FFP), Cost, Cost plus Award Fee, Time & Materials, etc.)? Please include, from an industry perspective, the advantages and disadvantages of your preferred contract type; 2. Describe proposed methods and metrics for contract surveillance in relation to your preferred contract type; 3. Identify the subcontracting opportunities that may exist for the contemplated services. If applicable, what specific portions and percentages of the tasks identified in the PWS would you elect to subcontract? What percentage of the total contract effort does your organization normally subcontract? 4. Please identify a suitable phase-in period. 5. Please identify any potential organizational conflicts of interest. 6. Please provide general questions or clarifications in regards to the work outlined within the attached PWS. The Government does not intend to award a contract on the basis of these responses, pay for the preparation of any information submitted, nor will respondents be notified of the review of the information received. The information obtained from this RFI will be utilized as market research for consideration in development of the Acquisition Strategy and Acquisition Plan for this requirement. Any answers to questions or clarifications required will be addressed in changes to the current version of the PWS or will be taken into consideration in the development of the solicitation. Interested sources shall provide all feedback in writing no later than 5 April 2012. Provide responses in writing to Peter L. Hopkins via email: peter.l.hopkins.civ@mail.mil. Please title your email as follows: RFI Response to Pre-Solicitation Notice W9124Q-12-R-0011; Your Company’s Name. 7. Attachments: 1.1. RSVP Form 1.2. Draft Performance Work Statement (PWS) 1.3. Draft CLIN Structure 1.4. Tentative Agenda Set-Aside: Competitive 8(a) Place of Performance: White Sands Missile Range DOC, Directorate of Contracting Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range, NM 88002-5201 White Sands Missile Range, NM 88002-5201 US URL: https://www.fbo.gov/notices/9442c96337f7468ce9a38ffd07727515
OutreachSystems Article Number: 120512/PROCURE/0530
Matching Key Words: video*; you; website; page?; event?;
Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 12300 Twinbrook Parkway Rockville MD 20852-2738
R — U.S. Nuclear Regulatory Commission (NRC) Onsite Clerical Support Services for NRC Headquarters and Interim Locations NRC-HQ-12-R-10-0090 060712 Manon L. Butt, Contract Specialist, Phone 301-492-3629, Fax 301-492-3438, Email manon.butt@nrc.gov This is a combined synopsis/solicitation for commercial services prepared in accordance with the format found in FAR subpart 12.6, as supplemented with additional information provided in this notice. This acquisition is conducted using Federal Acquisition Regulation Part 15 procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-58. This announcement constitutes the only solicitation, as proposals are being requested at this time and a written hard-copy of the solicitation will not be issued. This RFP is for a competitive 8(a) procurement and the North American Industry Classification System (NAICS) Code is 561110. The size standard for this solicitation is an average annual receipt of $7 million, as set forth under NAICS. Proposals for this requirement may only be submitted by small businesses that have been certified by the Small Business Administration as an 8(a) firm. The U.S. Nuclear Regulatory Commission (NRC) intends to issue an Indefinite Delivery/Indefinite Quantity, Labor Hour, Task Ordering contract for temporary clerical office support services for the NRC headquarters offices as described in the statement of work (Attachment No. 1). The period of performance will be one base year with four option years. All questions concerning this request for proposal shall be submitted to the Contract Specialist in writing by e-mail to manon.butt@nrc.gov, no later than 4:00 p.m. Eastern Standard Time on May 17, 2012. Offerors are advised that the closing date will not be extended for the purpose of responding to questions received after that date. TIMELY RECEIPT OF PROPOSALS: Your proposal must be received by the date and time indicated below. Proposals sent through the U.S. Postal Service must be addressed to the U.S. Nuclear Regulatory Commission, Division of Contracts, Mail Stop TWB-01-B10M, 11555 Rockville Pike, Rockville, MD 20852. The Solicitation No. NRC-HQ-12-R-10-0090 must be clearly written on the outside of the sealed envelope or package containing your proposal. All hand-carried proposals including those delivered by private delivery services (e.g., Federal Express and Airborne Express) must be delivered to the NRC loading dock security station located at 11555 Rockville Pike, Rockville, Maryland 20852. NRC is a secure facility with perimeter access-control and NRC personnel are only available to receive hand-carried proposals during normal working hours, 7:30 AM – 3:30 PM, Monday through Friday, excluding Federal Holidays. Offerors who wish to be considered must submit one original and three (3) copies of their offer; technical and cost, on company letterhead. All offers are due by 4:00 p.m. Eastern Standard Time, on June 7, 2012, to the attention of Manon Butt, Contract Specialist, at the address listed above. No fax or telephonic offers will be accepted. All questions or inquiries concerning the solicitation shall be addressed to Manon Butt, on 301-492-3629, e-mail manon.butt@nrc.gov. Set-Aside: Competitive 8(a) Place of Performance: U.S. Nuclear Regulatory Commission 11555 Rockville Pike Rockville, MD 20852 US URL: https://www.fbo.gov/spg/NRC/OA/DCPM/NRC-HQ-12-R-10-0090/listing.html
OutreachSystems Article Number: 120511/PROCURE/0100
Matching Key Words: writ*; copy; technical; standard;
Department of Commerce, U. S. Census Bureau, Suitland, Acquisition Division Room 3J438 Washington DC 20233
R — News Distribution Service RFIODLT003 051712 Dawn L. Tucker, Contract Specialist, Phone 301-763-3470, Fax 301-763-4624, Email dawn.lenore.tucker@census.gov – Lizannette L. Velez, Contracting Officer, Phone 301-763-1824, Fax 301-763-4624, Email lizannette.velez@census.gov U.S. CENSUS BUREAU REQUEST FOR INFORMATION FOR PERFORMANCE WORK STATEMENT NEWS DISTRIBUTION SERVICES The NAICS Codes used for this RFI are: 541840 – Media Representatives 541860 – Direct Mail Advertising 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 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 (Census Bureau) to learn more and assess the availability of news distribution service(s) that would allow the Census Bureau to gauge the effectiveness of its work in the media and keep abreast of new developments that require additional attention. Please see attached draft statement of need for further information about the requested product and services. INSTRUCTIONS: The following information shall be provided in response to this request for information: Section I – Business Information Please provide: 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. Complete the attached RFI summary information sheet. 5. Licensing and/or Subscription Information: Respondents to the RFI shall provide a copy of any Licensing Agreement information and/ or its Subscription information, and any additional product(s) information that may assist the Census Bureau to assess the availability of commercial products / software that could satisfy its requirements as described in the attached draft Statement of Need. 6. Customer Information: Vendors are encouraged to include contact information of current customers using their products, preferably federal government agencies, including name of agency, Point of contact, title, phone number and email address. Section II – Product Technical Information Please provide a written statement addressing technical capabilities of vendors’ product(s) and services that could meet all government needs for a news distribution service, as described in the attached draft Statement of Need. Marketing information (e.g. sales brochures) about product capabilities are encouraged to be submitted. In addition, please provide the following information, if applicable to your services. If any of the items below is not applicable, please state so in your response. 1. Are package options available that bundle multimedia capabilities? 2. Describe your company’s approach to web optimization. 3. Describe storage capabilities including any limitations, both amount of storage and any time limitations. 4. Describe reporting access. 5. Provide information regarding the impact or usefulness of multimedia add-on’s used for media pick-up. 6. Provide information regarding the impact of pick-up for your service distributions. Section III – Product Pricing Please provide price information for your company’s product and service described in the previous section. This information shall be based on quantity of licenses for yearly service (e.g. 50 licenses/year, etc.), and level of access to information. • Access to the product/service for 50 users and the pricing for additional users if available. • Technical Support – Is there an additional fee for technical support or is it included in the base price? If additional fees, include the fee structure. • Electronic News Distribution – News Distribution pricing for English releases (250, 500, 750, and 1,000) and Spanish releases (250, 500, 750, 1,000) yearly. • Social Media Enabled – provide pricing for video, photos, graphics, hyperlinks, attachments, and key word optimization. • Placement – What are the prices associated with placement and storage/archiving? • Targeting Capabilities/ Optional Service – Provide materials that list the different languages and the prices associated with targeting additional different languages over and above English and Spanish, i.e. ethnicities, geographic locations/distribution, designated market areas/ distribution, type of media, media focus, translation fees, proofing fees, and metrics? The price may be current catalog pricing or a price estimate. The submitted information will be used by the government to develop an estimate of the lifecycle cost of procuring the software. This information does not constitute nor shall it be considered a proposal to the government. Point of Contact The following government representatives may be contacted on matters relating to this RFI: Dawn L. Tucker, Contract Specialist at dawn.lenore.tucker@census.gov (301) 763-3470 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 May 17, 2012. The submissions shall be submitted in Microsoft Word or Adobe Acrobat formats. URL: https://www.fbo.gov/spg/DOC/CB/13040001/RFIODLT003/listing.html
OutreachSystems Article Number: 120510/PROCURE/0646
Matching Key Words: writ*; copy; technical;
Department of the Air Force, Air Force Materiel Command, ASC – Aeronautical Systems Center, 2275 D Street Wright-Patterson AFB OH 45433-7218
69 — B-52 Weapons System Trainer (WST) Follow-on Request for Information (RFI) FA8621-12-R-6265 120811 Lana Blomberg, Contract Negotiator, Phone 9372556729, Email lana.blomberg@wpafb.af.mil – Steve Godby, Contracting Officer, Phone 937-255-3748, Email steve.godby@wpafb.af.mil B-52 Weapons System Trainer (WST) Follow-on Request for Information (RFI) Solicitation Number: FA8621-12-R-6265 17 November 2011 I. Request for Information (RFI) for Planning Purposes a) This is an RFI in accordance with Federal Acquisition Regulation (FAR) 52.215-3 – Request for Information or Solicitation for Planning Purposes (Oct 1997). Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Only United States companies will be considered for contract award. b) The Government is conducting market research to identify, as potential sources, companies that may possess the expertise, capabilities, and experience to competently and competitively respond to requirements to provide installation of upgrade kits on the B-52 Weapons System Trainers (WST). c) The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and Proposal Costs, of the FAR. Companies responding to this RFI are advised that participation does not ensure involvement in future solicitations or contract awards. The Government will not reimburse any company or individual for any expenses associated with preparation or participation in this RFI. Respondents are solely responsible for all expenses associated with responding to this RFI. d) Although “proposal” and “offeror” are used in this RFI, your response will be treated as information only. It shall not be used as a proposal. e) Background: The B-52 WST trainers have undergone an aggressive development period comprised of several parallel projects. These projects include the B-52 Software Block 3 (BSB03) update, Defense Station Subsystem re-host,Distributed Mission Operations (DMO) interface hardware, audio system replacement, and visual and radar system upgrade. These projects were initially developed on the WST System Integration Lab (SIL) where they were validated and accepted. The consolidation of these projects was then installed as a prototype kit on WST7 at Barksdale AFB, where the current software baseline has been accepted. Two other complete kits were made for WST1 at Minot AFB and WST6 at Barksdale AFB and reside at those bases. The WST6 kit also includes components and software for the two Offensive System Mission Trainers (OSMT); OSMT H1 and OSMT H2. f) All services will be housed in Government facilities. g) Payment for installation services under this contract will commence with the start of service at each site. h) The purpose of this solicitation is to determine offeror interest in providing B-52 WST kit installation services to the United States Air Force (USAF). II. Program Requirements a) The contractor will be required to install the WST kits (hardware/software) on WST1 and WST6, and kits on OSMT H1 and H2. The WST1 kit includes hardware components for the Flight Station (FSS), Offense Station (OSS), and Defense Station (DSS). The WST6 kit is identical to the WST1 kit except the additional kit installs for the both the OSMTs. A technical data package (i.e. level II drawing, to/from wire list) will be provided. Installation will not be in the form of a Time Compliance Technical Order (TCTO). b) The contractor will be required to install the Visual System Upgrade. The efforts defined in the Visual System installation will include the following: 1) Image Generator (IG) Replacement. The efforts associated with replacement of the existing EPX-500 IG with the new EPX-5000/50 IG shall include disconnecting the related cabling and removing the single bay EPX-500 IG cabinet in the computer room and installing the new double bay EPX-5000/50 IG cabinet in its place. The existing video cables from the IG cabinet to the new Liquid Crystal on Silicon (LCoS) projectors shall also be replaced with new fiber optic videocables from the IG cabinet to the new LCoS projectors on the trainer projector platform. This installation shall also include replacing the existing EPX-500 visual operator console monitor, mouse and keyboard with the new monitor, mouse and keyboard provided with the EPX-5000/50 IG. 2) Visual Projector Replacement. The existing three Cathode Ray Tube (CRT) projectors and their related electronic equipment shall be removed from the projector platform. Five new LCoS projectors and their related support frames shall be installed onto the existing projector platform. Additional support structure shall also be added to the projector platform support frame which shall require removal and reinstallation of the projector platform floor plates. 3) Light Tight Enclosure Replacement. The existing light tight enclosure surrounding the three CRT projectors shall be replaced with a new light tight enclosure surrounding the five LCoS projectors. 4) SEOS Mirror Bowl Aft Wall Upper Wing Panel Replacement. The visual installation shall include replacement of the mirror bowl aft wall wing panels. The new upper wing panels shall provide a wider opening for the projector ray trace. Replacement of the upper wing panels shall also require the removal of the mirror bowl and Back Projection Screen (BPS). The mirror bowl and BPS shall be removed and then re-installed after the upper wing panels are replaced. In the event that the Mylar mirror is damaged during the mirror bowl removal or re-installation process, the Mylar mirror shall be replaced at contractor’s expense. The navigator slide projector used for mirror bowl alignment and acceptance shall be relocated from its present location to a new location on the projector platform because its present location will interfere with the projector ray trace. 5) Mirror Bowl UPS Installation. An Uninterrupted Power Supply (UPS) shall be installed to allow for operation of the mirror bowl vacuum pump during short periods of facility AC power loss. The UPS shall be installed in the cockpit lighting power supply cabinet (1A9). The existing filler panel at the top of the cabinet shall be removed and replaced with a pair of filler panels; one below and one above the UPS. 6) AC Power Cabinet Modification. The new visual projection and IG system hardware shall derive its AC power from the existing WST power cabinet (Unit 11). The IG requires the installation of a second 30 Amp three phase 120 volt circuit breaker to support the second bay cabinet. In addition, the necessary modifications shall be made to the power cabinet to support power to the five LCoS projectors and the mirror bowl vacuum pump UPS. 7) CRT Projector Alignment & Video Distribution Equipment Replacement. The current CRT projectors on the WST utilize equipment installed in the Co-Pilot’s I/O cabinet (1A34), to include an Alignment PC, video and power distribution equipment. The CRT related equipment shall be replaced with the LCoS projector related equipment to include a new alignment PC, and power distribution equipment. The existing CRT related ODYSSEY handset that is used to perform diagnostics and alignment on the CRT projectors shall be replaced by a new laptop computer. The laptop shall be installed in the cabinet. The existing Odyssey handset interface connector panel on the side of the Co-Pilot’s I/O cabinet shall be replaced with an equivalent interface connector panel to support the new laptop. 8) Radar Simulation System (RSS) Replacement. The existing RSS capability shall coexist with the new RSS. The RSS World Wide Database (WWDB) shall be installed on the new RSS. The additional RSS computer shall share a common WWDB with the Flight Station and Targeting Pod IGs. 9) Removal of STV IG. The Steerable Television (STV) system is no longer being supported on the B-52H aircraft; therefore the STV IG shall be removed. The related equipment, to include the Real Time processor (RT), Graphics Processor (GP) and External Effects Generator (EXG) shall be completely removed from the Flight Station IG. The equipment shall be retained as spares. The STV channel RT and GP in the targeting pod IG shall be retained and reconfigured as the Radar Terrain Server (RTS). The STV channel EXG shall be removed and modified from a single channel to a dual channel EXG for use as a spare. The related STV channel unique video distribution cabling shall be removed as well between the IGs and cabinets 75 and 77. c) The contractor will be required to replace the existing ASTi Digital Audio Communications Systems (DACS) with the ASTi Telestra systems which are located in the Instructor Operating Station (IOS) stations (FSS, OSS, DSS, and OSMT). The cabling to the new Remote Interface Units (ACE-RIUs) shall involve running Ethernet cables and adding an Audio Distribution Ethernet (ACENet) switch between the Telestra Target computer and the ACE-RIUs. New +15V DC Power Supplies shall be added to power the ACE-RIUs. d) The contractor will be required to install the new DMO related pieces of hardware/software into the existing WST suite to facilitate the implementation of the new DMO capabilities to the Mission Package 2008 (MP08) standard. The DMO kit hardware includes, but is not limited to, a network switch, a maintenance laptop, keyboard,video and mouse switch, GPS receiver with antenna, and a network traffic manager computer. The IOS shall be modified with the new hardware configuration to integrate the brief/debrief system. The DMO software baseline shall be installed as part of the overall WST combined software baseline. e) The contractor will be required to upgrade the DSS with WST kit hardware and software. The DSS modifications include the following: 1) Replace the legacy I/O controller with VMIC I/O system 2) Replace the Micro 3 mainframe and interface cabinets with the SI interface VME chassis 3) Replace the existing signal generation hardware with the new SIGGEN system 4) Replace the audio and aural systems 5) Update the Offensive Instructor Station (OIS) 6) Install the NGTS Computer Generated Forces (CGF) 7) Install the DSS software baseline as part of the WST software baseline installation 8) Install other miscellaneous hardware contained in the DSS portion of the WST kit f) All systems included in the WST and OSMT kits shall require installation and configuration of updated BSB03 compatible software and have their related cold start procedures performed during Hardware/Software Integration (HSI). g) The contractor will be required to upgrade the Radar Simulation System (RSS) to include the Radar Terrain Server (RTS). h) The contractor will be required to verify and validate each requirement through testing in independent, mixed, integrated, and joint mode. In addition, the contractor will be required to conduct or support as necessary the Test Plan Working Group (TPWG), System Performance Assessment (SPA), Contractor Verification Testing (CVT), Test Readiness Review (TRR), Government Verification Testing (GVT), and Physical Configuration Audit (PCA). i) Any equipment damaged during removal or installation shall be replaced at the contractor’s expense. All of the removed equipment from the WST and OSMT devices are Government owned property and shall be retained on-site until the Government has determined the proper disposition of this equipment. III. RFI Response. Part A: Business Information. In response to this RFI, please provide the following business information for your company and for any teaming or joint venture partners: • Company Name: • Address: • Point of Contact: • CAGE Code: • Phone Number: • E-mail Address: • Web Page URL: • North American Industry Classification System (NAICS) Code: 541511 Custom Computer Programming Services. Size standard: $25M. Based on the NAICS Code, state whether your company is: Small Business* (Yes / No) Woman Owned Small Business (Yes / No) Small Disadvantaged Business (Yes / No) 8(a) Certified (Yes / No) HUBZone Certified (Yes / No) Veteran Owned SmallBusiness (Yes / No) Service Disabled Small Business (Yes / No) • Central Contractor Registration (CCR) (Yes / No) (*) If you answered yes, please explain whether your company would be capable of meeting the requirements of FAR 52.219-14, Limitations on Subcontracting. Part B: Competition Considerations and Business Strategies. Please note responses regarding this portion of the RFI may be used in the formulation of an acquisition strategy and may be shared publicly, on a non-attribution basis, during industry days and other pre-solicitation activities. Therefore, only non-proprietary, non-sensitive responses shall be provided. Market research will include the responses from the following questions listed below: a) Describe briefly the capabilities of your company and the nature of the goods and/or services you provide, to include your manufacturing capability (e.g., metal bending, machining, fabrication, etc.). Include a description of your staff composition and management structure. b) Describe your company’s past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual points of contact (Contracting Officer or Program Manager). c) Describe your capabilities and experience in modifying existing (e.g., fielded or legacy) training systems/equipment (hardware/software) to solve maintenance and support problems in thetraining system environment. d) Describe your capabilities and your past experience with Mylar mirrors and mirror bowl removal. e) Describe any concepts, ideas, and strategies, relevant topics, and concerns that would help the Government in forming an acquisition strategy. Please e-mail your response to steve.godby@wpafb.af.mil and lana.blomberg@wpafb.af.mil . E-mail must be received no later than 1600 EDT, 8 December 2011. Also, please mail an original signed copy of your response, postmarked on or before the same date, to: ASC/WNSK Attn: Steve Godby, Contracting Officer 2300 D Street, Bldg 32 Wright-Patterson AFB, OH 45433-7249 (937) 255-3748 Technical questions regarding this RFI should be directed to Mr. Curt Hangen, Program Manager, ASC/WNSPB, (937) 255-4498. Marketing materials are considered an insufficient response to this RFI. Please limit responses to no more than 20 pages, and identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. Respondents should indicate which portions of their responses are proprietary and should mark them accordingly. Place of Performance: Minot AFB Barksdale AFB US URL:https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8621-12-R-6265/listing.html
OutreachSystems Article Number: 120510/PROCURE/0680
Matching Key Words: video*; train*; you; tube; web; site?; page?; business*; event?; distribut*; instruct*;
Library of Congress, Contracts Services, Contracts Section, 101 Independence Ave SE LA-325 Washington DC 20540-9411
99 — Video Conference Systems LCCOP12R0026 052112 Arneen F Dozier, Contracting Officer, Phone 202-707-0406, Fax 202-707-8611, Email adoz@loc.gov Place of
Performance: Copyright Office Washington, DC 20540 US URL: https://www.fbo.gov/spg/LOC/CS/CS1/LCCOP12R0026/listing.html
OutreachSystems Article Number: 120510/PROCURE/0822
Matching Key Words: video*; conference?;
Department of Veterans Affairs, VA Office of Information Service Center, Department of Veterans Affairs Office of Information Service Center, Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
R–VEHU 12-10 – VIRTUAL CONFERENCES BPA VA70112I0218 051612 Adrian Cadena Contract Specialist adrian.cadena@va.gov CONTRACT SPECIALIST Special Notice: Sources Sought Notice Department Of Veterans Affairs Veterans Health Administration Office of Informatics and Analytics “Virtual Conferences Support” This sources sought notice is for market research purposes in accordance with the Federal Acquisition Regulation (FAR) Part 10. It does not constitute a solicitation and is not to be considered as a commitment by the Government. This sources sought notice is a Request for Information (RFI) before the release of any resultant solicitation. This is not a request for a proposal and does not guarantee the release of any solicitation. Posted Date: May 8, 2012 Response Due Date: May 19, 2012 Response Due Time: 1300 EST Classification Code: 541 AIMS NAICS Code: 519130 Contracting Office: Program Contract Activity Central 6150 Oak Tree Boulevard Suite 300 Independence, OH 44131 Background The U.S. Department of Veterans Affairs (VA) and the Veterans Health Administration (VHA) Office of Informatics and Analytics (OIA) initiated the development and launch of a unique, engaging and immersive web based learning community titled MyVeHU Campus (MVC). Launched in March of 2011, MVC serves to introduce and guide VA and VHA staff thru the many online resources available from past VHA eHealth University (VeHU) Face-to-Face (F2F)conferences and provides an engaging, educational and accessible online learning resource. VeHU is VHA’s annual training conference that provides education on the Computerized Patient Record System (CPRS) and related clinical software (VistA) developed by VHA. Every year, VeHU highlights innovations towards patient care through training classes on VHA’s clinical informatics products. VHA OIA has recognized the need for alternative means to traditional F2F forums, meetings, and conferences. VHA OIA has an on-going obligation to continue providing educational resources to our VHA Staff and clinical trainees and is focused on delivering alternative technologies such as the increased use of immersive on-line education virtual environments and webcasting. The following contracting initiative shall provide VHA OIA and the MyVeHU Campus learning community with the necessary production and webcasting resources to expand its reach and deliver live, interactive and on-demand training and education to larger audiences in near real time, and at a greatly reduced cost. MyVeHU Campus membership is currently at over 6500 and will continue to grow in membership and value as our streaming initiatives expand. It is the intent of VHA OIA to enter into a Blanket Purchase Agreement (BPA) with a selected and qualified contractor currently holding a 541 AIMS GSA contract for the performance work identified herein. Actual performance will be ordered via specificevent related task orders issued by a VHA OIA Contracting Officer. All orders under this BPA must be performed by the selected BPA Contractor in accordance with the terms and conditions contained herein, and in accordance with the requirements included in individual task orders issued under this BPA. All staff provided by the contractor shall be direct employees of the Contractor or employees of an approved subcontractor. The Contractor shall have full responsibility for the staff and shall make direct contact with VHA OIA’s Contracting Officer, COTR, Project Manager, or Project Coordinator to ensure that all arrangements are mutually understood concerning any logistical and/or technical requirements. Requirements VHA OIA requires services in support of on-line immersive streaming and webcasting services offering interactive networking features that will enable online users to interact with the speakers, presenters, or panelists and make it cost effective to hold live, interactive and immersive virtual and hybrid meetings where participant numbers range from 50 attendees to a few thousand. By combining webcasting and interactive networking services, VHA OIA will improve productivity and training, communicate more efficiently and reach VHA Staff and clinicaltrainees that might not be able to attend a F2F event in person, and do so at a greatly reduced overall cost per person. In addition to the live and on-demand streaming and webcasting requirements, VHA OIA requires associated video pre-production, production and post production services to include: “ Web development ” Broadcast studio facilities ” Lighting for high quality videography ” Creation and generation of immersive virtual sets ” On demand event production and access to all webcasts posted to MVC by contractor within five days of every event ” Live and On Demand open captioning ” Graphics / motion media development ” Lower third graphics and titles ” Faculty and administrative staff credits – broadcast live and on demand ” Technical and creative development support services ” Program reporting VA employees and MVC registrants must be able to view the webcast over the Internet or through VPN access, bandwidth dependent. VHA OIA requires that the Contractor coordinate Internet security settings and provide IP addresses and/or applicable information upon award of each order. Contractor’s Webcast must be accessible from VA workstations, mobile devices or personal computers both in and outside of the VA networks. VHA OIA’s Virtual and Hybrid meetings typically will feature multiple speakers and panels, and an open discussion to include display (projection) of PowerPoint presentations and other documents and media. The Contractor shall utilize professional videographers with appropriate cameras (High Definition – HD format unless otherwise specified) and related equipment, to facilitate a high quality production effort. In addition, the remote participants must be able to view and download the documents presented at the meeting which will be made available to the Contractor in advance for uploading to the site. An easy to use GUI to allow access to the downloads and other network features will be required. All documentation must be made available in a clear visible format, as allowed by remote sites bandwidth, during the live webcast and the on-demand access period through MVC. The following Information is requested in response to this RFI: Please include: Company Name, Company Address, Point of Contact, Telephone Number, e-mail Address. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements. A. Experience 1. Please provide no more than five (5) contracts that your company has performed within the last three (3) years that are of comparable complexity and scope for each domain requirement for which your company is responding: a. Describe your Self-Performed* effort (as either a Prime or Sub-Contractor). b. Please be specific and provide a complete reference to include at a minimum the project name (and the government contract number, if applicable), contract award amount, start and completion dates, and the project owners’ contact information. c. Additionally, please provide the Contract Type: Firm Fixed-Price, Time and Material, etc. *Self-Performed means work performed by the company themselves, NOT work performed by another company for them for any of the project examples provided. 2. A narrative case study that describes the details of each project and why it is relevant to this requirement, including difficulties and successes. 3. A table listing all companies involved in the relevant project(s), including the technical expertise and percentage of work that each company provided. B. Capabilities / Qualifications 1. A written response providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. 2. Company business size and socioeconomic status (i.e., Large Business, Small Business, Service-Disabled Veteran Owned SmallBusiness, Women-Owned Small Business,) the number of years in business, affiliate information: parent company, joint venture partners, potential teaming partners. a. Specify any teaming arrangements and how those arrangements will impact the structure of services their company can provide including technical expertise provided by each company. Please specify the percentage of work the each company will perform. 3. If the company holds a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant Special Item Numbers (SINS) applicable to this requirement. This notice does not restrict the Government to an ultimate acquisition approach. All firms responding to this sources sought notice are advised that their response is not a request that will be considered for contract award. All interested parties will be required to respond to the resultant solicitation separately from their response to this sources sought notice. The Point of Contact (POC) for this RFI is: Adrian Cadena Contract Specialist VHA Program Contract Activity Central 6150 Oak Tree Boulevard Suite 300 Independence, OH 44131 Please submit electronic responses (via email) to the POC – Adrian.cadena@va.gov – no later than 1300 EST on 19 May 2012. URL:https://www.fbo.gov/spg/VA/ISC/OISC/VA70112I0218/listing.html
OutreachSystems Article Number: 120509/PROCURE/0604
Matching Key Words: video*; produc*; train*; conference?; web; site?; education*; business*; documentation; event?; production?;
Department of Transportation, Federal Aviation Administration (FAA), Southern Region, FEDERAL AVIATION ADMINISTRATION, AAQ-510 ASO – Southern
99–Janitorial Services, Air Traffic Control Tower (ATCT), Covington, Kentucky DTFAEN-12-R-00037-11757 053012 Tracie Harris, 404-305-5779 tracie.harris @faa.gov ******** SITE VISIT: THURSDAY, MAY 17, 2012 AT 10:00AM. *********** Proivde Janitorial Services at the Air Traffic Control Tower Shaft, Tower Cab, Base Building, Smoking Shelter and Guard Shelter, Covington, Kentucky. The work includes, but is not limited to, furnishing all personnel, labor and supplies of good commercial grade, acceptable to the Contracting Officer’s Technical Representative (COTR). This includes, but is not limited to: tools and applicances, brooms, mops, applicators, waxes, soaps, toilet supplies, seat covers, urinal cakes, paper towels for kitchenette and toilets and polishes. The Contractor must furnish Material Data Safety Sheeets (MSDS) for all chemicals, cleaning supplies, waxes, wax removers, etc., which are brought into the building. The FAA anticipates award of a contract for a base period (July 1,2012 – September 30, 2012)and four one-year options. Estimated start date for performance: 07/1/2012. The NAICS code for the acquisition is 561720, Janitorial Services. To be considered by award of this project, the contractor must be currently registered in the Central Contractor Registration (CCR) database (website:www.ccr.gov). To be placed on the mailing list, please submit a request in writing via e-mail to: Tracie.Harris@faa.gov or fax to telephone: 404-305-5774. The request must include the solicitation number, company name, point of contact, physical address, mail address, telephone number, and fax number. Contractors should check this announcement regularly for posting of any amendments that must be acknowledged and submitted with proposals by the required closing date and time. In accordance with AMS Clause 3.2.2.3-63 Site Visit (April 1996), Prospective offerors are urged to inspect the site where the services are to be performed. In no event shall failure to inspect the site constitute grounds for a dispute after contract award. Point of Contact for the site visit: Becky Holbrook, 56 New Price Pike, Erlanger, Kentucky 41018, Telephone: 859-372-6508. Offers are due no later than 3:00p.m. local time (Eastern Standard Time) on May 30, 2012. Offers can be submitted using the United States Postal Service (USPS) or any commercial mail carrier to the following address: FAA, Attn: Tracie B. Harris, AAQ-5101701 Columbia AvenueCollge Park, Georgia 30227 The offer must be submitted in a sealed envelope or package and labeled as follows: Solicitation # DTFAEN-12-R-00037, Due: 5/30/2012 @ 3:00p.m. Offerors submitting proposals by hand-delivery will need to consider allowing sufficient time to process through the security procedures in place at the FAA Southern Region Office. Overnight delivery of responses to this RFP may also be impacted if not sent in sufficient time to allow for the special mail-handling procedures in place at the Southern Region Office. Electronic offers in response to this solicitation can be submitted in accordance with the below clause: 3.2.2.3-20 Electronic Offers (July 2004) (a) The offeror (you) may submit responses to this SIR by the following electronic means (E-Mail). Your offer must arrive at the place and by the time specified in the RFP. (b) Electronic offers must refer to this RFP and include, as applicable, the item or sub-items, quantities, unit prices, time and place of delivery, all representations and other information required and a statement specifying the extent of your agreement with all the FAA’s (we) terms, conditions, and provisions. (c) We may decline to consider electronic offers that do not include required information, or that reject any of the terms, conditions and provisions of the SIR. (d) We reserve the right to make award solely on the electronic offer. However, if the CO requests, you must promptly submit the complete original (hard copy) signed proposal. (e) Send your offer electronically to: xxxxx.xxxxxx@faa.gov (f) If you chose to send your offer electronically, we will not be responsible for any failure attributable to transmitting or receiving the offer. (End of Provision) This request for offer is not to be construed as a contract or a commitment of any kind. The Government shall not be liable for payment of any costs attributed to the preparation and submission of requested proposal documentation. To view the solicitation and applicable attachments for this procurement, please visit:http://faaco.faa.gov/index.cfm, Select “Current Announcements” and then select “Southern Region.” This notice is for information purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by socially and economically disadvantaged indivduals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts, receivable financing. The maximum line of credit is $750,000.00. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169. URL:https://www.fbo.gov/spg/DOT/FAA/SR/DTFAEN-12-R-00037-11757/listing.html
OutreachSystems Article Number: 120509/PROCURE/0785
Matching Key Words: state!ky;
Department of Homeland Security, United States Coast Guard (USCG), USCG Base Support Unit St. Louis, 1222 Spruce Street 2nd Floor – Room 2102.b St. Louis MO 63103-2838
U — Western Rivers Orientation Training Course HSCG2512-Q-8PS037 042512 Tim A. Alexander, Phone 3142692361, Fax 3142692746, Email Tim.A.Alexander@uscg.mil Vendor to develop training course for Western Rivers Orientation in Louisville, KY, St. Louis, MO, and Memphis, TN. Dates shall be finalized NLT 15 July 2012, see Statement of Work. MUST BE REGISTERED IN CCR ( www.ccr.gov ) PRIOR TO AWARD. Set-Aside: Total Small Business Place of Performance: TBD US URL: https://www.fbo.gov/spg/DHS/USCG/COUSCGISCSL/HSCG2512-Q-8PS037/listing.html
OutreachSystems Article Number: 120508/PROCURE/0078
Matching Key Words: state!ky;
U.S. Department of State, FedBid.com — for Department of State procurements only., FedBid.com, 2010 Corporate Ridge Suite 750 McLean VA 22102
R — Visa Support Services SAQMMA12R0153 022412 Kathleen J Mejia, Phone 703875XXXX, Email mejiakj@state.gov The Department of State (DOS) invites qualified Small Businesses to respond to this Request for Information (RFI) regarding Visa Support Services for the DOS, Bureau of Consular Affairs (CA), Consular Support Centers (CSC). The two CSC’s are the Kentucky Consular Center (KCC) in Williamsburg, KY and the National Visa Center (NVC) in Portsmouth, NH. See the attached documents for additional information. Written responses are due via email by 4:00 p.m., February 24, 2012. Any inquiries must be submitted via email. No phone inquiries. Place of Performance: Portsmouth, NH; WIlliamsburg, KY US URL: https://www.fbo.gov/spg/State/FedBid.com/FedBid1/SAQMMA12R0153/listing.html
OutreachSystems Article Number: 120508/PROCURE/0385
Matching Key Words: state!ky;
FedBizOpps – Awards
Department of Labor, Employment Training Administration, Job Corps Philadelphia Region, The Curtis Center, Suite 815 170 South Independence Mall West Philadelphia PA 19106-3315
U — Request for Proposal for the operation of Outreach & Admissions and Career Transition Services for youth in the State of Kentucky 11-JC-REG2-KYOACTS Gail Thomsen, Contracting Officer, Phone 215-861-5846, Fax N/A, Email thomsen.gail@dol.gov – Jillian Matz, Division Chief, Phone 202-693-2836, Fax N/A, Email matz.jillian@dol.gov DOLJ12PA20006 $9,140,850 043012 Alll Insights Training Group, LLC, 416 Camp Lavigne Rd , Benton , PA 17814 US URL: https://www.fbo.gov/spg/DOL/ETA/PhiladelphiaPA/11-JC-REG2-KYOACTS/listing.html
OutreachSystems Article Number: 120509/AWARDS/0825
Matching Key Words: state!ky;
FedBizOpps – Special Notes
Department of the Army, Army Contracting Command, MICC, MICC – White Sands Missile Range, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM 88002-5201
R — INDUSTRY DAY FOR TEST ENGINEERING & ANALYSIS SYSTEMS (TEAS) SUPPORT SERVICES W9124Q-12-R-0011 040512 Peter L Hopkins, CONTRACTING OFFICER, Phone 575-678-2850, Fax 575-678-5107, Email peter.l.hopkins.civ@mail.mil The Mission and Installation Contracting Command- White Sands Office, has a requirement for Test Engineering and Analysis Support Services (TEAS) at the White Sands Missile Range (WSMR), New Mexico. Therefore, White Sands Missile Range will be hosting a one (1) day only Industry Day for the follow-on Test Engineering and Analysis Support Services contract currently held by ATAMIR-WSMR LLC and invites you to attend. Location: WSMR Professional Development Center auditorium, Building 465, Dyer Street, White Sands Missile Range, New Mexico, 88002. Parking is available near the intersection of Dyer Street and Rock Island Avenue and also at Dyer Street and Picatinny Avenue. Time: The event will begin at 08:00 AM. Attendees should plan on arriving to WSMR at least one and one half (1.5) hours prior to the event so you may process through security, obtain a visitor’s pass and check-in at the event. Check-in at the event will begin at 7:30 AM MST. A tentative agenda is attached. All questions will be held until the afternoon session. All questions and answers discussed at the Industry Day event will be published. RSVP: Contractors electing to attend the Industry Day must RSVP to Mr. Peter L. Hopkins, Contracting Officer. There is a limit of two (2) representatives per contractor. No foreign nationals are permitted. The contractor must e-mail the completed attached RSVP form (see attached Microsoft Excel workbook) to peter.l.hopkins.civ@mail.mil by COB 4 April 2012. Due to security procedures, the persons attending the Industry Day must be listed on the RSVP form. Las Cruces, NM is the closest city to WSMR, NM. The closest WSMR access gate is located off of US Highway 70. El Paso International Airport, El Paso, TX is the closest regional airport. Contractors are solely responsible for all expenses associated with their attendance at the Industry Day. Please visit the WSMR website, http://www.wsmr.army.mil/Pages/Home.aspx, for more information about WSMR. The “WSMR at a Glance 2011″ and the WSMR Fact-book” are also attached for your basic information. Maps of WSMR are available at: http://www.wsmr.army.mil/testcenter/Pages/WhereWeAre.aspx. Occasionally, WSMR will block roads (including US Highway 70) in the area for missile testing. Please call the Road Block phone number, 575-678-1178, for recorded updates on planned roadblocks. The information is usually updated each weekday in the afternoon for the following day. Since the actual firing schedule can slide due to any number of circumstances like weather or equipment problems, travelers should also check the recording right before leaving to ensure nothing has changed. Installation Access: All visitors must bring photo identification. To obtain a vehicle security pass you must have a driver’s license, vehicle registration and proof of insurance. All visitors must enter WSMR through the Las Cruces main gate (located off of US Highway 70). Visitors must stop at the WSMR Reception Center to obtain their visitor’s pass. Safety: As a tri-service Department of Defense Range, White Sands has tested nearly every type of deployable ordnance developed in the United States since 1945. Quite a number of these munitions were deliberately designed to blend in with the terrain, and their presence may not be immediately obvious to the casual observer. Consequently, even though WSMR performs extensive Range Clearance activities, there is no assurance that any area of the Range is truly 100% free of unexploded ordnance. More information concerning unexploded ordnance hazards can be viewed at http://www.wsmr.army.mil/ux/Pages/default.aspx. The contractors are responsible to view the video found at this link under the title, UXO Hazards Video. You will be asked to sign a form, acknowledging that you have viewed this video at the check-in event. No person will be allowed to tour the range without first viewing this video. Photography & Video Ban: No photographs orvideos are allowed on WSMR except in the WSMR museum missile park area. A DRAFT Performance Work Statement (PWS) without the Technical Exhibits has been provided for industry review and is subject to change prior to its official release. This Request for Information (RFI) is for market research and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government. The purpose of this notice is to identify potential sources that may be interested in and capable of performing the work described within the attached DRAFT PWS. Please note that the Technical Exhibits will not be provided at this time. Information sought: 1. Identify which contract type(s) would your company recommend for the contemplated services described within the PWS (i.e. Firm-Fixed Price (FFP), Cost, Cost plus Award Fee, Time & Materials, etc.)? Please include, from an industry perspective, the advantages and disadvantages of your preferred contract type; 2. Describe proposed methods and metrics for contract surveillance in relation to your preferred contract type; 3. Identify the subcontracting opportunities that may exist for the contemplated services. If applicable, what specific portions and percentages of the tasks identified in the PWS would you elect to subcontract? What percentage of the total contract effort does your organization normally subcontract? 4. Please identify a suitable phase-in period. 5. Please identify any potential organizational conflicts of interest. 6. Please provide general questions or clarifications in regards to the work outlined within the attached PWS. The Government does not intend to award a contract on the basis of these responses, pay for the preparation of any information submitted, nor will respondents be notified of the review of the information received. The information obtained from this RFI will be utilized as market research for consideration in development of the Acquisition Strategy and Acquisition Plan for this requirement. Any answers to questions or clarifications required will be addressed in changes to the current version of the PWS or will be taken into consideration in the development of the solicitation. Interested sources shall provide all feedback in writing no later than 5 April 2012. Provide responses in writing to Peter L. Hopkins via email: peter.l.hopkins.civ@mail.mil. Please title your email as follows: RFI Response to Pre-Solicitation Notice W9124Q-12-R-0011; Your Company’s Name. 7. Attachments: 1.1. RSVP Form 1.2. Draft Performance Work Statement (PWS) 1.3. Draft CLIN Structure 1.4. Tentative Agenda Set-Aside: Competitive 8(a) Place of Performance: White Sands Missile Range DOC, Directorate of Contracting Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range, NM 88002-5201 White Sands Missile Range, NM 88002-5201 US URL: https://www.fbo.gov/notices/a3442ede39f0bcb6132f47fbc0cf83fa
OutreachSystems Article Number: 120512/SPECIAL/0872
Matching Key Words: video*; you; website; page?; event?;
Other Defense Agencies, U.S. Special Operations Command, Technical Applications Contracting Office (TAKO), ATTN: AMSAM-TASO-K Lee Boulevard, Building 401 Fort Eustis VA 23604-5577
R — Special Operations Aviation Specialized Support Services H92241-12-R-0004 052112 Michael J. Wastella, Contracting Officer, Phone 757-878-3299 ext.259, Fax 757-878-3937, Emailmichael.wastella@us.army.mil – Terri L. Tew, Contracting Officer, Phone 757-878-5223 X246, Fax 757-878-2717, Email terri.l.tew.civ@mail.mil The United States Special Operations Command (USSOCOM), Technology Applications Contracting Office (TAKO), intends to procure services necessary to provide Special Operations Aviation Specialized Support Services (SOA-S3). The intended award will be a combination Firm Fixed Price (FFP)/Cost, Indefinite Delivery – Indefinite Quantity (IDIQ) contract. The IDIQ will consist of one (1) five-year ordering period and one (1) five-year, award term, optional ordering period. The associated NAICS code is 611512 and small business size standard is $25.5M. The proposed contract action will utilize 100% Small Business Set-Aside procedures. Services will be performed primarily at Fort Campbell, KY, however, other duty locations may be needed. A draft Request for Proposal (RFP) is hereby posted for a fourteen (14) day review by industry. A supplemental package containing the Professional labor categories and sample Statement of Objectives (SOO) may be obtained by submission of a DLA registered/signed DD2345 Military Critical Technical Data Agreement. A competitive RFP will be available electronically under this solicitation number. Proposals will be required forty-five (45) days after release of the competitive RFP. Point of contact for this requirement is Mr. Michael Wastella, Contracting Officer, AMSAM-SPK, 401 Lee Blvd., Ft. Eustis, VA 23508; email: michael.j.wastella.civ@mail.mil, telephone number: (757)878-3299 ext 259. Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/ODA/USSOCOM/FortEustisVA/H92241-12-R-0004/listing.html
OutreachSystems Article Number: 120508/SPECIAL/0703
Matching Key Words: state!ky;
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101 5600 Fishers Lane Rockville MD 20857
T — Notice of Intent to Award – Questions Are The Answer/Cell Phone and Restaurant Talent Agreement AHR87314 051712 Hicks, Charles, Contract Specialist, Phone 3014430706, Email charles.hicks@psc.hhs.gov Please see the attach Notice of Intent to Award Place of Performance: Washington, DC US URL: https://www.fbo.gov/spg/HHS/PSC/DAM/AHR87314/listing.html
OutreachSystems Article Number: 120508/SPECIAL/0704
Matching Key Words: naics!512110;
USABID State and Local Purchases
Oregon – Portland Metro, Procurement & Contracts, 4012 SE 17th Ave., Portland, OR 97202. Ph: 503 962-3024. Fax: 503 962-3042. http://www.oregonmetro.gov/index.cfm/go/by.web/id=24894
R – Transcription services for closed captioning broadcasts. RFP 12- SOL Transcription services for closed captioning broadcasts. RFP 12-2117. Closing date May 30, 2012, close of business. Metro may not respond to questions received after 3:00 p.m. on May 23, 2012. Metro is seeking proposals from qualified vendors to provide transcription services for real-time closed captioning of Council broadcasts and, as needed, transcription and subtitling services for other agency audio, video, events and projects. Transcrition services may be live, delayed or offline (synchronous and asynchronous). Need assistance? Elizabeth Goetzinger 503-797-1523, 03-797-1791 fax, elizabeth.goetzinger@oregonmetro.gov. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120512/BID/0073
Matching Key Words: video*; business*; event?;
Arizona – Sunnyside Unified School District http://www.susd12.org/node/87 Sunnyside Unified School District; 2241 E. Wieding Road, Tucson AZ 85706 Phone: (520) 545-2048 FAX: (520) 545-2122
99 – Sunnyside Instructional LRC Videos SOL B-12-110-12 Sunnyside Instructional LRC Videos For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120512/BID/0137
Matching Key Words: video*; instruct*;
Colorado Open Notices By Agency https://www.gssa.state.co.us/BdSols.nsf/OByAgency State Purchasing Office 633 17th Street, Suite 1520 Denver CO 80202-3609 Ph: (303) 866-6100 Fax: (303) 894-7445
T – Video Production Group of 30-Second Spot SOL D900746 Colorado State is seeking an experienced video production group to develop a student recruitment video to be shown to prospective students and their parents at the Campus Welcome Center and to be shown at halftime of athletic events. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120510/BID/0091
Matching Key Words: video*; produc*; event?; production?;
Kentucky Department of Education, Financial Mgt., 500 Mero Street, Frankfort, KY 40601
R – COMMISSIONER’S DESIGNEE FOR BOARD MEMBER APPOINTMENTS. RFP-540-1200000395-1 DUE 16-MAY-2012 Lauren Moore, Phone: (502) 564-1976; 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: 120509/BID/0003
Matching Key Words: age:state!ky; state!ky;
Justice and Public Safety Cabinet, Department of Juvenile Justice, 1025 Capital Center Drive, Frankfort, KY 40601
R – LEGAL SERVICES – HEARING OFFICER. RFP-523-1200000432-1 DUE 18-MAY-2012 Jamie Goins, Phone: (502) 573-3747; 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: 120507/BID/0005
Matching Key Words: age:state!ky; state!ky;
Kentucky Department of Education, Financial Mgt., 500 Mero Street, Frankfort, KY 40601
U – KSB (KY SCHOOL FOR THE BLIND) ART INSTRUCTOR – ADDENDUM. RFP-540-1200000421-2 DUE 11-MAY-2012 Thomas Stratton, Phone: (502) 564-2351; 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: 120507/BID/0008
Matching Key Words: age:state!ky; state!ky;
Kentucky Department of Education, Financial Mgt., 500 Mero Street, Frankfort, KY 40601
U – KSB (KY SCHOOL FOR THE BLIND) PERCUSSION INSTRUCTOR – ADDENDUM. RFP-540-1200000422-2 DUE 11-MAY-2012 Thomas Stratton, Phone: (502) 564-2351; 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: 120507/BID/0009
Matching Key Words: age:state!ky; state!ky;
Education Professional Standards Board, 100 Airport Road, 3rd Floor, Frankfort, KY 40601
R – ANALYST CONSULTANT SERVICES. RFP-183-1200000436-1 DUE 11-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: 120507/BID/0010
Matching Key Words: age:state!ky; state!ky;
Kentucky State Procurement
Casey County Board of Education, 1922 North U.S. 127, Liberty, KY 42539
69 — INSTRUCTIONAL OFFICE SUPPLIES AND EQUIPMENT. DUE 24-MAY-2012 Phone: 606-787-6941; Fax: 606-787-5231. The Casey County Board of Education will receive sealed bids in the office of the Superintendent, 1922 N. U.S. 127, Liberty, KY 42539, for Instructional Office Supplies and Equipment for all schools for the 2012-2013 school year. Applications for bidding specifications and other pertinent data are available at the office of the Superintendent. Bids will be opened on May 24, 2012 at 10:00 a.m. 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: 120511/KY/5836
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 – ADDENDUM #1. 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. 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: 120511/KY/5869
Matching Key Words: age:state!ky; state!ky;
KY Board of Certification of Alcohol and Drug Counselors, 911 Leawood Drive, Frankfort, KY 40601
R — INVESTIGATIVE SERVICES. RFP-174-1200000381-1 DUE 30-MAY-2012 Susan Ellis, Phone: (502) 564-3296; 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: 120509/KY/5752
Matching Key Words: age:state!ky; state!ky;
Cabinet for Health & Family Services, Division of Strategic Procurement Services, 275 East Main Street, 4E-B, Frankfort, KY 40621
R — LS-PPATS 2001-LEXINGTON COURIER SERVICES – ADDENDUM. RFQ-736-1200000151-4 DUE 15-MAY-2012 Leslie Searcy, Phone: (502) 564-7736; Website: https://emars.ky.gov/online/vss/AltSelfService New Due Date. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120509/KY/5757
Matching Key Words: age:state!ky; state!ky;
City of Prestonsburg, 200 N. Lake Drive, Prestonsburg, KY 41653
R — FEASIBILITY STUDY FOR HEALTH & WELLNESS COMMUNITY CENTER. DUE 21-MAY-2012 The City of Prestonsburg is requesting statements of qualifications from management/planning consulting firms wishing to assist in the preliminary community assessment, feasibility plan and other required work as related to the location and operation of a multi-service Health and Wellness Community Center to be located within the City of Prestonsburg. Statements should include a description of the firm’s capabilities and experience in the field of such feasibility planning, complete resumes of individuals to be assigned to the project, a listing of similar projects along with reference information, and a description of the firm’s familiarity with the project area and ability to provide a responsive service to the City of Prestonsburg. It is expressly stated that payment for the foregoing services will be contingent upon project funding. Sources of funding for the project will include but are not limited to, state and local monies. The complete Request for Qualifications package can be obtained by calling Mike Vance at the Prestonsburg Municipal Building at 606-886-2490 or e-mailing him at mikevance@suddenlink.net. The Deadline for Receipt of submissions is May 21, 2012 no later than 4:30 p.m. Submissions should include five copies of the qualifications statements. Please clearly mark submissions “Prestonsburg Community Health/Wellness Center” on the exterior of the envelope containing the submission. Submissions should be made to Mike Vance, Office of Economic Development, City of Prestonsburg, 200 N. Lake Drive, Prestonsburg, Kentucky 41653. Submissions will be reviewed by the City of Prestonsburg and will be ranked on the basis of written materials as set forth in the RFQ package. The City reserves the right to schedule interviews with any or all respondents or to reject and or all proposals. The City of Prestonsburg will enter into negotiations with the highest ranked firm to execute a consulting services agreement. If the parties are unable to negotiate a satisfactory agreement, the second ranked firm will be contacted. Once a firm has been selected, all unsuccessful firms will be promptly notified. 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: 120509/KY/5763
Matching Key Words: age:state!ky; state!ky;
Lexington-Fayette Urban County Government, Division of Central Purchasing, 200 East Main Street, Lexington, KY 40507
T — PRINT & MAILING SERVICES – SEWER, LANDFILL & WATER QUALITY FEES. BID #67-2012 DUE 23-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 05/23/2012 in Central Purchasing, 200 E. Main St., Rm. 338, Lexington, KY for: Bid 67-2012 Print & Mailing Services – Sewer, Landfill & Water Quality Fees. 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: 120509/KY/5768
Matching Key Words: age:state!ky; state!ky;
Eastern Kentucky University, Division of Purchases, Jones Building, Room 119, Richmond, KY 40475
R — CAPITAL CAMPAIGN CONSULTANT – ADDENDUM #1. RFP 40-12 DUE 18-MAY-2012 Phone: (859) 622-2246; Fax: (859) 622-2047; Website: http://www.purchasing.eku.edu/bids_quotes.php New Due Date. 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: 120509/KY/5785
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 SIGN LANGUAGE INTERPRETERS. RFP-07-13 DUE 06-JUN-2012 Phone: (606) 783-2018, Website: http://www.moreheadstate.edu/support/index.aspx?id=1925 Morehead State University is seeking proposals from qualified individuals to provide sign language interpretation 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: 120509/KY/5786
Matching Key Words: age:state!ky; state!ky;
KCTCS, Purchasing, 300 North Main Street, Versailles, KY 40383
69 — MEDICAL SIMULATION EQUIPMENT, HAZARD COMMUNITY & TECHNICAL COLLEGE, HAZARD, KY. KCT-00856 DUE 21-MAY-2012 Michelle Elliott, Phone: (859) 256-3251; E-mail: michelle.elliott@kctcs.edu; Website: http://www.kctcs.edu/en/Vendor_Information/Opportunities_to_Bid.aspx 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: 120508/KY/5716
Matching Key Words: age:state!ky; state!ky;
Kentucky State University, Director of Purchasing, Room 425, 400 East Main Street, Frankfort, KY 40601
R — STUDEN HEALTH INSURANCE PLAN. RFP-12-04 DUE 08-JUN-2012 Tonya Y. Montgomery, Director of Purchasing, Phone: (502) 597-6434; Website:http://www.kysu.edu/about/divisions/financeandbusiness/procurementservices/Bids_and_+RFPs.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: 120508/KY/5720
Matching Key Words: age:state!ky; state!ky;
University of Louisville, Department of Purchasing, Louisville, KY
T — PRINTING OF U OF L FOLDERS – ADDENDUM #2. 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: 120508/KY/5723
Matching Key Words: age:state!ky; state!ky;
Public Service Commission, 211 Sower Blvd., Frankfort, KY 40601
R — ENERGY RATE IMPACT ON KENTUCKY INDUSTRY – ADDENDUM. RFP-123-1200000344-3 DUE 18-MAY-2012 James Ishmael, Phone: 502-564-3940; 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: 120507/KY/5659
Matching Key Words: age:state!ky; state!ky;
Tourism, Arts and Heritage Cabinet, 500 Mero Street, 24th Floor, Frankfort, KY 40601
R — KENTUCKY STATE FAIR BOARD CEO/PRESIDENT SEARCH FIRM – ADDENDUM. RFP-850-1200000363-3 DUE 14-MAY-2012 Tim Pollard, Phone: (502) 564-4270; Website:https://emars.ky.gov/online/vss/AltSelfService New Due Date. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120507/KY/5668
Matching Key Words: age:state!ky; state!ky;
Lexington-Fayette Urban County Housing Authority, 300 W. New Circle Road, Lexington, KY 40505
R — CERTIFIED PUBLIC ACCOUNTANT FOR ANNUAL AUDIT SERVICES FOR THE KENTUCKY HOUSING AUTHORITY SELF-INSURED FUND. DUE 24-MAY-2012 The Kentucky Housing Authority Self-Insured Fund (KHASIF) is requesting proposals from Independent Public Accounting (IPA) firms to examine the financial statements of the Fund which is an insurance pool created and owned by its members made up of Housing Authorities across the state. The Fund has a fiscal year ending June 30 and was last audited for the period ending June 30, 2011. Proposals are requested for an annual audit at a fixed annual fee for a three (3) year period. This period includes FYE June 30, 2012, FYE June 30, 2013, and FYE June 30, 2014. Proposals must be received by 3: 00 p.m. Eastern Standard Time on May 24, 2012. Request for additional information should be directed to: c/o Sean Cooper, Lexington-Fayette Urban County Housing Authority, 300 West New Circle Road, Lexington, KY 40505, cparfp@lexha.org, (859) 281-5031. 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: 120507/KY/5677
Matching Key Words: age:state!ky; state!ky;
University of Kentucky, Purchasing Division, 322 Peterson Service Building, Lexington, KY 40506-0005
T — STATIONERY PRINTING – ADDENDUM #1. UK-1164-12 DUE 16-MAY-2012 Phone: (859) 257-9100; Website: http://www.uky.edu/Purchasing/bidlist.htm New Due Date. 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: 120507/KY/5684
Matching Key Words: age:state!ky; state!ky;
University of Louisville, Department of Purchasing, Louisville, KY
T — PRINTING OF U OF L FOLDERS – ADDENDUM #1. 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: 120507/KY/5686
Matching Key Words: age:state!ky; state!ky;
Northern Kentucky University, Procurement Services, 617 Lucas Administrative Center, Highland Heights, KY 41099
R — DENTAL FLEXIBLE SPENDING ACCOUNT ADMINISTRATION – ADDENDUM #3. NS-48-12 DUE 11-MAY-2012 Eli Baird, (859) 572-5266; E-mail: bairde1@nku.edu; Website: http://procurement.nku.edu/bid–quotes—rfps.html 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: 120507/KY/5689
Matching Key Words: age:state!ky; state!ky;
Jefferson County Public Schools, 3001 Crittenden Drive, Louisville, KY 40209
T — PRINTING: PARENT NEWSLETTER. BID #6600 DUE 29-MAY-2012 Purchasing/Bid Department, Phone: (502) 485-3167; Website: http://apps.jefferson.k12.ky.us/financeweb/bidopps.aspx 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: 120507/KY/5702
Matching Key Words: age:state!ky; state!ky;
May 17, 2012
Business / Career