FedBizOpps – Procurements
Department of the Interior, Bureau of Indian Affairs, BIA – DAPM, BIA-Albuquerque Acquisition Office 1001 Indian School Road NW, Room 347 Albuquerque NM 87104
R — Educational Services for Juvenile Detention Centers in Indian Country A12PS01156 052912 Yvette Washington Contract Specialist 5055633663 yvette.washington@bia.gov; Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance R- Support: Professional; program evaluation/review/development. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this procurement is A12PS01156. This solicitation, Educational Services for Juvenile Detention Facilities in Indian Country, is issued as a Request for Quote (RFQ). This requirement is a 100% set-aside for Small Business. The North American Industry classification (NAICS) code is 611710 Educational Support Services, and the business size maximum is $7 million. The resultant contract will be awarded as a Fixed-price contract with economic price adjustment as defined in FAR 16.203. The Period of Performance (POP) shall be 12 months from Contract Award. The Government intends to make a single contract award. CLIN Description POP Price 0001 Lower Brule Justice Center 12 months 0002 Northern Cheyenne Youth Center 12 months 0003 Chief Ignacio Justice Center 12 months (Note 1) The price for each CLIN shall be inclusive of all costs associated with materials, equipment, storage, inventory, reports, and other costs to complete the tasks identified in Section C.3 of the SOW. SECTION C: STATEMENT OF WORK Statement of Work Educational Services For Bureau of Indian Affairs Operated Juvenile Detention Facilities in Indian Country C. DEFINITIONS C.1 General Definitions C.1.1 “BIA-OJS” or “Agency” means the United States Department of the Interior, Bureau of Indian Affairs (BIA), Office of Justice Services (OJS). C.1.2 “Agency’s jurisdiction” means the jurisdiction of the BIA-OJS Agency, including within the exterior boundaries of the Indian Reservation(s) and Indian Allotments. C.1.3 “Direct Service Facilities” means juvenile facilities operated by the Bureau of Indian Affairs. In some cases, they may be tribally owned, but operated by the BIA. C.1.4 “SCS” means the Supervisory Correctional Specialist” for BIA-OJS. C.1.5 “Indian Country” has the same meaning as that term is defined in Section 1151 of Title 18, United States Code. 1.1.6. “Indian reservation or reservation” means within the exterior boundaries Indian Reservation(s) and Indian Allotments. C.1.7 “Tribal juvenile detainee” means a person under the age of 18 arrested under authority of the OJS Agency, under the personal jurisdiction of a Tribal or CFR Court in accordance with the Juvenile Justice and Delinquency Prevention Act (JJDPA), as amended. C.1.8 “Local School” means the servicing school responsible for sending teachers and staff to the facility for purposes of providing education to the youth. C.1.9 “Superintendent” means the Local School’s Superintendent. C.1.10 “Education” means the basic core requirement classes to include: English; Science; Math and Social Studies. C.1.11 “Assessments” means the servicing school will provide educational assessments to determine the educational level of each youth in the facility. C.1.12 “TOLA” means the Tribal Law and Order Act, often referred to as “Tribal Justice Plan” C.1.13 “Provider” means the entity responsible for providing the services as specified in this Statement of Work (SOW)” C.1.14 “JDC” means Juvenile Detention Center. C.1.15 “ISEP” means Indian School Equalization Program C.1.16 “ESEA” means Elementary Secondary Education Act C.1.17 “IDEA” means Individuals with Disabilities Education Act C.1.18 “DOJ” means the Department of Justice C.1.19 “IEP” means Individualized Education Plans C.1.20 “DOI” means Department of Interior C.1.21 “Work Group on Corrections” means an interagency committee created by DOI and DOJ to enhance collaboration in tribal corrections efforts. C.1.22 “DOC” means the Department of Corrections C.1.23 P.L. 108-446 Individualized with Disabilities Education Improvement Act (IDEIA). The purpose of IDEIA program is to improve academic achievement of students with disabilities and introduce strict accountability measures to hold schools, districts and states responsible for the academic results of student with disabilities. C.2 GENERAL INFORMATION C.2.1 BACKGROUND The delivery of educational services to American Indian juveniles throughout Indian country is essential, not only to comply with Federal Mandates, but to build healthy and safe tribal communities. The Tribal Law and Order Act; Sections 211 and 244 direct DOJ and DOI to create a “long-term plan to address incarceration in Indian country.” TLOA clearly states that other federal agencies are required to engage in partnerships with DOJ and DOI in meeting compliance. Federal mandates also make it very clear that the goal of rehabilitating our juveniles, should not involve mere incarceration, without engaging them in constructive activities and programming. As noted in the report submitted by DOJ and DOI in collaboration with the Work Group on Corrections, to the United States Congress, regarding TLOA, “BIA operational funding does not include programming needs such as behavioral health, public health, education, employment and life skills. For these services, tribal corrections agencies should develop collaborative relationships with service providers including Indian Health Services (IHS), Bureau of Indian Education (BIE), tribal and state partners and volunteers to support institution based programming.” The targeted population consists of incarcerated male and female juveniles who have been adjudicated delinquent, serving sentences and/or awaiting release from custody following completion of the sentence. This includes juveniles who have been taken into custody and adjudicated as a result of tribal violations occurring in Indian country and within the Indian Tribe jurisdiction. The intent is to offer programs that enable the juveniles to strive toward completing high school graduation requirements and/or offering courses that enable the student to progress towards entering into the school upon release. C.2.2 Scope of Work The Contractor shall develop and implement the educational infrastructure at three BIA operated JDCs, and provide quality educational and support services benefitting male and female American Indian juveniles. The goal is to establish an environment conducive to the learning process for juveniles by qualified and certified educational professionals. The performance of the contract includes working closely with the supervisory correctional specialist, correctional facility administrator and staff, local school superintendents and staff, local BIE school principal and staff, local Indian tribes and communities, and interaction with juveniles. The services are targeted for the following JDCs: Lower Brule Justice Center 100 Akita O’Tipi Lower Brule, South Dakota 57548 Northern Cheyenne Youth Center 301 Mennonite Rd. Busby, Montana 59016 Chief Ignacio Justice Center 107 Spruce Street Towaoc, Colorado 81334 C.3 Performance Tasks and Objectives C.3.1 The Contractor shall conduct an educational assessment for each location identified in Section 2.2. The Contractor shall submit a written report to the Government. C.3.2 After completion of the assessment the Contractor shall identify the processes and procedures by which BIA DOC JDC can create an environment that is conducive to the learning process of American Indian male and female juveniles. The Contractor shall submit a written report to the Government. The report shall outline the processes for providing educational services for juveniles who are serving short and long term- sentences within BIA DOC JDCs. The process and procedures must abide by Federal regulations on Information Technology and TLOA. C.3.3 The Contractor shall identify the processes and procedures for the BIA DOC to develop Individual Educational Plans for juveniles in custody who have Special Education Needs in accordance with IDEA. The Contractor shall submit a written report to the Government for approval. C.3.4 The Contractor shall implement the process and procedures for fulfilling IEP needs for the juveniles in custody. This shall include all administrative and educational tasks to ensure the plans are followed and other required special education services are secured. The Contractor shall submit a written report to the Government on the findings and recommendations for any changes in the processes and procedures. C.3.5 The Contractor shall identify the processes, procedures, and forms for the BIA DOC to maintain and submit quarterly reports on juveniles in custody. The information may include but is not limited to: grades, credits achieved, and a final status report at the end of the fiscal year and or school year. The Contractor shall submit a written report to the Government on the processes, procedures, and forms for Government use. C.3.6 The Contractor shall identify the overall processes and procedures that will enable the BIA DOC to implement an educational program in any JDC nationwide. The Contractor shall provide the processes and procedures in written format to the Government. The Contractor shall fully implement the educational program process and procedures within each of the three JDCs identified in this SOW. C.3.7 The Contractor shall provide curriculum development and technical assistance by providing training to JDC facility staff. The training and technical assistance shall be provided by graduate level instructors on the following but not limited to: Classroom management, educational intervention, supervision, and safety. C.3.7.1 If determined necessary by the COR, the Contractor shall provide training and technical assistance on the topics of: Juvenile progress or lack of progress, and multi-disciplinary team meetings. C.3.8 The Contractor shall identify, provide, and implement educational plans that are goal oriented. A written report shall be submitted to the Government. This may include, but is not limited to increasing reading and writing levels. The goal is to enable juveniles to function at the expected grade level. Progress reports, educational case management reports, shall be maintained by the Contractor and shall be made available to the Government upon request. C.3.9 The Contractor shall provided technical assistance and staff development in the form of coaching the staff and by assisting in the educational corrective action plans, when necessary. C.3.10 The Contractor shall develop a plan for sustaining educational services at the JDCs nationwide, based on the experience, processes and procedures created as a result of this SOW. The Contractor shall provide a written report and plan to the Government. C.4 SECURITY REQUIREMENTS C.4.1 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 Bureau of Indian Affairs; 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 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 the Bureau of Indian Education 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 contract award the Acquisition Office will notify the resultant contractor to provide verification of favorable screening. It is solely the company, individual or contractor’s responsibility to contact the BIA OJS 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 contract 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 contract award. If an unfavorable final background investigation determination is made, the contract may be terminated and the Contractor employee in question shall not be authorized to provide service to the BIA, if the service involves contact with or regular control over Indian children. C.4.2 Non-Personal Services This contract is a non-personal services contract, under which the contractor is an independent contractor. The Government may evaluate the quality of professional services provided. The Contractor is required to indemnify the Government for any liability producing act or omission by the Contractor, its employees and agents occurring during contract performance. C.5 DELIVERIES AND PERIOD OF PERFORMANCE Services shall be provided in accordance with Section C.3. Written Reports shall be submitted to the Government in hard copy and electric format. Two (2) copies shall be distributed to the COR, and one (1) copy to the JDC administrator. Upon contract award the Contractor shall provide an implementation plan to the COR for approval. The plan shall provide details and report due dates. Place of performance shall be on-site at each JDC identified below and the Contractor’s facility. Contract performance shall take place between regular business hours and in coordination with each JDC. C.5.1 PLACE OF PERFORMANCE/HOURS OF OPERATION The Contractor performance shall occur primarily at its location. Services shall not be required on Federal holidays or when the Government facility is closed due to local or national emergencies, weather related closings, administrative closings, or similar BIA, BIE, or other Government directed facility closings. Federal law (5 U.S.C. 6103) establishes the following public holidays for Federal employees. Please note that most Federal employees work on a Monday through Friday schedule. For these employees, when a holiday falls on a non-workday — Saturday or Sunday — the holiday usually is observed on Monday (if the holiday falls on Sunday) or Friday (if the holiday falls on Saturday). ” January 2, 2012 -New Year’s Day ” January 16, 2012-Birthday of Martin Luther King Jr. ” February 20, 2012-Washington’s Birthday ” May 28, 2012-Memorial Day ” July 4, 2012-Independence Day ” September 3, 2012-Labor Day ” October 8, 2012-Columbus Day ” November 12, 2012-Veteran’s Day ” November 22, 2012-Thanksgiving Day ” December 25, 2012-Christmas Day The subsequent federal holidays for 2013, 2014, 2015, and 2016 will follow the U.S. Office of Personnel Management schedule established by federal law, (i.e. http://www.opm.gov/operating_status_schedules/fedhol. The Contractor must maintain an adequate work force for the uninterrupted performance of all tasks defined within this performance work statement. This statute does not negate any contractor requirement to travel on federal holidays in order to meet successful performance of services requested under the contract. C.5.2 PERIOD OF PERFORMANCE The Period of Performance (POP) shall be as follows: Start End POP Contract Award 12 months from award C.6 CONTRACTOR RESPONSIBILITIES This is a non-personnel services contract. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. The contractor is responsible for furnishing all resources, labor, tools, equipment, materials, supplies, services, and supervision necessary to perform the contract. The Government will not be responsible for travel expenses incurred during the performance of the contract and warranty work. C.7 GOVERNMENT FURNISHED PROPERTY (GFP) AND GOVERNMENT FURNISHED EQUIPMENT C.7.1 No Government furnished property shall be provided to the Contractor. C.8 RECORDS/DATA SAFEGUARDS C.8.1 Any Government information made available or to which access is provided and which is marked or should be marked “For Official Use Only” or “FOUO” shall be used only for the purpose of carrying out the provisions of this contract and shall not be divulged or made known in any manner to any person except as may be necessary in the performance of the contract. Disclosure to anyone other than an officer or employees of the Contractor or Subcontractor at any tier shall require prior written approval of the Contracting Officer. Requests to make such disclosure should be addressed to the Contracting Officer. C.8.2 Contractors are reminded that information furnished under this solicitation may be subject to disclosure under the Freedom of Information Act (FOIA). Therefore, all items that are confidential to business, or contain trade secrets, proprietary information, or personnel information must be clearly marked. Marking of items will not necessarily preclude disclosure when the U.S. Office of Personnel Management (OPM or the Government) determines disclosure is warranted by FOIA. However, if such items are not marked, all information contained within the submitted documents will be deemed to be releasable. C.8.3 Any information made available to the Contractor by the Government must be used only for the purpose of carrying out the provisions of this contract and must not be divulged or made known in any manner to any person except as may be necessary in the performance of the contract. C.8.4 In performance of this contract, the Contractor assumes responsibility for protection of the confidentiality of Government records and must ensure that all work performed by its subcontractors shall be under the supervision of the Contractor or the Contractor’s responsible employees. C.8.5 Each officer or employee of the Contractor or any of its subcontractors to whom any Government record may be made available or disclosed must be notified in writing by the Contractor that information disclosed to such officer or employee can be used only for a purpose and to the extent authorized herein, and that further disclosure of any such information, by any means, for a purpose or to an extent unauthorized herein, may subject the offender to criminal sanctions imposed by 19 U.S.C. 641. That section provides, in pertinent part, that whoever knowingly converts to their use or the use of another, or without authority, sells, conveys, or disposes of any record of the United States or whoever receives the same with intent to convert it to their use or gain, knowing it to have been converted, shall be guilty of a crime punishable by a fine of up to $10,000, or imprisoned up to ten years, or both. C.9 TYPE OF CONTRACT The Government intends to award a single Firm-fixed price contract with economic price adjustment in accordance with FAR 16.203. C.10 PHYSICAL SECURITY The Contractor shall be responsible for safeguarding all government supplies, information, and Government furnished equipment provided for contractor use. C.11 KEY PERSONNEL The project manager shall be responsible for the performance of the work. The contract manager shall have full authority to act for the Contractor on all contract matters relating to the daily operation of this contract. In the absence of the project manager, the alternate shall have full authority on contract matters. The key personnel must be approved by the Contracting Officer: A. Project Manager Point of Contact: Name: [inserted upon contract award] Title: Address: Phone: Fax: Email: B. Alternate Project Manager Point of Contact: Name: Title: Address: Phone: Fax: Email: C.12 GOVERNMENT KEY PERSONNEL The following personnel are considered key personnel by the Government: C.12.1 Contracting Office A. [inserted upon contract award], Contracting Officer BIA, Albuquerque Acquisition Office 1001 Indian School Road NW, Suite 347 Albuquerque, New Mexico 87104 Telephone No.: Facsimile No.: B. [inserted upon contract award], Administrative Contract Specialist BIA, Albuquerque Acquisition Office 1001 Indian School Road NW, Suite 347 Albuquerque, New Mexico 87104 Telephone No.: Facsimile No.: C. Technical Point of Contact: [If any; information shall be added upon award] All questions shall be addressed in writing to Yvette Washington, Contract Specialist, via email at Yvette.Washington@bia.gov, by facsimile at (505) 563-3030, or by mail at the above address. C.12.2 Contracting Officer’s Representative (COR): A. [Information shall be added upon award and a separate designation letter provided] The above identified Contracting Officer’s Representative (COR) will represent the Contracting Officer in the technical phase of the work. The COR’s duties, responsibilities, and limitations of authority will be set forth in a written COR designation letter. A copy of the COR designation letter will be made available to the Contractor. The COR is not authorized to make any changes to the terms and conditions of this contract. Only the Contracting Officer is authorized to make any changes to the contract by a properly written and signed modification to the contract. The Contracting Officer is the only official who can legally obligate the Government for expenditure of public funds. C.13 PACKAGING AND MARKING All correspondence including emails, invoices, and contract deliverables shall identify the contract number and JDC location. C.14 QUALITY ASSURANCE/INSPECTION AND ACCEPTANCE Contractor performance will be monitored by the Government. [plan to be inserted after award] SECTION I: SOLICITATION CLAUSES AND PROVISIONS This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given if full text. If the offeror does not have acopy of this provision, you may obtain a copy at http://www.acqnet.gov/far. FAR 52.212-1 Instructions to Offers – Commercial Items (June 2008) FAR 52.216-1 Type of Contract (APR 1984) The Government contemplates award of Fixed-price contract with economic price adjustment, as defined in FAR 16.203 with contract line item fixed pricing resulting from this solicitation. (End of provision) [See Solicitation for complete document and additional information] Set-Aside: Total Small Business Place of Performance: Lower Brule, SDTowaoc, COBusby, MT 871042303 USA URL:https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS01156/listing.html
OutreachSystems Article Number: 120522/PROCURE/0067
Matching Key Words: writ*; copy; technical; operating;
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101 5600 Fishers Lane Rockville MD 20857
R — INTERACTIVE TRAINING VIDEO 12-233-SOL-00321 061412 Raleigh Tanner, CONTRACTING OFFICER, Phone 301-443-2475, Fax 301-443-3849, Email raleigh.tanner@psc.hhs.gov The Department of Health & Human Services, Office of the Assistant Secretary of Health (OASH), Office of Research Integrity(ORI) through the Program Support Center, Division of Acquisition Mangement, requires a contractor to develop an interactive training video, which will be hosted on the ORI website, shall be creaded that addresses challenges in clinical research thaty may affect the integrity of data. The video will allow learners to assume the role of a research assistant, a clinical principal investigator, and an Insittutional Review Board (IRB) Chairperson and make decisions for each character which will affect the outcome of the storyline. The storyline will reflect realistic situations and interactions in clinical research. The contractor must have sufficient experience or knowledge in research methodology, clinical research, patient care, and hopsital/research administration. See attached statement of work/solicitation. This solicitation is a set-aside for Service-Disabled Veteran-Owned Businesses in chich selection is based on Qualifications, Experience, and Past Performance. Qualifications and Experience: Offerors must provide supplemental marterail such as examples of interactive training videos developed by them that demonstrate their (1) understanding of the solicitations requirements, (ii) capacity to accomplish the work; and (iii) ability to satisfy the technical evaluation criteria as listed in Section M of the soliciation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and acurate evaluation of each response. Proprietary information should be clearly marked. Past Performance Information: Offerors are to limit past performance information to the last three (3) years and to those which demonstrate that the Offeror is performing or has performed relevant work that is similar in size, scope and/or complexity to the requirement stated therein. Past performance nformation provided by the Offeror may include those contracts entered into with the Federal Government, agencies of state and local governments as well as commercial customers. Failure to furnish a full and complete response as instructed above may result in the Offeror’s response being considered unacceptable, therefore eliminated from further evaluation and consideration award. For evaluiation purposes, techical is tantamount to cost. Set-Aside: Service-Disabled Veteran-Owned Small Business Place of Performance: Contarctors address in conjuction with selected location(s) as required. washington, DC 20201 US URL: https://www.fbo.gov/spg/HHS/PSC/DAM/12-233-SOL-00321/listing.html
OutreachSystems Article Number: 120522/PROCURE/0077
Matching Key Words: video*; 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
U–STEM (SCIENCE, TECHNOLOGY, ENGINEERING AND MATH)PROGRAM FOR JROTC STUDENTS IN THE JACKSON PUBLIC SCHOOL SYSTEM (JPS) MISSISSIPPI. W9124D12R0049 052212 Mary C. Halterman, 502-624-3400 MICC Center – Fort Knox Solicitation Number: W9124D-12-R-0049 Notice Type: Presolicitation Synopsis: This requirement is being procured in accordance with FAR Part 15. Mission Installation Command Contracting Center, Ft. Knox, intends to issue a Request for Proposal (RFP) for a STEM (Science, Technology, Engineering and Math) program in the state of Mississippi for JROTC students in the Jackson Public School System. Successful offeror must be an accredited college/university which currently has a ROTC and STEM program in place. NAICS code 611310 applies. The size standard is $7.0 million. The Request for Proposal (W9124D-12-R-0049) will be posted at http://www.fedbizops.gov on or about 05/22/2012 with offers due no later than 05/29/2012. No offers will be accepted after 05/29/12. Paper copies of the RFP will not be available. All documentation can and must be downloaded from the website above. A firm-fixed price contract will be awarded with a performance period of 4 June 2012 through 3 June 2012 with two one year option periods . Anticipated award date will be NLT 05/30/2012. All responsible businesses may submit an offer which shall be considered. No award will be issued to a prospective vendor that has not registered in the Central Contractor Registration (CCR) database (www.ccr.gov). Prior to registering in CCR, you must obtain a DUN and Bradstreet number at 1-800-333-0505. Contracting Office Address: 199 6th Ave Bldg 1109 B Ste 250 Ft Knox, KY 40121-5720 Place of Performance: State of Mississippi United States Primary Point of Contact.: Mary Halterman Contracting Officer mary.c.halterman.civ@mail.mil Phone: 502-624-3400 Fax: 502-624-1765 Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL:https://www.fbo.gov/notices/5bb8846b7b314a8d22581d206441b526
OutreachSystems Article Number: 120522/PROCURE/0084
Matching Key Words: state!ky;
Department of the Army, Army Contracting Command, MICC, MICC – Fort Jackson, MICC – Fort Jackson, Directorate of Contracting, Building 4340, Magruder Street, Fort Jackson, SC 29207-5491
U–Theatrical Performance for Suicide Awareness Training W9124C12T0009 Kimberly Marsh, 8037511420 MICC – Fort Jackson The anticipated award date has changed from May 25, 2012 to May 24, 2012. Responses to this notice must be received no later than 2:00 PM Eastern Standard Time on May 23, 2012. Oral communications are not acceptable in response to this notice. The POC for this action is Kimberly Marsh @ kimberly.c.marsh.civ@mail.mil. URL: https://www.fbo.gov/notices/e7f0b900e83b1c2b4f6197ced3edb715
OutreachSystems Article Number: 120522/PROCURE/0469
Matching Key Words: naics!711510;
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299
99 — Watertight Doors H92244-12-T-0190 060612 Josephine Ocampo, Phone 757-893-2797, Fax 757-893-2957, Email josephine.ocampo@vb.socom.mil This is a combined synopsis/solicitation for CommercialItems in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-12-T-0190, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59 effective 15 May’12. This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 339999 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services Brand name or equal item, for equal item/s please provide specifications along with your quote in order to be considered for award Manufacturer/Brand – Bohnet Marine CLIN 0001 RQA-6D Left Hand, Quick-Acting watertight door, 6 dogs, mild steel, left hand with Wheel, clear opening, 30″ x 66″ Qty – 8 ea CLIN 0002 RQA-6D Right Hand, Quick-Acting watertight door, 6 dogs, mild steel, right hand with wheel, clear opening, 30″ x 66″ Qty – 8 ea F O B Destination – Ft. Story, VA Following Clauses and Provision applies to this procurement. CLAUSES INCORPORATED BY REFERENCE FAR 52.202-1 Definitions Jan 2012 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52-203-10 Price or Fee Adjustment For Illegal Or Improper Activity Jan 1997 FAR 52.204-7 Central Contractor Registration Feb 2012 FAR 52.211-6 Brand Name or Equal Aug 1999 FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008 FAR 52.211-15 Defense Priority and Allocation Requirements Nov 2011 FAR 52.212-1 Instructions to Offerors – Commercial Items Feb 2012 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb 2012 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb 2012 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Mar 2012 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Mar 2012 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Oct 2003 Contractor Registration FAR 52.233-1 Alt I Disputes – Alternate I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.243-1 Changes – Fixed Price Aug 1987 FAR 52.246-25 Limitation of Liability – Services Feb 1997 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.249-8 Default (Fixed Price Supply & Services) Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252-204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007 DFARS 252.211-7003 Item Identification and Valuation Jun 2011 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Mar 2012 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.247-7023 Alt III Transportation of Supplies by Sea Alt III May 2002 SOFARS 5652.204-9004 Foreign Persons Jan 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil All FAR Representation and Certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov 52.212-2 EVALUATION–COMMERCIAL ITEMS (JAN 1999) (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 descending order of importance Technical capability and price. Government will award this contract based on best value to the government. (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. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Feb 2012 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Christine Anderson, telephone (757) 893-2715. SOFARS 5652.204-9003 Disclosure of Unclassified Information (Jan 2007) (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer. (d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Jo Ocampo, Contract Specialist; Email address: josephine.ocampo@vb.socom.mil Quotes must be received no later than 04:00 PM. Eastern Standard Time (EST) on 6 Jun’12. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the Central Contractor Registration (CCR) website at http://www.ccr.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Jo Ocampo, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 Set-Aside: Total Small Business Place of Performance: Ft. Story Virginia Beach , VA 23459 US URL:https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0190/listing.html
OutreachSystems Article Number: 120520/PROCURE/0103
Matching Key Words: film?; produc*; you; website; business*; event?; instruct*; commercial?;
Department of the Army, Army Contracting Command, MICC, MICC – Carlisle Barracks, MICC – Carlisle Barracks, 314 Lovell Avenue, Suite 1, Carlisle Barracks, PA 17013-5072
U–US ARMY HERITAGE AND EDUCATION CENTER HISTORICAL INTERPRETATION SUPPORT. W91QF0-12-R-0013 072012 Stacy Ling, 717-245-4631 MICC – Carlisle Barracks The U.S. Army Heritage Education Center (AHEC) located at the U.S. Army War College, Carlisle Barracks, Pennsylvania has a requirement for living history and historical interpretation services of professionally trained personnel with experience in the conduct of museum and historic site tours. Historic tours shall take place at the AHEC’s Heritage Trail, off-site educational programs at schools, army training facilities, and other organizations. Contractor shall furnish all supervision, materials, staff, and transportation and program support materials as needed to successfully conduct tours. The work shall consist of all necessary education, equipment and staff to describe to small audiences, the lifestyle, experience and historical context of the soldiers experience in multiple time periods to include manner, dress, and persona of a soldier of the French and Indian War, Revolutionary War, American Civil War, WWI, WWII, Korean, Vietnam, Cold War and Operations Desert Storm periods. Contractor shall provide period appropriate clothing, equipment, accoutrements and non-firing replica firearms for each of the distinct time periods. Contractor shall provide experienced interpreters that have had interpreter training and can demonstrate qualifications through presentations that demonstrate the solid understand of military concepts, period specific detail and the ability to present information to small audiences. The Contractor shall support all tours and visit with the selected individuals. Each tour averages, but is not limited to, 2.5 hours in length and requires approximately 1 hour of prep time. Between 2010 and 2011, the AHEC averaged 150 tours. The work shall be performed in the state of Pennsylvania and the anticipated audiences will include school age children, the Contractor shall ensure personnel performing work are PA Act 34 and 151 certified to work with children. The NAICS code for this acquisition is 711510 and the small business size standard is $7 million. The requirement shall be set aside for 100% small business set-aside. The period of performance shall be 15 October 2012 through 14 October 2013, with two (2) one-year option periods. Offerors must be registered in the Central Contractor Registry (CCR) as a small business to be eligible for award. Further information on registering with CCR may be obtained at website http://www.ccr.gov. The estimated release date will be on or about 13 June 2012. Set-Aside: Total Small Business Place of Performance: MICC – Carlisle Barracks 314 Lovell Avenue, Suite 1, Carlisle Barracks PA 17013-5072 US URL:https://www.fbo.gov/notices/e1eb2b620020d4a0c66aa4109cbb9d32
OutreachSystems Article Number: 120519/PROCURE/0081
Matching Key Words: naics!711510;
Department of the Army, FedBid, FedBid.com — for Department of Army procurements only,
T–81st RSC PAO Video 0010171200 052912 Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; 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.The solicitation number is 0010171200 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 512110 with a small business size standard of $29.50M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-05-29 12:00:00.0 Eastern Time or as otherwise displayed atwww.FedBid.com.FOB Destination shall be Multiple shipping information. Set-Aside: Total Small Business Place of Performance: Multiple shipping information. Multiple Multiple URL:https://www.fbo.gov/notices/a08eae343bdb94204cabde88e603a30e
OutreachSystems Article Number: 120518/PROCURE/0092
Matching Key Words: naics!512110;
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, N61340 NAVAL AIR WARFARE CENTER TRAINING SYSTEMS DIVISION 12350 Research Parkway Orlando, FL
69–Development and installation of a new Centrifuge-based Flight Environmental Trainer (CFET) N6134012M0504 061812 Michael Lothrop 407-380-8181 Michael Lothrop, Contract Specialist Naval Air Systems Command (NAVAIR) is defining its acquisition strategy for planning the development and installation of a new Centrifuge-based Flight Environmental Trainer (CFET). The Navy is interested in obtaining Rough Order of Magnitude (ROM) pricing information from industry for a replacement CFET device at NAS Lemoore, CA. The current CFET is the Navy’s primary training device for providing Navy/Marine Corps tactical aircrew with simulated motion-based high-gravity (G) awareness and enhancement training. It consists of a single flight seat enclosed in a round gondola. The gondola is mounted to an arm which rotates at a high rate of speed to produce the effect of acceleration. The gondola can move on the roll and pitch axes in order to control the direction and magnitude of the acceleration on the student undergoing training. The CFET is capable of simulating up to 15g at an onset rate of 6g per second. The room that houses the CFET is circular with a 35 foot radius with the center shaft for the device in the center of the room. The Navy is interested in a new training system device that will allow for aircrew centrifuge training. Of the available strategies, NAVAIR is considering the viability of the following socio-economic approaches: Historically UnderutilizedBusiness Zone (HUBZone) set-aside, Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, Women-Owned Small Business (WOSB), Section 8(a) suitability, and Total Small Business set-aside. The Contracting Officer shall establish a reasonable expectation that offers would be obtained from two or more HUBZone, SDVOSB, WOSB, or Small Business entities that are competitive in terms of market prices, quality, and delivery. You are advised that the Government is seeking to define the applicability of the requirement with regard to the available socio-economic programs. From the responses to this market research, the Government will evaluate the viable options and select the final acquisition strategy. Therefore, your response to this research is instrumental in supporting your company’s business interests. If the Contracting Officer is unable to determine that any of the above strategies would be viable, the requirement may be competed on an unrestricted basis. Therefore, information from both large and small businesses is requested. It is anticipated that any resulting contract would be accomplished under the provisions of a fixed price incentive fee (FPIF) contract. The NAICS Code for this solicitation is 333319 with a size standard of 500 employees. ACQUISITION DESCRIPTION: 1. The Naval Aviation Survival Training Program (NASTP) under mandates of OPNAVINST 3710.7 series requires training for Navy/Marine Corps tactical aircrew in the effects of High-G during in-flight aerial maneuvers in high performance aircraft. The CFET training system is intended to provide the Navy/Marine Corps personnel with specialized training to maintain a high state of proficiency and familiarization while developing instinctive performance skills to withstand effects of high G environments. 2. The CFET device shall meet the following operational requirements: a. The CFET gondola shall contain a single-place cockpit utilizing an adjustable ejection seat with functional G-suit connection capabilities. The seat should be able to adjust up and down to allow for proper body position. Simulated flight controls shall be comprised of a center stick, right-side stick, handheld control (each possessing an enable switch), left-side throttle and adjustable rudder pedals (fore and aft).. The device shall incorporate optional flight equipment (i.e., an operational oxygen regulator connection) which could be configured to multiple helmet designs. b. The CFET device shall have the capability of generating a minimum G-onset rate up to 6.0 +Gz/second, matching the highest G-onset capabilities of current aircrafts in the Navy’s inventory. The device shall also have the capability of sustaining G-magnitudes up to 9 +Gz, for training profiles, reflecting maximum G-forces experienced by tactical aircrew in flight. In addition, the device shall have the capability of sustaining 15 +Gz for annual safety certification. c. The CFET device shall incorporate a standalone system with the ability to store, transfer and utilize data for training purposes. Minimum data stored on the CFET device server shall contain training run videos & audio with the following records: G-profiles, G-loads and G-durations. The device shall utilize digital video and audio recording equipment which would allow for software upgrades. The gondola shall utilize multiple cameras; ideal for debriefing students on proper techniques and informing them of incorrect procedures. In addition, cameras ensure the instructor has visual contact with the student at all times. d. Capability for a student to track and “chase” a target or “bogey”, which includes appropriate student controlled G loads applied though stick and throttle controls. e. The CFET device shall utilize a climate control system capable of maintaining a comfortable environmental temperature during training operations. f. The CFET gondola shall utilize a mechanism to recognize ambient vision loss by the student. The CFET gondola shall use an illumination system which the student can reference labeled in 10 percentage increments, which the student can read & verbally distinguish located at head/eye level correlating to ambient and focal vision loss experienced. g. The CFET device shall incorporate a failsafe mechanism to notify staff personnel automatically in the event of a Loss of Consciousness (LOC) episode. h. The CFET device shall incorporate a load history recording mechanism to characterize the profile history, usage and magnitude of the device over the service life. i. The CFET device shall incorporate a Diagnostic/Prognostic Health Monitoring (PHM) subsystem that will facilitate reliability, maintainability and supportability 3. Additional program requirements: a. The installation of a replacement CFET shall include the removal and disposal of the existing CFET device at NAS Lemoore, CA. b. The installation of a replacement CFET shall include integrating to existing control room or replacing/upgrading existing control room components. Control room configuration shall address connection of replacement CFET control mechanisms and software/hardware to the existing control room. c. The installation of a replacement CFET shall include Government Purpose Rights in Data. d. The installation of a replacement CFET shall include a detailed schedule to include trainer downtime during replacement. e. The installation of a replacement CFET shall include at least one (1) year of on-site operations and maintenance support. f. The installation of a replacement CFET shall include Instructor and Maintainer training. g. The installation of a replacement CFET shall include appropriate spare parts. h. The installation of a replacement CFET may include any required facility building modifications and/or refurbishment necessary for the installation (For informational purposes only, cost estimate not required.). SUBMISSION DETAILS: As part of your response, submit the following: 1. Information about your firm: a. Company Name b. Company Address c. Company Business Size under NAICS code 333319 d. Applicable socio-economic categories (HUBZone; SDVOSB; WOSB; 8(a); etc.) e. Points-of-Contact (POC) including name, phone number, and e-mail address. 2. With respect to the requirements listed in items 2 (a through i) and 3 (a through h) under Acquisition Description above describe your firms capability and or/specific experience that demonstrates the ability of your firm to successfully satisfy the CFET requirements as they relate to: a. Designing, developing, producing, delivering, operating and maintaining interoperable end item training systems that include semi-automated forces capability and utilize a High Level Architecture (HLA) based interoperability standard for interoperability with other networked/linked systems; b. Implementing SAT and utilization of ISD processes and procedures to conduct requirements analysis, develop, and implement technical approaches toproduce and deliver simulation-based end-item training system products; c. Delivering interoperable training systems with IA ATO/ATC documentation authorizing connectivity to operate over a network; d. Determining Mean-Time-between-Failure (MTBF) and Mean-Time-To-Repair (MTTR) metrics; e. A discussion of any customary business practices that might affect the firm’s fulfillment of the requirement or its relationship with the Navy customer; f. A statement as to whether your firm has the resource capability and capacity to start production and deliver CFET within the next 24-58 months. g. Note: When specific experience is used to demonstrate capability, please provide: i. Government contract number; ii. Contract value; iii. Specific role your company performed; iv. Specific product your company delivered; v. Current point of contact, telephone number, and email. 3. A ROM (general estimate of costs) reflecting segregation of cost estimates, which will allow identification of cost related to the requirements listed under Acquisition Description above: a. Cost of removal and disposal of current device. (Item 3 a) b. Cost to develop and install the new device/training system (Items 2a-i and 3b-c) c. Cost for one (1) year of on-site operations and maintenance support of the new device/training system (Item 3 e) d. Cost for Instructor and Maintainer training (Item 3f) e. Cost for appropriate spare parts (Item 3g) f. The estimate shall include what areas and percentage of work your firm would expect to subcontract with other organizations, if any. DISCLAIMER: THIS IS A REQUEST FOR INFORMATION AND ROUGH ORDER OF MAGNITUDE (ROM) ONLY. THIS REQUEST SHALL NOT BE CONSIDERED AS A COMMITMENT BY THE GOVERNMENT. NO REIMBURESEMNT SHALL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING A RESPONSE TO THIS REQUEST FOR INFORMATION OR ROM. It is requested that written responses be submitted as an attached Microsoft Word document, limited to 20 pages (8.5”x11”), single-sided, and 10 point font size, via email in time to be received by 4:00 P.M. Eastern Standard Time on June 18, 2012. The Government shall not provide a response to any submittals. Please submit your information via email to: michael.lothrop1@navy.mil Cc: rafael.soberal@navy.mil. Place of Performance: LEMOORE NAVAL AIR STATION,CA 700 AVENGER , Lemoore, CA 93246 US URL: https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134012M0504/listing.html
OutreachSystems Article Number: 120518/PROCURE/0600
Matching Key Words: video*; produc*; train*; you; site?; page?; business*; documentation; event?; produce?; production?; instruct*;
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC2 – 11th floor /OFA61 1325 East West Highway, 11th Floor Silver Spring MD 20910
R — SUPPORT FOR COASTAL AMERICA PROJECTS NCNA0000-12-02398 052412 Alisa R. Sydnor, CONTRACT SPECIALIST, Phone 301-628-1380, Email alisa.sydnor@noaa.gov This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subparts 12.6 of the Federal Acquisition Regulation (FAR) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation. The NAICS code is 813312. BACKGROUND/SCOPE Coastal America is a partnership of federal departments and agencies committed through a memorandum of understanding to using existing programs and authorities to collaboratively protect, preserve, and restore the nation’s coastal and marine ecosystems. The federal partners include: the resource agencies, infrastructure agencies, science agencies, and the military departments. NOAA coordinates partnership efforts and provides administrative support. Working through multi-agency national and regional teams in collaboration with corporate and non-governmental partners, Coastal America develops and implements comprehensive solutions to complex issues achieving more timely and effective results from available resources. To forge collaborative efforts, Coastal America has established two unique non-governmental partnerships – the Corporate Wetlands Restoration Partnership and the Coastal America Learning Center network. The Corporate Partnership was formally established in 2000 and 2010 marks the 10th anniversary of the partnership. The Learning Center network, established in 1996, now has 24 aquaria and science centers in the U.S. Canada and Mexico. To accomplish partnership objectives the government has a requirement for technical support and consulting services especially related to these partnership initiatives. The contractor providing these services should have a working knowledge of Coastal America’s initiatives including our corporate partnership and our learning center network. 2. ACTIVITIES The contactor shall facilitate development and implementation of multi-partner projects and coordinate specific partnership outreach efforts. The initial work will be conducted during a base period of 7 months. It is anticipated that the required services will be recurring through FY 2012 – 2014. 2.1 Partnership Project Identification and Implementation The contractor will coordinate the identification of educational and restoration/protection projects that support Coastal America environmental goals including projects that involve federal partners, corporate partners and learning centers as appropriate. Efforts include: 2.1.1. Work with regional implementation team project managers and national team members to plan and initiate coastal restoration and protection projects. Specifically, the contractor will solicit information on new projects and ongoing efforts from the regional teams and local project managers. The contractor will develop summaries of project efforts and note potential opportunities for federal partners, corporate partners and learning centers. Summaries will include project location, a brief description, list of partners and project contact. 2.1.2. Promote innovative partnerships for project implementation in all Coastal America regions through briefings and supporting documents.2.1.3. Facilitate implementation of specific partnership projects with federal partners, the corporate partners and the learning centers including educational efforts. 2.2 Partnership Outreach Working with leadership, the contractor will develop materials that describe innovative partnership efforts and facilitate multi-partner meetings. Specific efforts include:2.2.1. Develop summaries of innovative partnership projects and educational efforts. 2.2.2. Develop materials on partnership efforts (e.g. brochure,videos) 2.2.3. Support coordination and facilitation of partnership meetings to develop projects and promote public awareness including meetings with leaders from the learning center network and corporate partnership.2.2.4. Support education/outreach events including the Ocean Art Contest and Student summit 2.2.5. Support Coastal America special events including 20th Anniversary related events. 3. TRAVEL Meetings in the Washington DC area with Coastal America officials will be required. It is also anticipated that there will be some travel to project or meeting locations. Potential locations include Boston, MA; Atlanta, GA .4. DELIVERABLES (to be completed during the performance period)4.1. Base Period: Date of Award – Seven Months4.1.1 Coordinate the implementation of priority projects 4.1.2 Coordinate and facilitate annual meeting of the partnership to discuss key issues .4.1.3 Develop materials for 20th anniversary event including brochure, video and report.4.1.4. Coordinate educational events such as the Ocean Art Contest, World Ocean Day and associated activities4.1.5. Provide status reports and presentations to Coastal America officials and committees as requested by headquarters.4.1.6. Provide progress report every thirty days after the effective date of the purchase order.4.3. Option Period 1: 4.2.1 Coordinate implementation of priority projects identified at the Coastal America 2012 Annual Meeting. 4.2.2 Coordinate and facilitate the FY13 annual meeting of the partnership to discuss key partnership issues.4.2.3 Develop materials on partnership efforts.4.2.4. Coordinate educational events such Student summit & Ocean Art contest4.2.5. Provide status reports and presentations to Coastal America officials and committees as requested by headquarters.4.2.6. Provide progress report every thirty days after the effective date of the purchase order.4.3. Option Period 2: 4.3.1 Coordinate implementation of priority projects identified at the Coastal America 2013 Annual Meeting. 4.3.2 Coordinate and facilitate the FY14 annual meeting of the partnership to discuss key partnership issues.4.3.3 Develop materials on partnership efforts.4.3.4. Coordinate educational events such as Student Summit & Ocean Art contest. 4.3.5. Provide status reports and presentations to Coastal America officials and committees as requested by headquarters.4.3.6. Provide progress report every thirty days after the effective date of the purchase order.5. PERIOD OF PERFORMANCE The base period of performance is Date of award for seven months with two (2) twelve month Option Years. 6. SECURITY REQUIREMENTS The Contractor is required to meet the DOC IT Security Program Policy & Minimum Implementation Standards (http://ocio.os.doc.gov/ITPolicyandPrograms/Policy_Standards/DEV01_002681). The resulting purchase order shall be issued on a firm-fixed price basis. The period of performance is Base Year seven (7) months from Date of Award with two (2) one-year options. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) Approach – The likelihood of effectively meeting the requirements; 2) Past Performance – The relevance and quality of prior performance; and 3) Price – The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-l, Instructions to Offeror – Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation -Commercial Items. The Government may award a purchase order resulting from this solicitation to the responsible offeror conforming to the solicitation which will be most advantageous to the Government, price and other factors considered. FAR 52-212-3, Offeror Representations and Certifications – Commercial Items, applies to this acquisition and there are no addenda to this provision; FAR 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition and there are no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items, applies to this acquisition. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website (www.ccr.gov). All responsible sources may respond to this combined synopsis/solicitation with a quotation electronically sent to Alisa R. Sydnor, DOC/NOAA/NCAD, alisa.sydnor@noaa.gov to be received no later than 12:00 p.m., May 24, 2012. Any questions associated with this requirement shall be sent via email to alisa.sydnor@noaa.gov no later than Monday, May 21, 2012 no telephone request. Place of Performance: SILVER SPRING, MD 20910 US URL:https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NCNA0000-12-02398/listing.html
OutreachSystems Article Number: 120517/PROCURE/0081
Matching Key Words: video*; website; education*; event?; 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
U–JCLC Cadet Meals, Elberton, GA W9124D12Q5241 Quadedra Corey, 502-624-6769 MICC Center – Fort Knox The contractor shall furnish meal services. furniture, equipment, supplies, and management, supervisiion, and labor as specified herein, for JCLC Leadership Challenge Excersise, 4-8 June 2012, Camp Solid Rock, Elbert County High School, Elberton, Georgia. The contractor shall provide services in accordance with the terms, conditions and specifications set froth in the statement of work. URL: https://www.fbo.gov/notices/902c49e002c4b379eb334256af571781
OutreachSystems Article Number: 120517/PROCURE/0639
Matching Key Words: state!ky;
Department of the Navy, United States Marine Corps, Marine Corps RCO – National Capital Region, 2010 Henderson Road Quantico VA 22134-5045
U — SAPR VIDEO (develop, produce, fillm, edit and deliver) M00264-12-T-0028 053012 Rita Wiggins, Contract Specialist, Phone 7037841925, Fax 703-784-5908, Email rita.wiggins@usmc.mil The Regional Contracting Office, NCR has a requirement for the Development and Production of SAPR Videos. This requirement is a small-business set-aside NAICS Code 611710. All quotes are due 30 May 2012 NLT 12:00pm (EST). SAPR Videos Combined Synopsis/solicitation: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subparts 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation # M00264-12-T-0228 is being issued as a Request for Quote (RFQ). (iii) Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43 effective August 2, 2010. (iv) This is a 100% small business set-aside under NAICS code 611710 and small business size standard 7.0m. (v) Contract Line Item Numbers (CLINS): 0001 – FFP – SAPR Video – In accordance to the Performance Work Statement (PWS) Delivery Date: 90 days from the date of award (vi) Requirement Description: See above CLIN . (vii) Date of Delivery: See above CLINS. (viii) The provisions at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition. Offers may be submitted by email to the designated point of contact. Vendors must be registered and active in Contractor Central Registration (CCR) database: http://www.ccr.gov/ All offerors shall ensure that their submission is limited to no more than 15- pages in total and includes, at a minimum, the following information in response to this RFQ: a. SF 1449 (See FAR 52.212-1 – Instructions to Offerors, above) b. Reps and Certs (See FAR 52.212-3 and DFARS 252.212-7000 – Offerors Reps and Certs, below) c. Price for all CLINs (ix) The provisions at 52.212-2, Evaluation – Commercial Items apply to this acquisition. 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: Technical and Price. 1. Technical capability: Technical capability will be evaluated on how well the contractor comply with the description of the items under (v) Contract Line Item Numbers (CLINs). 2. Past Performance – Past Performance will be evaluated based on citations provided by the Offeror and feedback provided by customer references. 3. Price. The Government will conduct its price analysis using one or more of the techniques specified in FAR 13.106-3. Award will be made to the lowest price technically acceptable offeror whose offer, conforming to the solicitation, is determined to be the best overall value to the Government, price and other factors considered (x) Offeror’s shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications – Commercial items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions – CommercialItems, applies to this acquisition. (xii) The clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executives Orders – Commercial items and DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues Or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses included (checked): 52.203-3, Gratuities (Apr 1984); 52.219-6, notice of Total Small Business Set-Aside (June 2003)(15 U.S.C.644); 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637 (d)(2) and (3)); 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C. 632(a)(2)); 52.222-3, convict Labor (JUNE 2003) (E.O. 11246); 52.222-19, Child Labor – Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126); 52.222-21, Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007) (E.O 11246); 52.232-33, Payment by Electronic funds Transfer – Central Contractor Registration (OCT 2003) (31 U.S.C. 3332); 252.232-7003, Electronic submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227), 252.247-7023, Transportation of Supplies by Sea (May 2002)(10 U.S.C. 2631) (xiii) Additional contract requirements: 1. USMC Wide Area Workflow (WAWF) Implementation (AUG 2006). To implement DFARS 252.232-7003, Electronic submission of Payment Request (JAN 2004), the United States Marine Corps (USMC) utilizes WAWF Receipt and Acceptance (WAWF-RA) to electronically process vendor request for payment. This application allows DoD vendors to submit and track invoices and receipt/allowance documents electronically. The contractor is required to utilize this system when processing invoices and receiving reports under this contract/order, unless the provision at DFARS 252.232-7003(c) applies. The contractor shall (i) ensure an Electronic Business Point of Contact is designated in the https://wawf.eb.mil site, within ten (10) calendar days after award of this contract or modification. Step by step procedures to register are available at the https://wawf.eb.mil site. The USMC WAWF-RA point of contact (POC) for this contract is Ms. Anita Lowe, and can be reached at telephone number (703) 432-1668; email address anita.lowe@usmc.mil. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating do not apply to this RFQ. (xv) Quotes must be submitted/received no later than 12:00PM, 30 May 2011, EST. (xvi) Quotes should be emailed to Ms. Rita Wiggins: Rita.wiggins@usmc.mil. PLEASE NOTE: Your subject line must read “RFQ M00264-12-T-0228 from “contractor name.” Due to restrictions on the size of email, ensure that all emails submitted are less than 5MB. If the proposal exceeds 5MB, please separate the submission into multiple emails and include in the subject line the RFQ# and # of # emails. Any electronic submission determined to contain a virus will be deleted and not viewed or accepted for consideration under this RFQ. Set-Aside: Total Small Business Place of Performance: 2010 Henderson Road Quantico, VA 22191 US URL: https://www.fbo.gov/spg/DON/USMC/M00264/M00264-12-T-0028/listing.html
OutreachSystems Article Number: 120516/PROCURE/0105
Matching Key Words: video*; edit*; produc*; site?; page?; business*; produce?; production?; instruct*; commercial?;
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–DEVELOPMENT OF INSTRUCTIONAL MATERIALS W911SD12T0212 052112 Leonard Mucciolo, 8459383713 MICC – West Point The U.S. Military Academy at West Point NY has a requirement for the Development of Army Profession Instructional Materials, which includes Training Support Packages (TSP) including videos, facilitator guides, supplemental reading material, visual training aids, and assessments. The request for quotation will be issued on or about 21 May 2012 with detail specifications. This Procurement is 100% set aside for (SDVOSB) Small Disabled Veteran Owned Small Businesses. The NAICS code is 541611 with a size standard of $7 Million. Set-Aside: Service-Disabled Veteran-Owned 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/35379e1a6163a4391b1e140b0a5dcc83
OutreachSystems Article Number: 120515/PROCURE/0058
Matching Key Words: video*; train*; business*; instruct*;
FedBizOpps – Awards
Department of the Navy, Naval Sea Systems Command, NSWC Carderock Division, N65540 NAVAL SHIP SYSTEM ENGINEERING STATION, CARDEROCK DIVISION, PA Naval Surface Warfare Center Naval Business Center, Naval Base Philadelphia, PA
R–Engineering & Technical Services and Prototype Hardware N6554011R0021 Frank Moretti, 215-897-7898; Robert Colot 215-897-7060 N65540-12-D-0003
$265,378.00 051512 0001 and 0002 Cepeda Associates (DUNS 084274034) 11100 Decimal Drive Louisville, KY 40299-2440 Engineering & Technical Services including prototype hardware in support of atmosphere control equipment URL:https://www.fbo.gov/spg/DON/NAVSEA/N00167/Awards/N65540-12-D-0003.html
OutreachSystems Article Number: 120517/AWARDS/0757
Matching Key Words: state!ky;
Federal Reserve, Consumer Financial Protection Bureau, CFPB, 1801 L St NW Washington DC 20036
R — Freelance Writing and Editing Services CFP-12-R-00005 Nicholas Olson, Email nicholas.olson@cfpb.gov CFP-12-Z-00010 $0.00 051012 DeZube Publications Blanket Purchase Agreement (BPA) award for Freelance Writing and Editing Services for CFPB’s Office of Financial Education. URL: https://www.fbo.gov/notices/1a262908706fde12d903790738f42b4f
OutreachSystems Article Number: 120516/AWARDS/0858
Matching Key Words: naics!711510;
FedBizOpps – Special Notes
Department of the Interior, Fish and Wildlife Service, CGS-WO, FWS, DIVISION OF CONTRACTING AND GEEASTSIDE FEDERAL COMPLEX911 NE 11TH AVENUEPORTLANDOR97232-4181
T–Notice of Intent to Award Procurement F12PS00475 Joshua Gordon Notice of Intent to Award Procurement Bristlecone Media, LLC 1829 Fir Street Corona, CA 92882 The U.S. Fish & Wildlife Service (USFWS) in Portland Oregon intends to award a contract for the acquisition of services to produce a film. Contractors must be fully capable of producing a high-quality, educational film video that includes recording, interviews, script development, voice overs, sound recordings, and any other production steps required to produce the final product. This is not a request for competitive quotes; however, all interested parties who believe they can meet the requirements can submit related documentation. A determination not to compete the described acquisition based upon responses to this notice is solely within the discretion of the Federal Government. If no written responses are received at least five (5) days after the publication of this notice, the contract will be awarded without further notice. The associated North American Industrial Classification System (NAICS) code for this procurement is 512110, Motion Picture and Video Production. The size standard is 29.5 M. The Universal Product Code for this procurement is T006. Responses to this posting must be submitted in writing via e-mail only. Any questions or comments should be directed to Josh Gordon via e-mail at josh_gordon@fws.gov. URL: https://www.fbo.gov/spg/DOI/FWS/CGSWO/F12PS00475/listing.html
OutreachSystems Article Number: 120519/SPECIAL/0911
Matching Key Words: video*; film?; produc*; education*; documentation; produce?; production?; naics!512110;
USABIDS State and Local Purchases
Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601
99 – WIRE THEFT MONITORING & NOTIFICATION NETWORK. RFB-758-1200000899-1 DUE 11-JUN-2012 Sherita Miller, Phone: (502) 564-6522; 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: 120522/BID/0001
Matching Key Words: age:state!ky; state!ky;
Washington General Administration Goods and Services https://fortress.wa.gov/ga/webs/bidcalendar.aspx State of Washington; PO Box 41000; Olympia, WA 98504 Phone 360-902-7300
R – Arts Participation Documentarian SOL Ref #: WSAC APLI 12-1 WSAC seeks an arts program documentarian to create a ?case study? analysis of 13 Arts Participation Innovations grants that are supported by The Wallace Foundation and WSAC. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120522/BID/0643
Matching Key Words: documentar*;
Cabinet for Health & Family Services, Department for Public Health, 275 East Main Street HS1W-C, Frankfort, KY 40601
R – FY13 CHFS/DPH KENTUCKY TOBACCO QUITLINE. RFP-728-1200000410-1 DUE 01-JUN-2012 Bobbie Davis, Phone: (502) 564-6663; 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: 120521/BID/0001
Matching Key Words: age:state!ky; state!ky;
Kentucky Educational Television, 600 Cooper Drive, Lexington, KY 40502
T – FY13 LRC VIDEOGRAPHERS. RFP-545-1200000471-1 DUE 31-MAY-2012 Christine Hurst, Phone: (859) 258-7107; 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: 120521/BID/0004
Matching Key Words: age:state!ky; state!ky;
Kentucky Department of Parks, Purchasing Division, 500 Mero Street, 11th Floor, CPT, Frankfort, KY 40601
R – SPONSORSHIP OPPORTUNITY – KEY CARD ADVERTISING. RFI-670-1200000017-1 DUE 31-MAY-2012 Fran Pinkston, Phone: (502) 564-8110; 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: 120521/BID/0006
Matching Key Words: age:state!ky; state!ky;
Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601
R – ELECTRONIC PAYMENT TRANSACTIONS AND E-MESSAGING SERVICE. RFP-758-1200000489-1 DUE 19-JUN-2012 Stephanie Williams, Phone: (502) 564-8621; 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: 120518/BID/0001
Matching Key Words: age:state!ky; state!ky;
Tourism, Arts and Heritage Cabinet, 500 Mero Street, 24th Floor, Frankfort, KY 40601
R – TOURISM RELATED ECONOMIC IMPACT RESEARCH. RFP-850-1200000399-1 DUE 07-JUN-2012 Tim Pollard, Phone: (502) 564-4270; 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: 120517/BID/0001
Matching Key Words: age:state!ky; state!ky;
Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601
T – AUDIO TOUR PRODUCTION. RFB-758-1200000876-1 DUE 31-MAY-2012 Richard Mize, Phone: (502) 564-6521; 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: 120517/BID/0005
Matching Key Words: age:state!ky; state!ky;
KY Workers Compensation Funding Commission, 42 Millcreek Park, P.O. Box 1128, Frankfort, KY 40602-1128
R – FINANCIAL AUDIT. RFP-114-1200000448-1 DUE 23-MAY-2012 Mindy Sexton, Phone: (502) 573-3505; 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: 120517/BID/0012
Matching Key Words: age:state!ky; state!ky;
Louisville/Jefferson County, Purchasing Department, 611 W. Jefferson Street, Louisville, KY 40202
99 – CAT LITTER PELLETS. IFB-2743-0-2012/TN DUE 29-MAY-2012 Phone: (502) 574-5796; Fax: (502) 574-6977; E-mail: purchase@loukymetro.org; Website: http://www.louisvilleky.gov/Finance/purchasing.htmThis information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120517/BID/0013
Matching Key Words: age:state!ky; state!ky;
Kentucky – Fayette County Public Schools https://fcps.economicengine.com The Purchasing Office Louie Mack Building Room 101 460 Springhill Drive Lexington, Kentucky 40503
R – Document Disposal, Paper Shredding SOL 29-12 Document Disposal, Paper Shredding For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120517/BID/0081
Matching Key Words: age:state!ky; state!ky;
Kentucky – Fayette County Public Schools https://fcps.economicengine.com The Purchasing Office Louie Mack Building Room 101 460 Springhill Drive Lexington, Kentucky 40503
76 – Periodicals SOL 30-12 Periodicals For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120517/BID/0100
Matching Key Words: age:state!ky; state!ky;
Finance & Administration Cabinet, Division of Real Properties, Bush Building, 3rd Floor, 403 Wapping Street, Frankfort, KY 40601-2607
R – RFP 06152012 WESTERN STATE HOSPITAL ATM. RFP-785-1200000484-1 DUE 15-JUN-2012 Scott Aubrey, Phone: (502) 564-2205; Website: https://emars.ky.gov/online/vss/Advantage For License State Owned Real Property for the Operation of Automated Teller Machine, Western State Hospital. Offerors are highly recommended to inspect the site where services are to be performed to satisfy themselves as to all general and local conditions that may affect the performance of the license; to the extent such information is reasonably obtainable. In no event will failure to inspect the site constitute grounds for a claim after award of the license. For further information concerning the building that is being furnished and access to the facility, please contact Wendell Harris, Property Analyst, State Properties Branch, at (502) 564-9831 or Natalie Holloman, Manager, State Properties Branch, at (502) 564-2111. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120516/BID/0002
Matching Key Words: age:state!ky; state!ky;
KY Board of Ophthalmic Dispensers, 911 Leawood Drive, P.O. Box 1360, Frankfort, KY 40601
R – INVESTIGATIVE SERVICES. RFP-255-1200000460-1 DUE 12-JUN-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: 120516/BID/0003
Matching Key Words: age:state!ky; state!ky;
Kentucky Board of Massage Therapy, 911 Leawood Drive, Frankfort, KY 40601
R – INVESTIGATIVE SERVICES. RFP-177-1200000456-1 DUE 12-JUN-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: 120516/BID/0004
Matching Key Words: age:state!ky; state!ky;
KY Board of Examiners of Psychology, 911 Leawood Drive, P.O. Box 1360, Frankfort, KY 40601
R – INVESTIGATIVE SERVICES. RFP-210-1200000458-1 DUE 12-JUN-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: 120516/BID/0005
Matching Key Words: age:state!ky; state!ky;
KY Board of Examiners of Psychology, 911 Leawood Drive, P.O. Box 1360, Frankfort, KY 40601
R – INVESTIGATIVE SERVICES. RFP-210-1200000459-1 DUE 12-JUN-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: 120516/BID/0006
Matching Key Words: age:state!ky; state!ky;
Kentucky Board of Veterinary Examiners, 911 Leawood Drive, P.O. Box 1360, Frankfort, KY 40601
R – INTERVENTION/PREVENTION SERVICES. RFP-310-1200000464-1 DUE 12-JUN-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: 120516/BID/0007
Matching Key Words: age:state!ky; state!ky;
Kentucky Board of Veterinary Examiners, 911 Leawood Drive, P.O. Box 1360, Frankfort, KY 40601
R – INVESTIGATIVE SERVICES. RFP-310-1200000463-1 DUE 12-JUN-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: 120516/BID/0008
Matching Key Words: age:state!ky; state!ky;
Kentucky Board of Veterinary Examiners, 911 Leawood Drive, P.O. Box 1360, Frankfort, KY 40601
R – INVESTIGATIVE SERVICES. RFP-310-1200000462-1 DUE 12-JUN-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: 120516/BID/0009
Matching Key Words: age:state!ky; state!ky;
KY Board of Certification of Marriage and Family Therapists, 911 Leawood Drive, P.O. Box 1360, Frankfort, KY 40601
R – INVESTIGATIVE SERVICES. RFP-264-1200000461-1 DUE 12-JUN-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: 120516/BID/0010
Matching Key Words: age:state!ky; state!ky;
KY Board of Examiners of Psychology, 911 Leawood Drive, P.O. Box 1360, Frankfort, KY 40601
R – INVESTIGATIVE SERVICES. RFP-210-1200000457-1 DUE 12-JUN-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: 120516/BID/0011
Matching Key Words: age:state!ky; state!ky;
KY Board of Licensed Professional Counselors, 911 Leawood Drive, P.O. Box 1360, Frankfort, KY 40601
R – INVESTIGATIVE SERVICES. RFP-172-1200000434-1 DUE 12-JUN-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: 120516/BID/0012
Matching Key Words: age:state!ky; state!ky;
Dept. for Environmental Protection, 300 Fair Oaks Lane, Frankfort, KY 40601
U – OSHA SAFETY TRAINING (HAZWOPER) RFP-129-1200000444-1 DUE 30-MAY-2012 Gregg Smith, Phone: 502-564-2150; 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: 120516/BID/0015
Matching Key Words: age:state!ky; state!ky;
KY Real Estate Commission, 10200 Linn Station Road, Suite 201, Louisville, KY 40223
R – TO CONTRACT WITH A CERTIFIED KRS CHAPTER 13B HEARING OFFICER. RFP-395-1200000470-2 DUE 23-MAY-2012 Shelly Saffran, Phone: 502-429-7250; 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: 120516/BID/0020
Matching Key Words: age:state!ky; state!ky;
Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601
T – MANAGED PRINT SERVICES. RFP-758-1200000479-1 DUE 20-JUN-2012 Stephanie Williams, Phone: (502) 564-8621; 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: 120515/BID/0001
Matching Key Words: age:state!ky; state!ky;
Kentucky Horse Park, 4089 Ironworks Parkway, Lexington, KY 40511
R – KHP – EQUINE VETERINARY SERVICES. RFP-665-1200000305-1 DUE 05-JUN-2012 Joseph Hinton, Phone: (859) 259-4287; 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: 120515/BID/0003
Matching Key Words: age:state!ky; state!ky;
Transportation Cabinet, Division of Purchases, 4th Floor, 200 Mero Street, Frankfort, KY 40622
99 – RHOMAR LUBRA-SEAL & CHASSIS ENCAPSULANT. RFB-605-1200000855-1 DUE 30-MAY-2012 Phone: (502) 564-4630; 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: 120515/BID/0007
Matching Key Words: age:state!ky; state!ky;
Kentucky Board of Licensure for PE/PLS, 160 Democrat Drive, Frankort, KY 40601
R – INVESTIGATIVE SERVICES. RFP-290-1200000451-1 DUE 25-MAY-2012 Wanda Jordan, Phone: (502) 573-2680; 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: 120515/BID/0009
Matching Key Words: age:state!ky; state!ky;
Transportation Cabinet, Division of Purchases, 4th Floor, 200 Mero Street, Frankfort, KY 40622
R – LEGAL SERVICES FY13-14 (RE-BID). RFP-605-1200000447-1 DUE 23-MAY-2012 Laura Stephens, Phone: (502) 564-4630; 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: 120515/BID/0010
Matching Key Words: age:state!ky; state!ky;
Transportation Cabinet, Division of Purchases, 4th Floor, 200 Mero Street, Frankfort, KY 40622
R – LEGAL SERVICES FOR LOUISVILLE BRIDGES PROJECT. RFP-605-1200000480-1 DUE 22-MAY-2012 Phone: (502) 564-4630; 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: 120515/BID/0011
Matching Key Words: age:state!ky; state!ky;
Washington General Administration Goods and Services https://fortress.wa.gov/ga/webs/bidcalendar.aspx State of Washington; PO Box 41000; Olympia, WA 98504 Phone 360-902-7300
R – State of the Sound Report Technical Writing and Editing SOL Ref #: 2012-62 The purpose of this RFQQ is to secure a professional services firm to provide technical writing and editing services for the 2012 State of the Sound report. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120515/BID/0459
Matching Key Words: writ*; technical;
Public Protection Cabinet, Alcoholic Beverage Control, 1003 Twilight Trail, Suite A-2, Frankfort, KY 40601
U – STAR (SERVER TRAINER IN ALCOHOL REGULATIONS) CONTRACTOR/TRAINERS. RFP-680-1200000346-1 DUE 24-MAY-2012 Maurice Brown, 502-564-4850; 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: 120514/BID/0005
Matching Key Words: age:state!ky; state!ky;
Kentucky Board of Dentistry, 312 Whittington Pkwy., Suite 101, Louisville, KY 40222
R – INVESTIGATOR SERVICES, DENTIST. RFP-180-1200000440-1 DUE 22-MAY-2012 Lisa Turner, Phone: (502) 429-7280; 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: 120514/BID/0014
Matching Key Words: age:state!ky; state!ky;
Comm-Pass : Commonwealth of Massachusetts; Help Desk 888-627-8283 http://www.comm-pass.com
T – Video Production Service SOL null Document Title: Video Production Service Document Status: OPEN Version: 00000 Estimated Value (US$): 0.00 Estimated Units: 0 Open Date: 05/11/2012 11:36AM Close Date: 05/24/2012 11:59PM Amendment Deadline: 05/11/2012 11:59PM Last Changed Date: 05/11/2012 12:42PM Comm-PASS Category: Professional Services / HUMAN RESOURCES-Media Issuing Organization: Department of Higher Education (Formerly Board of Higher Education) / Department of Higher Education (Formerly Board of Higher Education) Procurement Type: Restricted To Use By Issuing Entity Only Applicable Procurement Law: MGL c. 7, 22; c. 30, 51, 52; 801 CMR 21.00 For Statewide Contract: No Contains Federal Stimulus: No Contains EPP: No Contains SDP : No Contains Prompt Pay: No Contains MBE/WBE/DBE Goal: No For Statewide Contract: No Contains Federal Stimulus: No Contains EPP: No Contains SDP : No Contains Prompt Pay: No Contains MBE/WBE/DBE Goal: No Search Key Words: vision project, DHE, video, katy abel Description: The Department of Higher Education is searching for a production company to provide the requested services in compliance with the Commonwealth of Massachusetts Procurement laws. The employer of record will be the Donahue Institute, who will be administering the contract. Related Contract Number: Not Available For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120514/BID/0186
Matching Key Words: video*; produc*; education*; production?;
Kentucky State Procurement
Morehead State University, Office of Support Services, Support Services Complex, 606 West Main Street, Morehead, KY 40351
R — INSURANCE BROKER SERVICES. RFP-08-13 DUE 18-JUN-2012 Phone: (606) 783-2018, Website: http://www.moreheadstate.edu/support/index.aspx?id=1925 Morehead State University is seeking proposal to establish a price contract for insurance broker service. 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: 120522/KY/6262
Matching Key Words: age:state!ky; state!ky;
Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601
R — BROKERAGE SERVICES FOR HUMAN SERVICES TRANSPORTATION (HSTD), REGIONS 1, 2, 3, 4 & 5 – ADDENDUM. RFP-758-1200000385-2 DUE 31-MAY-2012 Donald Robinson, Phone: (502) 564-6525; Website: https://emars.ky.gov/online/vss/AltSelfService This Request for Proposal (RFP) is being issued for the purpose of: To procure efficient, reliable, and safe coordinated Human Service Transportation Delivery (HSTD) services to eligible clients for Office for the Blind, Office of Vocational Rehabilitation, and Non-Emergency Medical (Medicaid) Transportation (NEMT), excluding stretcher services. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120521/KY/6168
Matching Key Words: age:state!ky; state!ky;
Cabinet for Health & Family Services, Department for Public Health, 275 East Main Street HS1W-C, Frankfort, KY 40601
R — FY13 CHFS/DPH TEMPORARY LAB SCIENTIST SERVICES. RFP-728-1200000445-1 DUE 31-MAY-2012 Bobbie Davis, Phone: (502) 564-6663; Website: https://emars.ky.gov/online/vss/AltSelfService The Division of Laboratory Services has a need to create a personnel pool of qualified scientists that shall perform the mandated testing required by KRS 211.190. The education requirements for the scientist positions are very unique resulting in a shortage of qualified applicants. Services required from the scientists include biochemical and/or molecular testing, interpreting record results, assisting with maintaining the laboratory’s certification, and performing routine maintenance on instruments and troubleshooting problems. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120521/KY/6172
Matching Key Words: age:state!ky; state!ky;
Jefferson County Public Schools, 3001 Crittenden Drive, Louisville, KY 40209
R — PIANO TUNING. BID #6601 DUE 11-JUN-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: 120521/KY/6224
Matching Key Words: age:state!ky; state!ky;
Jefferson County Public Schools, 3001 Crittenden Drive, Louisville, KY 40209
99 — SHADE MATERIAL. BID #6602 DUE 11-JUN-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: 120521/KY/6226
Matching Key Words: age:state!ky; state!ky;
City of Hopkinsville, 101 North Main Street, Hopkinsville, KY 42240
69 — MOBILE LIVE FIRE TRAINING SYSTEM FOR HOPKINSVILLE FIRE DEPARTMENT. DUE 14-JUN-2012 Office of Procurement Specialist, (270) 890-0230, Website: http://hopkinsvilleky.us/city-departments/administration/finance/rfp-rfq-bids Sealed bids addressed to the Procurement Specialist for furnishing and delivering the following: ONE – MOBILE LIVE FIRE TRAINING SYSTEM FOR THE CITY OF HOPKINSVILLE FIRE DEPARTMENT, will be received at the Lackey Municipal Center, 101 North Main Street, Room 160, P.O. Box 707, Hopkinsville, Kentucky 42241, until 1:00 p.m., local time, June 14, 2012, at which time the bids will be opened and read aloud publicly in the Council Chambers, Second Floor, at the same address. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120521/KY/6231
Matching Key Words: age:state!ky; state!ky;
Cabinet for Economic Development, 300 West Broadway, Old Capitol Annex, Frankfort, KY 40601
R — CSC ACCOUNTING SERVICES – ADDENDUM. RFP-635-1200000375-3 DUE 25-MAY-2012 Gene Fuqua, Phone: (502) 564-7670; Website: https://emars.ky.gov/online/vss/Advantage New Due Date. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120518/KY/6127
Matching Key Words: age:state!ky; state!ky;
Western Kentucky University, Bowling Green, KY
T — PRINTING OF COLLEGE HEIGHTS HERALD. BID #WKU-2012-055 DUE 07-JUN-2012 Website: http://www.wkuplanroom.com/purchasing/ 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: 120518/KY/6161
Matching Key Words: age:state!ky; state!ky;
Kentucky Department of Education, Financial Mgt., 500 Mero Street, Frankfort, KY 40601
R — MANAGEMENT IMPROVEMENT CONSULTANT – ADDENDUM. RFP-540-1200000476-2 DUE 29-MAY-2012 Thomas Stratton, Phone: (502) 564-2351; 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: 120517/KY/6071
Matching Key Words: age:state!ky; state!ky;
Lexington-Fayette Urban County Government, Division of Central Purchasing, 200 East Main Street, Lexington, KY 40507
99 — SANITARY SEWER OVERFLOW (SSO) SIGNS. BID #69-2012 DUE 31-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 5-31-2012 in Central Purchasing, 200 E. Main St., Rm. 338, Lexington, KY for: Bid 69-2012 Sanitary Sewer Overflow (SSO) Signs. 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: 120517/KY/6083
Matching Key Words: age:state!ky; state!ky;
University of Louisville, Department of Purchasing, Louisville, KY
R — DISASTER RECOVERY SERVICES. RP-97-12 DUE 19-JUN-2012 Jim Warden, Phone: (502) 852-6248; Website: http://louisville.edu/purchasing/bids/bids_rfplisting.htm Services and capabilities to be provided by contractor shall include, but not be limited to, the following: *Stabilization of the building infrastructure and environment. *Facilities, personnel and oversight to effectively and efficiently provide professional advice and packing, freezing, and drying services to campus units affected by a disaster. *Air treatment, smoke neutralization, sanitization, deodorization and the treatment and removal of mold for Document collections and facilities. Decontamination and restoration, mitigation, cleanup and containment resulting from chemical, biological, and radiological incidents. *Expertise, equipment, and personnel to salvage facilities damaged by disasters. *Ability to successfully salvage and recover damaged documents, books, artifacts, electronics, stored data, lab equipment, or other equipment. *Ability to work closely with campus personnel, and local, state, and Federal agencies responding to a disaster in a manner that will ensure the successful recovery of damaged resources and the successful completion of any investigations, clean-ups, or other specialized situations. *Ability and experience to safely, confidentially, and effectively, handle classified or restricted documents, hazardous materials, animal research facilities, research, or data damaged in the course of a disaster. *Ability to provide a standardized rate schedule for necessary services and the ability to obtain all necessary equipment. 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: 120517/KY/6091
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 – ADDENDUM #1. RFP-06-13 DUE 23-MAY-2012 Phone: (606) 783-2018, Website:http://www.moreheadstate.edu/support/index.aspx?id=1925 Morehead State University is seeking proposals from qualified firms to 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: 120517/KY/6099
Matching Key Words: age:state!ky; state!ky;
Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601
R — FULL SERVICE FOR ISSUANCE OF LICENSE PLATE DECALS – ADDENDUM. RFP-758-1200000374-2 DUE 11-JUN-2012 Sherita Miller, Phone: (502) 564-6522; 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: 120516/KY/5994
Matching Key Words: age:state!ky; state!ky;
Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601
T — FULL SERVICE FOR ISSUANCE OF LICENSE PLATE DECALS – ADDENDUM. RFP-758-1200000374-2 DUE 11-JUN-2012 Sherita Miller, Phone: (502) 564-6522; 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: 120516/KY/5995
Matching Key Words: age:state!ky; state!ky;
Louisville Metro Housing Authority, Purchasing Department, 3223 S. 7th Street Road, Louisville, KY 40216
R — THIRD PARTY WORKERS COMPENSATION CLAIMS ADJUSTING SERVICES. PROPOSAL #1282 DUE 05-JUN-2012 The Louisville Metro Housing Authority will accept sealed proposals for: Proposal #1282 Third Party Workers Compensation Claims Adjusting Services. Bid proposals will be accepted until 10:00 a.m. on: June 5, 2012. Pre-Proposal Conference: May 22, 2012 at 10:00 a.m. Specifications on the above mentioned proposal may be examined at the Louisville Metro Housing Authority Purchasing Department located at 3223 S. 7th Street Rd., Louisville, KY 40216. The Louisville Metro Housing Authority reserves the right to accept or reject any or all bids and/or waive any informalities in the bidding. 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: 120516/KY/6022
Matching Key Words: age:state!ky; state!ky;
University of Kentucky, Purchasing Division, 322 Peterson Service Building, Lexington, KY 40506-0005
R — FIREWORKS DISPLAY. UK-1179-12 DUE 06-JUN-2012 Phone: (859) 257-9100; Website: http://www.uky.edu/Purchasing/bidlist.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: 120516/KY/6028
Matching Key Words: age:state!ky; state!ky;
Warren County Board of Education, 303 Lovers Lane, Bowling Green, KY 42101
R — ALL STUDENT INSURANCE. BID 004-12 DUE 30-MAY-2012 Website: http://warrenky.web1.schoolpointe.com/content_page.aspx?cid=996 Applications for bidding, specifications, and other pertinent data are available at the Warren County Board of Education located at 303 Lovers Lane, Bowling Green, KY 42103, contact person: Valerie D. Rich, Phone: 270-781-5150. All bid responses being mailed need to be mailed to Warren County Board of Education, P.O. Box 51810, Bowling Green, KY 42102-6810. 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: 120516/KY/6046
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 – ADDENDUM. RFP-174-1200000381-2 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: 120515/KY/5956
Matching Key Words: age:state!ky; state!ky;
Housing Authority of Flemingsburg, 142 Circle Drive, Flemingsburg, KY 41041
R — PHYSICAL NEEDS ASSESSMENT. DUE 04-JUN-2012 The Housing Authority of Flemingsburg is seeking proposals for a Physical Needs Assessment. Proposals are due by June 4, 2012, 4:00 p.m. The Housing Authority of Flemingsburg office is located at 142 Circle Drive, Flemingsburg, KY 41041. Inquiries may be made by calling 606-845-1651 or by e-mailing haflemingsburg@altiusbb.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: 120515/KY/5968
Matching Key Words: age:state!ky; state!ky;
Lexington-Fayette Urban County Government, Division of Central Purchasing, 200 East Main Street, Lexington, KY 40507
R — CONSULTING SERVICES FOR ENVIRONMENTAL PUBLIC EDUCATION PROGRAM-2012/2013. RFP16-2012 DUE 04-JUN-2012 Phone: (859) 258-3320; Fax: (859) 258-3322; Website:http://www.lexingtonky.gov/index.aspx?page=162 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: 120515/KY/5976
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 – ADDENDUM. RFP-523-1200000432-2 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: 120514/KY/5895
Matching Key Words: age:state!ky; state!ky;
Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601
R — BANK LOAN FOR UNEMPLOYMENT INSURANCE – ADDENDUM. RFP-758-1200000439-2 DUE 18-MAY-2012 Jodyi Hall, Phone: (502) 564-8625; 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: 120514/KY/5896
Matching Key Words: age:state!ky; state!ky;
Cabinet for Economic Development, Dept. of Financial Incentives, 300 West Broadway, Old Capitol Annex, Frankfort, KY 40601
R — COMPLIANCE AND FINANCIAL AUDITING SERVICES – ADDENDUM. RFP-638-1200000365-4 DUE 16-MAY-2012 Katie Smith, Phone: (502) 564-4554; Website: https://emars.ky.gov/online/vss/Advantage New Due Date. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120514/KY/5900
Matching Key Words: age:state!ky; state!ky;
City of Shively, 3920 Dixie Hwy., Shively, KY 40216
R — COMMERCIAL GENERAL LIABILITY, PUBLIC OFFICIALS LIABILITY, LAW ENFORCEMENT LIABILITY, COMMERCIAL AUTOMOBILE LIABILITY, PROPERTY AND WORKERS COMPENSATION. DUE 21-MAY-2012 City of Shively is currently soliciting bids for Commercial General Liability, Public Officials Liability, Law Enforcement Liability, Commercial Automobile Liability, Property and Workers Compensation. Bid information can be picked up at Shively City Hall on May 14th at 10:00 a.m. Bids are due May 21st by 3:00 p.m. to City of Shively, 3920 Dixie Hwy., Shively, KY 40216. 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: 120514/KY/5905
Matching Key Words: age:state!ky; state!ky;
Housing Authority of Covington, 2300 Madison Avenue, Covington, KY
R — WORKFORCE DEVELOPMENT/CASE MANAGEMENT CONTRACT. DUE 25-MAY-2012 The Housing Authority of Covington, Kentucky (HAC) is seeking written Proposals for an on-site Sub-Contractor to provide the assessment, training, evaluation, program curriculum, job placement, and ongoing monitoring of HAC resident participants in an advanced Workforce Development Program. Proposals will be received until 4:00 p.m. (EST), May 25, 2012. Proposals must be sealed and received at the following address: Housing Authority of Covington, Attn: Simon Bradley, 2300 Madison Ave., Covington, KY 41014. The outer label of all submittals must be marked Workforce Development/Case Management Contract and include the name of the respondent. Questions regarding the RFP should be submitted in writing to: Simon Bradley, Fax (859) 292-3240 or email at spbradley@hacov.org. Questions regarding the RFP shall be answered in writing not later than 12:00 p.m. (EST), May 18, 2012. No verbal questions will be honored. 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: 120514/KY/5911
Matching Key Words: age:state!ky; state!ky;
Jefferson County Public Schools, 3001 Crittenden Drive, Louisville, KY 40209
U — TITLES I & III NON-PUBLIC INSTRUCTIONAL SERVICES. DUE 31-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: 120514/KY/5933
Matching Key Words: age:state!ky; state!ky;
Louisville Water Company, 550 South 3rd Street, Louisville, KY 40202
R — BROKERAGE SERVICES FOR MEDICAL, DENTAL, MEDICARE HMO/SUPPLEMENT, SHORT/LONG TERM DISABILITY AND LIFE INSURANCE – ADDENDUM #1. RFP 12-46 DUE 16-MAY-2012 Terry Atwell, Phone: 502-569-3600 ext 2176; Email: tatwell@lwcky.com; Website: http://www.lwckyplanroom.com/goodsandservices For additional information, bidders must refer to the specifications. Specifications may be obtained from the Goods & Service Eplanroom at http://www.lwckyplanroom.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: 120514/KY/5942
Matching Key Words: age:state!ky; state!ky;
May 25, 2012
Business / Career