Business and Career Opportunities (Bids and Purchases)

July 8, 2012

Business / Career

FedBizOpps – Procurement

Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast Seattle WA 98115-6349

R — PRODUCE A SHORT FORMAT VIDEO TO ILLUSTRATE THE CONCEPTS OF IEA WAD-12-04254 071712 Melvin N. Fondue, Phone (206) 526-6043, Email melvin.n.fondue@noaa.gov This is a combined synopsis / solicitation for service to produce a short format video to illustrate the concepts of IEA, with special emphasis on trade-offs omong ecosystem components, including species, foodwebs, habitat, water quality, and human well-being.   Background Integrated ecosystem assessments (IEAs) are a critical science-support element enabling an ecosystem-based management (EBM) strategy, and are an emerging science tool to support fisheries management, and the Pacific Fisheries Management Council ecosystem management plan. An IEA is a formal synthesis and quantitative analysis of information on relevant natural and socio-economic factors in relation to specified ecosystem management goals. It involves and informs citizens, industry representatives, scientists, resource managers, and policy makers through formal processes to contribute to attaining the goals of EBM. IEAs begin with an identification of critical management and policy questions to define the scope of information and analyses necessary to inform management. IEAs use quantitative analyses and ecosystem modeling to integrate a range of social, economic, and natural science data and information to assess the condition of the ecosystem relative to the identified scope. IEAs also identify potential management options, and these are evaluated against EAM goals. IEAs are peer-reviewed and communicated to stakeholders, resource managers and policy makers. IEAs differ from other assessments like Environmental Impact Statements in that they explicitly consider all components of the ecosystem and address the broad goals of EAM. A key goal of IEAs is to move towards clear, well-defined ecosystem objectives built upon a science strategy that fuses ecosystem components into a single, dynamic, fabric in which both human and natural factors are intertwined. Periodic assessment of biological, chemical, physical and socio-economic attributes of ecosystems allows for coordinated evaluations of national marine, coastal and Great Lakes ecosystems to promote their sustainability under a variety of human uses and environmental stresses. Moreover, IEAs involve and inform a wide variety of stakeholders and agencies that rely on science support. IEAs integrate knowledge and data collected by NOAA and other regional entities including other federal agencies, states, non-governmental organizations, and academic institutions. IEAs also identify critical knowledge and data gaps, which, if filled, will reduce uncertainty and improve our ability to fully employ ecosystem approaches to management. The objective of this contract is to generate communication products for the general public, stakeholders, and resource managers about IEAs. Theproducts will be short-form videos suitable for electronic displays, presentations and websites. 2.0 SERVICES REQUIRED   The vendor will provide the following services to assist in addressing the objective and questions in section 1.0 of this statement of work. Specifically they will provide the following: 2.01 Contractor shall conduct interviews regarding IEAs with stakeholders, managers, and scientists in Santa Cruz, and Monterey CA, and Seattle, WA. 2.02 Contractor shall integrate existing video interviews with new interviews (section 2.01) 2.03 Contractor shall collaborate with NOAA scientists to interpret interviews and generate short-form video broadcasts. 3.0 SKILLS REQUIRED The vendor shall meet all the following requirements. 3.01 Contractor shall have 30 years experience in graphic representation and cg visualization. 3.02 Contractor shall have extensive experience in video production, editing and post production. 3.03 Contractor shall have at least 10 published short format videos and an ability to communicate complex scientific stories using video and computer graphics. 3.04 Contractor shall have experience with integrating cg motion graphics and video interviews into narrative videos. 3.05 Contractor shall have previous experience generating at least 3 videos on the topic of Integrated Ecosystem Assessment. 4.0 DELIVERABLES Deliverables shall be provided to the Conservation Biology Ecosystem Science Program at the NWFSC by the performance dates indicated within section 6 of this statement of work. 4.01 Contractor shall provide short format videos that graphically illustrate the key concepts of Integrated Ecosystem Assessment in a form appropriate for the general public.  5.0 Point of Contact. Dr. Phillip Levin from the NWFSC will be the point of contact for the contractor’s questions of review and acceptance of submitted work. The point of contact will serve as co-principal investigator and will also be responsible for task coordination and acknowledgement of the hours and performance of the contractor. 6.0 PERFORMANCE 1.1 Place of Performance Work will be completed at locations determined upon agreement of both parties. 1.2 Period of Performance Initial funding period 15 August 2012 – 14 August 2013 This procurement is being procured in accordance with FAR Part 13, Simplified Acquisition Procedures. Interested parties must respond to this announcement within  fifteen (15) calendar days of its publication. All responses must be in  writing and may be faxed to 206-526-6025 or email  (melvin.n.fondue@noaa.gov) . This is a simplified acquisition with an  estimated value of less than $150,000. ****The Western Acquisition Division, requires that all contractors doing business with this Acquisition Office be registered with the Central Contractor Registry (CCR) as of October 1, 2003. After this date, NO award can be made unless the vender is registered in CCR. For additional information and to register in CCR please access the following web site: http://www.ccr.gov. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at http://www.dnb.com/eupdate or by phone at (800) 333-0505. All contractors are required to complete online Representations and Certifications at http://www.orca.bpn.gov to be eligible to receive an award.   Place of Performance: 7600 Sand Point Way NE Seattle, WA 98115-6349 US URL:https://www.fbo.gov/spg/DOC/NOAA/WASC/WAD-12-04254/listing.html
OutreachSystems Article Number: 120704/PROCURE/0107
Matching Key Words: video*; edit*; produc*; web; site?; business*; produce?; production?; naics!512110; 


Department of Veterans Affairs, VA National Cemetery Administration Centralized Contracting Division, Department of Veterans Affairs National Cemetery Administration, Department of Veterans Affairs;National Cemetery Administration;75 Barrett Heights Rd. Suite 309;Stafford VA 22556

99–FURNISH AND INSTALL GRAVELINERS AT LEBANON NATIONAL CEMETERY, LEBANON, KY VA78612R0180 072412 gail.cunningham@va.gov NCA-CCD The National Cemetery Administration, Contracting Service, intends to issue a solicitation for proposals to procure concrete grave liners for Lebanon National Cemetery located in Lebanon, KY under Solicitation Number VA786-12-R-0180. This procurement will be awarded as a 100% Small Business set-aside. The contractor shall provide all labor, supervision, equipment, materials and transportation necessary to furnish and install Style I – Concrete Grave Liners (Box with Separate Lid) for Lebanon National Cemetery. All work shall be performed in accordance with specifications of the Statement of Work and the terms and conditions of the contract. The period of performance for this procurement will be from the Date of Contract Award through September 30, 2012 and four option years, if exercised. The NAICS Code is 327390. The Small Business Size Standard is 500 employees. The Government intends to award a Firm Fixed Price contract in accordance with all terms and condition of the solicitation. There will be a question and answer period that will be identified in the solicitation. No telephone inquires will be honored. Electronic solicitations will be available for download from the Federal Business Opportunity website http://www.FedBizOpps.gov on or about July 10, 2012. Responses to the solicitation will be due on or about July 24, 2012 by 2:00p.m Eastern Daylight Time. No emails or facsimile proposals will be accepted. Any amendments to the solicitation will also be available at the FEDBIZOPPS link indicated above. Offerors are advised that they are responsible for obtaining and including signed amendments in their proposals. If you are a Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Business (VOSB), you must be certified in the Vendor Information Pages (VETBIZ) database at http://www.vetbiz.gov . All awardees must be registered in the Central Contractor Registration (CCR) database athttp://www.ccr.gov and the Online Representations and Certifications Application (ORCA) database at http://ocra.bpn.gov. Set-Aside: Total Small Business Place of Performance: Lebanon National Cemetery;20 Highway 208; Lebanon, KY 40033 USA URL: https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78612R0180/listing.html
OutreachSystems Article Number: 120704/PROCURE/0565
Matching Key Words: state!ky; 

 

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

R — Forensic Support Services 12-P-0701122412 061512 Lynda M. Theisen, Fax 703-632-8480, Email Lynda.Theisen@ic.fbi.gov The Federal Bureau of Investigation intends to issue solicitation 12-P-0701122412 to establish a single-award Indefinite Delivery/Indefinite Quantity contract for Forensic Support Services. The contractor shall furnish all supervision, labor, facilities, supplies, and materials necessary to perform work associated with individual task orders. Contract period will be for a base period of one year and 4 (four) 1-year option periods. Total contract period, to include all options, shall not exceed five calendar years. The contract awarded in response to this requirement will support, at a minimum, three sections of the Laboratory (not to the exclusion of other FBI Sections). The four sections are: 1) Terrorist Explosive Device Analytical Center (TEDAC), 2) Scientific Analysis Section (SAS), 3) Operational Response Section (ORS), 4) Forensic Science Support Section (FSSS). The forensic operations services to be provided under the contract shall fall within four organizational entities listed above with the vast majority in the support of TEDAC Forensic Operations Unit. Unlike other FBI Laboratory forensic units, which focus on one forensic or scientific discipline, the TEDAC Forensic Operations Unit is a multi-discipline unit that encompasses evidence control, biometrics, and scientific analysis components. Support provided to ongoing investigations and operations requires highly motivated individuals committed to providing high quality analysis. The Functional Areas to be covered under the IDIQ contract include the following: 1. Program Management – Provide overall program management support. 2. Render Safe – Provide services to assist in the render safe and disposal of improvised  explosive devices and explosives ordinance. 3. Evidence Inventory, Control and Management – Provide services to: properly inventory, assess, process, and maintain the chain of custody of all evidence and forensic materials submitted by contributors; route evidence and forensic materials to examining units and others; and manage the storage of evidence. 4. Examination of Evidence – examine and analyze evidence in one or more forensic disciplines, such as trace, tool mark, nuclear and mitochondrial DNA, and explosives chemistry, and prepare written documentation and reports. 5. Quality Assurance – Follow and adhere to established FBI Laboratory Quality Assurance standards and protocols. As necessary, establish and maintain a quality assurance program to ensure that all tasks are completed in accordance with the contract. In addition Contractor may be called upon to write Quality Assurance standards, Standard Operating Procedures(SOP) and training manuals. Award will be made to the offeror who submits a proposal that is found to be the best value to the Government as defined in FAR Part 15. This RFP will be issued in electronic format only and will be available on or about June 15, 2012 on the Federal Business Opportunities (FedBizOps) websites. Accordingly, telephoned, mailed, e-mailed or faxed requests for the RFP will not be honored. All future information regarding this acquisition, including solicitation amendments, will be distributed solely through the Federal Business Opportunities website. Interested parties are responsible for monitoring the FedBizOpps website to assure that they have the most up-to-date information regarding this acquisition. The Government will not reimburse interested parties for any costs associated with responding to this solicitation. To be eligible for award, a firm must be registered in the Central Contract tor Registration (CCR) database. Register via the CCR internet site at http://www.ccr.gov . Questions may be submitted to Ms. Lynda M. Theisen at Lynda.Theisen@ic.fbi.gov or by fax at 703-632-8480.     URL: https://www.fbo.gov/spg/DOJ/FBI/PPMS1/12-P-0701122412/listing.html
OutreachSystems Article Number: 120702/PROCURE/0012
Matching Key Words: writ*; standard; operating; procedure?; 

 

Department of the Interior, National Business Center, AQD – Denver, DOI, National Business Center, AQDDivision 4/ Branch 27301 West Mansfield AveD2940DenverCO80235US

R–AMERICAN INDIAN STORYTELLER (AUTHOR) D12PS00429 071612 William Brookshire william_a_brookshire@nbc.gov AMERICAN INDIAN STORYTELLER (AUTHOR) per statement of work The U.S. Department of the Interior /National Business Center, Acquisition Services Directorate (AQD) on behalf of Office of the Special Trustee for American Indian, Office of External Affairs has a requirement for an AMERICAN INDIAN STORYTELLER (AUTHOR). Additional information and opening and closing dates will appear on the RFQ. The proposed contract is 100% set aside for small business concern. Solicitation will be available on Federal Business Opportunity on 06/29/2012. Copies of the solicitation and attachment can only be obtain from the link on the Pre-solicitation (https://www.fedconnect.net/FedConnect/) Set-Aside: Total Small Business URL:https://www.fbo.gov/notices/b20e281bc0615afb800b86a74b773507
OutreachSystems Article Number: 120630/PROCURE/0081
Matching Key Words: naics!711510; 


Department of the Treasury, Bureau of the Public Debt (BPD), Division of Procurement, Avery 5F 200 Third Street Parkersburg WV 26106-5312

U — Call Center Training FMS-HQ-12-R-0008 S. Daugherty, Contracting Officer, Fax 304-480-7203, Email psb3@bpd.treas.gov 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation FMS-HQ-12-R-0008 is issued as a Request for Proposal (RFP). Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59. The NAICS code is 611430 and the size standard is $7.0M. This is set-aside 100% for Woman Owned Small Business. The Bureau of the Public Debt on behalf Financial Management Service (FMS) is contracting to acquire call center collections certification training and supervision and leadership skills for collection call center supervisor in accordance with the attached Performance Work Statement. Training Sites: Financial Management Service, Austin, Texas and Homewood, Alabama. All training shall begin prior to September 30, 2012. The provisions at 52.212-1, Instructions to Offerors – Commercial Items (FEB 2012), applies to this acquisition. Addenda to this provision are attached. The provisions at 52.212-2, Evaluation – Commercial Items (JAN 1999), applies to this acquisition. The following factors shall be used to evaluate offers: Technical Capabilities, Past Performance, Price. Addenda to this provision are attached. Offerors are to include a completed copy of 52.212-3, Offeror Representations and Certifications – Commercial items (APR 2012), with their offer. 52.212-4, Contract Terms and Conditions – Commercial Items (FEB 2012) applies to this acquisition; Addenda to 52.212-4 are attached. The following clauses apply to this acquisition: 52.212-5, Contract Terms and Conditions Required to Implement Statures or Executive Orders -Commercial Items (MAY 2012) 52.219-28, Post Award Small Business Program Representation (APR 2012) 52.219-30 Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (APR 2012) 52.222-3, Convict Labor (JUN 2003) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.222-26, Equal Opportunity (MAR 2007) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); & 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) Additional contract requirements and terms and conditions may be found in the attachment. Defense Priorities and Allocations Systems (DPAS) and assigned rating are not applicable to this acquisition. ADDENDUM TO 52.212-4, CONTRACT TERMS AND CONDITIONS — COMMERCIAL ITEMS (JUN 2010) ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS Internet Payment Platform (IPP) is a secure web-based electronic invoicing and payment information service available to all Federal agencies and their supplier by the U.S. Treasury’s Financial Management Service. IPP allows Federal agencies and their suppliers to exchange electronic purchase orders, blanket POs, invoices, and payment information in one easy to access web portal. This service is free of charge to government agencies and their suppliers, including services and support. The preferred method for invoicing is through IPP. The IPP website address is https://www.ipp.gov. Contractor assistance with enrollment can be obtained by contacting the IPP Production Help desk via email ippgroup@bos.frb.gov or phone (866) 973-3131. If the Contractor is unable to utilize IPP for submitting payment requests, invoices may be submitted electronically to the e-mail address shown in Block 18a, page 1 after completing the IPP Waiver Form and submitting it via e-mail to contractadministration@bpd.treas.gov (see attachment). Adobe Acrobat Portable Document Format (PDF) and Microsoft Word are acceptable formats. Invoices shall contain the information required in FAR 52.212-4(g). PAYMENT AND INVOICE QUESTIONS For payment and invoice questions, go to https://www.ipp.gov or contact the Accounting Services Division at (304) 480-8300. OVERPAYMENTS In accordance with 52.212-4 section (i) 5 Overpayments: Accounts Receivable Conversion of Check Payments to EFT: If the Contractor sends the Government a check to remedy duplicate contract financing or an overpayment by the government, it will be converted into an electronic funds transfer (EFT). This means the Government will copy the check and use the account information on it to electronically debit the Contractor’s account for the amount of the check. The debit from the Contractor’s account will usually occur within 24 hours and will be shown on the regular account statement. The Contractor will not receive the original check back. The Government will destroy the Contractor’s original check, but will keep a copy of it. If the EFT cannot be processed for technical reasons, the Contractor authorizes the Government to process the copy in place of the original check. MARKING OF SHIPMENTS: Please ensure that the order number (Block 4) is clearly visible on all shipping/service documents, containers, and invoices. 52.217-8 OPTION TO EXTEND SERVICE (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by writtennotice to the Contractor within 30 days before the contract expiration date. Interested offerors may register at http://www.fedbizopps.gov to receive notification when any amendments are issued and available for downloading. Please note that the General Services Administration provides the notification service as a convenience and does not guarantee that notifications will be received by all persons on the mailing list. Therefore, we recommend that you monitor the FedBizOpps site for all information relevant to desired acquisitions. PERFORMANCE EVALUATION This contract is subject to a performance evaluation. At contract completion, a completed Government evaluation shall be forwarded to the Contractor. The Contractor may submit written comments, if any, within the time period specified in the evaluation transmittal. The Contractor’s comments shall be considered in the issuance of the final evaluation document. Any disagreement between the parties regarding the evaluation shall be forwarded to the Bureau Chief Procurement Officer (BCPO). The final evaluation of the Contractor’s performance is the decision of the BCPO. A copy of the final performance evaluation report will be sent to the Contractor and to the Government’s past performance database at http://www.ppirs.gov. ADDENDUM TO 52.212-1, INSTRUCTIONS TO OFFERS – COMMERCIAL ITEMS PROPOSAL SUBMISSION Technical and price proposals are being requested in response to this solicitation. Offerors shall submit an electronic written technical proposal and written price proposal, by the due date. Offerors shall also provide 3 past performance references (Government or Commercial) where they have provided a similar service by the due date. The Offeror assumes full responsibility for ensuring that offers are received at the place as delineated herein. Offerors shall submit proposals electronically to PSB3@BPD.TREAS.GOV. All electronic submissions should contain the subject line “, ATTN: FMS-HQ-12-R-0008 Susan Daugherty “. If emailed to PSB3@bpd.treas.gov offerors can call 304-480-7138 to confirm receipt of proposal. All questions must be submitted in electronic format, such as a Microsoft Word Attachment no later than Tuesday, July 17, 2012 at 10:00 a.m. ET. Questions shall be emailed to PSB3@bpd.treas.gov attention: FMS-HQ-12-R-0008 Susan Daugherty. Please submit your proposal by 2:00 p.m. ET on Monday, July 23, 2012, in response to this solicitation. Please note that only an electronic copyof the proposal is required to be a responsive bidder. You are prohibited from communicating directly with FMS personnel regarding this procurement action. The e-mail address for submission of the proposal is PSB3@bpd.treas.gov, attention: FMS-HQ-12-R-0008 Susan Daugherty. The Offeror assumes full responsibility for ensuring that the electronically submitted proposal is in accordance with BPD Security Requirements. Microsoft Office compatible documents are acceptable. If the Offeror determines that other formats are necessary, it is the Offeror’s responsibility to verify with BPD that those formats are acceptable. Proposal materials with unacceptable or unreadable formats may be found non-responsive. Files may by “zipped, ” however, the file must be renamed, as .zip extensions will be quarantined by BPD Security and we cannot guarantee that they will be delivered by the date. Offerors must be registered and have an active status in the Central Contractor Registration (CCR) online data base at https://www.bpn.gov/ccr/default.aspx prior to the award effective date. WRITTEN TECHNICAL PROPOSAL The offeror shall address the following technical evaluation factors. Factor 1: Capability The Offeror shall provide evidence of the capability of their (1) organization, its partners & subcontractors, and (2) Instructor(s) to provide the required services listed in Section 3.0. You may do this through a demonstration of the organization’s extensive experience in teaching each requested course by stating the number of times/sessions that the organization has taught each course or an equivalent course in the past 3 years and identifying key personnel that will oversee the training. The Offeror shall also identify the instructor(s) who will be teaching each course and provide the number of times/sessions that the instructor(s) has taught each course or equivalent course in the past 3 years, including their qualifications (i.e. resume), number of years of work-related experience in the specified course content, and any feedback/comments that the instructor(s) has received from previous customer evaluations. The government may provide a more favorable review to Offerors who provide all course materials relative to the course in their proposal and reserves the right to request course materials from Offerors during thetechnical review process. The government shall return course materials to unsuccessful Offerors upon their request. Factor 2: Past Performance Offerors shall provide 3 past performance references (Government or Commercial) where they have provided a similar service using one or more of the following methods: 1. Provide the course(s) taught at FMS within the last 3 years, date, and award number, and/or 2. Provide the course title(s) and description(s) of 1 to 3 awards (Government or Commercial) for similar services completed during the past 3 years and provide references for each (point of contact, phone number, and email) with your proposal. Offerors are responsible for ensuring that their references are complete, and are returned on or before the due date and time specified for the receipt of the proposal WRITTEN PRICE PROPOSAL The Offeror shall provide a firm fixed-price proposal, for the minimum number of students stated in the PWS, including pricing per additional participant utilizing ADDENDA TO 52.212-2 EVALUATION — COMMERCIAL ITEMS (JAN 1999) (a.) The Government will award a purchase order 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 (Best Value). The non-price evaluation factors, when combined, are approximately equal to the price. As the non-price scores become more equal, then the price will be the determining factor. The following factors shall be used to evaluate offers: Capabilities The following factors (equal in importance) shall be used as the standard against which all proposals are to be evaluated: Experience (Organization and Instructors) more favorable rating may be given to Offerors who clearly demonstrates the organization and instructor(s) capability in conducting these courses through demonstration or positive references from prior classes. If an Offeror list multiple instructors for a course, the government’s evaluation will be based on the instructor with the least amount of experience. Course Outline (or materials) will be evaluated to make sure all materials and outlines being used for each course meet the core objectives listed in Section 3.0 of the PWS for each course. A more favorable rating may be given to Offerors who can clearly demonstrate that each core objective will be met for each course. The government may also provide a more favorable review to Offerors who provide course materials and reserves the right to request course materials from offerors during the technical review process. Past Performance Past performance shall be evaluated on the basis of quality of services provided, financial aspect, administrative aspect, and relevance to the work in the PWS. Evaluation shall be rated on a scale of (Excellent, Acceptable, and Unacceptable). In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror will not be evaluated favorably or unfavorably on past performance. Price The Offeror’s price will be evaluated using the total price offered that includes the maximum number of possible additional participants. Total fixed price shall be inclusive of instructor fees, course materials, and travel costs (b) 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. PERFORMANCE WORK STATEMENT FINANCIAL MANAGEMENT SERVICES DEBT MANAGEMENT SERVICES 1. OVERVIEW/BACKGROUND As part of the U.S. Department of the Treasury’s Financial Management Service, our mission as Debt Management Services (DMS) is to improve the quality of the federal government’s financial management by increasing the collection of delinquent debt owed to the government, by providing debt management services to all federal agencies, and by protecting the financial interests of the American taxpayer. DMS also develops and implements government wide debt management policies. The Financial Management Service (FMS) serves as the government’s central debt collection agency, managing the government’s non-tax delinquent debt portfolio. As a part of FMS, DMS’ goal is to provide a broad range of services, to be more responsive to the needs of client agencies, and to bring about more equity and uniformity in how the U.S. Government treats its delinquent debtors. We provide these services through a network linking our own debt collection expertise and capabilities with those of the Federal Program Agencies’ Debt Collection Center, private collection services, and the U.S. Department of Justice. The Debt Collection Improvement Act of 1996 (DCIA) provides that any non-tax debt or claim owed to the U.S. Government that is 180 days delinquent, with certain exceptions, will be referred to the Department of the Treasury for collection, which validates the existence of two primary methods of collecting debt: The Treasury Offset Program (TOP) and The Cross-Servicing Program. Our call center collection agents provide both servicing that focuses on customer service to federal program agencies, and delinquent debtors. Cross-Servicing functions involve contacting debtors (phone and correspondence); negotiating repayment agreements; sending debts to Private Collection Agencies; reporting to credit bureaus; issuing Administrative Wage Garnishment (AWG) orders; and referring debts to the Department of Justice for litigation. 2. OBJECTIVE Our objective is to incorporate the industry’s current best practices and techniques. The facilitation should assist our 79 call center collection agents with techniques that build positive connections with debtors, provide an access to their financial information, and obtain effective payment promises that are within the guidelines of US consumer law such as the Fair Debt Collection Practices Act (FDCPA), federal and state credit laws. Our supervisors and leads, total of 12 are expected to gain the essential communication, leadership and coaching skills, and best tactics and practices for agent training and development, motivation and retention, team collaboration, performance measurement and management, and self-assessment. The overall experience will provide facilitators the opportunity to deliver a curriculum that will provide agents empowerment and an extensive understanding of the direct financial impact experienced by debtors; a positive connection with people skills and negotiations; enhanced interpersonal skills, leadership, and problem-solving skills that are beneficial to all areas of life . 3. DESCRIPTION OF TRAINING COURSE Call Center Collections Certification This 3 day program should strive to improve debt resolution rates, agent productivity metrics, morale and turnover, and skills-based approaches that are supported by research and call center sciences; and Supervision and Leadership Skills for Collection Call Center Supervisors This 2 day certification program should be designed to provide the “how to” best practice for executing day-to-day, tactical job requirements with finesse. Supervisors and those in leadership roles will gain the core skills, knowledge, and in-class practice opportunities. Contractor Requirements Necessary for the Contact Center Professional Training and Certification Program: *Course Manuals *On-line certification exam (to be administered upon course completion) *Certificates of completion *Certification awards Contract Requirements Necessary for the Supervision and Leadership Skills for Contact Center Supervisors Training and Certification Program: *Comprehensive course manual *DISC communication styles assessment tools *DISC implementation guide *Cost per contact calculation worksheet *Templates (SWOT analysis; Service Level Agreements (SLA); Operating Level Agreements (OLA); Agent Scorecard; Skill Needs Analysis; Phone Screening Interview; Behavioral Based Interviewing Questions; Skills Gap Analysis) * Coaching Discussion Planner Tool Contractor Facilitator Qualifications Necessary: Contractor must be registered in the Central Contractor Registry; possess a DUNS number; and be accredited by the Better Business Bureau. Contractor must have at least 15 years of service in providing contact center professional education. Course facilitators must be certified at a “Master Trainer” level. Master Trainer level is defined as instructors who hold over 10 years of teaching experience and excellent attendee reviews. Trainers must be cross-disciplined in collections call center operations, hold real-world in the field experience, and most importantly be familiar with Federal government bodies and speak government fluently. In addition to being practitioners or consultants that teach, master trainers should also understand how people learn; what exercises will be most effective; and they be able to adapt the training course to the participants’ needs and level of understanding at any given moment. This requires adopting and integrating an organization’s vocabulary, changing examples and explanations to match real-world participant experiences and familiar scenarios. We are looking for instructors that have a wealth of training material at their disposal and can add additional training content to a class if it’s helpful to the participants’ learning. Contractors must meet the standard security check requirements. Delivery/Milestones Schedule Course should cover the dynamics involved in the (1) Basic Communications Skills for Collection; (2) The Collection Process; (3) Managing Collections Customer Situations; and (4) Advanced Collection Topics. Contact Center Professional Training and Certification The Basic Communications Skills for Collection should cover: *the basics of the collections process; *how to approach a collections call; *how to manage the opening 30 seconds of a transaction successfully; *how to minimize the negative emotional impact of a call; and *the use of techniques for showing respect and empathy The Collection Process should cover: *the mechanics of the collection process; *how to form the appropriate questions necessary to determine the debtors financial concerns; *how to obtain valid payment promises; *knowledge and understanding of the Fair Debt Collection Practices Act (FDCPA) and other laws *understanding and knowing the impact of call center metrics Managing Collection Customer Situations should cover: *understanding common and difficult types of calls; *how to prevent caller emotions from escalating; *how to use a three-step process for diffusing angry/irate callers; *understanding and managing common types of “time-wasting” customer behaviors; *role playing that provides a realistic understanding of course concepts Advanced Collections Topics should cover: *how to tailor responses to specific customer personalities to improve productivity and response levels; *how customers resist collection efforts; *how to address and manage complex collection situations – such as debt compromises; *how to review/analyze financial statements; *how to review and understand credit bureau reports and how to conduct asset searches; Supervision and Leadership Skills for Contact Center Supervisors Self-Assessment and Essential Leadership Skills, which covers: *the Supervisor’s Role and Responsibilities; *how to manage conflict; *how to develop Time Management practices; *knowledge of Employment laws; *how to build positive working relationships with Managers Metrics and Key Performance Indicators, which covers: *the tactical value of Metrics, KPI’s, and SLAs; *a detailed understanding of Service Level Agreements; *the top Supervisory Contact Center Metrics (average talk time, after contact work, hold time, etc…); *understanding and monitoring workforce management; *an in depth looks at the six key performance indicators; *how to manage attrition; and *working with Performance Management Tools Communications and Coaching for Continuous Performance Improvement, which covers: *the fundamentals of coaching, pre-coaching tasks, coaching communication styles, and coaching tools Agent Training, Motivation and Retention Best Tactics and Processes which covers: *accessing the Contact Center’s Training Practices; *how to create and maintain an effective Front Line Professional Training Program; *how to mentor agents; *how to build a Front Line Representative Retention and Motivation Program; and *how to develop and communicate Contact Center Standard Operating Procedures Schedule of Performance Upon course completion all agents completing course attendance should receive a certificate of completion and log on/password for course certification exam. Course certification should be on-line, consisting of a maximum of 60 questions to be completed in a 90 minute time frame. Participants completing courses certification exam within 4 weeks should with a score of 80% or more shall be validated as certified and provided course certification. Those agents, who fail to meet the required 80% score, shall be allowed one re-test at no additional charge. 4. DATES OF TRAINING COURSE The Government has identified dates for the training course below: TBD # OF PARTICIPANTS (MIN/MAX): AUSTIN: 28 COLLECTION AGENTS; 6 SUPERVISORS BIRMINGHAM: 51 COLLECTION AGENTS; 6 SUPERVISORS 5. TRAINING SITE DMOSC-West is located at 1619 E. Woodward Street, Austin, TX. 78741 DMOSC-East is located at 190 Vulcan Road, Homewood, AL. 35209 6. CONTRACTOR QUALIFICATIONS/FURNISHED ITEMS Fully qualified Instructors shall provide the training. Contractor employees working on this contract shall be citizens of the United States or have lawful permanent resident status and possess the ability to fluently read, speak, write and comprehend the English language. Each instructor shall have a minimum of two (2) years of instructional in the specified course content and shall be skilled in techniques of classroom presentations for the adult learner. Contractors (instructors) hired for work within the United States or its territories and possessions that require access to Treasury-owned or controlled facilities, information systems, security items or products and/or sensitive but unclassified information shall either be U. S. citizens or have lawful permanent resident status. Security screening requirements, however, apply to both U. S. citizens and lawful permanent residents hired as Contractors. 7. COURSE WORKBOOKS Instructional materials for the course shall be received by the COTR at least two (2) weeks prior to the starting date of each course. Our office should be granted permission to reproduce any and all training materials. The Contractor shall mail these materials to the following address: 1615 E. Woodward, Austin, TX. 78741. Government Furnished Property/Material/Services: *Suitable meeting space *Easel with self-stick flip chart paper *Markers *LCD projection unit/projection screen 8. ACQUISITION TYPE This requirement is a single firm fixed price award. The award is all inclusive of instructor fees, materials, and travel cost. 9. SUBSTITUTION OF KEY PERSONNEL Assigned instructors may only be replaced by the Contractor with approval from FMS. In the event that an instructor is no longer available, FMS shall require that a replacement instructor be provided. The Contractor shall notify the CO and COTR, in writing, stating the circumstances necessitating the proposed substitution and provides FMS with resume(s) of the proposed replacement instructor(s) for review and approval at least two (2) weeks prior to replacement. The Contractor shall demonstrate that the qualifications of a prospective substitute meet the contract requirements. FMS reserves the right to disapprove the proposed substitutes and negotiate with the Contractor for another replacement. 10. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) During contract performance, the COTR may evaluate the skills of any/all instructors in the following manner: Monitor each course to review and confirm the skills of any/all instructor(s) and to assess overall performance and effectiveness. The instructor’s effectiveness will be evaluated using the following criteria: • Knowledge of subject objectives and content • Ability to convey subject matter logically to participants • Ability to meet the objectives of the course • Classroom management • Communication skills • Ability to actively involve participants in learning experiences to reinforce lecture and course material Assess the evaluations completed by the participants, paying particular attention to the ratings given the course and the instructor. If the Government evaluations identify significant quality or qualification problems, the Contractor will be notified within seven (7) days. At the Government’s discretion, either (1) the Contractor shall be expected to provide, at no additional cost to the Government, the subject course with a fully qualified instructor -or- (2) the Contractor shall be asked to reduce price of contract -or- (3) the award may be Terminated for Cause. Interested offerors may register at http://www.fedbizopps.gov to receive notification when the solicitation and any amendments are issued and available for downloading. Please note that the General Services Administration provides the notification service as a convenience and does not guarantee that notifications will be received by all persons on the mailing list. Therefore, we recommend that you monitor the FedBizOpps site for all information relevant to desired acquisitions. Responses to this request can be emailed to psb3@bpd.treas.gov – Attention: FMS-HQ-12-R-0008 SUSAN DAUGHERTY. Set-Aside: Woman Owned Small Business URL: https://www.fbo.gov/spg/TREAS/BPD/DP/FMS-HQ-12-R-0008/listing.html
OutreachSystems Article Number: 120630/PROCURE/0126
Matching Key Words: writ*; copy; technical; standard; operating; procedure?; 


Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230

R–Louisville District P2 Support Contract W912QR-P2CONTRACT 071212 Lauren N. Otte, 502-315-6202 USACE District, Louisville A Market Survey is being conducted to determine if there are interested and qualified Small Business, HUBZone small business, 8(a) small business, or Service Disabled Veteran Owned small business contractors for the following proposed project: provide P2 support with four (4) on-site personnel experienced with the Corps Project Management Information System, P2. Each contract employee needs to have a practical working knowledge of Primavera scheduling software products and P6 Web and also a general working knowledge of Business Objects software in order to prepare, load, and maintain projects on a monthly basis. They will be responsible for gathering and updating schedules and project budgets and they will develop work breakdown structures, project plans, and baselines. Contract duration is estimated at 4 (four) Years from date of award, base plus three one year options. The estimated cost range is $550,000 per year. NAICS is 541990. All interested Small Businesses, certified HUBZONE, 8A, Woman Owned Small Business or Service Disabled Veteran Owned Small Business contractors should respond to this survey by email no later than 12 July 2012 at 2:00PM EST. Responses should include: (1) Identification and verification of the company’s small business status. (2) Descriptions of Experience – a. Each contract employee needs to have a practical working knowledge of Primavera scheduling software products and P6 Web and also a general working knowledge of Business Objects software in order to prepare, load, and maintain projects on a monthly basis. b. Project Management Professional certification (PMP) will receive additional consideration c. Practical expertise with report writing (using Business Objects/SQL) is preferred. d. P2 experience will receive additional consideration (3)Provide the following: a. Resumes for no more than four (4) on-site personnel with the above experience. (4) A statement of the portion of the work that will be self performed on this project, and how it will be accomplished. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Lauren Otte at Lauren.N.Otte@usace.army.mil or mail to The US Army Corps of Engineers, Louisville District, 600 Martin Luther King Jr. Place, Room 821, and ATTN: Lauren Otte, Louisville, KY 40202-2267. If you have questions please contact Lauren Otte at lauren.n.otte@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Place of Performance: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY 40202-2230 US URL: https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-P2CONTRACT/listing.html
OutreachSystems Article Number: 120630/PROCURE/0467
Matching Key Words: state!ky; 


Other Defense Agencies, Department of Defense Education Activity, Domestic Dependent Elementary and Secondary Schools Procurement Division, 700 West Park Drive Peachtree City GA 30269

U — Internet Broadcasting Special Education RFIHEVAS60003 071012 William Lockard, Phone 6783646846, Email william.lockard@am.dodea.edu REQUEST FOR INFORMATION Special Education Online Resources 1.0 Description 1.1 The Department of Defense Education Activity (DoDEA) office of Domestic Dependent Elementary and Secondary Schools (DDESS) is seeking information to determine if any companies are able to supply Special Education online standards based curriculum specifically designed for special learners with significant disabilities within the North American Industry Classification System (NAICS) Codes 611710 (Educational Support Services) and 519130 (Internet Publishing and Broadcasting). 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, DDESS is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. 2.0 Background Special education is governed by a federal law that requires students with significant disabilities to develop functional academic, motor, daily living, communication, and social skills while accessing the general education standards that are established for the school system. Our requirement is for an online, dynamic, standards-based curriculum specifically designed for special learners with significant disabilities. The curriculum should be developmentally and age appropriate providing a continuous scope and sequence from Preschool or Kindergarten to High School. 3.0 Requested Information DDESS requests vendors registered themselves as “interested vendors” if they are able to supply both categories of musical instruments. 4.0 Responses 4.1 Interested parties are requested to respond to this RFI. 5.0 Industry Discussions DDESS representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. 6.0 Questions Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer’s email address. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the Federal Business Opportunities (FedBizOpps) website; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after July 6th, 2012 at 1:00 PM EST will be answered. 7.0 Summary THIS IS a REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide Special Education online curriculum resources for special learners with significant disabilities. The information provided in the RFI is subject to change and is not binding on the Government. DDESS has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. URL: https://www.fbo.gov/spg/ODA/DoDEA/DDESS/RFIHEVAS60003/listing.html
OutreachSystems Article Number: 120630/PROCURE/0472
Matching Key Words: broadcast*; education*; 


Department of the Interior, National Business Center, AQD – Denver, DOI, National Business Center, AQDDivision 4/ Branch 27301 West Mansfield AveD2940DenverCO80235US

R–AMERICAN INDIAN STORYTELLER (AUTHOR) D12PS00429 071612 William Brookshire Cynthia_S_Chick@nbc.gov AMERICAN INDIAN STORYTELLER (AUTHOR) Set-Aside: Total Small Business URL:https://www.fbo.gov/notices/1127997a533149dda4b1e2fcea59ef66
OutreachSystems Article Number: 120630/PROCURE/0563
Matching Key Words: naics!711510; 


Other Defense Agencies, Department of Defense Education Activity, Domestic Dependent Elementary and Secondary Schools Procurement Division, 700 West Park Drive Peachtree City GA 30269

U — Internet Broadcasting Special Education RFIHEVAS60003 071012 William Lockard, Phone 6783646846, Email william.lockard@am.dodea.edu REQUEST FOR INFORMATION Special Education Online Resources 1.0 Description 1.1 The Department of Defense Education Activity (DoDEA) office of Domestic Dependent Elementary and Secondary Schools (DDESS) is seeking information to determine if any companies are able to supply Special Education online standards based curriculum specifically designed for special learners with significant disabilities within the North American Industry Classification System (NAICS) Codes 611710 (Educational Support Services) and 519130 (Internet Publishing and Broadcasting). 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, DDESS is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. 2.0 Background Special education is governed by a federal law that requires students with significant disabilities to develop functional academic, motor, daily living, communication, and social skills while accessing the general education standards that are established for the school system. Our requirement is for an online, dynamic, standards-based curriculum specifically designed for special learners with significant disabilities. The curriculum should be developmentally and age appropriate providing a continuous scope and sequence from Preschool or Kindergarten to High School. 3.0 Requested Information DDESS requests vendors registered themselves as “interested vendors” if they are able to supply this type of online educational resources. 4.0 Responses 4.1 Interested parties are requested to respond to this RFI. 5.0 Industry Discussions DDESS representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. 6.0 Questions Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer’s email address. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the Federal Business Opportunities (FedBizOpps) website; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after July 6th, 2012 at 1:00 PM EST will be answered. 7.0 Summary THIS IS a REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide Special Education online curriculum resources for special learners with significant disabilities. The information provided in the RFI is subject to change and is not binding on the Government. DDESS has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. URL: https://www.fbo.gov/spg/ODA/DoDEA/DDESS/RFIHEVAS60003/listing.html
OutreachSystems Article Number: 120630/PROCURE/0575
Matching Key Words: broadcast*; education*; 


Other Defense Agencies, Department of Defense Education Activity, Domestic Dependent Elementary and Secondary Schools Procurement Division, 700 West Park Drive Peachtree City GA 30269

U — Internet Broadcasting Special Education RFIHEVAS60003 071012 William Lockard, Phone 6783646846, Email william.lockard@am.dodea.edu URL:https://www.fbo.gov/spg/ODA/DoDEA/DDESS/RFIHEVAS60003/listing.html
OutreachSystems Article Number: 120630/PROCURE/0576
Matching Key Words: broadcast*; education*;

 

FedBizOpps – Awards

Government Printing Office, Customer Services Department, Atlanta Regional Printing Procurement Office, Buckhead West 1888 Emery Street, Suite 110 Atlanta GA 30318-2542

76 — VITA/TCE Training Materials 524-729 Traci Cobb, Phone 404-605-9160×105, Fax 404-605-9185, Email tcobb@gpo.gov 524-729 $855,000.00 061912 Gateway, 4500 Robards Lane, Louisville, KY 40218 US Consists of composition (including proofreading and editorial support) of two (2) products; printing and binding and/or trimming of five (5) products; mass producing of a CD-Rom that includes four (4)   publications; assembling of two (2) kits, and making distribution. URL: https://www.fbo.gov/spg/GPO/PPD/AtlantaGA/Awards/524-729.html
OutreachSystems Article Number: 120630/AWARDS/0977
Matching Key Words: state!ky; 

 

Other Federal Procurements (Small) 


American Public Transportation Association http://apta.com/passengertransport/Pages/classifieds.aspx American Public Transportation Association;1666 K Street, NW Suite 1100; Washington, DC 20006;Phone: (202) 496-4800

R — Authority of Lexington, Kentucky (Lextran) – RFP SOL REQUEST FOR PROPOSALS Ticket Vending Machine LEGAL NOTICE Notice is hereby given that the Transit Authority of Lexington, Kentucky (Lextran) is requesting proposals from firms for a ticket vending machine. Copies of the Request for Proposals are available from the office of Keith Srutowski, Lextran, 109 West Loudon Avenue, Lexington, Kentucky 40508; (859) 255?7756 ext 408. Email requests for electronic copies of the RFP

should be made to KSrutowski@Lextran.com . All proposals must be submitted in accordance with requirements set forth in the RFP and must be received in the Lextran offices at 109 West

Loudon Avenue, Lexington, KY 40508 by or before 3:00 PM local time, on August 15, 2012. There will be a pre-proposal conference held at the Lextran Training Center at 105 Spruce Street, Lexington, KY 40507 at 1:00 PM on Thursday, July 19, 2012. Lextran hereby notifies all proposers that in regard to any contract entered into pursuant to this RFP, advertisement or solicitation, disadvantaged business enterprises will be afforded full opportunity to submit proposals and no one will be subjected to discrimination on the basis of race, color, creed, religion, sex, disability, age, or national origin in consideration for an award. Lextran reserves the right to postpone, accept or reject any and all proposals and to waive any informality in the RFP process as Lextran deems in its own best interest. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120630/SMALL/9667
Matching Key Words: state!ky; 

 

USABID State and Local Purchases

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

R – IDEA DUE PROCESS HEARING OFFICER/APPEALS BOARD MEMBERS – ADDENDUM. RFP-540-1200000561-2 DUE 11-JUL-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: 120703/BID/0002
Matching Key Words: age:state!ky; state!ky; 


Georgia – Georgia Local Government Access http://www.glga.org/Listing.aspx?METHOD=CAT&CRITERIA=3eed7b66-22fa-dd11-99ac-005056af7e1c Georgia Municipal Association PO Box 105377 Atlanta, GA 30348 404-688-0472 678-686-6289 – FAX

R – Independent NTD Auditor Services SOL Independent NTD Auditor Services GRTA Solicitation No. 12-068 The Georgia Regional Transportation Authority (GRTA) is soliciting proposals from qualified firms to provide independent NTD auditor services to review the NTD statistics submitted by PTM, Veolia, and American Coach Lines for GRTA?s Xpress Regional Commuter System. The scope of services is attached as Part 3 of the Request for Proposals (RFP) document. The services to be performed shall generally fall into the following National Institute of Government Purchasing (NIGP) commodity code: 94631 ? Certified Public Accountant (CPA) Services Proposals will be accepted until 4:00 p.m. (ET), July 23, 2012. GRTA reserves the right to reject any and/or all proposals and shall be the sole purchasing entity for this solicitation.Interested parties must request, in writing, a copy of the RFP document from Maurice Jones, GRTA Purchasing & Procurement Specialist, at mjones@grta.org. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120703/BID/0126
Matching Key Words: writ*; copy; 

Justice and Public Safety Cabinet, Department of Juvenile Justice, 1025 Capital Center Drive, Frankfort, KY 40601

R – CAREER AND POST-SECONDARY EDUCATIONAL CONSULTANT. RFP-523-1200000560-1 DUE 12-JUL-2012 Mark Lile, 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: 120702/BID/0002
Matching Key Words: age:state!ky; state!ky; 


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

R – TECHNOLOGY STUDENT ASSOCIATION STATE ADVISOR. RFP-540-1200000564-1 DUE 11-JUL-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: 120702/BID/0003
Matching Key Words: age:state!ky; state!ky; 

 

Kentucky State Procurement 

University of Kentucky, Purchasing Division, 322 Peterson Service Building, Lexington, KY 40506-0005

R — VOLUNTARY BENEFITS BROKER & ENROLLMENT SERVICES. UK-1186-13 DUE 03-AUG-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: 120703/KY/7477
Matching Key Words: age:state!ky; state!ky; 


University of Louisville, Department of Purchasing, Louisville, KY

R — CONSULTANT FOR FILEMAKER PRO DATABASE DESIGN. RFP143-PSC DUE 11-JUL-2012 Ryan McDaniel, Phone: (502) 852-4602; Website: http://louisville.edu/purchasing/bids/bids_rfplisting.htm Assist with designing and implementing a Filemaker Pro database to manage data mining from special events sponsored by the President’s Office. The database will evolve over time to include all aspects of donor friend cultivation. A successful candidate will be able to answer questions about design and functionality of the Filemaker Pro program on an as needed basis. 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: 120703/KY/7481
Matching Key Words: age:state!ky; state!ky; 


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

R — PARKING SERVICES. RFP 45-12 DUE 30-JUL-2012 Phone: (859) 622-2246; Fax: (859) 622-2047; Website: http://www.purchasing.eku.edu/bids_quotes.php Eastern Kentucky University (EKU) is requesting proposals for electronic parking attendant solutions for Crabbe Street parking lot. This solution shall include an electronic attendant with associated software. In addition, the University would like pricing and information about related electronic technology for individual parking meters. The University desires a Crabbe Lot parking solution in place and operating prior to the start of Fall semester, August 20, 2012. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120703/KY/7487
Matching Key Words: age:state!ky; state!ky; 

Murray State University, Procurement Services, 200 General Services Building, Murray, KY 42071-3355

99 — C-STORE & RETAIL ITEMS. BID #MUR-210R-13 DUE 19-JUL-2012 Phone: (270) 809-2703; Fax (270) 809-3408; Website: http://campus.murraystate.edu/administ/procurement/Capcons/capproj.htm Murray State University is accepting bids from qualified vendors for the commodity of C-Store & Retail Items, on the campus of Murray State University. Bids will open July 19, 2012 at 2:00 P.M. Vendors may receive a copy of the bid advertisement by contacting Rhonda Lamb at 270-809-4157 and referencing MUR-210R-13. 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: 120702/KY/7450
Matching Key Words: age:state!ky; state!ky; 


City of Danville, KY

R — ENERGY AUDITOR SERVICES, ENERGY EFFICIENCY & CONSERVATION BLOCK GRANT PROGRAM. DUE 17-JUL-2012 The City of Danville is seeking proposals for Energy Auditor services relating to an Energy Efficiency & Conservation Block Grant award. Minimum requirements include previous experience preparing energy audits. A proposal packet is available from the City of Danville s Engineering Office (jmorgan@danvilleky.org), containing: (1) minimum requirements for experience; (2) proposed scope of services to be provided; (3) selection criteria for awarding a contract. Attention is particularly called to the requirements as to conditions of employment to be observed under the contract, Section 3, Segregated Facility, Section 109, Title VI, EO 11246, and EO 11375. Small, local, minority, and female firms are particularly encouraged to participate. For the hearing and speech impaired, please contact the Kentucky Relay Service (Text Telephone – TTY) Call 1-800-648-6056 and an interpreter will connect the caller with the requested person. Proposals must be received at the above address on or before 3:00 p.m., July 17, 2012. The City reserves the right to reject any and all proposals not meeting this request for consulting services. 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: 120702/KY/7457
Matching Key Words: age:state!ky; state!ky; 

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

Comments are closed.

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

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

Truth- A Right to Fight For...

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

%d bloggers like this: