Business and Career Opportunities (Bids and Purchases)

August 1, 2012

Business / Career

FedBizOpps – Procurements

Department of Housing and Urban Development, OCPO, Office of Support Operations, Office of Support Operations, NO, 451 7th Street S.W. Washington DC 20410

R — Field review of Appraisal DU204SB-12-Q-0012 081312 Charles W Hoyle Jr., Contracting Officer , Phone 6787322761, Fax 404-730-3426, Email charles.w.hoylejr@hud.gov – Charles W Hoyle Jr., Contarcting Officer , Phone 6787322761, Email charles.w.hoylejr@hud.gov Set-Aside: Total Small Business Place of Performance: Kentucky, KY US URL: https://www.fbo.gov/spg/HUD/NO/NO/DU204SB-12-Q-0012/listing.html
OutreachSystems Article Number: 120728/PROCURE/0135
Matching Key Words: state!ky; 

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–P2 Support for the Louisville District USACE W912QR-12-R-0062 091012 Lauren N. Otte, 502-315-6202 USACE District, Louisville The requirement is for contractor to provide four on-site personnel (2 Project Controls/Management Seniors; 2 Project Controls/Management) experienced with the Corps’ Project Management Information System, P2. A practical working knowledge of the P2 system itself & how it is used within each of the district’s programs will also be considered as an advantage. This includes Primavera Web PM (currently Web P6), and a general working knowledge of Business Objects and the Enterprise Data Warehouse. Experience with report writing (using Business Objects/SQL) would gain added preference. The purpose of the work is to coordinate the planning, engineering, design, construction and other technical functions involved in assigned civil works, environmental and/or military projects within the Louisville District. There will be many projects of various types, size, and complexity that will require the contractor to initiate the project in P2 and then maintain the projects monthly. Contract duration is estimated at 4 (four) years from date of award. This solicitation is a Request for Proposal (RFP). The North American Industry Classification (NAICS) code is 541990, with a size standard of $14,000,000.00. The estimated cost range is $575,000 per year. Proposals will be evaluated using a Best Value Tradeoff Source Selection Process. Proposals will be evaluated based on the following technical factors: Prime Contractor Relevant Experience, Prime Contractor Confidence in Past Performance, Key Personnel, Management and Price. All evaluation factors, other than cost or price, when combined, are more important than cost or price. This project will be available by download from the Internet only. The project specification files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. In order to download the files for this project, registration at the Federal Business Opportunities (FedBizOpps) website http://www.fbo.gov is required. Downloads are available only through the FedBizOpps website. This announcement serves as the advance notice for this project. AMENDMENTS WILL BE AVAILABLE FROM THE ABOVE WEBSITE BY DOWNLOAD ONLY. Further details will be issued with the solicitation. General questions may be addressed to Lauren.N.Otte@usace.army.mil. Set-Aside: Total Small Business 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-12-R-0062/listing.html
OutreachSystems Article Number: 120727/PROCURE/0109
Matching Key Words: state!ky; 


Department of Transportation, Federal Aviation Administration (FAA), Great Lakes Region, FEDERAL AVIATION ADMINISTRATION, AAQ-520 AGL – Great Lakes

99–Janitorial Svcs ATCT Minneapolis St.Paul Internat’l Arpt, Minneapolis, MN DTFACN-13-R-00020 080312 Diane Ayen, 847-294-7321 diane.ayen@faa.gov The Federal Aviation Administration (FAA) has a requirement to provide Janitorial / Custodial Services for Air Traffic Control Center (ATCT) located at the Minneapolis-St. Paul International Airport, 6311 34th Avenue Minneapolis, Minnesota, 55450. This procurement will be 100% set-aside for very small business for NAICS code 561720. Contractors must have an active registration within a one hundred mile (100) radius of the (ATCT) 6311 34th Avenue Minneapolis, Minnesota, 55450. (Map Quest will be the tool used to determine distance from contractors address to the Minneapolis-St. Paul (ATCT), and be registered in the Central Contractor Registration website at http://www.ccr.gov at the time the offer is made. The performance period will be October 1, 2012 through September 30, 2013 with four (4) one year option periods. The estimated price range for this procurement initial year plus four (4) option year renewals is between $100,000.00 and $250,000.00. The Request for Proposal (RFP) will be issued approximately August 15, 2012. Contractors requesting a copyof this Request for Proposal (RFP) must meet the following criteria. Be a very small business firm, need evidence of small business certification issued by the Small Business Administration (SBA) and have an active business address within a one hundred mile (100) radius of the (ATCT) 6311 34th Avenue Minneapolis, Minnesota, 55450. (Map Quest will be the tool used to determine distance from contractors address to the Minneapolis-St. Paul (ATCT). All requests to receive a copy must be in writing via e-mail or fax to the Contracting Officer Diane Ayen. diane.ayen@faa.gov, at 847-294-7321, with the company name, mailing address, email address, telephone number, and the complete RFP number. Only contractors meeting the above mentioned criteria will be sent copies of this solicitation. The deadline for requests is August 2, 2012. “This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169.” URL: https://www.fbo.gov/spg/DOT/FAA/GLR/DTFACN-13-R-00020/listing.html
OutreachSystems Article Number: 120727/PROCURE/0789
Matching Key Words: writ*; copy; 


Department of Transportation, Federal Aviation Administration (FAA), Southern Region, FEDERAL AVIATION ADMINISTRATION, ASO-52A ASO – Southern

99–Seismic Rehabilitation at the Barkley Regional Airport; Paducah, KY DTFAEN-12-R-00095 081612 Maxine Cross, 404-305-5981 maxine.cross@faa.gov AMENDEMENT A001 – Solicitation DTFAEN-12-R-00095 has been amended to reflect the following: 1) Additional work has been added to project; see attachments Specifications PVC Polyester Membrane and Drawings PVC Membrane. 2) Question and Answer have been added; see attachment 1-6 QA 3) Close date has been extended to Thursday August 16, 2012: 4:00 pm. The Federal Aviation Administration (FAA), Eastern Logistic Service Area, Southern Region, AAQ-510 ATL, College Park, Georgia has a requirement for Seismic Rehabilitation at the Barkley Regional Airport; Paducah, KY This requirement is solely set-aside for Pre-Existing/Qualified Contractors listed on the Eastern Logistics Service Area General Construction Basic Ordering Agreement (BOA) that identified Major and Moderate Multidiscipline Construction in their Declaration of Primary or secondary Interest and Ability for Task Order Performance. Performance time for the entire project is 270 calendar days. Anticipated project start date is October /November 2012. Construction price range: $1 million to $5 million. To view the solicitation and applicable attachments for this procurement, please visit: http://faaco.faa.gov/index.cfm, Select “Current Announcements” and then select “Southern Region.” All interested sources should first attempt to download the attached RFP document(s). The NAICS code for this acquisition is 236220 – Commercial and Institutional Building Construction – $33.5 Million 3.2.2.3-63 Site Visit (Construction) (July 2004) (a) AMS clauses 3.2.2.3-42, Differing Site Conditions, and 3.2.2.3-43, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded under this SIR. Accordingly, FAA urges and expects offerors to inspect the site where the work will be performed. (b) The pre-bid walk through for the PAH ATCT seismic project will be held in Paducah, KY on Wednesday, July 11th at 9:00 am. Barkley Regional Airport; 2901 Fisher Road, Paducah, KY 42086 Contractors interested in attending the site visit MUST forward their company information and the names of the individuals who will be attending to gregorye.jackson@faa.gov and Maxine.cross@faa.gov no later than Tuesday, July 10th at 4:00 pm EST (No exceptions) (c) Point of Contact: Greg Jackson – Phone: 404-389-8673 – E-mail: gregorye.jackson@faa.gov (End of provision) To be considered for award of this project, the contractor must be currently registered in the Central Contractor Registration (CCR) database (website: http://www.ccr.gov). When responding to this Request/Request For Proposal (RFP), each offeror is required to submit a cost breakdown proposal in addition to all the required documents outline in the RFP. Proposals are due no later than Thursday July 26, 2012 at 4:00 p.m. (Eastern Standard Time) Offers can be submitted via email to Maxine.cross@faa.gov or the United States Postal Service (USPS) or any commercial mail carrier to the following address: FAA Eastern Logistics Service Area, Southern Region Attn: Maxine L. Cross, AAQ-510ATL 1701 Columbia Avenue, College Park Georgia. 30337 Offerors submitting proposals by hand-delivery will need to consider allowing sufficient time to process through the security procedures in place at the FAA Southern Region Office. Overnight delivery of responses to this RFP may also be impacted if not sent in sufficient time to allow for the special mail-handling procedures in place at the Southern Region Office. Electronic Offers in response to this RFP can be submitted in accordance with the below clause: 3.2.2.3-20 Electronic Offers (July 2004) (a) The offeror (you) may submit responses to this SIR by the following electronic means (E-Mail). Your offer must arrive at the place and by the time specified in the RFP. (b) Electronic offers must refer to this RFP and include, as applicable, the item or sub-items, quantities, unit prices, time and place of delivery, all representations and other information required and a statement specifying the extent of your agreement with all the FAA’s (we) terms, conditions, and provisions. (c) We may decline to consider electronic offers that do not include required information, or that reject any of the terms, conditions and provisions of the SIR. (d) We reserve the right to make award solely on the electronic offer. However, if the CO requests, you must promptly submit the complete original (hard copy) signed proposal. (e) Send your offer electronically to maxine.cross@faa.gov (f) If you chose to send your offer electronically, we will not be responsible for any failure attributable to transmitting or receiving the offer. (End of provision) This RFP is not to be construed as a contract or a commitment of any kind. The Government shall not be liable for payment of any costs attributed to the preparation and submission of requested proposal documentation. NOTICE for informational purposes for Minority, Women-owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist small businesses, small businesses owned and controlled by socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning STLP, call the OSDBU at (800) 532-1169. URL: https://www.fbo.gov/spg/DOT/FAA/SR/DTFAEN-12-R-00095/listing.html
OutreachSystems Article Number: 120727/PROCURE/0990
Matching Key Words: state!ky; 

Department of the Air Force, Direct Reporting Unit – Air Force District of Washington, 11th CONS, 1500 West Perimeter Rd Suite 2780 Andrews AFB MD 20762-6500

R — CONTEMPORARY SERVICE BAND DIRECTOR FA2860-12-T-0084 061512 Archie Y. Warren, Contract Specialist, Phone 240-612-5680, Fax 240-612-2176, Email archie.warren@afncr.af.mil – Rhonda Coles, Contracting Officer, Phone 240-612-5647, Fax 240-612-2176, Email rhonda.coles@afncr.af.mil The 11th Contracting Squadron intends to contract for a Contemporary Service Band Director where prospective offerors are required to provide musical services for regularly scheduled Contemporary Worship service, events, and rehearsals at Chapel 1 located on Joint Base Andrews, MD. The Contractor shall provide all labor, tools, and materials in accordance with the specifications and attachments that will be identified in the solicitation. A firm-fixed price contract award is contemplated. This action will be set-aside for small business. The applicable North American Industry Classification System (NAICS) code is 813110 with a business size standard of $7.0 million dollars. It is anticipated the solicitation will be issued electronically on or about 15 June 2012 on the Federal Business Opportunities web page at http://www.fbo.gov. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this website frequently for any updates/amendments to any and all documents. Any prospective contractor must be registered in the Contractor Registration (CCR) in order to be eligible for award. Information concerning CCR registered requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Point of Contact: Ms. Archie Y. Warren, Phone (240)612-5680, E-mail archie.warren@afncr.af.mil. Set-Aside: Total Small Business Place of Performance: Chapel 1, 1345 Arkansas Road, Joint Base Andrews, Camp Springs, MD 20762 Joint Base Andrews, MD 20762 US URL:https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA2860-12-T-0084/listing.html
OutreachSystems Article Number: 120726/PROCURE/0106
Matching Key Words: naics!711510; 


Agency for International Development, Overseas Missions, Uganda USAID-Kampala, Dept. of State Washington DC 20521-2190

R — Supervisory Development Outreach and Communications Officer 617-12-007 081412 Grace W. Nakaddu, Executive Specialist, Phone 256-41-4306-001, Fax 2546-41-4306-661, Email gnakaddu@usaid.gov – Grace Muntu, Executive Assistant, Phone 256-41-4306-001, Fax 256-41-4306-661, Email gmuntu@usaid.gov ; p; 1. Position Title: Supervisory Development Outreach and Communications Officer 2. Market Value: GS-14 Equivalent ($84,697 to $110,104). Final compensation will be based upon the candidate past salary history and work experience. 3. Place of Performance: Kampala, Uganda 4. Period of Performance: Two year contract. 5. A contractor is required to work with Mission and Embassy leadership and staff to implement development, outreach, and communications efforts to increase awareness of USAID assistance programs in Uganda. 6. Education: It is preferred, but not required, that the candidate hold a Master’s degree with significant coursework in relevant fields. Relevant fields include – but are not limited to – journalism, communications, public relations or affairs, international relations, international development, public administration, development/area studies, and social studies.   At least eight to 10 years’ experience as a journalist, in public affairs or international relations is required. 7. The candidate must have at least five years’ relevant experience in a developing country. Relevant experience is defined as work in journalism, public relations, communications, and/or outreach. 8. Language Proficiency: The candidate must be fluent in both spoken and written English. 9. Skills and abilities: The candidate must have a demonstrated capacity in the following skills and abilities: Demonstrated ability to exercise sound, independent, professional judgment; Excellent organizational and critical thinking skills. Excellent written and verbal communication skills with a demonstrated ability to translate highly technical material into easy to understand narrative; Exceptional interpersonal skills with the ability to influence relationships positively; Superior project management skills and the ability to take initiative working with the direction of management; must be able to take ownership of projects, creatively problem solve and see through to completion; Strong and demonstrated knowledge of the principles and practices of public relations, media relations, and journalistic writing and reporting techniques; Knowledge of technical aspects involved in the production of different public outreach activities, such asproduction of televised programs; Maintain superior levels of professionalism while working under pressure in a fast-paced and sometimes difficult or dangerous environment; Willingness to assume duties and responsibilities in all communications areas, as needed; Strong, working knowledge of Microsoft Word, Excel, Power Point, and Internet applications;   Familiarity using a digital camera and videotaping equipment;   Must be a U.S. citizen or Resident Alien; U.S. Secret security clearance (or the ability to attain one) is required. 10. Basis of Rating : Applicants who meet the minimum qualifications will be evaluated based on the criteria listed above. Applicants are strongly encouraged to address each of the criteria on a separate sheet describing specifically and accurately what experience, training, education, and/or awards you have received that are relevant to each. Be sure to include your name, social security number, and the announcement number at the top of each additional page. Failure to address the minimum selective and/or quality ranking factors may result in your application not receiving credit for all of your pertinent experience, education, training, and awards. Notice to Applicants: The highest ranked applicants may be interviewed. Applicants must provide at least three references with current contact information, preferably both an email address and a telephone number.   The references will be asked to complete a questionnaire that assesses the applicant’s technical knowledge, work performance, communication skills, and group dynamics, using the above specific criteria. The references will be asked to provide general assessment of the applicant’s suitability for the position. It is the responsibility of the applicant to ensure submitted references are available to provide a written or verbal reference in a timely manner. In addition to comments from references, the Selection Committee will take into account awards or other evidence of outstanding performance in any areas related to the above selection criteria. USAID reserves the right to obtain from previous employers relevant information concerning the applicant’s past performance and may consider such information in its evaluation.   USAID/Uganda shall not pay for any expenses associated with the interviews. Introduction: USAID Uganda seeks to hire a qualified individual to serve as Supervisory Development Outreach and Communications Officer .   This position requires a combination of leadership, analytical, technical, and managerial skills. The incumbent must have excellent writing skills and be able to work under severe time pressures. The incumbent must be familiar with working well in an overseas environment with a wide range of governmental, non-governmental counterparts, local, regional, and international press. The S/DOCO is an essential and indispensable member of the Office of Program and Policy Development responsible forproducing and disseminating public information about mission activities for Ugandan and American consumption and to educate and promote a better understanding of USAID/Uganda programs.  In this capacity, the incumbent is responsible for strategically planning, developing, implementing, and administering the DOC program to promote better awareness and understanding of U.S. foreign assistance to Uganda. S/he guides, coordinates, and oversees the mission’s communication practices and outreach efforts, helping to ensure that they reflect the U.S. Government’s (USG) priorities and promote USAID’s accomplishments to key audiences. S/he is also responsible for relaying related policies and achievements to key audiences of the host country, in the United States, and throughout other donor countries. The S/DOCO liaises with the U.S. Embassy’s Public Affairs Office (PAO) to ensure consistency in messaging and strong coordination between USAID and other USG colleagues under the U.S. foreign assistance umbrella. The S/DOCO also serves as a ‘translator’ of complex USAID processes (e.g. budget, procurement, project design, etc.) to the broader interagency audience to ensure the intricacies of those process are conveyed to the final recipient whether it’s a journalist, the Ambassador, or a visiting Congressional Delegation. Washington-based offices requiring close contact and coordination include the Bureau for Legislative and Public Affairs (LPA). The position will also coordinate with other interagency and implementing partners. Major duties and responsibilities: The S/DOCO will manage the full range of public information and outreach activities in support of USAID/Uganda’s programs and objectives, targeting information to specific audiences in both the US and (country), in accordance with the Mission’s public strategy and evolving circumstances. Specific duties include but are not limited to the following: 1. Supervisory and Coordination: Lead the Mission’s Development Outreach and Communications (DOC) team comprised of one to two Foreign Service Nationals to ensure overall quality and coherence of the team’s communications and outreach products and initiatives. Lead the development and implementation of the Mission’s communications strategy and outreach plan. Represent the Mission at the senior level in all matters pertaining to public affairs and outreach activities with other branches of the USG, the Government of Uganda, implementing partners, other donor nations, the UN, World Bank and other groups or institutions.  Train USAID’s technical staff in Uganda/Kampala and the regional offices in support of their public speaking and media outreach roles. Oversee the integration of communications in the project design and implementation processes. Serve as the senior advisor to Mission management regarding all public information, media relations, and outreach matters. Maintain up-to-date knowledge of all USAID/Uganda activities and processes, as well as a keen awareness of political and policy issues. Advise USAID staff and implementing partners on developing appropriate public information programs and initiatives. Serve as a resident expert on USAID branding and style guidelines, ensuring regulations are followed by recommending revisions and appropriate application as outlined in ADS 320 and the Agency’s Graphic Standards Manual. Oversee and provide regular trainings to USAID staff and implementing partners on the appropriate use of branding and marking; work closely with Contracting/Assistance Officer Representatives (C/AOR) to ensure adherence to branding in the field; and, seek guidance from LPA on any disputes or waiver requests. Coordinate with the PAO, U.S. Military, other USG agencies (e.g. CDC, Agriculture), and USAID implementing partners to achieve maximum exposure and understanding of U.S. development and humanitarian assistance efforts and initiatives in Uganda, as defined by the Chief of Mission and USAID Mission Director. Establish and maintain contacts with donor representatives, implementing partners, and other USG agencies to collect information for reports. 2. Public Information and Publicity Materials: Coordinate information dissemination, media outreach, and public events within the Mission; with the Mission’s offices, units and technical staff; and with all non-USG organizations. Oversee the drafting, editing, and dissemination of timely and accurate information, fact sheets, press releases, newsletters, brochures, presentations, responses for requests for information, and all other public information materials relating to USAID/Uganda’s activities. These must be written in clear, concise English, prepared with both the media and general audiences in mind, and designed for print, power points, and web use.   Oversee the preparation of a bi-weekly summary of events, submissions for the Weekly Administrator’s Report, and submissions for USAID Frontlines and other USAID public information platforms including the Administrator’s Blog, Facebook, Twitter, YouTube and other new or emerging social media sites. Oversee the use of social media platforms as an engagement tool with a focus on digital advocacy and outreach; a social media strategy will be developed to complement the broader communications plan. The DOC will manage the preparation and maintenance of an updated standard information package on the USAID program in Uganda for briefings and for distribution to the public and the media; and for USAID/W, LPA, State, Congress, etc.; including scene setters, program briefing papers, project status reports, maps, photos, information about other donors, and general information about Uganda. S/he oversees the maintenance of the Mission’s English-language web materials to ensure they are accurate and up-to-date. Oversee the writing and distribution of press releases on program successes, project inaugurations, significant developments, etc. Follow up with media to encourage and support coverage of public events. Coordinate with technical offices, Embassy’s PAO, and LPA to produce and release timely, accurate, and useful written information to local and international media. 3. Media and Public Relations: Promote separate, pro-active, targeted, information and media outreach activities. These activities are specifically designed to push accurate information about USAID programs deep into local, regional and national markets, through the selective use of radio, television, newspapers, magazines, public service announcements, advertisements, billboards, and traditional communications. Oversee all international and local media relations. Work closely with PAO on press relations and maintain contacts with high-level Western and local journalists from all media outlets. Advise and work with Embassy PAO to expand opportunities to keep media abreast of USAID/Uganda programs, including TV, radio and other media. This may include arranging interviews, briefings, media tours of USAID projects, etc. In collaboration with PAO, advise the Mission Director and USAID staff on press and media relations. Ensure a targeted, coherent, and consistent message from all USAID staff and implementing partners. Coordinate with Government of Uganda public relations offices, maintaining good relations and advising on working with Uganda and international media. Supervise the monitoring of the local and international press coverage, awareness, and attitudes concerning USAID programs and monitor effectiveness of the communications strategy. Provide feedback to inform ongoing activities and future programming. As directed by the Mission Director, Deputy Director, and Supervisory Program Officer and in collaboration with PAO, respond to inquiries from the general public, media, and other sources about USAID programs and projects. 4. Publicity Events: Organize and coordinate press events for USAID projects in conjunction with the PAO, USAID Mission Director, USAID staff and implementing partners. This includes conferences, openings, ribbon-cuttings, and other ceremonies. Write press releases, speeches, and talking points; organize background briefings for media; compile and disseminate press packets; deal with protocol issues, site selection, staging, and logistical issues; identify and schedule speakers; liaise with U.S. and local government officials; write or edit Briefing Checklists (BCLs), scene setters, briefing materials and memorandums to the Ambassador or his/her deputies when participation in events is warranted; write or edit BCLs and Scene Setters for USAID’s Front Office when participation in events is warranted; provide on-site coordination of media. Follow up with media to ensure coverage of public events. Manage the posting of all event information and materials to the Mission website. Review and edit press releases, speeches, and talking points drafted by implementing partners for USAID events; review and edit BCLs and Scene Setters drafted by implementing partners for USAID events. Submit all press releases and interview requests – in-house and those drafted by implementing partners – to PAO (and LPA, when appropriate) for review and approval. Oversee the maintenance of a calendar of USAID program events and its distribution within USAID/Uganda, to Embassy stakeholders, and LPA in Washington. Photograph and/or shoot video of USAID events for the USAID and Embassy websites and for USAID/Uganda’s archives. Serve as the Mission’s primary point of contact for publicity events and site visits by official visitors from the U.S. Embassy, USAID/Washington, Congress, and other USG agencies or entities. Coordinate VIP site visits as necessary. Coordinate with Embassy on schedules and logistics. Lead the preparation of briefing materials, scene setters, and other information products and processes to support these visits. Maintain a diverse list of potential site visit locations appropriate for a variety of CODEL, STAFFDEL, and other high-level visitors to USAID/Uganda, coordinating closely with partners in advance. Perform other duties/activities that the US Ambassador, USAID Mission Director, Deputy Director, Supervisory Program Officer, USAID/Washington and circumstances may dictate. The contractor will report to the Supervisory Program Officer For detailed scope of work and evaluation criteria, please send email to gnakaddu@usaid.gov , copy, gmuntu@usaid.gov or access at:http://uganda.usaid.gov/   Place of Performance: USAID/Uganda, c/o US Embassy Compound – South Wing, Plot 1577 Ggaba Road Postal Office Box: 7856 Kampala UG URL:https://www.fbo.gov/spg/AID/OM/UGA/617-12-007/listing.html
OutreachSystems Article Number: 120726/PROCURE/0134
Matching Key Words: video*; edit*; produc*; train*; conference?; you; website; web; site?; page?; education*; event?; produce?; production?; distribut*; 


Department of Agriculture, Natural Resources Conservation Service, California State Office, 430 G Street, Suite 4164 Davis CA 95616-4164

T — Video Production Services AG-9104-S-12-0003 081512 John D. McClure, Contracting Officer, Phone 5307925677, Fax 5307925731, Email john.mcclure@ca.usda.gov – John Drumm, Management Services Officer, Phone 530-792-5675, Fax 5307925731, Email john.drumm@ca.usda.gov This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Proposals requirement for developing an approach for five 2-4 minute YouTube videos; developing complete storyboards and scripts; filming and editing of video production needed for the finished products; assisting NRCS staff in posting videos to receive prime placement online. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59. The Dept. of Labor Wage Determination for Yolo County, California is included as an attachment. The period of performance is from approximately August 20, 2012 through April 30, 2013. This is a total set-aside for small businesses concerns. The NAICS Code is 512110, and the small business size standard is $29.5 million. The solicitation includes 1 line item to be offered as 1 job on form SF-1449. The following clauses and provisions apply to this acquisition: 52.212-1, 52.212-2, 52.212-3, 52.212-4, and 52.212-5, etc. as shown in the solicitation. Evaluation Factors are listed as follows: FACTOR 1 (Part A) – Technical Approach; FACTOR 2 (Part B) – Similar Experience; FACTOR 3 (Part C) – Past Performance; FACTOR 4 (Part D) – Price. Factors 1 and 2 are more important than Factor 3, and when combined are more important than price. Proposals are due 8/15/2012 by 3:00 p.m., local time at the NRCS State Office in Davis California. Fax and E-commerce submittals are not authorized. The estimated price range for this work is between $25,000 and $50,000. The solicitation documents will be made available via FedBizOpps website approximately 07/26/2012. Set-Aside: Total Small Business URL:https://www.fbo.gov/spg/USDA/NRCS/CASO/AG-9104-S-12-0003/listing.html
OutreachSystems Article Number: 120726/PROCURE/0152
Matching Key Words: video*; edit*; produc*; website; business*; production?; commercial?; filming; naics!512110; 


Department of the Army, Army Contracting Command, MICC, MICC – Fort Polk, MICC – Fort Polk, Directorate of Contracting, PO Drawer 3918, Fort Polk, LA 71459-5000

U--Technical Surveillance Training W9124E12T0036 090712 Kyle Heid, 337-531-7821 MICC – Fort Polk The Mission & Installation Contracting Command, (MICC) at Fort Polk, Louisiana will issue a Request for Quotation (RFQ) with intent to award a firm-fixed price 100% Small Business set-aside contract for technical surveillance training. The contractor shall provide five (5) days of surveillance training, for 12 students, seven (7) times during the base period of performance of 24 September 2012 to 23 September 2013, for a total of 35 days for the Special Operations Training Division (SOTD). Training will be conducted simultaneously at two different locations, Shreveport, LA., New Orleans, LA., Fort Polk, LA or Alexandria, LA. At the conclusion of each training class, students/trainees must be able to exhibit tactical and technicalproficiency through written exams and practical exercises. Each student must be able to maintain a minimum of an 80% academic score for each of the focus areas (i.e. Technical Surveillance, surreptitious entry etc) for both written exams and practical exercises. The applicable NAICS code is 611430. Solicitation will be issued on or about 9 August 2012 with an offer due date on/about 7 September 2012. The solicitation and any amendments will be posted and available for review and download at the Army Single Faced Industry (ASFI) website as well as FedBizOpps as no paper copies will be issued. Faxes are not authorized. Interested parties should review their Commercial and Government Entity Code (CAGE code), be registered in the Central Contractors Registration (CCR) and Online Certification and Representation Application (ORCA). This notice does not obligate the Government to award a contract. FAR Part 12 and 13 procedures will be used for this procurement. POC for this action is Kyle L. Heid, kyle.heid@us.army.mil, phone 337-531-7821. Set-Aside: Total Small Business Place of Performance: MICC – Fort Polk Directorate of Contracting, PO Drawer 3918 Fort Polk LA 71459-5000 US URL: https://www.fbo.gov/notices/a6fe6edfe8ac117a1d23e7de6349aab1
OutreachSystems Article Number: 120726/PROCURE/0155
Matching Key Words: writ*; technical; 


Department of the Interior, National Park Service, NPS – All Offices, WASO – HPTC – Historic Preservation Training Center Gambrill House 4801-A Urbana Pike Frederick MD 21704

99 — Furnish and deliver 20,000 new handmade Cushwa Brick for use at Raleigh National Cemetery. P12PS22982 080912 Michael R. Clarke Contract Specialist 3016638206 michael_clarke@nps.gov; Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation, a written solicitation WILL NOT be issued. Solicitation Number P12PS22982 is issued as a Request for Proposal (RFP) for the purchase and delivery of 20,000 new handmade Cushwa Brick which match the Government-Furnished sample brick in surface texture, density and color in accordance with the following: 20,000 new handmade brick shall have dimensions of 8 “L x 2 “H x 3 7/8” W. No alternate size will be considered. The surface color shall be a blend of three standard colors. The ratio shall be 45% Number 107 Regency, 50% Number 103 Georgian and 5% Number 202 Hartford. The surface texture, color and density shall match as close as possible to the Government-Furnished historic brick sample. No alternate size will be considered. The Contractor shall forward a sample for National Park Service review and approval prior to final production. The Contractor shall provide the Government with a written specification for the brick, with a delivery date, that all bricks shall be produced, ordered and delivered from Cushwa/Redland Brick. The Contractor shall deliver all material to Raleigh National Cemetery, 501 Rock Quarry Road, Raleigh, North Carolina 27610 on or before November 1, 2012. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-58. The North American Industry Classification System (NAICS) is 327121. The Solicitation is a total Small Business Set-Aside, Size Standard 500 Employees. Pricing shall be provided in the following format: Quantity: 20,000 handmade brick at $_________ per unit cost for a total cost of $_________________; and delivery 1 Job $__________________. The total firm-fixed price for the job is: $_________________. The following provisions and clauses are applicable to this acquisition and are available at http://acquisiton.gov/far/index.html, Instructions of Offerors-Commercial Items, FAR 52.212-2, Evaluation-Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.212-5, Contract Terms and Conditions, FAR 52.211-11 Liquidated Damages-Supplies, Services, or Research and Development (Sep 2000) (a) If the Contractor fails to deliver the supplies or perform the services within the time specified in the contract, the Contractor shall, in place of actual damages, pay to the Government liquidated damages of $3,465 per calendar day of delay. (b) If the Government terminates this contract in whole or in part under the Default-Fixed-Price Supply and Service clause, the Contractor is liable for liquidated damages accruing until the Government reasonably obtains delivery or performance of similar supplies or services. These liquidated damages are in addition to excess costs of repurchase under the Termination clause. (c) The Contractor will not be charged with liquidated damages when the delay in delivery or performance is beyond the control and without fault or negligence of the Contractor as defined in the Default-Fixed Price Supply and Service clause in the contract. FAR 52.214-34 Submission of Offers in the English Language, FAR 52.214-35 Submission of Offers in U.S. Currency, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.222-3 Limitations on Subcontracting; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.247-.34 F.O.B. Destination; FAR 52.249-8 Default (Fixed Price Supply-Service). The following evaluation criteria will be used to evaluate proposal submission: (1) Confirmation, in writing from Redland/Cushwa of their ability to meet the delivery date of November 1, 2012 and written confirmation of your understanding of the consequences of failure to meet the delivery date based on the Liquidated damages clause; (2) The Contractor shall provide the Government with a written Cushwa specification for the brick. The evaluation criteria are listed in descending order of importance. Award of any contract resulting from this solicitation will be made to the responsible offeror whose offer, conforming to the solicitation will be based on best value to the Government, cost or price and other factors considered.Technical quality is significantly more important that cost or price. Price will be a factor in the award decision, although the award may not necessarily be made to that offeror submitting the lowest price. As proposals become more equal in their technical merit, the evaluated cost or price becomes more important. As the technical merit and evaluated cost or price becomes essentially equal, other factors may become the determining factor. The Government reserves the right to make award without further discussion. Proposals shall be submitted in an original and two copies by no later than 12:00 p.m. on August 9, 2012 to: Historic Preservation Training Center, 4801A Urbana Pike, Frederick, Maryland 21704. Proposals shall include the following information: Technical Information: (1) Confirmation, in writing from Redland/Cushwa of their ability to meet the delivery date of November 1, 2012 and written confirmation of your understanding of the consequences of failure to meet the delivery date based on the Liquidated damages clause; (2) The Contractor shall provide the Government with a written Redland/Cushwa specification for the brick. Business Management Cost Proposal: (1) Individual descriptions of materials with unit price and total prices for each identified material. (2) Completed copy of FAR 212.-3, Offeror Representations and Certifications-Commerical Items. (3) Originally signed copy of Standard Form 1449 downloadable throughhttps://www.acquisiton.gov/comp/far/index.html, HTML Format, Part 53 – Forms, SF1449 Solicitation/Contract/Order for Commercial Items. On the Standard Form 1449, the Offeror shall guarantee that pricing is good for 60-days after the closing date for receipt of proposals. The Government anticipates award of a firm-fixed price contract on or before August 13, 2012. The point of contact for inquiries and clarification is Michael Clarke, Contract Specialist, Telephone Number (301) 663-8206, Extension 108, Facsimile Number (301) 663-8032 or Email address michael_clarke@nps.gov. Set-Aside: Total Small Business Place of Performance: Contractor’s Facility 21704 United States of America URL: https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS22982/listing.html
OutreachSystems Article Number: 120726/PROCURE/0707
Matching Key Words: writ*; copy; technical; standard; 


Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Eustis (Joint Base Langley-Eustis), MICC Center – Fort Eustis (Joint Base Langley-Eustis), Building 2798, Fort Eustis, VA 23604-5538

R–Electronic Publishing, Marketing & Management Support W911S0EPMMS 080212 LANCE K.ALLEN, (757) 878-3166 MICC Center – Fort Eustis (Joint Base Langley -Eustis) SOURCES SOUGHT ANNOUNCEMENT For Electronic Publishing, Marketing & Management Support For U.S. Army War College for Strategic Studies Institute Carlisle Barracks, PA Contracting Office Address: Mission & Installation Contracting Command (MICC) 2746 Harrison Loop Fort Eustis, VA 23604 This Sources Sought announcement is for planning purposes only and is a market research tool to determine availability and adequacy of potential certified smallbusiness sources under North American Industry Classification System (NAICS) Code 519130 (Internet Publishing and Broadcasting and Web Search Portals, SB Size Standard, 500 Employees. The Government is under no obligation to pay for information submitted in response to this Sources Sought. All the information submitted will be considered and treated as public information. The vendor should not include any pricing or proprietary information. This is not a Request for Proposal or Quote; therefore, responses to this notice will not be accepted as offers. Background: The U.S. Army War College (USAWC) Strategic Studies Institute (SSI) must be proactive in support of its Research and Publication, as well as its Strategic Communications functions, as mandated by TRADOC Regulation 10-10, to compete successfully in the marketplace of strategic ideas, analyses, and planning. SSI must reach beyond the ever-decreasing audience that responds to hard copies of strategic analysis products. Increasingly, important market segments respond to electronic media and order to compete with other government, academic, and private research institutions and ensure the USAWC’s capacity for promoting Army concepts and values, explaining Army positions, influencing the national security debate, and educating Army and non-Army audience. SSI requires web development and maintenance, editing, and marketing support for electronic publishing support to convey the Army’s message. Additionally, this contract will enable the USAWC to realize cost savings by progressively moving from a paper-based to an electronic editing and publishing capability via an enhanced website and web presence. SSI conducts research, analysis, publication, and strategic communications programs and conferences in support of the Army’s senior leaders that benefit the Army and the Nation. The contractor shall assist academic engagement operations in the web-based electronic advertising and the conduct and management of these functions by planning for and marketing these activities worldwide and developing methods to simultaneously handle and synthesize the various data generated before, during, and after such events via an enhanced website. This includes but is not limited to pre-conference interface with potential participants and attendees; streaming video; video teleconferencing; video post-production, and conference videos posted to the website, for example using the Bright Cove Platform capabilities. The Mission Installation & Contracting Command (MICC), Fort Eustis, VA on behalf of the USAWC SSI, Carlisle Barracks, PA, is conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10. The purpose of this Market Research is to identify potential certified small business firms that have the web-based skills, experience, knowledge, and capabilities necessary to provide administrative support to USAWC SSI. Smallbusiness firms should also designate SDB, HUBZone, 8(a), WOSB, SDVOSB, etc., number of employees, annual revenue history (last 3 years), office locations, DUNS/CAGE Code numbers, and a statement regarding current business status, in their responses, if applicable. Large businesses need not respond, nor will a response submitted be considered. This sources sought is only open to certified small businessfirms. The small business firms responding to this sources sought notice must provide their Statement of Capabilities addressing the following: 1. Demonstrate the web-based skills, experience, knowledge, and capabilities necessary to perform the support services for the requirements specified within the Draft Performance Work Statement (PWS) attached to this announcement. Statements should address the specific requirements of the PWS and identify the firms’ specific skills, experience, knowledge, and capabilities to complete these requirements, including, but not limited to a description of corporate experience with similar projects. 2. Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Email Address: 3. Does your company have experience as a prime contractor administering Contracts? If you answered yes, please provide as much of the following information as possible; Contract number(s); Dollar value; and, similarity of scope and effort. 4. Does your company possess the capabilities to provide the entire range of services called for by these requirements? If not, please list what services in these requirements your company can provide? 5. The Government understands that teaming is an integral part of contracting. Please briefly describe how you would approach selecting team members or subcontractors for this requirement if you are not performing this action 100% in house. 6. Has your Company performed this type of effort or similar type effort (to include size and complexity), currently or in the past? If so provide as much of the following information as possible; Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? 7. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? Other than the Draft Performance Work Statement attached to this sources sought notice, no further documentation will be provided. The Government requests that interested small business offerors submit an electronic response of not more than ten (10) pages, 8.5″ x 11″ paper, 12-pitch, Times New Roman font, with a minimum of one (1) inch margins all around. Responses should include the company name, CAGE code, point of contact, and address. Any information submitted by respondents to this sources sought notice is totally voluntary and at no cost to the Government. This information will help the Government form its acquisition strategy. No solicitation exists; therefore, do not request a copy of a solicitation. Be advised that all correspondence sent shall contain a subject line that reads “Sources Sought Response. If sending attachments with e-mail, ensure only .PDF documents are sent. Responses are due no later than 4:00 PM EST on 2 August 2012. Responses received after this date and time may not be reviewed. Send responses electronically to: Mr. Lance Allen, Contract Specialist, email Lance.k.allen.civ@mail.mil Place of Performance: MICC Center – Fort Eustis (Joint Base Langley-Eustis) Building 2798, Fort Eustis VA 23604-5538 US URL:https://www.fbo.gov/notices/62d0b19f4bb134e57ba7bcfa38d4e579
OutreachSystems Article Number: 120726/PROCURE/0728
Matching Key Words: video*; edit*; produc*; conference?; you; website; web; page?; business*; documentation; event?; production?; 


Department of Homeland Security, Customs and Border Protection, Procurement Directorate – DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP Washington DC 20229

R — U.S. Customs and Border Protection (CBP) Wide Communication and Outreach Support Services PR20068812 062712 Ronie Namata, Contract Specialist, Phone 202-344-3631, Fax 202-344-3322, Email ronie.namata@dhs.gov U.S. Customs and Border Protection (CBP) Office of Public Affairs (OPA) Request for Information (RFI) Release Date:   June 11, 2012 Response Date:   June 27, 2012 Title:   CBP Wide Communication and Outreach Support Services Purpose: CBP is conducting market research to gain a greater understanding of the full range of available options for Communication and Outreach Support Services from small business GSA vendors holding federal supply code (FSC) 541 – Advertising & Integrated Marketing Solutions, category 541 5 – Integrated Marketing Services.   The anticipated NAICS codes to be used are: 541430 – Graphic Design Services, 541511 – Custom Computer Programming Services, 541613 – Marketing Consulting Services, 541810 – Advertising Agencies, 541820 – Public Relations Agencies, 541830 – Media Buying Agencies, 541840 – Media Representatives, 541850 – Display Advertising, 541860 – Direct Mail Advertising, 541870 – Advertising Material Distribution Services, 541910 – Marketing Research and Public Opinion Polling, 541930 – Translation and Interpretation Service. 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, CBP 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. Background: The United States Customs and Border Protection (CBP) is the unified border agency within the Department of Homeland Security (DHS) charged with the management, control and protection of the nation’s borders at and between official ports of entry.   CBP is mandated to keep terrorists and terrorist weapons out of the country while enforcing hundreds of U.S. laws. The Communications and Outreach Division of the Office of Public Affairs (OPA) is tasked with providing information on new regulations, programs and initiatives put into place by Congress, DHS and CBP as well as information on current programs and regulations both domestically and internationally. Objective: Provide public awareness services in the advertising and marketing areas to support the planning, development and implementation of information support services required for Customs and Border Protection (CBP) in the following areas.    In an effort to increase registration and promote international policies in voluntary programs and compliance in both voluntary and mandatory enforcement programs, CBP requires supplies and services to assist in development and dissemination of information to educate key audiences through comprehensive communications programs that engage stakeholders and government agencies and reaches travelers, participants and impacted international communities.   CBP require advertisements which are innovative and attention getting and in compliance with the national CBP marketing strategies/branding.   CBP requires assistance in the development and expansion of an integrated media relations approach that leverages media as an important communications channel, and includes outreach to broadcast, print and online media.   Under CBP direction, stakeholders shall be engaged on a national and international basis to ensure understanding and compliance with the overarching programmatic activities. These include positioning CBP and its information with stakeholders, media, legislators and interagency partners to ensure smooth implementation of new requirements, and raising awareness of the benefits of new and current documentation required by DHS and CBP regulations. CBP envisions the Communication and Outreach Support Services program to meet at a minimum the following requirements: -Registration and Compliance in Enforcement Program Support – This is the development and dissemination of information to educate key audiences in an effort to increase registration and compliance in both voluntary and mandatory enforcement programs. -Promoting International Policies – The development and dissemination of information to educate key international audiences about new or changing U.S. and CBP policies through outreach campaigns. -Graphic Design Support – Development of an advertising or communication strategy plan to increase knowledge of and enrollment in programs in designated markets, and the design and development of a major public awareness campaigns.   This includes the development of video products. -Media Buys – Conduct research to ascertain the best placement of ads in domestic communities and publications, international publications and placement of ads. -Reproduction/Materials -Camera Ready Material Responses Requested: In an effort to assist CBP in developing and further refining our Communication and Outreach Support requirements, please provide responses to the following questions and requirements.   CBP understands that some responses may be conceptual, while others are limited to the type(s) of technologies being considered.   Responses should include the following information: Registration and Compliance in Enforcement Program Support 1. Describe advertising strategy plan to increase enrollment and traffic in designated markets. 2. Describe an advertising strategy plan to increase enrollment in programs in designated markets. 3. Describe an advertising strategy plan to increase compliance in designated international markets and communities. 4. Describe how your multimedia advertisements which are distributed in the United States and international locations will achieve maximum exposure and a high level of recognition among the target audience. 5. Describe a high-impact and culturally relevant message that will resonate with and influence a world-wide target audience. 6. Describe how campaigns can be expanded beyond traditional media tools. 7. Describe research which will be conducted in order to ascertain the best placement of ads in major domestic and international magazines (i.e. American Airlines, Continental, In-flight, etc.); communities; and upscale travel magazines; and describe the process through publication. 8. Describe research to ascertain the best placement for advertising major international notices and advertisement at locations between the ports-or-entry (POE) into the United States. 9. Describe research which will be conducted for online web advertisement and communications. 10. Describe grassroots outreach materials to include but not be limited to Public Service Announcements (PSAs) for in-store broadcast, ratio broadcast, online web banners and direct mailers. Promoting International Policies 11. Describe best placement of ads in major domestic and international magazines, communities, markets, upscale travel magazines, and describe administering the process through publication. 12. Describe research which will be conducted in order to ascertain the best placement for advertising in major international airports, seaports, land border ports or other international arrival areas in the United States. Graphic Design Support 13. Describe graphic design support for any marketing and public relations components referencing the CBP Public Awareness campaigns. Media Buys 14. Describe a media Buy Plan, to include required advertising and marketing materials   as well as placing the actual advertisements with the appropriate media of interest to CBP stakeholders. 15. Describe multimedia advertisements tailored to individual foreign and domestic markets. 16. Describe advertisements that reach grassroots audiences, such as marketing to grocery stores, pharmacies, and major transit campaigns. 17. Describe how you will provide translation services including adjustments for cultural sensitivities to ensure information products resonate with target audience. Reproduction/Materials; Camera Ready Material 18. Describe how all camera-ready materials, such as mechanical, photographs, slides, negatives, film footage, email graphics, inter-negatives, trims and cuts shall be retained by the Contractor or returned to CBP during the performance period. Miscellaneous 19. Please explain if the work described can be done solely by small business or if teaming with a large business is needed. 20. Please explain what, if any, key personnel are needed to support an agency wide advertising BPA. Instructions and Response Guidelines: Electronic RFI responses are due by 3:00pm Washington DC time on Friday, June 22nd and shall be limited to be a total of 15 pages.   Page size is limited to 8.5×11 inches, 12-point font, with 1-inch margins in Microsoft Word or Adobe PDF format.   Both sides of the paper may be used but each side shall be included in thepage count unless intentionally left blank. Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI.   To support budget and planning purposes, you may also include rough cost estimates based upon the objectives outlined in the RFI.   Information provided will be used solely by CBP as market research and will not be released outside of CBP.   This RFI does not constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request.   All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government.   Responses shall be submitted electronically via email to the Contracting Officer no later that 3:00pm Washington DC time on Friday, June 22nd.   This subject shall read:   CBP Wide Communication and Outreach Support Services.   NO SOLICITATION EXISTS AT THIS TIME. Contact Information: Ronie Namata, Contracting Officer 202-344-3631 Ronie.Namata@dhs.gov U.S. Customs and Border Protection Office of Procurement Suite 1310 , National Place 1300 Pennsylvania Avenue, NW Washington , DC 20229 ************************************************************* ************************************************************* Sample – Budgetary ROM Request MEMORANDUM MM/DD/YYYY From:   Name, Company, Title To: Ronie Namata, Customs and Border Protection, Contracting Officer Subject:   Budgetary ROM request Company Name currently provides media advertising services to multiple customers across the United States.   Customs and Border Protection, Office of Border Patrol is conducting Market Research in the area of media advertising and requests your feedback. Based on the following assumptions: Location: Washington DC Task: Human Trafficking Campaign at land, sea, and air entry points to the United States. Please provide a budgetary ROM for planning purposes that address the following objectives: 1. Event Booth Display. 2. Outdoor Marketing and Media Services. 3. Broadcast Media (Radio, TV and Public Service Announcements (PSA)). 4. Direct Mail Service. 5. Average turn around times, and associated costs. Information provided will be used solely by CBP as market research and will not be released outside of CBP.   An actual requirement does not exist at this time.   This request does not constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. If you should have any questions concerning this request, please email Ronie.Namata@dhs.gov . Set-Aside: Partial Small Business URL:https://www.fbo.gov/spg/DHS/USCS/PDDC20229/PR20068812/listing.html
OutreachSystems Article Number: 120726/PROCURE/0729
Matching Key Words: video*; film?; produc*; you; website; web; site?; page?; business*; documentation; event?; distribut*; instruct*; 


Department of Homeland Security, Customs and Border Protection, Procurement Directorate – DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP Washington DC 20229

R — U.S. Customs and Border Protection (CBP) Wide Communication and Outreach Support Services PR20068812 062712 Ronie Namata, Contract Specialist, Phone 202-344-3631, Fax 202-344-3322, Email ronie.namata@dhs.gov Amendment 1 (06/14/12): Corrects due date in Instructions and Response Guideline section. U.S. Customs and Border Protection (CBP) Office of Public Affairs (OPA) Request for Information (RFI) Release Date:   June 11, 2012 Response Date:   June 27, 2012 Title:   CBP Wide Communication and Outreach Support Services Purpose: CBP is conducting market research to gain a greater understanding of the full range of available options for Communication and Outreach Support Services from small business GSA vendors holding federal supply code (FSC) 541 – Advertising & Integrated Marketing Solutions, category 541 5 – Integrated Marketing Services.   The anticipated NAICS codes to be used are: 541430 – Graphic Design Services, 541511 – Custom Computer Programming Services, 541613 – Marketing Consulting Services, 541810 – Advertising Agencies, 541820 – Public Relations Agencies, 541830 – Media Buying Agencies, 541840 – Media Representatives, 541850 – Display Advertising, 541860 – Direct Mail Advertising, 541870 – Advertising Material Distribution Services, 541910 – Marketing Research and Public Opinion Polling, 541930 – Translation and Interpretation Service. 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, CBP 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. Background: The United States Customs and Border Protection (CBP) is the unified border agency within the Department of Homeland Security (DHS) charged with the management, control and protection of the nation’s borders at and between official ports of entry.   CBP is mandated to keep terrorists and terrorist weapons out of the country while enforcing hundreds of U.S. laws. The Communications and Outreach Division of the Office of Public Affairs (OPA) is tasked with providing information on new regulations, programs and initiatives put into place by Congress, DHS and CBP as well as information on current programs and regulations both domestically and internationally. Objective: Provide public awareness services in the advertising and marketing areas to support the planning, development and implementation of information support services required for Customs and Border Protection (CBP) in the following areas.    In an effort to increase registration and promote international policies in voluntary programs and compliance in both voluntary and mandatory enforcement programs, CBP requires supplies and services to assist in development and dissemination of information to educate key audiences through comprehensive communications programs that engage stakeholders and government agencies and reaches travelers, participants and impacted international communities.   CBP require advertisements which are innovative and attention getting and in compliance with the national CBP marketing strategies/branding.   CBP requires assistance in the development and expansion of an integrated media relations approach that leverages media as an important communications channel, and includes outreach to broadcast, print and online media.   Under CBP direction, stakeholders shall be engaged on a national and international basis to ensure understanding and compliance with the overarching programmatic activities. These include positioning CBP and its information with stakeholders, media, legislators and interagency partners to ensure smooth implementation of new requirements, and raising awareness of the benefits of new and current documentation required by DHS and CBP regulations. CBP envisions the Communication and Outreach Support Services program to meet at a minimum the following requirements: -Registration and Compliance in Enforcement Program Support – This is the development and dissemination of information to educate key audiences in an effort to increase registration and compliance in both voluntary and mandatory enforcement programs. -Promoting International Policies – The development and dissemination of information to educate key international audiences about new or changing U.S. and CBP policies through outreach campaigns. -Graphic Design Support – Development of an advertising or communication strategy plan to increase knowledge of and enrollment in programs in designated markets, and the design and development of a major public awareness campaigns.   This includes the development of video products. -Media Buys – Conduct research to ascertain the best placement of ads in domestic communities and publications, international publications and placement of ads. -Reproduction/Materials -Camera Ready Material Responses Requested: In an effort to assist CBP in developing and further refining our Communication and Outreach Support requirements, please provide responses to the following questions and requirements.   CBP understands that some responses may be conceptual, while others are limited to the type(s) of technologies being considered.   Responses should include the following information: Registration and Compliance in Enforcement Program Support 1. Describe advertising strategy plan to increase enrollment and traffic in designated markets. 2. Describe an advertising strategy plan to increase enrollment in programs in designated markets. 3. Describe an advertising strategy plan to increase compliance in designated international markets and communities. 4. Describe how your multimedia advertisements which aredistributed in the United States and international locations will achieve maximum exposure and a high level of recognition among the target audience. 5. Describe a high-impact and culturally relevant message that will resonate with and influence a world-wide target audience. 6. Describe how campaigns can be expanded beyond traditional media tools. 7. Describe research which will be conducted in order to ascertain the best placement of ads in major domestic and international magazines (i.e. American Airlines, Continental, In-flight, etc.); communities; and upscale travel magazines; and describe the process through publication. 8. Describe research to ascertain the best placement for advertising major international notices and advertisement at locations between the ports-or-entry (POE) into the United States. 9. Describe research which will be conducted for online web advertisement and communications. 10. Describe grassroots outreach materials to include but not be limited to Public Service Announcements (PSAs) for in-store broadcast, ratio broadcast, online web banners and direct mailers. Promoting International Policies 11. Describe best placement of ads in major domestic and international magazines, communities, markets, upscale travel magazines, and describe administering the process through publication. 12. Describe research which will be conducted in order to ascertain the best placement for advertising in major international airports, seaports, land border ports or other international arrival areas in the United States. Graphic Design Support 13. Describe graphic design support for any marketing and public relations components referencing the CBP Public Awareness campaigns. Media Buys 14. Describe a media Buy Plan, to include required advertising and marketing materials   as well as placing the actual advertisements with the appropriate media of interest to CBP stakeholders. 15. Describe multimedia advertisements tailored to individual foreign and domestic markets. 16. Describe advertisements that reach grassroots audiences, such as marketing to grocery stores, pharmacies, and major transit campaigns. 17. Describe how you will provide translation services including adjustments for cultural sensitivities to ensure information products resonate with target audience. Reproduction/Materials; Camera Ready Material 18. Describe how all camera-ready materials, such as mechanical, photographs, slides, negatives, film footage, email graphics, inter-negatives, trims and cuts shall be retained by the Contractor or returned to CBP during the performance period. Miscellaneous 19. Please explain if the work described can be done solely by small business or if teaming with a large business is needed. 20. Please explain what, if any, key personnel are needed to support an agency wide advertising BPA. Instructions and Response Guidelines: Electronic RFI responses are due by 3:00pm Washington DC time on Wednesday, June 27th and shall be limited to be a total of 15 pages.   Page size is limited to 8.5×11 inches, 12-point font, with 1-inch margins in Microsoft Word or Adobe PDF format.   Both sides of the paper may be used but each side shall be included in the page count unless intentionally left blank. Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI.   To support budget and planning purposes, you may also include rough cost estimates based upon the objectives outlined in the RFI.   Information provided will be used solely by CBP as market research and will not be released outside of CBP.   This RFI does not constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request.   All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government.   Responses shall be submitted electronically via email to the Contracting Officer no later that 3:00pm Washington DC time on Friday, June 22nd.   This subject shall read:   CBP Wide Communication and Outreach Support Services.   NO SOLICITATION EXISTS AT THIS TIME. Contact Information: Ronie Namata, Contracting Officer 202-344-3631 Ronie.Namata@dhs.gov U.S. Customs and Border Protection Office of Procurement Suite 1310 , National Place 1300 Pennsylvania Avenue, NW Washington , DC 20229 ************************************************************* ************************************************************* Sample – Budgetary ROM Request MEMORANDUM MM/DD/YYYY From:   Name, Company, Title To: Ronie Namata, Customs and Border Protection, Contracting Officer Subject:   Budgetary ROM request Company Name currently provides media advertising services to multiple customers across the United States.   Customs and Border Protection, Office of Border Patrol is conducting Market Research in the area of media advertising and requests your feedback. Based on the following assumptions: Location: Washington DC Task: Human Trafficking Campaign at land, sea, and air entry points to the United States. Please provide a budgetary ROM for planning purposes that address the following objectives: 1. Event Booth Display. 2. Outdoor Marketing and Media Services. 3. Broadcast Media (Radio, TV and Public Service Announcements (PSA)). 4. Direct Mail Service. 5. Average turn around times, and associated costs. Information provided will be used solely by CBP as market research and will not be released outside of CBP.   An actual requirement does not exist at this time.   This request does not constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. If you should have any questions concerning this request, please email Ronie.Namata@dhs.gov . Set-Aside: Partial Small Business URL:https://www.fbo.gov/spg/DHS/USCS/PDDC20229/PR20068812/listing.html
OutreachSystems Article Number: 120726/PROCURE/0811
Matching Key Words: video*; film?; produc*; you; website; web; site?; page?; business*; documentation; event?; distribut*; instruct*; 


Department of Homeland Security, Customs and Border Protection, Procurement Directorate – DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP Washington DC 20229

R — U.S. Customs and Border Protection (CBP) Wide Communication and Outreach Support Services PR20068812 062712 Ronie Namata, Contract Specialist, Phone 202-344-3631, Fax 202-344-3322, Email ronie.namata@dhs.gov Amendment 1 (06/14/12): Corrects due date in Instructions and Response Guideline section. U.S. Customs and Border Protection (CBP) Office of Public Affairs (OPA) Request for Information (RFI) Release Date:   June 11, 2012 Response Date:   June 27, 2012 Title:   CBP Wide Communication and Outreach Support Services Purpose: CBP is conducting market research to gain a greater understanding of the full range of available options for Communication and Outreach Support Services from small business GSA vendors holding federal supply code (FSC) 541 – Advertising & Integrated Marketing Solutions, category 541 5 – Integrated Marketing Services.   The anticipated NAICS codes to be used are: 541430 – Graphic Design Services, 541511 – Custom Computer Programming Services, 541613 – Marketing Consulting Services, 541810 – Advertising Agencies, 541820 – Public Relations Agencies, 541830 – Media Buying Agencies, 541840 – Media Representatives, 541850 – Display Advertising, 541860 – Direct Mail Advertising, 541870 – Advertising Material Distribution Services, 541910 – Marketing Research and Public Opinion Polling, 541930 – Translation and Interpretation Service. 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, CBP 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. Background: The United States Customs and Border Protection (CBP) is the unified border agency within the Department of Homeland Security (DHS) charged with the management, control and protection of the nation’s borders at and between official ports of entry.   CBP is mandated to keep terrorists and terrorist weapons out of the country while enforcing hundreds of U.S. laws. The Communications and Outreach Division of the Office of Public Affairs (OPA) is tasked with providing information on new regulations, programs and initiatives put into place by Congress, DHS and CBP as well as information on current programs and regulations both domestically and internationally. Objective: Provide public awareness services in the advertising and marketing areas to support the planning, development and implementation of information support services required for Customs and Border Protection (CBP) in the following areas.    In an effort to increase registration and promote international policies in voluntary programs and compliance in both voluntary and mandatory enforcement programs, CBP requires supplies and services to assist in development and dissemination of information to educate key audiences through comprehensive communications programs that engage stakeholders and government agencies and reaches travelers, participants and impacted international communities.   CBP require advertisements which are innovative and attention getting and in compliance with the national CBP marketing strategies/branding.   CBP requires assistance in the development and expansion of an integrated media relations approach that leverages media as an important communications channel, and includes outreach to broadcast, print and online media.   Under CBP direction, stakeholders shall be engaged on a national and international basis to ensure understanding and compliance with the overarching programmatic activities. These include positioning CBP and its information with stakeholders, media, legislators and interagency partners to ensure smooth implementation of new requirements, and raising awareness of the benefits of new and current documentation required by DHS and CBP regulations. CBP envisions the Communication and Outreach Support Services program to meet at a minimum the following requirements: -Registration and Compliance in Enforcement Program Support – This is the development and dissemination of information to educate key audiences in an effort to increase registration and compliance in both voluntary and mandatory enforcement programs. -Promoting International Policies – The development and dissemination of information to educate key international audiences about new or changing U.S. and CBP policies through outreach campaigns. -Graphic Design Support – Development of an advertising or communication strategy plan to increase knowledge of and enrollment in programs in designated markets, and the design and development of a major public awareness campaigns.   This includes the development of video products. -Media Buys – Conduct research to ascertain the best placement of ads in domestic communities and publications, international publications and placement of ads. -Reproduction/Materials -Camera Ready Material Responses Requested: In an effort to assist CBP in developing and further refining our Communication and Outreach Support requirements, please provide responses to the following questions and requirements.   CBP understands that some responses may be conceptual, while others are limited to the type(s) of technologies being considered.   Responses should include the following information: Registration and Compliance in Enforcement Program Support 1. Describe advertising strategy plan to increase enrollment and traffic in designated markets. 2. Describe an advertising strategy plan to increase enrollment in programs in designated markets. 3. Describe an advertising strategy plan to increase compliance in designated international markets and communities. 4. Describe how your multimedia advertisements which aredistributed in the United States and international locations will achieve maximum exposure and a high level of recognition among the target audience. 5. Describe a high-impact and culturally relevant message that will resonate with and influence a world-wide target audience. 6. Describe how campaigns can be expanded beyond traditional media tools. 7. Describe research which will be conducted in order to ascertain the best placement of ads in major domestic and international magazines (i.e. American Airlines, Continental, In-flight, etc.); communities; and upscale travel magazines; and describe the process through publication. 8. Describe research to ascertain the best placement for advertising major international notices and advertisement at locations between the ports-or-entry (POE) into the United States. 9. Describe research which will be conducted for online web advertisement and communications. 10. Describe grassroots outreach materials to include but not be limited to Public Service Announcements (PSAs) for in-store broadcast, ratio broadcast, online web banners and direct mailers. Promoting International Policies 11. Describe best placement of ads in major domestic and international magazines, communities, markets, upscale travel magazines, and describe administering the process through publication. 12. Describe research which will be conducted in order to ascertain the best placement for advertising in major international airports, seaports, land border ports or other international arrival areas in the United States. Graphic Design Support 13. Describe graphic design support for any marketing and public relations components referencing the CBP Public Awareness campaigns. Media Buys 14. Describe a media Buy Plan, to include required advertising and marketing materials   as well as placing the actual advertisements with the appropriate media of interest to CBP stakeholders. 15. Describe multimedia advertisements tailored to individual foreign and domestic markets. 16. Describe advertisements that reach grassroots audiences, such as marketing to grocery stores, pharmacies, and major transit campaigns. 17. Describe how you will provide translation services including adjustments for cultural sensitivities to ensure information products resonate with target audience. Reproduction/Materials; Camera Ready Material 18. Describe how all camera-ready materials, such as mechanical, photographs, slides, negatives, film footage, email graphics, inter-negatives, trims and cuts shall be retained by the Contractor or returned to CBP during the performance period. Miscellaneous 19. Please explain if the work described can be done solely by small business or if teaming with a large business is needed. 20. Please explain what, if any, key personnel are needed to support an agency wide advertising BPA. Instructions and Response Guidelines: Electronic RFI responses are due by 3:00pm Washington DC time on Wednesday, June 27th and shall be limited to be a total of 15 pages.   Page size is limited to 8.5×11 inches, 12-point font, with 1-inch margins in Microsoft Word or Adobe PDF format.   Both sides of the paper may be used but each side shall be included in the page count unless intentionally left blank. Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI.   To support budget and planning purposes, you may also include rough cost estimates based upon the objectives outlined in the RFI.   Information provided will be used solely by CBP as market research and will not be released outside of CBP.   This RFI does not constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request.   All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government.   Responses shall be submitted electronically via email to the Contracting Officer no later that 3:00pm Washington DC time on Friday, June 27nd.   This subject shall read:   CBP Wide Communication and Outreach Support Services.   NO SOLICITATION EXISTS AT THIS TIME. Contact Information: Ronie Namata, Contracting Officer 202-344-3631 Ronie.Namata@dhs.gov U.S. Customs and Border Protection Office of Procurement Suite 1310 , National Place 1300 Pennsylvania Avenue, NW Washington , DC 20229 ************************************************************* ************************************************************* Sample – Budgetary ROM Request MEMORANDUM MM/DD/YYYY From:   Name, Company, Title To: Ronie Namata, Customs and Border Protection, Contracting Officer Subject:   Budgetary ROM request Company Name currently provides media advertising services to multiple customers across the United States.   Customs and Border Protection, Office of Border Patrol is conducting Market Research in the area of media advertising and requests your feedback. Based on the following assumptions: Location: Washington DC Task: Human Trafficking Campaign at land, sea, and air entry points to the United States. Please provide a budgetary ROM for planning purposes that address the following objectives: 1. Event Booth Display. 2. Outdoor Marketing and Media Services. 3. Broadcast Media (Radio, TV and Public Service Announcements (PSA)). 4. Direct Mail Service. 5. Average turn around times, and associated costs. Information provided will be used solely by CBP as market research and will not be released outside of CBP.   An actual requirement does not exist at this time.   This request does not constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. If you should have any questions concerning this request, please email Ronie.Namata@dhs.gov . Set-Aside: Partial Small Business URL:https://www.fbo.gov/spg/DHS/USCS/PDDC20229/PR20068812/listing.html
OutreachSystems Article Number: 120726/PROCURE/0812
Matching Key Words: video*; film?; produc*; you; website; web; site?; page?; business*; documentation; event?; distribut*; instruct*; 


Department of Homeland Security, Customs and Border Protection, Procurement Directorate – DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP Washington DC 20229

R — U.S. Customs and Border Protection (CBP) Wide Communication and Outreach Support Services PR20068812 062712 Ronie Namata, Contract Specialist, Phone 202-344-3631, Fax 202-344-3322, Email ronie.namata@dhs.gov Amendment 3 (06/19/12): Correct due time in FBO. Amendment 2 (06/18/12): Corrects due date in Instructions and Response Guideline section. Amendment 1 (06/14/12): Corrects due date in Instructions and Response Guideline section. U.S. Customs and Border Protection (CBP) Office of Public Affairs (OPA) Request for Information (RFI) Release Date:   June 11, 2012 Response Date:   June 27, 2012 Title:   CBP Wide Communication and Outreach Support Services Purpose: CBP is conducting market research to gain a greater understanding of the full range of available options for Communication and Outreach Support Services from small business GSA vendors holding federal supply code (FSC) 541 – Advertising & Integrated Marketing Solutions, category 541 5 – Integrated Marketing Services.   The anticipated NAICS codes to be used are: 541430 – Graphic Design Services, 541511 – Custom Computer Programming Services, 541613 – Marketing Consulting Services, 541810 – Advertising Agencies, 541820 – Public Relations Agencies, 541830 – Media Buying Agencies, 541840 – Media Representatives, 541850 – Display Advertising, 541860 – Direct Mail Advertising, 541870 – Advertising Material Distribution Services, 541910 – Marketing Research and Public Opinion Polling, 541930 – Translation and Interpretation Service. 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, CBP 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. Background: The United States Customs and Border Protection (CBP) is the unified border agency within the Department of Homeland Security (DHS) charged with the management, control and protection of the nation’s borders at and between official ports of entry.   CBP is mandated to keep terrorists and terrorist weapons out of the country while enforcing hundreds of U.S. laws. The Communications and Outreach Division of the Office of Public Affairs (OPA) is tasked with providing information on new regulations, programs and initiatives put into place by Congress, DHS and CBP as well as information on current programs and regulations both domestically and internationally. Objective: Provide public awareness services in the advertising and marketing areas to support the planning, development and implementation of information support services required for Customs and Border Protection (CBP) in the following areas.    In an effort to increase registration and promote international policies in voluntary programs and compliance in both voluntary and mandatory enforcement programs, CBP requires supplies and services to assist in development and dissemination of information to educate key audiences through comprehensive communications programs that engage stakeholders and government agencies and reaches travelers, participants and impacted international communities.   CBP require advertisements which are innovative and attention getting and in compliance with the national CBP marketing strategies/branding.   CBP requires assistance in the development and expansion of an integrated media relations approach that leverages media as an important communications channel, and includes outreach to broadcast, print and online media.   Under CBP direction, stakeholders shall be engaged on a national and international basis to ensure understanding and compliance with the overarching programmatic activities. These include positioning CBP and its information with stakeholders, media, legislators and interagency partners to ensure smooth implementation of new requirements, and raising awareness of the benefits of new and current documentation required by DHS and CBP regulations. CBP envisions the Communication and Outreach Support Services program to meet at a minimum the following requirements: -Registration and Compliance in Enforcement Program Support – This is the development and dissemination of information to educate key audiences in an effort to increase registration and compliance in both voluntary and mandatory enforcement programs. -Promoting International Policies – The development and dissemination of information to educate key international audiences about new or changing U.S. and CBP policies through outreach campaigns. -Graphic Design Support – Development of an advertising or communication strategy plan to increase knowledge of and enrollment in programs in designated markets, and the design and development of a major public awareness campaigns.   This includes the development of video products. -Media Buys – Conduct research to ascertain the best placement of ads in domestic communities and publications, international publications and placement of ads. -Reproduction/Materials -Camera Ready Material Responses Requested: In an effort to assist CBP in developing and further refining our Communication and Outreach Support requirements, please provide responses to the following questions and requirements.   CBP understands that some responses may be conceptual, while others are limited to the type(s) of technologies being considered.   Responses should include the following information: Registration and Compliance in Enforcement Program Support 1. Describe advertising strategy plan to increase enrollment and traffic in designated markets. 2. Describe an advertising strategy plan to increase enrollment in programs in designated markets. 3. Describe an advertising strategy plan to increase compliance in designated international markets and communities. 4. Describe how your multimedia advertisements which are distributed in the United States and international locations will achieve maximum exposure and a high level of recognition among the target audience. 5. Describe a high-impact and culturally relevant message that will resonate with and influence a world-wide target audience. 6. Describe how campaigns can be expanded beyond traditional media tools. 7. Describe research which will be conducted in order to ascertain the best placement of ads in major domestic and international magazines (i.e. American Airlines, Continental, In-flight, etc.); communities; and upscale travel magazines; and describe the process through publication. 8. Describe research to ascertain the best placement for advertising major international notices and advertisement at locations between the ports-or-entry (POE) into the United States. 9. Describe research which will be conducted for online web advertisement and communications. 10. Describe grassroots outreach materials to include but not be limited to Public Service Announcements (PSAs) for in-store broadcast, ratio broadcast, online web banners and direct mailers. Promoting International Policies 11. Describe best placement of ads in major domestic and international magazines, communities, markets, upscale travel magazines, and describe administering the process through publication. 12. Describe research which will be conducted in order to ascertain the best placement for advertising in major international airports, seaports, land border ports or other international arrival areas in the United States. Graphic Design Support 13. Describe graphic design support for any marketing and public relations components referencing the CBP Public Awareness campaigns. Media Buys 14. Describe a media Buy Plan, to include required advertising and marketing materials   as well as placing the actual advertisements with the appropriate media of interest to CBP stakeholders. 15. Describe multimedia advertisements tailored to individual foreign and domestic markets. 16. Describe advertisements that reach grassroots audiences, such as marketing to grocery stores, pharmacies, and major transit campaigns. 17. Describe how you will provide translation services including adjustments for cultural sensitivities to ensure information products resonate with target audience. Reproduction/Materials; Camera Ready Material 18. Describe how all camera-ready materials, such as mechanical, photographs, slides, negatives, film footage, email graphics, inter-negatives, trims and cuts shall be retained by the Contractor or returned to CBP during the performance period. Miscellaneous 19. Please explain if the work described can be done solely by small business or if teaming with a large business is needed. 20. Please explain what, if any, key personnel are needed to support an agency wide advertising BPA. Instructions and Response Guidelines: Electronic RFI responses are due by 3:00pm Washington DC time on Wednesday, June 27th and shall be limited to be a total of 15 pages.   Page size is limited to 8.5×11 inches, 12-point font, with 1-inch margins in Microsoft Word or Adobe PDF format.   Both sides of the paper may be used but each side shall be included in the page count unless intentionally left blank. Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI.   To support budget and planning purposes, you may also include rough cost estimates based upon the objectives outlined in the RFI.   Information provided will be used solely by CBP as market research and will not be released outside of CBP.   This RFI does not constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request.   All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government.   Responses shall be submitted electronically via email to the Contracting Officer no later that 3:00pm Washington DC time on Friday, June 27nd.   This subject shall read:   CBP Wide Communication and Outreach Support Services.   NO SOLICITATION EXISTS AT THIS TIME. Contact Information: Ronie Namata, Contracting Officer 202-344-3631 Ronie.Namata@dhs.gov U.S. Customs and Border Protection Office of Procurement Suite 1310 , National Place 1300 Pennsylvania Avenue, NW Washington , DC 20229 ************************************************************* ************************************************************* Sample – Budgetary ROM Request MEMORANDUM MM/DD/YYYY From:   Name, Company, Title To: Ronie Namata, Customs and Border Protection, Contracting Officer Subject:   Budgetary ROM request Company Name currently provides media advertising services to multiple customers across the United States.   Customs and Border Protection, Office of Border Patrol is conducting Market Research in the area of media advertising and requests your feedback. Based on the following assumptions: Location: Washington DC Task: Human Trafficking Campaign at land, sea, and air entry points to the United States. Please provide a budgetary ROM for planning purposes that address the following objectives: 1. Event Booth Display. 2. Outdoor Marketing and Media Services. 3. Broadcast Media (Radio, TV and Public Service Announcements (PSA)). 4. Direct Mail Service. 5. Average turn around times, and associated costs. Information provided will be used solely by CBP as market research and will not be released outside of CBP.   An actual requirement does not exist at this time.   This request does not constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. If you should have any questions concerning this request, please email Ronie.Namata@dhs.gov . Set-Aside: Partial Small Business URL:https://www.fbo.gov/spg/DHS/USCS/PDDC20229/PR20068812/listing.html
OutreachSystems Article Number: 120726/PROCURE/0813
Matching Key Words: video*; film?; produc*; you; website; web; site?; page?; business*; documentation; event?; distribut*; instruct*; 


Department of Homeland Security, Customs and Border Protection, Procurement Directorate – DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP Washington DC 20229

R — U.S. Customs and Border Protection (CBP) Wide Communication and Outreach Support Services PR20068812 062712 Ronie Namata, Contract Specialist, Phone 202-344-3631, Fax 202-344-3322, Email ronie.namata@dhs.gov Amendment 4 (06/20/12): Correction in due day. Amendment 3 (06/19/12): Corrects due time in FBO. Amendment 2 (06/18/12): Corrects due date in Instructions and Response Guideline section. Amendment 1 (06/14/12): Corrects due date in Instructions and Response Guideline section. U.S. Customs and Border Protection (CBP) Office of Public Affairs (OPA) Request for Information (RFI) Release Date:   June 11, 2012 Response Date:   June 27, 2012 Title:   CBP Wide Communication and Outreach Support Services Purpose: CBP is conducting market research to gain a greater understanding of the full range of available options for Communication and Outreach Support Services from small business GSA vendors holding federal supply code (FSC) 541 – Advertising & Integrated Marketing Solutions, category 541 5 – Integrated Marketing Services.   The anticipated NAICS codes to be used are: 541430 – Graphic Design Services, 541511 – Custom Computer Programming Services, 541613 – Marketing Consulting Services, 541810 – Advertising Agencies, 541820 – Public Relations Agencies, 541830 – Media Buying Agencies, 541840 – Media Representatives, 541850 – Display Advertising, 541860 – Direct Mail Advertising, 541870 – Advertising Material Distribution Services, 541910 – Marketing Research and Public Opinion Polling, 541930 – Translation and Interpretation Service. 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, CBP 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. Background: The United States Customs and Border Protection (CBP) is the unified border agency within the Department of Homeland Security (DHS) charged with the management, control and protection of the nation’s borders at and between official ports of entry.   CBP is mandated to keep terrorists and terrorist weapons out of the country while enforcing hundreds of U.S. laws. The Communications and Outreach Division of the Office of Public Affairs (OPA) is tasked with providing information on new regulations, programs and initiatives put into place by Congress, DHS and CBP as well as information on current programs and regulations both domestically and internationally. Objective: Provide public awareness services in the advertising and marketing areas to support the planning, development and implementation of information support services required for Customs and Border Protection (CBP) in the following areas.    In an effort to increase registration and promote international policies in voluntary programs and compliance in both voluntary and mandatory enforcement programs, CBP requires supplies and services to assist in development and dissemination of information to educate key audiences through comprehensive communications programs that engage stakeholders and government agencies and reaches travelers, participants and impacted international communities.   CBP require advertisements which are innovative and attention getting and in compliance with the national CBP marketing strategies/branding.   CBP requires assistance in the development and expansion of an integrated media relations approach that leverages media as an important communications channel, and includes outreach to broadcast, print and online media.   Under CBP direction, stakeholders shall be engaged on a national and international basis to ensure understanding and compliance with the overarching programmatic activities. These include positioning CBP and its information with stakeholders, media, legislators and interagency partners to ensure smooth implementation of new requirements, and raising awareness of the benefits of new and current documentation required by DHS and CBP regulations. CBP envisions the Communication and Outreach Support Services program to meet at a minimum the following requirements: -Registration and Compliance in Enforcement Program Support – This is the development and dissemination of information to educate key audiences in an effort to increase registration and compliance in both voluntary and mandatory enforcement programs. -Promoting International Policies – The development and dissemination of information to educate key international audiences about new or changing U.S. and CBP policies through outreach campaigns. -Graphic Design Support – Development of an advertising or communication strategy plan to increase knowledge of and enrollment in programs in designated markets, and the design and development of a major public awareness campaigns.   This includes the development of video products. -Media Buys – Conduct research to ascertain the best placement of ads in domestic communities and publications, international publications and placement of ads. -Reproduction/Materials -Camera Ready Material Responses Requested: In an effort to assist CBP in developing and further refining our Communication and Outreach Support requirements, please provide responses to the following questions and requirements.   CBP understands that some responses may be conceptual, while others are limited to the type(s) of technologies being considered.   Responses should include the following information: Registration and Compliance in Enforcement Program Support 1. Describe advertising strategy plan to increase enrollment and traffic in designated markets. 2. Describe an advertising strategy plan to increase enrollment in programs in designated markets. 3. Describe an advertising strategy plan to increase compliance in designated international markets and communities. 4. Describe how your multimedia advertisements which aredistributed in the United States and international locations will achieve maximum exposure and a high level of recognition among the target audience. 5. Describe a high-impact and culturally relevant message that will resonate with and influence a world-wide target audience. 6. Describe how campaigns can be expanded beyond traditional media tools. 7. Describe research which will be conducted in order to ascertain the best placement of ads in major domestic and international magazines (i.e. American Airlines, Continental, In-flight, etc.); communities; and upscale travel magazines; and describe the process through publication. 8. Describe research to ascertain the best placement for advertising major international notices and advertisement at locations between the ports-or-entry (POE) into the United States. 9. Describe research which will be conducted for online web advertisement and communications. 10. Describe grassroots outreach materials to include but not be limited to Public Service Announcements (PSAs) for in-store broadcast, ratio broadcast, online web banners and direct mailers. Promoting International Policies 11. Describe best placement of ads in major domestic and international magazines, communities, markets, upscale travel magazines, and describe administering the process through publication. 12. Describe research which will be conducted in order to ascertain the best placement for advertising in major international airports, seaports, land border ports or other international arrival areas in the United States. Graphic Design Support 13. Describe graphic design support for any marketing and public relations components referencing the CBP Public Awareness campaigns. Media Buys 14. Describe a media Buy Plan, to include required advertising and marketing materials   as well as placing the actual advertisements with the appropriate media of interest to CBP stakeholders. 15. Describe multimedia advertisements tailored to individual foreign and domestic markets. 16. Describe advertisements that reach grassroots audiences, such as marketing to grocery stores, pharmacies, and major transit campaigns. 17. Describe how you will provide translation services including adjustments for cultural sensitivities to ensure information products resonate with target audience. Reproduction/Materials; Camera Ready Material 18. Describe how all camera-ready materials, such as mechanical, photographs, slides, negatives, film footage, email graphics, inter-negatives, trims and cuts shall be retained by the Contractor or returned to CBP during the performance period. Miscellaneous 19. Please explain if the work described can be done solely by small business or if teaming with a large business is needed. 20. Please explain what, if any, key personnel are needed to support an agency wide advertising BPA. Instructions and Response Guidelines: Electronic RFI responses are due by 3:00pm Washington DC time on Wednesday, June 27th and shall be limited to be a total of 15 pages.   Page size is limited to 8.5×11 inches, 12-point font, with 1-inch margins in Microsoft Word or Adobe PDF format.   Both sides of the paper may be used but each side shall be included in the page count unless intentionally left blank. Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI.   To support budget and planning purposes, you may also include rough cost estimates based upon the objectives outlined in the RFI.   Information provided will be used solely by CBP as market research and will not be released outside of CBP.   This RFI does not constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request.   All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government.   Responses shall be submitted electronically via email to the Contracting Officer no later that 3:00pm Washington DC time on Wednesday, June 27nd.   This subject shall read:   CBP Wide Communication and Outreach Support Services.   NO SOLICITATION EXISTS AT THIS TIME. Contact Information: Ronie Namata, Contracting Officer 202-344-3631 Ronie.Namata@dhs.gov U.S. Customs and Border Protection Office of Procurement Suite 1310 , National Place 1300 Pennsylvania Avenue, NW Washington , DC 20229 ************************************************************* ************************************************************* Sample – Budgetary ROM Request MEMORANDUM MM/DD/YYYY From:   Name, Company, Title To: Ronie Namata, Customs and Border Protection, Contracting Officer Subject:   Budgetary ROM request Company Name currently provides media advertising services to multiple customers across the United States.   Customs and Border Protection, Office of Border Patrol is conducting Market Research in the area of media advertising and requests your feedback. Based on the following assumptions: Location: Washington DC Task: Human Trafficking Campaign at land, sea, and air entry points to the United States. Please provide a budgetary ROM for planning purposes that address the following objectives: 1. Event Booth Display. 2. Outdoor Marketing and Media Services. 3. Broadcast Media (Radio, TV and Public Service Announcements (PSA)). 4. Direct Mail Service. 5. Average turn around times, and associated costs. Information provided will be used solely by CBP as market research and will not be released outside of CBP.   An actual requirement does not exist at this time.   This request does not constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. If you should have any questions concerning this request, please email Ronie.Namata@dhs.gov . Set-Aside: Partial Small Business URL: https://www.fbo.gov/spg/DHS/USCS/PDDC20229/PR20068812/listing.html
OutreachSystems Article Number: 120726/PROCURE/0814
Matching Key Words: video*; film?; produc*; you; website; web; site?; page?; business*; documentation; event?; distribut*; instruct*; 


Department of Homeland Security, Customs and Border Protection, Procurement Directorate – DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP Washington DC 20229

R — U.S. Customs and Border Protection (CBP) Wide Communication and Outreach Support Services PR20068812 070612 Ronie Namata, Contract Specialist, Phone 202-344-3631, Fax 202-344-3322, Email ronie.namata@dhs.gov Amendment 5 (06/22/2012): extended due date to July 6, 2012. Amendment 4 (06/20/12): Correction in due day. Amendment 3 (06/19/12): Corrects due time in FBO. Amendment 2 (06/18/12): Corrects due date in Instructions and Response Guideline section. Amendment 1 (06/14/12): Corrects due date in Instructions and Response Guideline section. U.S. Customs and Border Protection (CBP) Office of Public Affairs (OPA) Request for Information (RFI) Release Date:   June 11, 2012 Response Date:   July 6 , 2012 Title:   CBP Wide Communication and Outreach Support Services Purpose: CBP is conducting market research to gain a greater understanding of the full range of available options for Communication and Outreach Support Services from small business GSA vendors holding federal supply code (FSC) 541 – Advertising & Integrated Marketing Solutions, category 541 5 – Integrated Marketing Services.   The anticipated NAICS codes to be used are: 541430 – Graphic Design Services, 541511 – Custom Computer Programming Services, 541613 – Marketing Consulting Services, 541810 – Advertising Agencies, 541820 – Public Relations Agencies, 541830 – Media Buying Agencies, 541840 – Media Representatives, 541850 – Display Advertising, 541860 – Direct Mail Advertising, 541870 – Advertising Material Distribution Services, 541910 – Marketing Research and Public Opinion Polling, 541930 – Translation and Interpretation Service. 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, CBP 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. Background: The United States Customs and Border Protection (CBP) is the unified border agency within the Department of Homeland Security (DHS) charged with the management, control and protection of the nation’s borders at and between official ports of entry.   CBP is mandated to keep terrorists and terrorist weapons out of the country while enforcing hundreds of U.S. laws. The Communications and Outreach Division of the Office of Public Affairs (OPA) is tasked with providing information on new regulations, programs and initiatives put into place by Congress, DHS and CBP as well as information on current programs and regulations both domestically and internationally. Objective: Provide public awareness services in the advertising and marketing areas to support the planning, development and implementation of information support services required for Customs and Border Protection (CBP) in the following areas.    In an effort to increase registration and promote international policies in voluntary programs and compliance in both voluntary and mandatory enforcement programs, CBP requires supplies and services to assist in development and dissemination of information to educate key audiences through comprehensive communications programs that engage stakeholders and government agencies and reaches travelers, participants and impacted international communities.   CBP require advertisements which are innovative and attention getting and in compliance with the national CBP marketing strategies/branding.   CBP requires assistance in the development and expansion of an integrated media relations approach that leverages media as an important communications channel, and includes outreach to broadcast, print and online media.   Under CBP direction, stakeholders shall be engaged on a national and international basis to ensure understanding and compliance with the overarching programmatic activities. These include positioning CBP and its information with stakeholders, media, legislators and interagency partners to ensure smooth implementation of new requirements, and raising awareness of the benefits of new and current documentation required by DHS and CBP regulations. CBP envisions the Communication and Outreach Support Services program to meet at a minimum the following requirements: -Registration and Compliance in Enforcement Program Support – This is the development and dissemination of information to educate key audiences in an effort to increase registration and compliance in both voluntary and mandatory enforcement programs. -Promoting International Policies – The development and dissemination of information to educate key international audiences about new or changing U.S. and CBP policies through outreach campaigns. -Graphic Design Support – Development of an advertising or communication strategy plan to increase knowledge of and enrollment in programs in designated markets, and the design and development of a major public awareness campaigns.   This includes the development of video products. -Media Buys – Conduct research to ascertain the best placement of ads in domestic communities and publications, international publications and placement of ads. -Reproduction/Materials -Camera Ready Material Responses Requested: In an effort to assist CBP in developing and further refining our Communication and Outreach Support requirements, please provide responses to the following questions and requirements.   CBP understands that some responses may be conceptual, while others are limited to the type(s) of technologies being considered.   Responses should include the following information: Registration and Compliance in Enforcement Program Support 1. Describe advertising strategy plan to increase enrollment and traffic in designated markets. 2. Describe an advertising strategy plan to increase enrollment in programs in designated markets. 3. Describe an advertising strategy plan to increase compliance in designated international markets and communities. 4. Describe how your multimedia advertisements which are distributed in the United States and international locations will achieve maximum exposure and a high level of recognition among the target audience. 5. Describe a high-impact and culturally relevant message that will resonate with and influence a world-wide target audience. 6. Describe how campaigns can be expanded beyond traditional media tools. 7. Describe research which will be conducted in order to ascertain the best placement of ads in major domestic and international magazines (i.e. American Airlines, Continental, In-flight, etc.); communities; and upscale travel magazines; and describe the process through publication. 8. Describe research to ascertain the best placement for advertising major international notices and advertisement at locations between the ports-or-entry (POE) into the United States. 9. Describe research which will be conducted for online web advertisement and communications. 10. Describe grassroots outreach materials to include but not be limited to Public Service Announcements (PSAs) for in-store broadcast, ratio broadcast, online web banners and direct mailers. Promoting International Policies 11. Describe best placement of ads in major domestic and international magazines, communities, markets, upscale travel magazines, and describe administering the process through publication. 12. Describe research which will be conducted in order to ascertain the best placement for advertising in major international airports, seaports, land border ports or other international arrival areas in the United States. Graphic Design Support 13. Describe graphic design support for any marketing and public relations components referencing the CBP Public Awareness campaigns. Media Buys 14. Describe a media Buy Plan, to include required advertising and marketing materials   as well as placing the actual advertisements with the appropriate media of interest to CBP stakeholders. 15. Describe multimedia advertisements tailored to individual foreign and domestic markets. 16. Describe advertisements that reach grassroots audiences, such as marketing to grocery stores, pharmacies, and major transit campaigns. 17. Describe how you will provide translation services including adjustments for cultural sensitivities to ensure information products resonate with target audience. Reproduction/Materials; Camera Ready Material 18. Describe how all camera-ready materials, such as mechanical, photographs, slides, negatives, film footage, email graphics, inter-negatives, trims and cuts shall be retained by the Contractor or returned to CBP during the performance period. Miscellaneous 19. Please explain if the work described can be done solely by small business or if teaming with a large business is needed. 20. Please explain what, if any, key personnel are needed to support an agency wide advertising BPA. Instructions and Response Guidelines: Electronic RFI responses are due by 3:00pm Washington DC time on Friday, July 6th and shall be limited to be a total of 15 pages.   Page size is limited to 8.5×11 inches, 12-point font, with 1-inch margins in Microsoft Word or Adobe PDF format.   Both sides of the paper may be used but each side shall be included in the page count unless intentionally left blank. Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI.   To support budget and planning purposes, you may also include rough cost estimates based upon the objectives outlined in the RFI.   Information provided will be used solely by CBP as market research and will not be released outside of CBP.   This RFI does not constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request.   All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government.   Responses shall be submitted electronically via email to the Contracting Officer no later that 3:00pm Washington DC time on Friday, July 6th.   This subject shall read:   CBP Wide Communication and Outreach Support Services.   NO SOLICITATION EXISTS AT THIS TIME. Contact Information: Ronie Namata, Contracting Officer 202-344-3631 Ronie.Namata@dhs.gov U.S. Customs and Border Protection Office of Procurement Suite 1310 , National Place 1300 Pennsylvania Avenue, NW Washington , DC 20229 ************************************************************* ************************************************************* Sample – Budgetary ROM Request MEMORANDUM MM/DD/YYYY From:   Name, Company, Title To: Ronie Namata, Customs and Border Protection, Contracting Officer Subject:   Budgetary ROM request Company Name currently provides media advertising services to multiple customers across the United States.   Customs and Border Protection, Office of Border Patrol is conducting Market Research in the area of media advertising and requests your feedback. Based on the following assumptions: Location: Washington DC Task: Human Trafficking Campaign at land, sea, and air entry points to the United States. Please provide a budgetary ROM for planning purposes that address the following objectives: 1. Event Booth Display. 2. Outdoor Marketing and Media Services. 3. Broadcast Media (Radio, TV and Public Service Announcements (PSA)). 4. Direct Mail Service. 5. Average turn around times, and associated costs. Information provided will be used solely by CBP as market research and will not be released outside of CBP.   An actual requirement does not exist at this time.   This request does not constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. If you should have any questions concerning this request, please emailRonie.Namata@dhs.gov . Set-Aside: Partial Small Business URL: https://www.fbo.gov/spg/DHS/USCS/PDDC20229/PR20068812/listing.html
OutreachSystems Article Number: 120726/PROCURE/0815
Matching Key Words: video*; film?; produc*; you; website; web; site?; page?; business*; documentation; event?; distribut*; instruct*; 


Department of the Air Force, Direct Reporting Unit – Air Force District of Washington, 11th CONS, 1500 West Perimeter Rd Suite 2780 Andrews AFB MD 20762-6500

R — CONTEMPORARY SERVICE BAND DIRECTOR FA2860-12-T-0084 061512 Archie Y. Warren, Contract Specialist, Phone 240-612-5680, Fax 240-612-2176, Email archie.warren@afncr.af.mil – Rhonda Coles, Contracting Officer, Phone 240-612-5647, Fax 240-612-2176, Email rhonda.coles@afncr.af.mil The 11th Contracting Squadron intends to contract for a Contemporary Service Band Director where prospective offerors are required to provide musical services for regularly scheduled Contemporary Worship service, events, and rehearsals at Chapel 1 located on Joint Base Andrews, MD. The Contractor shall provide all labor, tools, and materials in accordance with the specifications and attachments that will be identified in the solicitation. A firm-fixed price contract award is contemplated. This action will be set-aside for small business. The applicable North American Industry Classification System (NAICS) code is 711510 with a business size standard of $7.0 million dollars. It is anticipated the solicitation will be issued electronically on or about 15 June 2012 on the Federal Business Opportunities web page at http://www.fbo.gov. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this website frequently for any updates/amendments to any and all documents. Any prospective contractor must be registered in the Contractor Registration (CCR) in order to be eligible for award. Information concerning CCR registered requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Point of Contact: Ms. Archie Y. Warren, Phone (240)612-5680, E-mail archie.warren@afncr.af.mil. Set-Aside: Total Small Business Place of Performance: Chapel 1, 1345 Arkansas Road, Joint Base Andrews, Camp Springs, MD 20762 Joint Base Andrews, MD 20762 US URL:https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA2860-12-T-0084/listing.html
OutreachSystems Article Number: 120726/PROCURE/0816
Matching Key Words: naics!711510; 


Department of the Air Force, Direct Reporting Unit – Air Force District of Washington, 11th CONS, 1500 West Perimeter Rd Suite 2780 Andrews AFB MD 20762-6500

R — CONTEMPORARY SERVICE BAND DIRECTOR FA2860-12-T-0084 082312 Archie Y. Warren, Contract Specialist, Phone 240-612-5680, Fax 240-612-2176, Email archie.warren@afncr.af.mil – Rhonda Coles, Contracting Officer, Phone 240-612-5647, Fax 240-612-2176, Email rhonda.coles@afncr.af.mil (SEE ATTACHED SOLICITATION) Set-Aside: Total Small Business Place of Performance: Chapel 1, 1345 Arkansas Road, Joint Base Andrews, Camp Springs, MD 20762 Joint Base Andrews, MD 20762 US URL: https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA2860-12-T-0084/listing.html
OutreachSystems Article Number: 120726/PROCURE/0817
Matching Key Words: naics!711510; 

 

Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, Bldg 50 Room 422 Jefferson AR 72079

R — Bioinformatic Services 1103905 081012 Marcia O Park, Contract Specialist, Phone (870) 543-7405, Fax (870) 543-7990, Email marcia.park@fda.hhs.gov This is a combined synopsis/solicitation for commercial services prepared in accordance with FAR Part 13 and the format in FAR part 12.6, 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. The solicitation number is 1103905, and is being issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, dated May 18, 2012. The associated North American Industry Classification System Code is 561410, Document Preparation Services, with a small business size standard of $7.0 million dollars. This acquisition is set aside for small businesses. Background and Objectives: The U.S. Food and Drug Administration (FDA) Commissioner has highlighted the need for Regulatory Science to underpin the FDA’s decision-making. Solid scientific studies and communications arising from such are critical to support this mission. The work at the National Center for Toxicological Research (NCTR) embraces the needs of the multiple regulatory agencies within the FDA and these have very different focuses (e.g., dietary supplements, tobacco regulation and bioinformatics). The NCTR Division of Bioinformatics and Biostatics conducts research in bioinformatics and chemoinformatics, and develops and coordinates informatics capabilities within NCTR, across FDA Centers, and in the larger toxicology community. The goal of the NCTR Bioinformatics group is to develop methods for the analysis and integration of omics (genomic, transcriptomic, proteomic, and metabolomic) databases with the objective of knowledge discovery and the elucidation of mechanisms of toxicity. Some of NCTR’s Bioinformatics projects and tools include: . ArrayTrack – DNA microarray data management, mining, analysis and interpretation software . FDA Label – Full-Text Search of Drug Label Database . SNPTrack – An integrated solution for the management, analysis and interpretation of genetic association study data The Division of Bioinformatics requires a contractor to manage and troubleshoot ArrayTrack and SNPTrack; update user manuals and tutorials; and assist junior staff in understanding how to communicate their results effectively in both written and oral communication. Scope of Work Independently and not as an agent of the Government, the contractor shall work in close coordination with the Division of Bioinformatics and Biostatics at the FDA’s NCTR. The contractor shall assist in the management of the Division’s bioinformatic tools and advise junior staff in the appropriate methods of writing papers and protocols and provide support in the generation of manuscripts and other documentation. The contractor shall communicate via e-mail, phone calls and by teleconferencing with the NCTR Contracting Officer Representative to make recommendations. This is further detailed in the chart below, Tasks, Deliverables and Milestones. The following Deliverables, Tasks, and Dues dates for Basic Period Deliverables Task Due Dates Review and edit manuscripts and protocols The contractor shall assist the Division of Bioinformatics and Biostatics in the writing of manuscripts and research protocols. The documents will be emailed to the contractor for review. The contractor will review manuscripts and help prepare them for publications as requested. The COR will have the ultimate decision on changes and suggestions made to each manuscript before it is submitted to a journal for publication. Quantity of 20 documents Review and edits complete within 10 business days from date of request by COR for review and edit of manuscript or protocol. Update the user manual for ArrayTrack Software The contractor shall revise the user manual for ArrayTrack and update quarterly First draft within 30 business days from start of contract; final within 2 business days from receipt of changes from COR. Quarterly updates are due no later than February 5, May 5 and August 5 Develop a user manual for the FDALabel software The contractor shall develop a user manual for FDALabel software and update quarterly. First draft within 60 business days from start of contract; final is due within 5 business days from receipt of changes from COR. Quarterly updates are due no later than December 5, March 5, June 5, and September 5 Develop a user manual for the SNPTrack software The contractor shall develop a user manual for SNPTrack software and update quarterly. First draft within 120 business days from start of contract; final is due within 5 business days from receipt of changes from COR. Quarterly updates are due October 5, January 5, April 5, andJuly 5 Troubleshoot ArrayTrack technicalproblems The contractor shall troubleshoot and resolve ArrayTrack technical problems as they occur Technical problems shall be resolved within 2 business days of COR’s report of problem. Conduct Training Sessions for ArrayTrack The contractor shall conduct training sessions for Array Track; 4 training sessions shall be conducted yearly Training shall be conducted quarterly; October, January, April, July Price for Base Period ____________________________ Deliverables, Tasks and Due Dates for Option Years 1-4 Deliverables Tasks Due Dates Review and edit manuscripts and protocols The contractor shall assist the Division of Bioinformatics and Biostatics in the writing of manuscripts and research protocols. The documents will be emailed to the contractor for review. The contractor will review the manuscripts and help prepare them for publications as requested. The COR will have the ultimate decision on changes and suggestions made to each manuscript before it is submitted to a journal for publication. Quantity of 20 documents Review and edits complete within 10 business days from date of initial request by COR for review and edit of manuscript or protocol. Update the user manual for Arraytrack Software The contractor shall update the user manual for ArrayTrack quarterly Quarterly updates are due November 5, February 5, May 5 and September 5 of each Option Year Update the user manual for FDALabel Software The contractor shall update the user manual for FDALabel Software quarterly Quarterly updates are due December 5, March 5, June 5 and September 5 of each Option Year Update the user manual for SNPTrack Software The contractor shall update the user manual for SNPTrack Software quarterly Quarterly updates are due October 5, January 5, April 5, July 5 of each option year Trouble shoot ArrayTrack Technical problems The contractor shall trouble shoot and resolve ArrayTrack technical problems as they occur Technical problems shall be resolved within 2 business days of COR’s report of problem. Conduct Training Sessions for ArrayTrack The Contractor shall conduct training sessions for ArrayTrack; 4 training sessions shall be conducted yearly Training shall be conducted quarterly; October, January, April, July All dates are approximate based on an estimated award date of September 1, 2012. Price for Option Period One __________________________ Price for Option Period Two __________________________ Price for Option Period Three _________________________ Price for Option Period Four __________________________ Total Base Plus Option Periods ________________________ The total period of performance for the order resulting from this Request for Quotations shall be five years. Place of Performance shall be the contractor’s facility. The purchase order resulting from this Request for Quotations will be a firm fixed price. The provision at 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition with the following addenda: The offeror agrees to hold its prices firm through September 30, 2012. The provision at 52.212-3 Offeror Representations and Certifications – Commercial Items, applies to this acquisition. The offeror shall complete only paragraph (b) of this provision if the offeror has completed the Annual Representations and Certifications electronically at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition with the following addenda: 352.202-1 Definitions (JAN 2006) 352.222-70 Contractor Cooperation In Equal Employment Opportunity Investigations (JAN 2010) 352.239-72 Security Requirements for Federal Information Technology Resources (JUN 2010) This solicitation incorporates one or more FAR and HHSAR Clauses and Provisions by reference, with the same force and effect as if they were given in full text. The full text may be accessed electronically at this/these address(es): http://www.acquisition.gov and http://dhhs.gov/asfr/ogapa/acquisition/acquisitionpolicies.html. 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) “within one (1) day of order expiration;” (c) “The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years.” The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. The Contactor shall comply with the additional following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive Orders applicable to acquisitions of commercial items: As prescribed in 12.301(b)(4), insert the following clause: (a) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 52.219-13, Notice of Set-Aside of Orders (Nov 2011)(15 U.S.C. 644(r)). 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Evaluation of Offers: Award will be made to the contractor who offers the “best value” to the Government when considering the following factors: 1) Scientific/Technical approach; 2) Past Performance and 3) Price. Scientific/Technical Approach and Past Performance when combined are more important than Price though price remains an important factor. 1. Scientific/Technical approach: Offeror shall demonstrate a thorough understanding of the requirement and demonstrate their approach for performing the work described in the Scope of work and Table of Deliverables, and Tasks (and Due Dates) and how the offeror intends to satisfy the scientific and technical requirements. 2. Past Performance: The Offeror shall provide information for the same or similar types of projects he/she has participated in the following areas. Information provided shall include contact name, number and size of project. . ArrayTrack or similar software . SNPTrack or similar software . Conducting training sessions for scientific personnel . Technical writing and editing . Writing tutorials for bioinformatics tools and databases . Database analysis and management . Biological and Chemical data analysis . Software Design and testing . Proven publication records in scientific journals and publications 3. Price (inclusive of options) Offerors are afforded the opportunity to inspect the ArrayTrack User Manual athttp://www.fda.gov/ScienceResearch/BioinformaticsTools/Arraytrack/default.htm. Failure to inspect the manual will not relieve the successful offeror from fully meeting the requirements of the resulting contract at the price offered. Offerors must be registered with Duns and Bradstreet and Central Contract Registration to be eligible for award of a government purchase order. Offerors who fail to complete the required representations and certifications, or reject the terms and conditions of this solicitation may be excluded from consideration. All responsible sources may submit an offer, which if timely received, shall be considered. The offer must reference solicitation number 1103905. The RFQ is due in person, by postal mail, fac or email to the point of contact listed below in Jefferon, AR 72079-9502, no later than 1:00 PM Central Daylight time, August 10, 2012. Any questions regarding this notice shall be submitted to Marcia Park by email to marcia.park@fda.hhs.gov no later than 1:00 PM CDT, August 6, 2012. For information regarding this Request for Quotation, please contact Marcia Park at marcia.park@fda.hhs.gov. Set-Aside: Total Small Business Place of Performance: Contractors place of business US URL:https://www.fbo.gov/spg/HHS/FDA/NCTR/1103905/listing.html
OutreachSystems Article Number: 120725/PROCURE/0092
Matching Key Words: writ*; technical; standard; 


Millennium Challenge Corporation, MCC, Washington DC, 875 Fifteenth Street, N.W. Washington DC 20005

R — Webcasting Services MCC-12-RFQ-0018 073112 Robert N Beaty, Phone 2025213656, Email beatyrn@mcc.gov This is a combined synopsis/solicitation for commercial item prepared in accordance with FAR Subpart 12.6. This announcement constitutes the only solicitation; proposals are being requested and a paper solicitation will not be issued. The combined synopsis/solicitation number is MCC-12-RFP-0018 and is issued as a request for Proposals (RFP), with incorporated provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-58 effective May 18, 2012. A firm fixed price contract is anticipated. The period of performance is one year with options for four additional years. This requirement is being synopsized under the North American Industry Classification System code 512191 – Teleproduction and Other Postproduction Services, and the size standard is $29.5M. 1.0 Introduction and Background The Millennium Challenge Corporation (MCC) is an innovative and independent U.S. foreign assistance agency that is helping lead the fight against global poverty. Created by the U.S. Congress in 2004 with strong bipartisan support, MCC is changing the conversation on how best to deliver smart U.S. foreign assistance by focusing on good policies, country ownership and results. MCC forms partnerships with some of the world’s poorest countries, but only those committed to good governance, economic freedom and investments in their citizens. MCC provides these well-performing countries with compact grants to fund country-led solutions for reducing poverty through sustainable economic growth. MCC grants are designed to complement other U.S. and international development programs, as well as create an enabling environment for private sector investment. 2.0 Requirement MCC has a requirement for video production and webcast services at the MCC Headquarters in Washington, DC, or at other locations within the Washington, DC metro area, with occasional services required outside of Washington, DC. This will be an Indefinite Delivery/Indefinite Quantity contract with fixed price task orders issued for the individual tasks. The period of performance shall be for one base year and four option periods of one year each, for a total contract period, including all option periods, of five years. The North American Industry Classification System (NAICS) code is 512191 – Teleproduction and Other Postproduction Services. The small business size standard is $29.5 million  The full solicitation is attached to this notice Place of Performance: Millennium Challenge Corporation 875 15th Street NW Washington, DC 20005 US URL: https://www.fbo.gov/spg/MCC/MCCMCC/MCCMCC01/MCC-12-RFQ-0018/listing.html
OutreachSystems Article Number: 120725/PROCURE/0093
Matching Key Words: video*; produc*; business*; production?; commercial?; 

Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

69–SYNOPSIS – Notice of Intent for the Special Operations Forces Aviation Systems Trainers – Enhancements (SOFAST-E) W900KK-12-R-0021 113012 Matthew Sanders, 407-208-3327 PEO STRI Acquisition CenterPROGRAM DESCRIPTION The SOFAST-E contract vehicle will support the 160th Special Operations Aviation Regiment (SOAR) located at Ft. Campbell, KY and its tenant units at Hunter Army Airfield, GA and Fort Lewis, WA. This support will comprise concurrency, technical refresh, sustainment, obsolescence, modernization and manufacturing efforts to the fielded Special Operations Aviation suite of Training Aids, Devices, Simulators and Simulations (TADSS) which include: Combat Mission Simulators (CMS) Desk Top Trainer (DTT) Battle Staff Training System (BSTS) Exercise Management Control (EMC) Mission Rehearsal Operations Center (MROC) Storage Area Network (SAN) SYNOPSIS – Notice of Intent to Solicit the SOFAST-E Effort as a Small Business Set-Aside The SOFAST-E Government team evaluated the capability of industry to successfully execute the contract and, based upon the conclusive findings derived from the responses submitted for the associated Requests for Information (RFI), has concluded that this effort will be solicited as a five year, Single Award Indefinite Delivery/Indefinite Quantity Contract (ID/IQC) set-aside for Small Business. This Small Business set-aside competition shall be conducted outside of the PEO STRI Omnibus Contract II (STOC II) vehicle. While the Government can define the minimum quantity requirements for the next 5 years, they are unable to determine when and what type of configurations the customer will require; hence the need for a separate ID/IQC. Per this decision, any firm desiring to participate as a prime contractor in this solicitation must be a recognized Small Business under NAICS Code 333319, in accordance with FAR 19.301. For those interested Small Businesses, please familiarize yourself, if you have not already, with the Limitations on Subcontracting requirements under FAR 52.219-14. The Government is currently in the process of finalizing its draft requirements documentation. It is the Governments intent to release this information to industry as part of a draft Request for Proposal (RFP) via FedBizOpps prior to holding a PreSolicitation Conference. The dates and location of the conference are still tentative and will be announced in conjunction with the draft RFP release. DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products or services nor will the Government reimburse any parties for costs associated with this request. Set-Aside: Total Small Business Place of Performance: 160th Special Operations Aviation Regiment (Airborne) 7269 Nightstalker Way Fort Campbell KY 42223 US URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-12-R-0021/listing.html
OutreachSystems Article Number: 120724/PROCURE/0408
Matching Key Words: state!ky; 


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

99 — No-cost Electronics Recycling 20070034 080112 Cynthia C. Young, Phone 317-614-4575, Email cynthia.young@dhs.gov ; p; This solicitation is issued as a competitive Request for Quotation (RFQ). This is a full and open solicitation. The applicable NAICS Code is 562998.   U.S. Customs and Border Protection (CBP), Office of Information and Technology (OIT), Hi-Tech, is disposing of a large amount of radio communication equipment.   It is estimated, but not guaranteed, that thousands of pieces of equipment will be disposed of.   In an effort to support a “Green Environment” concept, CBP is seeking a vendor to pick up, remove, and transport the equipment off CBP premises, all at no cost to the Government, and recycle and/or dispose of the items as described in the attachment statement of work (SOW).   CBP plans to establish a single, no-cost purchase order to fulfill this requirement. The resultant award will be one (1) year in duration with three (3) one-year option periods.   The services rendered must be entirely free of cost to the Government.   See Attachment 1, Statement of Work, for a detailed description of technical requirements.   The Government will award a no-cost purchase order to the contractor whose quote is determined to be most advantageous to the Government based on the evaluation criteria of technical capability and past performance.   Price is not a factor in the Government’s evaluation since award will be made at no cost.   Technical Capability– For theTechnical Capability evaluation factor, the Government will evaluate the contractor’s capability to provide timely, efficient, and reliable recycling services for CBP.   The Government will evaluate each contractor’stechnical approach for satisfying the requirement to determine whether the contractor has demonstrated a clear understanding of the work to be performed, including competent and thorough knowledge of the requirements as stated in the Statement of Work (SOW), as well as the resources, tools and methods to meet the requirements.   The contractor’s technical capabilities as demonstrated in the written technicalquotation will be evaluated to determine their understanding and proven ability to provide the shredding, smelting, and/or total meltdown of all waste.   No secondary or downstream vendors are authorized to participate in the destruction process. Rather, the vendor must provide all contemplated services without subcontracting for any component of this process.   Due to the security risk involving waste equipment, refurbishment, redistribution, or resale of whole equipment to the public is not authorized.   Written quotations must sufficiently demonstrate the vendor’s ability to meet all of the requirements of the SOW, including, but not limited to, the “Special Considerations” outlined in Section 10 of the SOW concerning the Contractor’s possession of necessary permits and/or licenses and proper management of materials under federal environmental and/or transportation requirements.   As part of this evaluation factor, contractors must demonstrate that they are R2/RIOS certified electronics recyclers.   In addition to technical capabilities, vendors must substantiate their ability to meet the required turnaround time of 24-48 hours in responding to requests and picking up waste containers from the addresses listed in Section 7 of the SOW. Past Performance– The following will be considered in evaluating a Contractor’s past performance: Demonstrated record (as confirmed by references) of recent successful past performance of efforts of similar size and complexity to that being solicited herein.   Recent past performance is defined as all or part of the period of performance having occurred within 36 months of RFQ closing date.   An effort of “similar size and complexity” for the purpose of this evaluation means a similar volume of waste material recycled, and a similar number of sites serviced.   No-cost contracts similar to the one currently being solicited are preferred as past performance references.   Contractors shall provide two (2) separate past performance references.   The past performance submission shall include company/agency name, period of performance, point of contact, telephone and e-mail address.   Additionally, for each reference, the contractor shall provide a brief description of how the identified effort is similar in size and complexity to the effort being solicited.   Contractors shall also provide the dollar amount for referenced projects if they were not performed at no cost.   Dollar amount as described herein refers to the amount paid to the vendor for such services.   CBP will provide past performance references with a past performance questionnaire, which is provided for informational purposes as an attachment to the solicitation.   The Government may, at its discretion, obtain and evaluate information from sources other than those provided by the Contractor. Quotations shall be provided in one volume addressing both technical capability and past performance and shall not exceed seven pages in length, including any attachments that the Contractor may choose to provide.   Documentation of R2/RIOS certification may be included as an attachment to the technical quotation and excluded from the seven-page limit.   In order to eligible for award, contractors must be registered in the Central Contractor Registration (CCR) at https ://www.ccr.gov/ and not be found in the Excluded Parties Listing System (EPLS) at https://www.epls.gov/ .   Quotes are due via email by August 1, 2012, at 4:00 PM Eastern Daylight Time.  There will be no exceptions to the time and date on which responses are due, unless determined otherwise by the Government.   All quotes must be submitted via email to Cynthia Young at cynthia.young@dhs.gov , and must be received no later than the response date and time identified above.   When responding, please include “Electronics Recycling – 20070034” In the subject line.   To verify receipt of your response, please contact Cynthia Young via e-mail.     Important note regarding email attachments: CBP’s email system limits incoming email attachments to 10 MB per email.  Contractors should ­­ not submit .zip files as these may be stripped by CBP’s email system.  All incoming files are scanned so there may be a delay between the time the file is submitted and the time it is received.  Therefore, Contractors must ensure they submit quotes with sufficient time to reach the required destination no later than the response due date identified above.  Contractors are strongly encouraged to verify receipt of their responses (via email) as noted above.  Contractors may submit attachments in multiple emails due to size constraints; however, the complete quote (including all required submissions) must be received by the due date and time identified above.   All communications regarding this solicitation shall be submitted via email.   Phone calls regarding this requirement may not be returned.   Attachment 1: Statement of Work Attachment 2: Past Performance Questionnaire (Information Only)   Place of Performance: See SOW US URL: https://www.fbo.gov/spg/DHS/USCS/FPSB/20070034/listing.html
OutreachSystems Article Number: 120724/PROCURE/0480
Matching Key Words: writ*; technical

FedBizOpps – Special Notes

Department of the Army, Army Contracting Command, ACC-APG – Natick (SPS) , ACC-APG – Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011

69–Two (2) Parachute Torso Dummy W91A2K21791017 stephen abate, 508-233-6160 ACC-APG – Natick (SPS) On behalf of the NSRDEC located in Natick MA and under the authority of FAR 13.106-1(b)(1), the U.S. Army Contracting Command-APG, Natick Contracting Division Natick, MA, intends to award a purchase order to Humanectics Innovative Solutions Inc of Plymouth MI for two (2) Dummy Parachute Model 131-001. The torso dummy corresponds to a 95th-percentile male, 6 feet 1 inch tall. The torso weighs 188 + 2 lbs. The normal weight of a young male of this stature is 211lbs. Hence, there is a nominal 23-lb weight allowance for instrumentation. The torso structure is a steel weldment, terminating at the base of the neck and at the shoulders in steel flanges which mate with manganese bronze caps. The torso is terminated in a de-mountable steel ‘kick-plate,’ providing access to the stub-leg instrumentation cavities. Two chest cavities are provided, each with its own flesh covering, for installation of accelerometers or other instrumentation and for junction strips and wiring. The flesh is molded of a very tough vinyl about the torso structure. The color of the vinyl body is spectral white, which sharpens the contrast of the dummy on event films. Any interested parties may submit their quote and specification package for consideration to the U.S. Army Contracting Command-APG, Natick Contracting Division, via e-mail at stephen.s.abate.civ@mail.mil . Closing date of this announcement will be August 3 2012 12:00pm EDT. URL: https://www.fbo.gov/notices/c32743e4f7fd7f9b8d2bef6b54b008a7
OutreachSystems Article Number: 120728/SPECIAL/1165
Matching Key Words: film?; event?;   

USABID State and Local Purchases

Michigan Inter-governmental Trade Network (MITN) Purchasing System http://www.mitn.info/Bids/ViewOpenSolicitations.asp Serving the purchasing needs of more than 90 local agencies across the state of Michigan.

99 – Video Editing Shared Storage Solution SOL Video Editing Shared Storage Solution For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120726/BID/0443
Matching Key Words: video*; edit*; 

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

R – COLLECTION SERVICES. RFP-2816-0-2013/TN DUE 09-AUG-2012 Phone: (502) 574-5796; Fax: (502) 574-6977; E-mail: purchase@loukymetro.org; Website:http://www.louisvilleky.gov/Finance/purchasing.htm This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120725/BID/0001
Matching Key Words: age:state!ky; state!ky; 


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

R – BEHAVIORAL RISK FACTOR SURVEILLANCE SURVEY (RE-BID). RFP-2815-0-2013/TB DUE 28-AUG-2012 Phone: (502) 574-5796; Fax: (502) 574-6977; E-mail: purchase@loukymetro.org; Website:http://www.louisvilleky.gov/Finance/purchasing.htm This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120725/BID/0002
Matching Key Words: age:state!ky; state!ky; 


Office of the Attorney General, 700 Capital Avenue, Room 34, Frankfort, KY 40601

R – RFP FOR CONTINGENCY LEGAL SERVICES. RFP-040-1300000027-1 DUE 31-JUL-2012 Marie Gardner, Phone: (502) 696-5666; Website: https://www.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: 120725/BID/0006
Matching Key Words: age:state!ky; state!ky; 


Office of the Attorney General, 700 Capital Avenue, Room 34, Frankfort, KY 40601

R – RFP FOR CONTINGENCY LEGAL SERVICES. RFP-040-1300000028-1 DUE 31-JUL-2012 Marie Gardner, Phone: (502) 696-5666; Website: https://www.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: 120725/BID/0007
Matching Key Words: age:state!ky; state!ky; 


Office of the Attorney General, 700 Capital Avenue, Room 34, Frankfort, KY 40601

R – RFP FOR CONTINGENCY LEGAL SERVICES. RFP-040-1300000029-1 DUE 31-JUL-2012 Marie Gardner, Phone: (502) 696-5666; Website: https://www.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: 120725/BID/0008
Matching Key Words: age:state!ky; state!ky; 


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

99 – 2013 KIT AND IFTA DECALS (RE-BID). RFB-605-1300000068-1 DUE 31-JUL-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: 120725/BID/0010
Matching Key Words: age:state!ky; state!ky; 

Louisville/Jefferson County, Purchasing Department, 611 W. Jefferson Street, Louisville, KY 40202
R – PRICE CONTRACT: COMMUNICATIONS AND OUTREACH STRATEGY FOR THE LOUISVILLE VISION PLAN. RFP-2813-0-2012/MBB DUE 31-JUL-2012 Phone: (502) 574-5796; Fax: (502) 574-6977; E-mail: purchase@loukymetro.org; Website: http://www.louisvilleky.gov/Finance/purchasing.htm This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120724/BID/0001
Matching Key Words: age:state!ky; state!ky; 

Kentucky State Procurement  

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

T — PLASTIC BAGS, ONE COLOR ARTWORK – ADDENDUM. RFB-758-1300000069-4 DUE 07-AUG-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: 120730/KY/8131
Matching Key Words: age:state!ky; state!ky; 


Warren County Water District, 523 U.S. Highway 31W Bypass, P.O. Box 10180, Bowling Green, KY 42102

R — CONSULTING SERVICES REQUIRED TO DEVELOP AN INFORMATION TECHNOLOGY STRATEGIC PLAN. DUE 31-AUG-2012 Sealed proposals for consulting services required to develop an Information Technology Strategic Plan will be received by the Warren County Water District at its offices at 523 US 31W Bypass (mailing address: P.O. Box 10180), Bowling Green, Kentucky 42102-4780, until 4:00 p.m., CDT on August 31, 2012. The detailed Request for Proposals may be examined at Warren Water s office and a copy of the Request for Proposals may be examined at Warren Water s office and a copy of the Request for Proposals can be obtained by contacting Bryan Tillery at 270-495-3496, email address bryant@warrenwater.com. Warren Water intends to contract for these services through competitive negotiation pursuant to the Kentucky Model Procurement Code, KRS 45A.370. 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: 120730/KY/8140
Matching Key Words: age:state!ky; state!ky; 


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

T — BOOK MANUFACTURING – UNIVERSITY PRESS OF KENTUCKY – ADDENDUM #1. UK-1194-13 DUE 07-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: 120730/KY/8155
Matching Key Words: age:state!ky; state!ky; 


University of Louisville, Department of Purchasing, Louisville, KY

R — COBRA/RETIREE DIRECT BILLING ADMINISTRATION – ADDENDUM #1. RP-02-13 DUE 07-AUG-2012 Curtis Monroe, Phone: (502) 852-8224; Website: http://louisville.edu/purchasing/bids/bids_rfplisting.htmThis 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: 120730/KY/8158
Matching Key Words: age:state!ky; state!ky; 


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

R — RFP FOR CERTIFIED MUNICIPAL FINANCIAL ADVISORS. BID #12-0824 DUE 24-AUG-2012 Rene Thomas, Phone: (502) 540-6000; Website: http://www.msdbids.com/purchasing/ A pre-submittal conference will be held on Friday, August 3, 2012 at 3:00 P.M. Eastern Standard Time in the Reba Doutrick Boardroom, 700 West Liberty Street, Louisville, Kentucky 40203. Attendance at the meeting is optional but encouraged, as the purpose of the meeting is to allow prospective Respondents to ask questions concerning the RFP. Respondents have the ability to participate through a teleconference by dialing the following toll free number and entering the conference code followed by the # sign: DIAL IN NUMBER: (866) 754-7476; CONFERENCE CODE: 4138575802. 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: 120730/KY/8159
Matching Key Words: age:state!ky; state!ky; 

Office of the Attorney General, 700 Capital Avenue, Room 34, Frankfort, KY 40601

R — RFP FOR CONTINGENCY LEGAL SERVICES – ADDENDUM. RFP-040-1200000555-2 DUE 31-JUL-2012 Marie Gardner, Phone: (502) 696-5666; Website: https://www.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: 120727/KY/8073
Matching Key Words: age:state!ky; state!ky; 


Office of the Attorney General, 700 Capital Avenue, Room 34, Frankfort, KY 40601

R — RFP FOR CONTINGENCY LEGAL SERVICES – ADDENDUM. RFP-040-1200000556-2 DUE 31-JUL-2012 Marie Gardner, Phone: (502) 696-5666; Website: https://www.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: 120727/KY/8074
Matching Key Words: age:state!ky; state!ky; 


Office of the Attorney General, 700 Capital Avenue, Room 34, Frankfort, KY 40601

R — RFP FOR CONTINGENCY LEGAL SERVICES – ADDENDUM. RFP-040-1200000567-2 DUE 31-JUL-2012 Marie Gardner, Phone: (502) 696-5666; Website: https://www.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: 120727/KY/8075
Matching Key Words: age:state!ky; state!ky; 


Office of the Attorney General, 700 Capital Avenue, Room 34, Frankfort, KY 40601

R — RFP FOR CONTINGENCY LEGAL SERVICES – ADDENDUM. RFP-040-1200000556-2 DUE 31-JUL-2012 Marie Gardner, Phone: (502) 696-5666; Website: https://www.emars.ky.gov/online/vss/Advantage The University of Kentucky (Kentucky Transportation Center) desires to lease approximately 1800 net square feet of warehouse space. Location is preferred within a three mile radius of the University Campus. Overhead door height must be at least 11 feet, with secure building and grounds. Conditioned space is optional. Proposals for property must designate: The type and location of the property; Square footage of the facility; A picture of the exterior of the facility; Name, address and telephone number of the property owner; The date of availability of the property for lease and forward same; Along with a scaled or dimensioned floor plan showing the interior layout of the existing building to include walls, doors, windows, and columns and any other structural considerations that may affect design of the interior space. Any property selected for lease must meet OSHA specifications, as well as ADA guidelines and all applicable building codes as enforced by the Division of Building Code Enforcement and the University of Kentucky, Fire Marshal. Arrangements will be made to view all properties meeting the general specifications of this lease project. A representative of the Real Property Division will contact you so that an appointment can be made to inspect the proposed facility. For any questions regarding this proposal, please contact Christine O’Brien of the Real Estate Services Division at 859-257-8649. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120727/KY/8087
Matching Key Words: age:state!ky; state!ky; 


Kentucky Educational Development Corporation, 904 West Rose Road, Ashland, KY 41102-7104

69 — INTERACTIVE CLASSROOM COMPONENTS. PV-IC-2012 DUE 20-AUG-2012 Phone: (606) 928-0205; Email: kpcmemberservices@kybuy.org; Website: http://www.kedc.org or http://www.kybuy.org Pre-Bid Conference: Wednesday, August 1, 2012, 10:00 a.m.-Noon, NorthEast Christian Church, Room 212, 990 Star Shoot Pkwy., Lexington, KY 40509, (859) 299-1251. 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: 120727/KY/8105
Matching Key Words: age:state!ky; state!ky; 

University of Louisville, Department of Purchasing, Louisville, KY

R — BILLING & REVENUE CYCLE MANAGEMENT SERVICES – ADDENDUM #1. RP-03-13 DUE 02-AUG-2012 Terry Cutler, Phone: (502) 852-7211; Website: http://louisville.edu/purchasing/bids/bids_rfplisting.htm This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120726/KY/8057
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 — PLASTIC BAGS, ONE COLOR ARTWORK – ADDENDUM. RFB-758-1300000069-2 DUE 07-AUG-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: 120725/KY/7994
Matching Key Words: age:state!ky; state!ky; 


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

99 — KSP – SPECIAL RESPONSE ROBOTS AND ASSOCIATED EQUIPMENT – ADDENDUM. RFB-758-1300000042-2 DUE 31-JUL-2012 Michael Gustafson, Phone: (502) 564-5945; 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: 120725/KY/7999
Matching Key Words: age:state!ky; state!ky; 


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

U — BOARD ADVANCE AND TRAINING. SOLICITATION #2012-7017 DUE 22-AUG-2012 The Cincinnati Metropolitan Housing Authority (CMHA) will receive proposals until August 22, 2012, no later than 10:00 a.m. at 1627 Western Ave., Cincinnati, OH 45214, from one or more qualified organizations to facilitate the Board of Commissioners and the Executive Director in conducting a Board Advance and Training. The training will be relevant to the roles and responsibilities of the Board Members and Executive Director serving the Public Housing Authority. General Requirements: The qualified organization will present to the CMHA Board of Commissioners and the Executive Director the training that will include, but not be limited to: The role of a commissioner of a Public Housing Authority; How to monitor and have a good oversight of a Housing Authority; The Board s fiscal oversight role; The role of the Executive Director in a Housing Authority; The basics of how to be a good Board Member (The do s and don ts for Board Members). Governance Items: The qualified organization will facilitate the Executive Director and the Board of Commissioners in accomplishing governance items such as the development of the following: Board travel policy; Board Staff communication policy; Board IT policy; Board code of ethics policy; Board of Commissioner s qualifications policy; Board spokesperson policy. Deliverables: The selected proposer must be available prior to the Advance to finalize the goals, plans, and set of deliverables for measurement of performance. Within two weeks following the Advance, the facilitator shall prepare a final report that defines the deliverables and measurements established during the Advance. PRE-PROPOSAL CONFERENCE: A pre-proposal conference is scheduled for Wednesday, August 1, 2012 at 10:00 A.M. (local time) at 1627 Western Avenue, Cincinnati, OH 45214. Pursuant to HUD regulations, the pre-proposal conference is not mandatory, but is recommended. Potential proposers planning to attend should notify the PO at william.walters@cintimha.com of their intention to do so by Tuesday, July 31, 2012 no later than 4:00 P.M. The purpose of the conference is to assist prospective proposers in having a full understanding of the RFP requirements so that he/she feels confident in submitting an appropriate proposal; therefore, at this conference the PO will conduct an overview of the RFP documents, including attachments. Whereas the purpose of this conference is to review the RFP documents, attendees should bring a copy of the RFP documents with them; however, CMHA will not distribute at this conference any copies of the RFP documents. All questions regarding the RFP and requirements must be submitted in writing to the PO and will be answered as addendum and posted to the CMHA website, http://www.cintimha.com/business-opportunities.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: 120725/KY/8003
Matching Key Words: age:state!ky; state!ky; 


Hopkinsville-Christian County Airport Board, 300 Memorial Drive, Hopkinsville, KY 42240

R — SPECIALIZED AERONAUTICAL FLIGHT INSTRUCTIONAL SERVICE OPERATOR. DUE 03-AUG-2012 Notice is hereby given that the Hopkinsville-Christian County Airport Board, hereinafter referred to as Airport Board , is seeking proposals from any interested party for the management and operation of a non-exclusive specialized aeronautical flight instructional service operator for no more than 2 years at the Hopkinsville-Christian County Airport. The non-exclusive franchise may be granted in conformity with the September 5, 2007, Minimum Standards for Fixed Base Operators. Information may be obtained from Airport Board Chairman, Wes Westerfield, at 270-348-6345. Bid proposals may be submitted at the office of the Hopkinsville-Christian County Airport, 300 Memorial Drive, Hopkinsville, KY 42240, Monday through Friday, from 8:30 a.m. local time until 4:30 p.m. Bids need to be submitted no later than Friday, August 3, 2012. After completion of a review process, the Airport Board may award a Non-Exclusive specialized aeronautical flight instructional service operator franchise to the bidder who, if in the judgment of the Airport Board, will provide the best combination of service to the flying public and compensation to the Hopkinsville-Christian County Airport Board for the privilege and right to be granted pursuant to the terms of a non-exclusive specialized aeronautical flight instructional service operator agreement to be entered to the terms of the Airport Board and the successful bidder. The Airport Board will consider the award after public comments on Tuesday, August 7, at 7:00 p.m., during a special meeting of the Airport Board to be conducted at the office of the Airport Board at Memorial Field. The right to reject any bid proposal, or to accept any bid proposal which is deemed more advantageous to the public and to the Airport Board is reserved. The Airport Board, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252.43 U.S.C. 2000d to 2000d4 and Title 49, Code of Federal Regulations, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-Assisted Programs to the Department of Transportation issued pursuant to such ACT, hereby notifies all bidders that the Airport Board will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, creed or national origin in consideration for an award. 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: 120725/KY/8011
Matching Key Words: age:state!ky; state!ky; 


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

T — BOOK MANUFACTURING – UNIVERSITY PRESS OF KENTUCKY. UK-1194-13 DUE 07-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: 120725/KY/8012
Matching Key Words: age:state!ky; state!ky; 

Cincinnati Public Schools, 2651 Burnet Avenue, Cincinnati, OH 45219

R — BANKING SERVICES. DUE 10-AUG-2012 Phone: (513) 363-0457. The Cincinnati Public Schools at 2651 Burnet Ave., Cincinnati, Ohio 45219, invites interested parties to submit statements of qualifications and letters of interest for banking services. Responses shall be enclosed in an envelope, sealed, and plainly marked on the outside BANKING SERVICES PACKET 2012 . Sealed statements of qualifications or letters of interest shall be received by the District no later than August 10, 2012 by Noon. Responses should be addressed to: Diana C. Whitt, Treasurer/CFO, Cincinnati Public Schools, 2651 Burnet Ave., Cincinnati, Ohio 45219. Complete information for responding to this request can be obtained from the Cincinnati Public Schools Website at http://www.cps-k12.org or contacting the Treasurer s Office at (513) 369-0419. 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: 120724/KY/7975
Matching Key Words: age:state!ky; state!ky; 


University of Louisville, Department of Purchasing, Louisville, KY

R — FLEXIBLE SPENDING ACCOUNT ADMINISTRATOR – ADDENDUM #2. RP-01-13 DUE 31-JUL-2012 Curtis Monroe, Phone: (502) 852-8224; Website: http://louisville.edu/purchasing/bids/bids_rfplisting.htm This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120724/KY/7976
Matching Key Words: age:state!ky; state!ky; 


City of Owensboro, 101 E. 4th Street, Owensboro, KY 42303

R — COMPREHENSIVE STUDY OF OWENSBORO MUNICIPAL UTILITIES. RFQ #2868 DUE 10-AUG-2012 Telephone: (270) 687-8431; Website: http://www.owensboro.org/purchasing/bids The City of Owensboro, in cooperation with its electric, telecommunications and water utility, Owensboro Municipal Utilities, intends to engage a qualified utility consultant to conduct a detailed audit/review/study of the utility to evaluate, among other things, the utility’s Energy Cost Adjustment, operations, management, financial/rate structure, power marketing strategy, and return to the City of Owensboro. The written Request for Proposals, including a detailed scope of services that will be expected of the consultant are on file and may be obtained from Pamela Canary, Purchasing Agent, City Hall, 101 E 4th Street, Room 119, Owensboro, KY 42303, Telephone (270) 687-8431. Responses must be delivered to the Purchasing Department on or before 2:00 P.M. prevailing local time on Friday, August 10, 2012. The City of Owensboro reserves the right to reject any and all proposals and to waive any irregularities in said proposals. 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: 120724/KY/7981
Matching Key Words: age:state!ky; state!ky; 

 

Earl Milligan CEO MultiTek


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

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: