Business and Career Opportunities Bids and Purchases

September 15, 2012

Business / Career

FedBizOpps – Procurements 

Department of Veterans Affairs, Bedford VAMC, ENRM Department of Veterans Affairs Medical Center, Department of Veterans Affairs;VAMC Bedford;Contract Officer (90C);200 Springs Road;Bedford MA 01730

U–Development of clinical training viedo VA24112Q1195 091412 Janica Francis Contract Specialist The purpose of this modification to the previous solicitation notice is to publish the answers to questions received concerning this. All other terms and conditions remain the same.
1. How many days of shooting does the VA anticipate? We are relying on the vendor to determine this.
2. Since the number of days shooting is a function of the number of vignettes or case studies, could you provide an estimate of the number of vignettes for the 60-minute video? 3
3. How many different locations will be used in the shoots–just the Boston VA facilities, or other locations as well? Filming will not necessarily be on site at the Boston VA (Language in the RFQ: It is possible thatfilming may be done on-site at the Boston VA, particularly if “real” experts are included, but if it meets the needs of the project, filming at a contractor’s location may be preferable. ) For the purposes of the training, there will not be any particular need to have multiple sites be visible/be a part of the video.
4. Does the VA expect the proposed simple, complex, and very sophisticated versions of the video
to reflect different numbers of days shooting, different levels of quality, or both? No
5. Does the VA require or expect a certain number of crew members on the shoots? No
6. Approximately how many actors does the VA believe will be needed for the video? Will VA
personnel other than “experts” be available to be used as participants/actors?
Part of the contract is to help us operationalize the content into a script – that involves planning whether to use case vignettes, panel discussions, etc. Only experts will be available; the vendor will be responsible for all other actors.
7. Will the video be expected to be shown in its entirety at one viewing, or should it be divided into
3 or 4 segments for convenience of viewing by VA personnel? Either is fine.
8. Will the 60-minute video be a stand-alone training program, or will it be used as part of a
blended training session (face-to-face with supplementary material from the video)? Designed to be stand-alone.
9. If filming occurs at the Boston VA facility, is there a filming studio on-site with lighting, green
screen, etc.? There is no filming studio on site.
10. Should we assume that a narrator will be needed to make training points explicit and to tie the case studies together? Yes, this will be part of turning the content into a script.
11. Our assumption is that the video should be captioned–is that correct? Yes
12. Is this a new requirement, and if not, is there an incumbent? This is a new project.
13. What is the relationship of this procurement with the previous VA241-12-Q-0617, Online Training for Medical Providers on Women Veterans and Trauma? No relationship
14. We understand that if “real” experts are required to be used the VA will provide access to them. Would we also need to price in their time/services? If so what base rate (fee for their services) should we use? Or are these military/government experts? No need to pay the experts.
15. What is the level of education and experience with MST of the target audience (mental health clinicians)? They’ll be mental health clinicians; we expect they’ll have a base level of knowledge related to MST but we hope this video will help them take it to the next level – covering issues related to case conceptualization, themes that come up in treatment, ways in which the experience of MST is different from other traumas, etc
Set-Aside: Total Small Business Place of Performance: BHS VAMC;150 S. Huntington Avenue;Boston, MA 02301 USA URL: https://www.fbo.gov/spg/VA/BeVAMC518/BeVAMC518/VA24112Q1195/listing.html
OutreachSystems Article Number: 120914/PROCURE/0827
Matching Key Words: video*; train*; you; site?; education*; business*; filming; 

Department of the Army, FedBid, FedBid.com — for Department of Army procurements only, 4118 Susquehanna Blvd, Aberdeen Proving Ground, MD 21005

69–IT training videos 0010200326 091812 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; This is a combined synopsis/solicitation forcommercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is 0010200326 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 611420 with a small business size standard of $7.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on http://www.FedBid.com will start on the date this solicitation is posted and will end on 2012-09-18 15:00:00.0 Eastern Time or as otherwise displayed at http://www.FedBid.com.FOB Destination shall be Aberdeen Proving Ground, MD 21005 Set-Aside: Total Small Business Place of Performance: Aberdeen Proving Ground, MD 21005 21005-3013 US URL:https://www.fbo.gov/notices/48867a5800083f78ad1883cfd8dc11f5
OutreachSystems Article Number: 120913/PROCURE/0595
Matching Key Words: video*; train*; business*; commercial?; 


Department of Labor, Employment Training Administration, Carl D. Perkins Job Corps Center, 478 Meadows Branch Road Prestonsburg KY 41653

99 — Foodservice – Cafeteria and Culinary Arts FS091212 092712 Tracy M. Reichenbach, Buyer, Horizons Youth Services, Phone 6064332258, Fax 6064335401, Email reichenbach.tracy@jobcorps.org THIS IS A SUBCONTRACTING OPPORTUNITY

The Carl D. Perkins Job Corps Center, operated by Horizons Youth Services, is requesting bids to supply the center cafeteria and culinary arts class with food and supplies.  The products must meet mid-grade level.  At a minimum, bi-weekly deliveries are required.  The award period will consist of October 1, 2012 – December 31, 2012.

The attached spreadsheet contains a complete list of items to be purchased.  Bidders are required to enter pricing on the spreadsheet provided only.  Enter the pack size and cost in the spaces provided.  Bids submitted in other formats will be disregarded.

Completed bids must be emailed to Tracy Reichenbach, reichenbach.tracy@jobcorps.org by the deadline of September 27, 2012, 2:00 pm EST.  Late bids will not be accepted.

If you have questions, please contact:

Tracy Reichenbach
Buyer/Horizons Youth Services, Operator of Carl D. Perkins Job Corps Center
(606) 433-2258
reichenbach.tracy @jobcorps.org 
Place of Performance: 478 Meadows Branch Prestonsburg, KY 41653 US URL: https://www.fbo.gov/spg/DOL/ETA/perkinsjcc/FS091212/listing.html
OutreachSystems Article Number: 120913/PROCURE/0746
Matching Key Words: state!ky; 


Department of the Army, FedBid, FedBid.com — for Department of Army procurements only, 1, Blue Grass, KY 40475

99–Mannequins W22G1F224201DE 091912 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is W22G1F224201DE and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 423440 with a small business size standard of 100.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on http://www.FedBid.com will start on the date this solicitation is posted and will end on 2012-09-19 14:30:00.0 Eastern Time or as otherwise displayed at http://www.FedBid.com.FOB Destination shall be Richmond, KY 40475 Set-Aside: Total Small Business Place of Performance: Richmond, KY 40475 40475-5000 US URL:https://www.fbo.gov/notices/52e208b7904c6541c3062b2889dfba9e
OutreachSystems Article Number: 120913/PROCURE/0748
Matching Key Words: state!ky; 

Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Norfolk, N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA

R–PIANIST AND ORGANIST SUPPORT SERVICES N0018912T0381 WILLIAM R HUTTON 757-443-1381 The NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Norfolk VA, 23511-3392 intends to negotiate a 100 percent small business set-aside Firm Fixed-Price contract for pianist and organist support services located at the Naval Support Facility Patuxent River, MD 20670. The support services will be acquired in accordance with Federal Acquisition Regulation (FAR) Part 12 – Acquisition of Commercial Items, FAR Part 13 – Simplified Acquisition Procedures, and FAR Subpart 19.5 – Set-Asides for Small Business. The North American Industry Classification System code for this acquisition is 711510. A request for a complete proposal package will be available for download on or about 11 September 2012 at the following websites: https://www.neco.navy.mil, or http://www.fbo.gov.
Potential contractors are hereby notified that the solicitation and subsequent amendments to the solicitation will ONLY be available for download at the above cites. This office will no longer issue hard copy solicitations. By submitting an offer, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the offer. By submission of an offer, the contractor acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) Registration database prior to invoicing of any contract resulting from this solicitation, except for award to foreign vendors for work to be performed outside the United States.
Contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.acquisition.gov.
The NECO website has a ‘submit bid’ button next to the solicitation number. DO NOT use the ‘submit bid’ button on NECO to submit your proposal.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018912T0381/listing.html
OutreachSystems Article Number: 120912/PROCURE/0156
Matching Key Words: naics!711510; 


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

R — Trainers for International Broadcasters BBG50-R-12-0100 101512 Myria Carpenter, Fax 2023827870, Email mecarpen@bbg.gov – Herman P Shaw, Contracting Officer , Fax 202-382-7870, Email hshaw@bbg.gov The U.S. Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), Voice of America (VOA), and Division of Training and Development are seeking qualified trainers to teach Radio, Television, Internet, and/or Multi-Media news broadcasting courses in Washington, DC. Courses will be taught in the following subject matter areas:
Television Journalism
Delivering Effective Stand-ups and Live Shots
Hosting a Show: Becoming an Interesting, Effective Interviewer
Studio Skills Practicum for Anchors and Hosts: Using the TelePrompter
Television Makeup and Wardrobe for Anchors and Reporters
On-Camera Studio Skills: Sounding Conversational
Covering Traumatic Events
Covering conferences
Reporting with new technology such as Skype, Iphone, Ipad, etc
Live streaming with new media
Backpack journalism
Final Cut X

Radio Journalism
Hosting a Show: Becoming an Interesting, Effective Interviewer
Radio On-Air Skills: Sounding Conversational
Radio clocks, run-downs
Advanced Radio Production
Audio editing
Radio studio procedures and coordination
Radio team leadership skills
Radio studio communication and cues

Internet Journalism
Internet Headline Writing
Journalism on the Internet
Web Content Writing
Integration of audio, video to internet stories
Reporting/Developing content for mobile devices

Broadcast Journalism Writing Skills
Broadcast Journalism Refresher Workshop
Writing Effective Radio Scripts
Writing Effective Television Scripts
Media Writing
Writing to Video
Storytelling

Photography
Basic shooting:
Framing and composition
Shutter speed and aperture
Natural lighting and basic flash
Photoshop
Intermediate photography
Advance photography
Photography for Journalists
Photography using new media such as Iphone and Ipads

New Media/Web for Editors and Developers
Website development
Basic HTML
CCS
Dreamweaver
Flash
HTML 5
Actionscript
Facebook and Journalism
Twitter and Journalism
Social Media integration and Journalism
Developing Mobile Apps and Distribution

The VOA broadcasts in English and 44 other languages. The languages are as follows: Afan Oromo, Albanian, Amharic, Armenian, Azerbaijani, Bangla, Bosnian, Burmese, Cantonese, Creole, Croatian, Dari, French, Georgian, Greek, Hausa, Hindi, Indonesian, Khmer, Kirundi, Kinyarwanda, Korean, Kurdish, Lao, Macedonian, Mandarin, Ndebele, Pashto, Persian, Portuguese, Russian, Serbian, Shona, Somali, Spanish, Swahili, Thai, Tibetan, Tigrigna, Turkish, Ukrainian, Urdu, Uzbek and Vietnamese.

• Courses will be taught in English to International Broadcasters who speak English and the native language.

The following general information pertains to the above-listed courses:

1) Courses are taught on a contract basis at IBB headquarters in Washington, DC.

2) Contractor candidates may be required to undergo a background security investigation and successfully pass the IBB’s security clearance process in order to receive course assignments.

3) Contractor candidates must be willing to work on an “as-required” basis, depending on when the Division of Training and Development needs to present a particular course.

4) Courses are contracted for strictly on an “as needed” basis. The IBB, Division of Training and Development makes no guarantees on the number of courses that contractors can expect to teach.

5) The Government is obligated to inspect all contractor performed work to insure that it fully satisfies the Government’s requirements. The Government is further obligated to reject all work that fails to meet Government-specified requirements.

6) The contractor shall supply all personnel, materials, equipment, and transportation etc. required to perform work.

7) Courses are generally 2-3 hours in length.

The following technical evaluation factors are used by the IBB, Division of Training and Development to evaluate prospective contractors:

(1) Past experience in training professional broadcasters to be effective on-air and multi-media presenters.

(2) Demonstrated ability to work with participants from diverse cultural and ethnic backgrounds and experience with international broadcasting.

(3) Newspaper, wire service, radio, television, and new media experience at least within the last 5 years.

(4) Ability to explain complex issues in clear, logical terms that can be understood by a variety of International Broadcasters;

(5) Documented (i.e., education/training and/or practical experience) knowledge of the principles and practices of journalistic writing, editing, website development and publishing, and social media.

Blanket Purchase Agreements:

Prospective contractors are advised that this is a total small business set-aside. The small business size standard is $7.0M. It is the Agency’s intent to issue Blanket Purchase Agreements, subject to the availability of Fiscal Year 2013 funding, as a result of this notice. The resulting Blanket Purchase Agreement will be in effect for one year from the date of award.

Prospective contractors are hereby notified that the basis for award will be based on best value; with technical evaluation factors being more important than the prospective contractor’s proposed hourly price.

Prospective contractors must submit a price proposal based on a hourly or course basis and the price proposal must be submitted in a separate envelope from the resume and other supporting technicalmaterials submitted. In addition, the price proposal must clearly indicate that pricing is valid for one year.

Individuals who are interested in and believe that they have the experience and capabilities to teach one or more of the above-stated course may submit written inquiries for additional information and/or submit their written statement(s) of interest, technical qualifications.

Prospective contractors should submit their cost estimates based on the following options for presentation length;
1) mini-sessions of 2-hours or less,
2) half day sessions of 2.5 to 4 hours
3) full day sessions of 6 to 8 hours in length.

Courses can be made up of multiple sessions of a particular length, e.g., a writing class may be 4 2-hour sessions over a 4 week period. Contractors should provide a per session cost for each of these three length options.

Prospective contractors should submit their cost information and pertinent experience for proposing to contract for one or more of the above-listed courses with the IBB, Division of Training and Development to the point of contact (POC) listed below:
Myria Carpenter
Contract Specialist
Broadcasting Board of Governors
International Broadcasting Bureau
Room 4007 Switzer Building
330 C Street, SW Washington, DC 20237
mecarpen@bbg.gov
FAX (202) 382-7870

Any written inquiries and/or contract proposals responding to this Public Notice may be submitted to the above-listed POC at any time up to the October 15, 2012 expiration date of this Solicitation.

Set-Aside: Total Small Business Place of Performance: 330 C Street SW Washington , DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-12-0100/listing.html
OutreachSystems Article Number: 120912/PROCURE/0161
Matching Key Words: broadcast*; event?; education*; train*; writ*; script?; technical; standard; procedure?; 


Department of the Navy, Naval Sea Systems Command, NUWC Division Newport, N66604 Naval Undersea Warfare Center Simonpietri Drive Newport, RI

T–High Definition Video (Computer generated Imagery) N6660412Q3633 092012 Nancy Van Gelder 401-832-6965 The Naval Undersea Warfare Center, Division Newport, Rhode Island (NUWCDIVNPT) is soliciting commercial services to produce a live action High Definition Video, CGI (Computer Generated Imagery), visual simulation, animation, compositing and sound design to meet the requirement of the story and script which will be defined in Government Furnished Information (GFI) which shall be provided in the solicitation. The required services shall consist of three tasks: Development/Pre-Production, Productionand Post-Production/Delivery.
The resulting purchase order will be a firm fixed price order. Evaluation will be made based on Best Value in accordance with FAR 52.212-2 – Evaluation – Commercial Items.

Anticipated release of the solicitation is 14 September 2012.
This solicitation is limited to Small Businesses (100% Set-Aside).
All responsible sources may submit a proposal.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DON/NAVSEA/N66604/N6660412Q3633/listing.html
OutreachSystems Article Number: 120912/PROCURE/0181
Matching Key Words: video*; produc*; business*; produce?; production?; commercial?; naics!512110; 


Department of Veterans Affairs, VA Western New York Health Care System, Department of Veterans Affairs Western New York Health Care System, Department of Veterans Affairs;Western New York Healthcare System;2875 Union Road, Suite 3500;Cheektowaga, NY 14227

T–Behavioral Health DVD-Buffalo VAMC Notice that RFP to follow immediately. VA52812R0785 092112 Michelle A. Harsch Contract Specialist Michelle.Harsch@va.gov Michelle A. Harsch, Contract Specialist This is Notice that an RFP will immediately follow.
Set-Aside: Total Small Business Place of Performance: Buffalo VAMC;3495 Bailey Avenue;Buffalo, New York 14215 USA URL:https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/VA52812R0785/listing.html
OutreachSystems Article Number: 120912/PROCURE/0183
Matching Key Words: naics!512110; 

Department of Homeland Security, Transportation Security Administration, Contracts and Procurement, 200 West Parkway Drive – Suite 300 Egg Harbor Township NJ 08234

U — TSA – LEADERSHIP DEVELOPMENT and TRAINING, CAREER COACHING, EDUCATION and GENERAL TRAINING SERVICES, and WEB HOSTING HSTS07-12-R-RFI114 092612 Melisa E Hoffman, Contracting Officer, Email melisa.hoffman@dhs.gov – Michele A Reeves, Contracting Specialist , Email Michele.Reeves@dhs.gov THE DUE DATE/TIME FOR RESPONSES UNDER THIS RFI IS EXTENDED TO NO LATER THAN SEPTEMBER 26, 2012, 4:00 PM ET. ALL OTHER INFORMATION UNDER THE REQUEST FOR INFORMATION (RFI) REMAINS UNCHANGED.

Request for Information (RFI)
TSA – LEADERSHIP DEVELOPMENT and TRAINING, CAREER COACHING, EDUCATION and GENERAL TRAINING SERVICES, and WEB HOSTING.

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY; THERE IS NO SOLICITATION AVAILABLE AT THIS TIME.

The Transportation Security Administration (TSA) is issuing a Request for Information (RFI) to seek market research information regarding industry capabilities and potential sources in the areas of (1) Leadership Development and Training, (2) Career Coaching, and (3) Education and General Training. The NAICS for this procurement is 611430, Professional and Management Development Training. The Small Business Size Standard is $7 Million.

This RFI is solely intended to obtain Market Research information in accordance with the Federal Acquisition Regulation (FAR) Part 10 and 15.201(e). The Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. This RFI does not constitute an Invitation for Bid (IFB), a request for Proposal (RFP), a Request for Quotation (RFQ) or an indication that the Government will contract for any of the items and/or services referenced in this notice. This RFI is for information and planning purposes and the Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information that is submitted. Although “proposal” and “offeror” may be used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. All responses will become the property of the Government, and will not be returned to respondents. Any resulting solicitation (RFP, RFQ) for this requirement will be conducted in accordance with applicable Federal Acquisition Regulations (FAR).

On November 19, 2001, President Bush signed into law the Aviation and Transportation Security Act (ATSA), Public Law 107-71. Among the Act’s establish milestones toward achieving a secure air travel system, it also requires the Transportation Security Administration (TSA) to develop, implement, and manage training programs for the approximately 66,000 employees located at Headquarters, airports, and various field offices, across the continental United States and at various worldwide locations. A large population of TSA’s workforce is comprised of Transportation Security Officers (TSOs) located at approximately 450 airports in the United States plus its territories. As of January 1, 2012, the training, employee development and workforce engagement functional elements from various TSA Offices were realigned and centralized under the Office of Training and Workforce Engagement (OTWE) for enhanced efficiency and effective security capabilities and operations. OTWE is responsible with standardizing and integrating the development and delivery of all TSA training, employee development and workforce engagement programs, to include, but not limited to, law enforcement related training; non-law enforcement security related technical training; leadershiptraining for TSA’s supervisory and management teams; workforce engagement processes and development programs for all TSA employees; and training programs for critical transportation industry and industry partners. OTWE looks to deliver world-class, innovative, and results-oriented training programs and learning interventions designed to help TSA personnel effectively accomplish their critical missions.

In support of the TSA’s mission the organization seeks information regarding industry capabilities in the areas of (1) Leadership Development and Training, (2) Career Coaching and (3) Education and GeneralTraining.
The purpose of this Request for Information is to obtain information related to the design, development, implementation, deployment, and validation of training, learning and knowledge management interventions and programs that will be critical for TSA mission accomplishment. The Contractor shall utilize formally recognized training models such as, Analyze, Design, Develop, Implement, Evaluate (ADDIE). All programs/services/items utilized shall be 508 compliant. The Government requires website hosting of all information, courses, and materials related to these services. Additionally the Government requires assistance in the development of Curriculum Development, Learning and Knowledge Management Interventions and Programs, Structured Interviews and leadership development programs such as Senior Executive Service (SES) Candidate Development Programs (CDP), TSA Senior Leadership Development Program (SLDP) and other training.

This includes services such as, but not limited, to: a) Analysis and assessment studies designed to identify and frame mission critical training, and knowledge management requirements; b) Provide guidance for establishing the minimum acceptable level of performance for analysis, design, development, implementation, evaluation and documentation of training; c)Provide Consensus building among TSA leadership as to the goals, aims, expectations, and outcomes from its training, and learning interventions and programs; d)Development of competency models; e)Propose leadership programs competency-based courses to include in their curriculums that will aid in developing the skills necessary, per the TSA and OPM’s competencies/ECQs; f)Create competency-based assessments; g)Develop individual self assessments along with goal setting; h)Creation of job aids, performance support tools, and related paper- and web-based products that will help to maximize individual and team performance; i)Develop a strategy for training program marketing and communication; j)Provide Instructors and facilities for courses; k)the Contractor shall develop and deliver blended learning interventions and web-based training programs that will be ready for loading on the TSA information technology infrastructure; l)Convert existing classroom courses for blended learning intervention delivery; m) Produce training materials and provide logistical support (such as shipping course materials, securing training space, and interfacing with classroom training facilitators) for the successful delivery of training programs; n) Develop innovative learning interventions that will use newly developed technology and/or instructional techniques.

Leadership Development & Training

The Government requires direct support of its well-established, ongoing and future leadership development program, and the TSA Succession Plan (e.g., Department of Home Land Security (DHS) (SES) Candidate Development Program, Senior Leadership Development Program- (SLDP), Mid-Level Leadership Development Program (MLDP), Executive and Career Coaching and Development, Mentoring Program and development support, and TSA’s Resident Program, which includes but is not limited to the following:

a. Conduct a Job Analysis
b. Structured Interviews
c. Assist with the determination of Competencies to be Assessed by the Interview
d. Assist with choosing the interview Format and Developing Questions
e. Document the Development Process
f. Assist in creating interview probes
g. Writing Behavioral Interview Questions
h. Assist in Developing Rating Scales
i. Create the Interviewer’s Guide
j. Assist in the administration of Structured Interviews, including structured interview training
k. Individual and Executive Development Planning, Individual and Program Support
l. Advice and Consultation Services
m. Assessment and Training
n. Customized leadership development workshops and presentations
o. Succession and Transition Planning
p. Facilitation and Development of Individual Development Plans (IDP)/Executive Development Plans (EDP)
q. Perform Assessments (e.g., 180 and 360 degree instruments) and interpretation of assessment results.

Career Coaching:

Career Coaching Services include, but are not limited to, program management services, intake services, career development guidance, job search assistance, and career assessments. Career coaching services includes confidential individual telephonic access to career planning support, on site career planning workshops for individuals and groups, and access to a career coaching website.
Career Coaching session topics covered by Career Coaches via telephonic, email, workshop, or classroom shall include topics such as career planning, job search, executive coaching, career assessment, goal setting in support of Federal Government employee career plans, assistance in techniques to prepare the employee’s discussion of career goals with their supervisor, individual development plan assistance, career research, resume and federal application critiques, mock interviews, objective feedback on interview skills, and targeted job search strategies including using the internet. The contractor shall provide employee access to a variety of career assessment tools, at a minimum, the Myers Briggs Type Indicator (MBTI), Strong Interest Inventory (SCI), SkillScan and additional tools.

All Career Coaches are required to have Masters Degree or above in counseling or closely related credentials (i.e. Master’s or Ph.D in counseling, psychology or education with a concentration in career development) and hold current credentialed certification(s), by professional organization such as the National Career Development Association, and have at least two years experience as a career or executive coach.
This also entails professional career coaching services, at a minimum, from 8:00 AM-5:00 PM Monday through Friday (except federal holidays) in each time zone within the continental United States. Career Coaching Sessions will generally be 30-60 minutes in length. The average session (telephonic or email) over the past 30 months has been 38 minutes. Typical number of Career Coaching Sessions may range, on average, between 850 and 1,250 sessions per month. (For example, in April 2012, there were 1,038 total sessions with 93 sessions (9%) conducted with headquarters and 945 sessions (91%) with the field. The career coaching sessions by category of service in April 2012 was 24% for Career Planning Services (i.e., self assessment, goal setting, etc.); 75% for Job Search Services (i.e., resume, competencies, KSA’s, etc.) and 1% for Other Services.

TSA current site visit requirement is at least 48 per year with the below break out as follows (See Place of Contract Performance for additional information): TSA Head Quarters (HQ) 8, Region 1 will have 8 Site Visits, Region 2 will have 7 Site Visits, Region 3 will have 8 Site Visits, Region 4 will have 5 Site Visits, Region 5 will have 6 Site Visits, Region 6 will have 6 Site Visits.

The below table shows estimated Career Coaching activities, which could increase or decrease with little or no notice depending on the needs of the organization.

Career Coach Average Yearly Times
Direct Average Yearly Time – 4,107 hours
Indirect Average Yearly Time – 2,275 hours
Administrative Average Yearly Time – 2,327 hours
Total Average Yearly Time – 8,709 hours
Executive Coaching – 336 hours

The contractor shall deliver and host a 508 and FISMA compliant Career Coaching website. The career coaching website shall follow all applicable TSA and DHS policies, procedures, guidelines and standards. All TSA-owned, operated, controlled, or sponsored websites, or those websites affiliated with or operated on behalf of TSA shall be part of a .gov domain and shall be reflected in the website‘s address (URL). All materials appearing on the website may also be replicated on TSA’s career development website and downloaded and reproduced by TSA employees. The website will contain the following elements and be expanded and/or redesigned/developed as new technology and new resources become available. Information on the career coaching website shall be available 24/7.

The website shall include a description of the Career Coaching services available, biographies of the Career Coaches, and links to career planning and development resources. Career Coaching Website Topics will expand monthly, but include: Career Planning, Networking, Assessments, Knowledge, Sills, & Abilities, Federal Job Search, Federal Application Process, Frequently Asked Questions, Creating a Federal Resume, News Articles, Goal Setting, Interviewing Techniques, and Managing Job Stress.

This includes proposal of new topics, relevant to this requirement. Other new topics shall be approved in advance, in writing, by the Contracting Officer Representative (COR). The contractor shall prepare, write, and publish at least one up-to-date monthly newsletter, which will be provided on the career coaching website. An archive of past newsletters containing articles and resource tips shall be maintained and available for reading/viewing/download on the career coaching website.

Monthly deliverables require a methodology/automated system to detail monthly reports related to monthly/yearly usage and statistics, number of calls/sessions, topics, services required and supported, site visits conducted and courses delivered, and will maintain the anonymity of individual TSA employees.
Education and General Training
The Government requires world-class, innovative, and results-oriented training programs and learning interventions, across a wide range of functional, policy, and disciplines, to assist TSA personnel to effectively accomplish their critical mission. Learning interventions are defined as traditional and non-traditional learning exercises and activities. Historically, this includes 46 – 56 course offerings for 1 program during a quarter, in which the program offers 4 courses throughout TSA. The sessions generally hold anywhere between 12 – 30 individuals and are required to include from 1 to 3 instructors, depending on complexity and other factors. The qualified instructors will be expected to deploy training methods such as the below but not limited to:

a. Provide qualified Instructors for classroom training
b. Learning, coaching and guidance
c. Structured on-the-job training
d. Self-directed Learning (SDL)
e. Collaborative learning by network and face-to-face learning
f. Jigsaw instructions
g. Concept Mapping
h. Peer teaching, critiques and problem-based learning
i. Development of Competency Models
j. Provide Instructors for various training sessions
k. Curriculum Development
l. Courseware Design
m. Courses are designed on our OLC system which is a Plateau LMS system.
n. Courses range from 30 minutes to 2hrs
o. Contain Graphics, Videos, Audio and Animation.
p. Tests which are: Multiple choice, Drag and Drop, Fill in the Blank, and/or Essay

Examples of deliverables include:
a. Training evaluation;
b. Communications strategies, plans and materials (which may include print media, web-based communications, artwork, still photography, video productions, and audio productions);
c. Revision of existing e-Learning courseware.
d. Job aids;
e. Curriculum development
f. Training needs assessments;
g. e-Learning products (e.g., synchronous, asynchronous, and blended learning)
h. Participant and Instructor Guides
i. Competency Models
j. Project Management Plans; that show schedules, finances, milestones, risk assessment, risk mitigation plans for the overall program performance
k. Mission critical requirement analysis and evaluation reports designed to identify TSA training, learning interventions, and knowledge management requirements and assess their accomplishment
l. Formal training programs designed to be delivered via a range of delivery media;
m. Detailed scripts, production schedules, and post-production finished products suitable for duplication or web-based delivery.
n. Broadcast quality media production services and equipment for a variety of distribution channels to include: DVDs, web-based training programs, and electronic classrooms;
o. Training evaluation strategies and systems;

TSA’s OLC Content Developer Integration Guide or a designated replacement, for deployment on TSA’s Learning Management System (LMS) and virtual meeting tool, as appropriate. Any supplies/services are required to be Section 508 compliant; as well as adhere to Sharable Content Object Reference Model (SCORM) standards and specifications for web-based e-learning.

Web Hosting:
TSA requires web hosting. Currently, this requirement includes a website for its Career Coaching Program, and hosting of an interactive site for some of its Leadership Development Programs. This is an area of expected growth. These websites contain forms, integrated process and approval flows. The web-sites will be expected to have the below capabilities, among other requirements specific to the program or requirement:
a. The web site should provide automated process flow capabilities for forms and other information requiring routing for review, comments and approval.
b. Contain created forms that can be used to collect data. Forms contain:
1. radio buttons
2. drop down lists
3. check boxes
4. text boxes
5. historical document history
c. Display dashboards reporting on various metrics contained in the website.
d. Track number of users.
e. Track number of hits on the site and hits per page.
f. Version controls for artifacts on the site.
g. User ID information.

APPLICABLE DOCUMENTS and DHS/TSA SPECIFIC TERMS & CONDITIONS:
All products/services considered by TSA must be able to conform to all policies and procedures governing physical, environmental, and information security described in various TSA/DHS regulations pertaining thereto. These TSA/DHS policies, procedures, guidelines, and standards include, but are not limited to:
– DHS 4300A Sensitive Systems Handbook
– TSA MD 1400.3, IT Security Policy Handbook and Technical Standards
– DHS IT Security Architecture Guidance Volumes 1, 2 and 3
– DHS/TSA Systems Engineering Lifecycle (SELC)
– H.5200.224.001 CONTROLLED UNCLASSIFIED INFORMATION DATA PRIVACY AND PROTECTION
– H.5201.209.001 SUITABILITY DETERMINATION FOR CONTRACTOR EMPLOYEES
– H.2400.224.001 SECURITY OF SYSTEMS HANDLING PERSONALLY IDENTIFIABLE INFORMATION AND PRIVACY INCIDENT REPONSE
– H-0403.241.001 SPECIAL INFORMATION TECHNOLOGY CONTRACT SECURITY REQUIREMENTS

RESPONSES
Interested parties should provide a response containing a concise statement describing the respondent’s specific capabilities, items/services and experience relevant to: (1) Leadership Development and Training, (2) Career Coaching, and (3) Education and General Training, and including web hosting services for all three functional areas.

All interested parties responding to this RFI announcement must, at minimum, address the following:

(1) Respondents shall demonstrate broad experience in course development and curriculum design, utilizing TSA’s and Office of Personnel Management’s (OPM’s) Executive Core Qualifications (ECQs), and also in utilizing formally recognized training models such as ADDIE, providing career coaching services, and web hosting capabilities specific to the three broad areas of interest. Respondents shall indicate if their core competencies and capabilities lie in one, two, or all of the areas of interest: (1) Leadership Development and Training, (2) Career Coaching, (3) Education and General Training, (4) Web hosting capabilities. For example, firms with core competencies in establishing and sustaining Federal Government leadership schools, academies, curriculum and/or courses are highly encouraged to respond to this notice as having core competencies in the area of Leadership Development and Training.

(2) TSA is seeking information from all interested parties, including Small, Small Disadvantaged, 8(a), Women-Owned, Veteran Owned, Service Disabled Veteran Owned, Historically Underutilized Business Zone, and Historically Black Colleges and Universities/Minority Institutions. Respondents shall provide name and address of firm, size of business, average annual revenue for the past three (3) years and number of employees, ownership, number of years in business, affiliate information, parent company, joint venture partners, potential teaming partners, prime contractor (if potential subcontractor), and subcontractors (if potential prime contractor).

(3) Respondents must be able to demonstrate an ability to support a requirement with a similar scope and complexity as to those described above. The Government estimates $12M per year in support of the same/similar requirements, spread across the three areas of interest. The respondent shall demonstrate its ability to provide services to TSA’s 66,000 employees located at Headquarters, airports, and various field offices, across the continental United States and at various worldwide locations, including more than 450 airports. Respondents shall indicate their ability in terms of response times for each of the 6 regions and be specific to the broad areas (Leadership Development and Training, Career Coaching, and Education and General Training, and including web hosting capabilities for all three functional areas). See Below, Place of Contract Performance, for additional information.

(4) Respondents shall provide a relevant customer list/past performance information which demonstrated an ability to support a requirement with a similar scope and complexity as to those described above within the past 3 years, including contract number, relevant services/supplies, dollar value of each procurement, percent of work completed as prime/subcontractor for each instance, and point of contact information for each reference. Respondents shall estimate the dollar amount and percent of support that it anticipates performing directly or subcontracting for the same or similar requirement as detailed in this RFI, in total across the three areas of interest, as well as a break-out for specific support under the areas of interest (1) Leadership Development and Training, (2) Career Coaching, and (3) Education and General Training, (4) Web hosting.

(5) Respondents shall provide a statement indicating an understanding of and ability to comply with the referenced Applicable Documents and DHS/TSA referenced requirements, including DHS 4300A, TSA MD 1400.3, and Clause H.5201.209.001, SUITABILITY DETERMINATION FOR CONTRACTOR EMPLOYEES.

(6) The respondent shall provide relevant information related to whether the Government’s need may be met by a type of item or service customarily available in the commercial marketplace that would meet the definition of a commercial item at FAR Subpart 2.1.

(7) The Respondent/Firm shall identify existing contractual vehicles, including General Services Administration (GSA) Federal Supply Schedule (FSS) contracts (MOBIS, IT-70, Etc.). Respondents shall provide the contract number, applicable schedule, SIN, Pricing Arrangements of the contract (FFP, T&M/LH, Relevant Labor Categories, Etc.), and detail whether existing vehicles may be leveraged to provide support under this requirement, considering the scope and complexity.

THE DUE DATE/TIME FOR RESPONSES IS EXTENDED TO NO LATER THAN SEPTEMBER 26, 2012, 4:00 PM ET. Electronic responses to this RFI are encouraged. Responses are limited to 8MB and no more than 10pages in size (type shall be no smaller than single spaced 11 Times New Roman font). Electronic proposals are encouraged using WinZip software. All submissions shall include the RFI# in the subject line of the e-mail. The WinZip password shall be submitted under a separate e-mail by the aforementioned date and time. Please note: there is not a character length or mixed case requirement imposed on your password. These submission instructions will also apply to any future correspondence, as applicable, in response to this solicitation.

Respondents are solely responsible for ensuring their response was received. The Government does NOT intend to entertain or answer questions and/or e-mailed or telephonic inquiries prior to the response date, or after the response date. The Government may conduct additional market research, based on the completeness of responses received.

Response to this RFI shall be submitted via e-mail to the following: Melisa.hoffman@dhs.gov with a courtesy copy provided to OTWE_BMO@tsa.dhs.gov.

Place of Performance: Services are required at TSA Headquarters (In/Around the N Virginia and Washington DC areas), airports, and various field offices, across the continental United States and at various worldwide locations. A large population of TSA’s workforce is comprised of Transportation Security Officers (TSOs) located at approximately 450 airports in the United States plus its territories. Attachment 1 – Airport Region Table. Region 1 Connecticut Delaware Maine Maryland Massachusetts New Hampshire New Jersey New US URL: https://www.fbo.gov/spg/DHS/TSA/TSAFAMS/HSTS07-12-R-RFI114/listing.html
OutreachSystems Article Number: 120911/PROCURE/0686
Matching Key Words: video*; duplicat*; produc*; train*; website; web; site?; page?; education*; business*; entertain*; documentation; produce?; production?; distribut*; instruct*; commercial?; 

Department of Veterans Affairs, Bedford VAMC, ENRM Department of Veterans Affairs Medical Center, Department of Veterans Affairs;VAMC Bedford;Contract Specialist;200 Springs Road;Bedford MA 01730

U–Development of clinical training video VA24112Q1195 091412 Janica Francis 843-786-6448 Contract Specialist The Department of Veterans Affairs, BHS VA Medical Center, Boston, MA, is seeking a contractor to provide a clinical training video for VA mental Health clinicians.
This is a Firm-Fixed-Price solicitation with an anticipated period of performance beginning September 15, 2012 through September 14, 2013. The goal of the program is to improve their ability to provide high quality, sensitive care to veterans who have experienced military sexual trauma.

The applicable NAICS code is 611420 and the size standard is $7 Million. Award will be based on the best value to the Government. Evaluation factors include: price, technical capabilities including facility inspection, and past performance. The solicitation is 100% small business set- aside.
The solicitation package will be made available on or about 9/7/2012. All relevant solicitation documents may be accessed for download on the date of the issue at the following websitewww.fbo.gov. Any amendments to the solicitation will be posted solely to the website. It is the responsibility of the offeror to verify the number of amendments issued.
All interested parties MUST be registered in the Central Contractor Registration (CCR) Database. If you are not registered with CCR, you may access at http://www.ccr.gov. Any Service Disabled Veteran Owned SmallBusinesses or Veteran Owned Small Businesses must be certified in Vet Biz. If you are not certified with Vet Biz, you may access at www.VetBiz.gov.
Set-Aside: Total Small Business Place of Performance: BHS VAMC;150 South Huntington Avenue;Boston, MA 02301-4817 USA URL: https://www.fbo.gov/spg/VA/BeVAMC518/BeVAMC518/VA24112Q1195/listing.html
OutreachSystems Article Number: 120909/PROCURE/0043
Matching Key Words: video*; train*; you; website; business*;

Other Defense Agencies, Defense Security Cooperation Agency, George C. Marshall Center, Gernackerstrasse 2, Geb 112 Garmisch GE 82467

R — Operations and Administrative Support Services at the George C. Marshall European Center for Security Studies HQ0236-12-R-0007 091412 James Miller, Contracting Officer, Phone 4988217502603, Email james.f.miller1@marshallcenter.org – Jacqueline Garrido, Contract Specialist, Phone 4988217502726, Email jacqueline.garrido@marshallcenter.org This is a combined synopsis/solicitation for Commercial Items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued.

The solicitation number is HQ0236-12-R-0007 and is being issued as a Request for Proposal (RFP). The Defense Security Cooperation Agency (DSCA), George C. Marshall European Center for Security Studies (GCMC) in Garmisch-Partenkirchen, Germany, intends to award a commercial, firm fixed price contract resulting from this combined synopsis/solicitation which will include options for cost reimbursable line items for travel. All responsible local sources may submit a proposal which shall be considered by the agency.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60, Effective 26 July 2012. The applicable North American Industry Classification Standards (NAICS) code is 561110, Office Administrative Services. The small business size standard is $7.0M. DSCA GCMC intends to purchase professional non-personal services providing operations and administrative support services for Partnership for Peace Consortium of Defense Academies and Security Studies Institutes (PfPC); which is hosted by the GCMC and is a joint US Department of Defense – German Ministry of Defense educational institution. This requirement is for a one-year base period and two one-year option periods.

Schedule of Supplies and Services:

CLIN 0001 – Operations and Administrative Support Services
Base Year Period of Performance: 365 days from date of award
Price per month (indicate currency type): __________ X 12 months ___________

CLINs 0002 – 0005 – Base Year Option CLINs for Travel – Not-To-Exceed $3,500.00 (or foreign currency equivalent) for travel required in accordance with the Performance Work Statement. Travel options may be exercised at any time during the contract performance period provided the Government provides at least 7 days advance notice to the contractor of its intent prior to the exercise of the option. This advance notice does not commit the Government to exercising this option item. Reimbursement for travel expenses will be for the actual costs involved in the travel and must be supported with original receipts. Receipts are to be submitted with the contractor’s invoices for payment. Airfare rates shall be limited to “Coach” fares. The Government will NOT pay for Business Class or First Class travel. All travel expenses, including lodging and meals, must be reasonable and in accordance with FAR 31.205-46. Each instance of travel (not to exceed four instances per year) will be billed under separate CLINs. $14,000.00 for these contract line items numbers will be added to each offeror’s price proposal for award and comparison purposes.

CLIN 1001 – Operations and Administrative Support Services
Option Year One Period of Performance: 365 days starting upon completion of the base year
Price per month (indicate currency type): __________ X 12 months ___________

CLINs 1002 – 1005 – Option Year One Option CLINs for Travel – Not-To-Exceed $3,500.00 (or foreign currency equivalent) for travel required in accordance with the Performance Work Statement. Travel options may be exercised at any time during the contract performance period provided the Government provides at least 7 days advance notice to the contractor of its intent prior to the exercise of the option. This advance notice does not commit the Government to exercising this option item. Reimbursement for travel expenses will be for the actual costs involved in the travel and must be supported with original receipts. Receipts are to be submitted with the contractor’s invoices for payment. Airfare rates shall be limited to “Coach” fares. The Government will NOT pay for Business Class or First Class travel. All travel expenses, including lodging and meals, must be reasonable and in accordance with FAR 31.205-46. Each instance of travel (not to exceed four instances per year) will be billed under separate CLINs. $14,000.00 for these contract line items numbers will be added to each offeror’s price proposal for award and comparison purposes.

CLIN 2001 – Operations and Administrative Support Services
Option Year Two Period of Performance: 365 days starting upon completion of option year one
Price per month (indicate currency type): __________ X 12 months ___________

CLINs 2002 – 2005 – Option Year Two Option CLINs for Travel – Not-To-Exceed $3,500.00 (or foreign currency equivalent) for travel required in accordance with the Performance Work Statement. Travel options may be exercised at any time during the contract performance period provided the Government provides at least 7 days advance notice to the contractor of its intent prior to the exercise of the option. This advance notice does not commit the Government to exercising this option item. Reimbursement for travel expenses will be for the actual costs involved in the travel and must be supported with original receipts. Receipts are to be submitted with the contractor’s invoices for payment. Airfare rates shall be limited to “Coach” fares. The Government will NOT pay for Business Class or First Class travel. All travel expenses, including lodging and meals, must be reasonable and in accordance with FAR 31.205-46. Each instance of travel (not to exceed four instances per year) will be billed under separate CLINs. $14,000.00 for these contract line items numbers will be added to each offeror’s price proposal for award and comparison purposes.

SPECIFIC REQUIREMENTS.
See the Performance Work Statement at Attachment 0001.

INSPECTION/ACCEPTANCE.
All inspection/acceptance activities will be performed by the Government at the Government site.

PROPOSAL SUBMISSION REQUIREMENTS.

The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition and is incorporated by reference.

The provision at FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition and paragraph (a) is completed as follows:

52.212-2, EVALUATION – COMMERCIAL ITEMS (JAN 1999)

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

Factor 1. Technical Capability
Factor 2. Past Performance
Factor 3. Price

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)

EVALUATION FACTORS.

Factor 1, Technical Capability:

Submission Requirements: The Offeror shall provide a resume and supplemental documentation which demonstrates that the proposed candidate meets the minimum qualifications identified in section 5 of the Performance Work Statement and has the education and/or experience to perform all of the required tasks listed in the Performance Work Statement.

The Government will review the education and experience listed in Offeror’s resume and/or supplemental documentation to determine how well the proposed candidate meets the requirements identified in section 5 of the Performance Work Statement and has the capability to perform all required tasks listed in the PWS.

Factor 2, Past Performance:

Submission Requirements: The Offeror shall provide up to three references with full contact information for any recent (within the last 3 years) operations and administrative support experience identified on their resume. The Offeror may also submit any supporting documentation such as letters of recommendation or past performance evaluations which indicate the level of quality of services rendered. If work was previously performed under a US Government contract, the Offeror shall identify the contracting agency and contract number.

The Government will evaluate the recency, relevancy, source of the information, context of the data, and general trends in the proposed Operations Specialist’s past performance. The Government will review all past performance documentation received and may contact references to verify quality of previous operational and administrative support services provided to determine the extent to which the Offeror will successfully perform the requirements on this contract. The Government may also consult other sources such as the Contractor Performance Assessment and Reporting System (CPARS).

Factor 3, Price:

Submission Requirements: The Offeror shall enter a price per month of Operations and Administrative Support Services for the Base Period and all Option Year CLINs. All prices shall indicate currency type.

The Government will evaluate proposals for award purposes by adding the total price for the base period and all option years to the total price for the basic requirement. All prices, including options, will be evaluated for reasonableness in accordance with FAR 52.225-17, Evaluation of Foreign Currency Offers as necessary.

EVALUATION METHODOLOGY.

This acquisition will use trade-off analysis to make a best value selection decision. As such, the Government may award a contract to a contractor who has not proposed the lowest price or the highest rated technicalsubmission. Proposals will be evaluated based on the stated evaluation factors. Technical Capability and Past Performance factors are of equal importance. When combined, all technical factors are significantly more important than Price.

The clause at 52.212-4, Contract Terms and Conditions -Commercial Items applies to this acquisition and is incorporated by reference.

ADDITIONAL CLAUSES INCORPORATED BY REFERENCE.

52.204-4 Printed or Double-Sided on Recycled Paper
52.204-9 Personal Identity Verification of Contractor Personnel
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.217-5 Evaluation of Options
52.225-13 Restrictions on Certain Foreign Purchases
52.225-14 Inconsistency Between English Version And Translation Of Contract
52.232-18 Availability Of Funds
52.232-33 Payment by Electronic Funds Transfer–Central Contractor Registration
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
252.201-7000 Contracting Officer’s Representative
252.204-7003 Control Of Government Personnel Work Product
252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation)
252.222-7002 Compliance With Local Labor Laws (Overseas)
252.225-7041 Correspondence in English
252.225-7042 Authorization to Perform
252.229-7000 Invoices Exclusive of Taxes or Duties
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7008 Assignment of Claims (Overseas)
252.233-7001 Choice of Law (Overseas)

ADDITIONAL CLAUSES INCORPORATED IN FULL TEXT.

FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS–COMMERCIAL ITEMS (Feb 2012) (DEVIATION)

(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records — Negotiation.

(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract.

(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.

(b)

(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-

(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)).

(iii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities

(iv) [Reserved]

(iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).

(v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212).

(vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).

(vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.

(viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.)

(ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).
___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).

(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment–Requirements (Nov 2007) (41 U.S.C. 351, et seq.).

(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services–Requirements (Feb 2009) (41 U.S.C. 351, et seq.)

(xii) 52.222-54, Employment Eligibility Verification (Jan 2009).

(xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.

(xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.

52.217-5 EVALUATION OF OPTIONS (JUL 1990)

Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).

52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)

The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance here under shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor prior to the expiration of the contract period of performance.

52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)

(a) The Government may extend the term of this contract by written notice to the Contractor prior to the expiration of the contract; provided that the Government gives the Contractor a preliminary written notice of its intent to extend no later than 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 36 Months.

52.225-17 EVALUATION OF FOREIGN CURRENCY OFFERS (FEB 2000)

If the Government receives offers in more than one currency, the Government will evaluate offers by converting the foreign currency to United States currency using http://www.xe.com in effect as follows:

(a) For acquisitions conducted using sealed bidding procedures, on the date of bid opening.
(b) For acquisitions conducted using negotiation procedures–
(1) On the date specified for receipt of offers, if award is based on initial offers; otherwise
(2) On the date specified for receipt of proposal revisions.

52.233-2 SERVICE OF PROTEST (SEP 2006)

(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from:

GCMC, Contracting Division
Attn: Sonnya Acuff, Chief
Gernackerstrasse 2
82467, Garmisch Partenkirchen, Germany

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):

http://www.deskbook.osd.mil
http://www.farsitehill.af.mil
http://www.arnet.gov/far

252.225-7043 ANTITERRORISM/FORCE PROTECTION POLICY FOR DEFENSE CONTRACTORS OUTSIDE THE UNITED STATES (MAR 2006)

(a) Definition. United States, as used in this clause, means, the 50 States, the District of Columbia, and outlyingareas.

(b) Except as provided in paragraph (c) of this clause, the Contractor and its subcontractors, if performing ortraveling outside the United States under this contract, shall-

(1) Affiliate with the Overseas Security Advisory Council, if the Contractor or subcontractor is a U.S. entity;

(2) Ensure that Contractor and subcontractor personnel who are U.S. nationals and are in-country on a nontransitory basis, register with the U.S. Embassy, and that Contractor and subcontractor personnel who are third country nationals comply with any security related requirements of the Embassy of their nationality;

(3) Provide, to Contractor and subcontractor personnel, antiterrorism/force protection awareness information commensurate with that which the Department of Defense (DoD) provides to its military and civilian personnel and their families, to the extent such information can be made available prior to travel outside the United States; and

(4) Obtain and comply with the most current antiterrorism/force protection guidance for Contractor and subcontractor personnel.

(c) The requirements of this clause do not apply to any subcontractor that is-

(1) A foreign government;

(2) A representative of a foreign government; or

(3) A foreign corporation wholly owned by a foreign government.

(d) Information and guidance pertaining to DoD antiterrorism/force protection can be obtained from (DAMO-ODL)/ODC SOP: Telephone DSN 225-8491 or Commercial (703) 695-8491 and the GCMC Security Office.

252.229-7001 TAX RELIEF (JUNE 1997) – ALTERNATE I (JUNE 1997)

(a) Prices set forth in this contract are exclusive of all taxes and duties from which the United States Government is exempt by virtue of tax agreements between the United States Government and the Contractor’s government. The following taxes or duties have been excluded from the contract price:

NAME OF TAX: (Mehrwertsteuer ) RATE (PERCENTAGE): (19%)

(b) The Contractor’s invoice shall list separately the gross price, amount of tax deducted, and net price charged.

(c) When items manufactured to United States Government specifications are being acquired, the Contractor shall identify the materials or components intended to be imported in order to ensure that relief from import duties is obtained. If the Contractor intends to use imported products from inventories on hand, the price of which includes a factor for import duties, the Contractor shall ensure the United States Government’s exemption from these taxes.
The Contractor may obtain a refund of the import duties from its government or request the duty-free import of an amount of supplies or components corresponding to that used from inventory for this contract.

(d) Tax relief will be claimed in Germany pursuant to the provisions of the Agreement Between the United States of America and Germany Concerning Tax Relief to be Accorded by Germany to United States Expenditures in the Interest of Common Defense. The Contractor shall use Abwicklungsschein fuer abgabenbeguenstigte Lieferungen/Leistungen nach dem Offshore Steuerabkommen (Performance Certificate for Tax-Free Deliveries/Performance according to the Offshore Tax Relief Agreement) or other documentary evidence acceptable to the German tax authorities. All purchases made and paid for on a tax-free basis during a 30-day period may be accumulated, totaled, and reported as tax-free.

252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006)

(a) 26 U.S.C. 6331(h) authorizes the Internal Revenue Service (IRS) to continuously levy up to 100 percent of contract payments, up to the amount of tax debt.

(b) When a levy is imposed on a payment under this contract and the Contractor believes that the levy may result in an inability to perform the contract, the Contractor shall promptly notify the Procuring Contracting Officer in writing, with a copy to the Administrative Contracting Officer, and shall provide-

(1) The total dollar amount of the levy;

(2) A statement that the Contractor believes that the levy may result in an inability to perform the contract, including rationale and adequate supporting documentation; and

(3) Advice as to whether the inability to perform may adversely affect national security, including rationale and adequate supporting documentation.

(c) DoD shall promptly review the Contractor’s assessment, and the Procuring Contracting Officer shall provide a written notification to the Contractor including-

(1) A statement as to whether DoD agrees that the levy may result in an inability to perform the contract; and

(2)(i) If the levy may result in an inability to perform the contract and the lack of performance will adversely affect national security, the total amount of the monies collected that should be returned to the Contractor; or

(ii) If the levy may result in an inability to perform the contract but will not impact national security, a recommendation that the Contractor promptly notify the IRS to attempt to resolve the tax situation.

(d) Any DoD determination under this clause is not subject to appeal under the Contract Disputes Act.

CCE 204-4000 U.S. AND HOST NATION HOLIDAYS (MARCH 2005)

US Holidays: Work Shall Not be performed on U.S. holidays occurring during the normal workweek unless otherwise directed by the contracting officer. When a U.S holiday occurs on a Saturday or a Sunday, the holiday is observed on the preceding Friday or following Monday, respectively.

Host Nation Holidays: Work Shall Not be performed on local Host Nation* holidays occurring during the normal workweek unless otherwise directed by the contracting officer.

* Local host nation holidays occur in the region/state where contract performance takes place.

The U.S. holidays are: The Netherlands holidays are:
New Year’s Day January 1st New Year’s Day 01 January
M L King Memorial Day 3d Monday in January Good Friday Varies yearly
Presidents’ Day 3d Monday in February Easter Monday Varies yearly
Memorial Day last Monday in May The Queen’s Birthday 30 April
Independence Day July 4th
Labor Day 1st Monday in September Ascension Day Varies yearly
Columbus Day 2d Monday in October Whit-Monday Varies yearly
Veterans’ Day November 11th Christmas Day 25 December
Thanksgiving Day 4th Thursday in November Boxing Day 26 December
Christmas Day December 25th

The Belgium holidays are: Luxembourg holidays are:
New Year’s Day 01 January New Year’s Day 01 January
Easter Monday varies yearly Carnival Monday varies yearly
Labor Day 01 May
Ascension Day varies yearly May Holiday 01 May
Bank Holiday varies yearly Ascension Day varies yearly
Whit-Monday varies yearly Whit-Monday varies yearly
National Independence Day 21 July National Holiday 23 June
Assumption 15 August Assumption 01 November
All Saints Day 01 November All Souls’ Day 02 November
Armistice Day 11 November Christmas Day 25 December
Dynasty Day varies yearly Christmas Day 26 December
Christmas Day 25 December Boxing Day 26 December

The German national and local holidays are:
New Years Day 01 January
Three King’s Day (Only in Baden Wurttemberg and Bavaria) 06 January
Good Friday Varies
Easter Monday Varies
Labor Day 01 May
Ascension Day Varies
Whit Monday Varies
Corpus Christi (Only in Baden-Wurttemberg, Bavaria, Hessen, Varies Nordrhein- Westphalia,Rhineland-Palatinate and Saarland)
Assumption Day (Only in Saarland and Roman Catholic 15 August areas of Bavaria)
Day of German Unity 03 October
All Saints’ Day (Only in Baden-Wuerttemberg, Bavaria, 01 November North Rhine-Westphalia, Rhineland Palatinate and Saarland)
1st Christmas 25 December
2nd Christmas Day 26 December

CCE 225-4000 AUTHORIZATION TO PERFORM SERVICES IN GERMANY (MARCH 2005)

Contractors performing services in the Federal Republic of Germany (FRG) shall comply with German law. The Contractor shall determine whether performance requires registration with German authorities or authorization to do business in Germany and, if so, shall comply with all requirements. Whether or not registration or authorization to do business is required, the Contractor also shall determine what documents or authorization its employees and any subcontractor employees must possess to work in Germany. The Contractor shall ensure affirmatively that its employees and subcontractor employees possess such documents or authorizations.

Contractor employees who:

(a) are not nationals of Germany or other European Union countries, and

(b) are not members of the force, the civilian component or their dependents, and

(c) do not have assimilated status under Articles 71, 72, or 73 of the Supplementary
Agreement to the NATO SOFA shall possess work and residence permits.

By acceptance of and performance under this contract and any task orders or delivery orders issued hereunder, the Contractor affirms that it has complied with the requirements above. Compliance with this clause and German law is a material contract requirement. Noncompliance by the Contractor or Subcontractor at any tier shall be grounds for issuing a negative past performance evaluation and terminating this contract, task order, or delivery order for default.

CCE 225-4001 INSTALLATION CLEARANCE REQUIREMENTS (MARCH 2005)

(a) Access to U.S. installations and controlled areas is limited to personnel who meet security criteria and are authorized by Host Nation law to work in that country. Failure to submit required information/data and obtain required documentation or clearances in accordance with AE Regulation 190-16, Installation Access Control, will be grounds for denying access to U.S. installations and controlled areas. The Contractor is responsible to ensure that any Subcontractor used in performance of this contract complies with these requirements and that all employees, of both the Contractor and any Subcontractor utilized by the contractor, are made aware of and comply with these requirements.

(b) The Contractor is responsible for being aware of and complying with the requirements associated with Installation Access Control. The Government is not liable for any costs associated with performance delays due solely to a firm’s failure to comply with Installation Access Control (IAC) processing requirements.

(c) The Contractor is responsible for returning installation passes to the issuing Installation Access Control Office (IACO) when the contract is completed or when a contractor employee no longer requires access.

(d) AE 190-16 (and AE 190-16-G German translation) can be found on the following website:
http://www.hq.usacce.army.mil/

(e) Below is the responsible Organizational Sponsor & Installation Access Control Office for this contract:

Organizational Sponsor: Designated COR or ACOR
Location: TBD Building No: TBD
DSN Phone No: TBD Commercial Phone No: TBD
Installation Access Control Office: IACS
Location: Breitenauerstr. 16 Building No: 203
DSN Phone No: 4403-558 Commercial Phone No: 08821-750 3 558

CCE 225-4003 NOTICE OF CONTRACTOR RESPONSIBILITY TO HOST NATION (MARCH 2005)

This is a non-personal service contract with an individual acting as an independent contractor. As such, the contractor is not an employee of the U.S. Government and it is solely the contractor’s responsibility to determine his/her reporting and payment responsibilities under Host Nation tax and labor laws. Status as a member of the U.S. Forces under the NATO SOFA Supplementary Agreement does not in itself relieve the contractor of responsibilities under Host Nation laws. Contractor should consult appropriate authorities and advisors on these matters. Department of Defense military and civilian personnel will not provide advice in these matters. Contractor shall hold harmless the U.S. Government for any liability that may arise from the contractor’s noncompliance with Host Nation laws.

CCE 232-4001 FOREIGN VENDORS REQUESTING PAYMENT VIA ELECTRONIC FUNDS TRANSFER (March 2005)

Foreign vendors requesting payment via Electronic Funds Transfer (EFT) shall provide the following information on their invoice at time of invoice submission. Only one EFT instruction per invoice is authorized.

– SWIFT CODE
– BLZ or BANK ROUTING NUMBER
– ACCOUNT NUMBER
– BANK NAME
– International Bank Account Number (IBAN)(if applicable): ___________________________

CCE 237-4000 CONTRACTOR IDENTIFICATION REQUIREMENT (March 2005)

All contractor personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious are required to identify themselves as such to avoid being mistaken for Government officials. Contractors performing work at Government workplaces will provide their employees with an easily readable identification (ID) badge indicating the employee’s name, the contractor’s name, the functional area of assignment, and a recent color photograph of the employee. Contractors shall require their employees wear the ID badges visibly when performing work at Government workplaces. Contractor personnel must also ensure that all e-mails, documents or reports they produce are suitably marked as contractor products or that contractor participation is appropriately disclosed.

CLOSING RESPONSE DATE AND SUBMISSION SUMMARY:

In order to be considered for award, submit the required documentation in response to this announcement as follows:
1. Offers must be submitted via email no later than 8:00am EST, on 14 SEPTEMBER 2012 to James Miller at james.f.miller1@marshallcenter.org and Jacqueline Garrido at Jacqueline.garrido@marshallcenter.org.

2. Furnish Representation and Certifications: The Offeror must either (1) complete the applicable Representation and Certifications through Online Representations and Certifications Application (ORCA) athttps://orca.bpn.gov or (2) a provide a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (ALT I), DFARS 252.212-7000, Offeror Representations and Certifications–Commercial Items, and FAR 52.209-5, Certification Regarding Responsibility Matters and submit with the proposal.

3. Factor 1 and Factor 2: Submit a resume and references including full contact information with any supporting documentation as requested in Factor 1 and Factor 2 above.
4. Factor 3: Submit Firm-Fixed Price information for CLIN’s 0001, 1001 and 2001 as listed in Factor 3 above.

Further details regarding the requirement can be found in the attachments to this notice.

Attachment 0001 – Performance Work Statement
Exibit A – Definitions of Proficiency for MS Word, MS Excel and MS Power Point
Exibit B – Performance Requirements Summary
Exibit C – Sample COR Consideration (Deductions) Worksheet
Attachment 0002 – Quality Assurance Surveillance Plan

Place of Performance: George C. Marshall Center Gernackerstrasse 2, Bldg. 112 82467, Garmisch-Partenkirchen DE URL: https://www.fbo.gov/spg/ODA/DSCA/GCMC/HQ0236-12-R-0007/listing.html
P/N CAGE Company/Gov’t Agency For NSN:4988217502603 $
For NSN:4988217502726 $

Date Contract Amount To For NSN:4988217502603 $
For NSN:4988217502726 $

OutreachSystems Article Number: 120908/PROCURE/0133
Matching Key Words: documentar*; writ*; copy; technical; standard; 


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

R — Staffing and Management of Talent Vendors 090712MA 092412 Mary Ann Amps, Fax 305-437-7046, Email mamps@ocb.ibb.gov – Wayne D Greene, Contract Specialist, Fax 202-260-0855, Email wgreene@bbg.gov (i)THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM 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.
(ii) Solicitation No. 090712MA is issued as a Request for Proposal (RFP) and a contract will be awarded using the contracting by negotiation procedures in FAR Part 15.

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Regulations 2005-060, dated August 27, 2010. The contractor shall provide the Contract Line Items as shown in the uploaded Item Description Pricing.

(iv) The North American Industry Classification Systems (NAICS) code for this acquisition is 711510.

(v). The BBG is seeking a company capable of locating, hiring, and managing a team of 10 or more journalists (stringer reporters) in major cities in Cuba, including Havana and Santiago de Cuba, who would provide regular local news and feature reports.

(vi.)The Broadcasting Board of Governors (BBG) is an executive branch U.S. Federal Government agency that oversees U.S. broadcasting of news and information to audiences around the world. BBG includes the Voice of America (VOA) and the Office of Cuba Broadcasting (OCB), as well as grantee entities Radio Free Asia (RFA), Radio Free Europe/Radio Liberty (RFE/RL) and the Middle East Broadcasting Network (MBN). Together, VOA and OCB distribute programming in English and 42 other languages to an estimated weekly audience of 175 million people. These languages include English, Afan Oromo, Albanian, Amharic, Armenian, Azerbaijani, Bangla, Bosnian, Burmese, Cantonese, Creole, Croatian, Dari, French, Georgian, Hausa, Hindi, Indonesian, Khmer, Kirundi, Kinyarwanda, Korean, Kurdish, Lao, Macedonian, Mandarin, Ndebele, Pashto, Persian, Portuguese, Russian, Serbian, Shona, Somali, Spanish, Swahili, Thai, Tibetan, Tigrigna, Turkish, Ukrainian, Urdu, Uzbek and Vietnamese. BBG’s programming is delivered using almost every available platform including, but not limited to, radio, television (“TV”), Internet, and mobile phone technology.
The BBG is seeking a company capable of locating, hiring, and managing a team of 10 or more journalists (stringer reporters) in major cities in Cuba, including Havana and Santiago de Cuba, who would provide regular local news and feature reports . OCB’s requirements for the journalists are as follows:

• Conduct interviews and provide fair, accurate, balanced and objective news and feature stories in Spanish for broadcast on radio, television, mobile and web as required, including breaking news, and deliver news reports and work on short deadlines.
• Must be able to gather photographs and video, and write, narrate or film (video) verifiable information (by two sources or based on eyewitness reports);
• Must be able to both pitch their own stories and respond to the needs of the BBG newsrooms. Must have initiative and develop news stories and ideas independently. Must generate original stories and establish a network of sources both in government and outside official channels in order to report on a wide variety of subjects. Stories regarding politics and economics are of particular interest as are those of the dissident movement. The stringers must also be able to identify and cover stories related to civil society, social issues, sports and entertainment;
• Must have a phone and know how to communicate via SMS, twitter and how to send pictures and videos. Must know how to navigate on social media;
• Must also comply with journalistic guidelines and standards set by OCB;
• Stringers should preferably have journalism degrees. If they are experienced in the field of journalism without the degree, OCB will review what their prior experience is and what media association they provided information for;
• Must be able to show valid identification with current and correct information even if they go by a pseudonym, and may not work as editors of Cuban state-run media organization and programs or be affiliated in any way with the Cuban Government or the Cuban Communist Party.
The Contractor must provide OCB with at least five stories per week, depending on the news cycle. Contractor must have in place adequate procedures to verify reports (double sourcing) before stories are transmitted to BBG. The journalists under employment need not be full time employees of the interested party (i.e. they can be freelancers) but the company will handle all necessary paperwork and payments related to the employment of said journalists, including taxes, tariffs, etc. In addition, Contractor shall be responsible for the accuracy and technical quality of the reports. BBG shall own the copyright to all materials and reports provided by the stringers. All stringer reports must be approved by OCB to ensure they meet journalistic and technical standards. Contractor shall not invoice for any reports which fail to meet OCB journalistic criteria and technical standards.
Additional information: BBG holds a license from the Office of Foreign Assets Control to engage the services of Cuban nationals in Cuba for the purpose of preparing news-related materials. The BBG does not currently employ any stringers (i.e. freelance journalists) in Cuba; however, the agency could provide the Contractor with a list of potential candidates for consideration.

(vii) The Base Period of Performance is September 25, 2012 – October 31, 2012 with eight (8) six month option periods. Delivery of stories shall begin 7 days after award.

(viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html.

(ix) The FAR provision 52.212-2, Evaluation – Commercial Items, applied to this Solicitation. The Government will award a Commercial Item, Firm-Fixed-Price, contract resulting from this RFP to the responsible offeror whose offer conforming to the RFP will be most advantageous to the Government, based on price, technical, past performance, and other factors in the solicitation. When combined, technical evaluation factors are significantly more important than cost/price. The following factors listed in order of importance shall be addressed in the technical proposals and shall be used to evaluate proposals: 1) Capabilities Statement – The Offeror shall provide a description of their organization and its demonstrated capabilities in performing the service requirement. The “Capabilities Statement” must include, at a minimum, the following: 1. State your business size (i.e., small, large, etc.) and ownership. Must have the capability of delivering original stories on a 24 hour per day, seven day per week basis in Spanish to the BBG; 2) Management Approach – The Offeror shall provide a description of the approach that they will take to meet the requirement; Clearly describe your ability to provide the journalists in the above region, including the procedures that you would employ to ensure that the stories you would provide are factual and “vetted” prior to transmission (i.e., “double sourcing”), Also, state your ability to deliver stories in Spanish; and the terms and conditions that you seek and any minimum work period for the journalists, if any; 3) Contractor Qualifications – The Offeror shall provide their understanding of the requirements and ability of the Offeror to provide the required services. 4) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement within the last five (5) years of the date of this Solicitation. Provide evidence of specific examples of your successful past performance, with a desired minimum of three (3) years of experience providing journalistic services in the region of Central America and the Caribbean. Offerors shall provide the names of three (3) clients and the following information: (i) client’s name, address, and name, email and telephone number of contact person; (ii) dollar amount of the contract; (iii) current term of the contract; and (iv) brief description of the work performed. The Offeror shall use the form uploaded to the FedBizOpps with this combined synopsis/solicitation entitled “Addendum B – Past Performance References” to provide the information. Pursuant to FAR 15.305(a) (2) (iv), in the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror will not be evaluated favorably or unfavorably on past performance; and 5) a separate Price Proposal showing a breakdown of the price for the above CLIN (Price) Prices for all of the listed CLIN shall be noted in English and United States dollars on form uploaded to the FedBizOpps with this combined synopsis/solicitation entitled “Addendum A – Price Schedule”. Offerors are cautioned that failure to address each of the above factors may deem their proposal unacceptable.

(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. The contractor must be registered on-line with the System for Award Management (SAM) formerly the CCR Web site at:https://www.sam.gov/portal/public/SAM/. The successful Offeror will be required to complete and submit an ACH form, for Electronic Funds Transfer (EFT), to the Contracting Officer before submitting their first invoice.

(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause.
The addendum is as follows: CONTRACTING OFFICER REPRESENTATIVE
The Contracting Officer will appoint by letter a Contracting Officer Representative (COR), who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract. THE RESULTANT CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE COR TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER, MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED CHANGES.

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government’s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010), 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332)

(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.232-18 Availability of Funds and 52.237-3 Continuity of Services

(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.

(xv) Notice of Delay- If the event the Contractor becomes aware of a potential delay; the Contractor shall immediately notify the Contracting Officer and COR by via email. Such email shall include the nature of the delay and whether it will have any impact (positive or negative) on the Contract.

(xvi) There are no additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices. NOTE: See government-wide numbered notes 13 and 25.

(xvii) Failure to provide any of the above-required CLIN may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Fax or Oral proposals will not be accepted. Questions must be submitted in writing to mamps@ocb.ibb.gov. Written questions must be submitted by 2:00 p.m. EDST on Friday, September 14, 2012. Technical proposals shall be submitted with an original and one (1) copy. Price proposals shall be submitted with an original and one (1) copy. Proposals may be sent via email before the closing deadline below. Proposals are due to MaryAnn Amps, before 10 a.m. EDST on Monday, September 24, 2012. Proposals may be submitted via email at mamps@ocb.ibb.gov. All responsible sources may submit an offer that will be considered by the Agency.

URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/090712MA/listing.html
OutreachSystems Article Number: 120908/PROCURE/0135
Matching Key Words: naics!711510; 

Department of the Air Force, Direct Reporting Units, USAF Academy – 10 CONS, 8110 Industrial Drive Suite 200 USAF Academy CO 80840-2315

R — Gospel Music Director For The Community Center Chapel FA7000-12-T-0062 091712 Jason H. Harmon, Phone 3332264, Email jason.harmon@usafa.af.mil – Russell W. Jordan, Contracting Officer, Phone 7193333961, Fax 7193339075, Email russ.jordan@us.af.mil ;
p;
  

Gospel Music Director For The Community Center Chapel

Combined Synopsis/Solicitation

IAW FAR 12.603

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.   This announcement constitutes the only solicitation; quotes are being requested and a written (formal) solicitation will not be issued.   This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA7000-12-T-0062 , in accordance with FAR Parts 12 & 13.   This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60 27 August, 2012. The North American Industry Classification System Code [NAICS] is 711510 and the size standard is $7,000,000.00.   All responsible sources may submit a quote, which if received timely, will be considered by the 10 th Contracting Squadron, USAF Academy (USAFA).

Please note: The government bares no legal liability for bid cost associated with this request for quote.   Vendors should not submit a quote unless they are willing to absorb all costs associated with submitting a quote.

Please note: All contractors are asked to remember that the Federal Government and the Community Center Chapel at USAFA specifically are under tight budget constraints for the upcoming year and successive years thereafter.   Please keep this it in mind when submitting bids for services associated with this contract.

Please read and comply with all requirements for submitting a quote .   Failure to comply with all instructions contained within this combined synopsis/solicitation could result in the quote being ineligible for award.   It is the offeror’s responsibility to ensure their quote meets all the requirements identified herein.

REQUIREMENTS FOR QUOTE:

Salient Characteristics:

•·          Have familiarity and experience in a wide range of Christian music to include: Traditional, contemporary, praise, and gospel styles.

•·          Must be able to demonstrate proficiency on piano and keyboard.

•·          Must furnish a resume showing all education and experience including professional references.

Provide pricing for each of the following line items:

LINE ITEM 0001

Description                                                                        Qty                    Unit Price          Extended Price

Music Director Services                                                                12 Mos            $_______          $___________

Support the Community Center Chapel in selecting, directing, and performing gospel services in accordance with the attached SOW and the Christian community at USAFA.

Period of Performance: 01 October 2012 to 30 September 2013

LINE ITEM 1001

Description                                                                        Qty                    Unit Price          Extended Price

Music Director Services                                                                12 Mos            $_______          $___________

Support the Community Center Chapel in selecting, directing, and performing gospel services in accordance with the attached SOW and the Christian community at USAFA.

Period of Performance: 01 October 2013 to 30 September 2014

LINE ITEM 2001

Description                                                                        Qty                    Unit Price          Extended Price

Music Director Services                                                                12 Mos            $_______          $___________

Support the Community Center Chapel in selecting, directing, and performing gospel services in accordance with the attached SOW and the Christian community at USAFA.

Period of Performance: 01 October 2014 to 30 September 2015

LINE ITEM 3001

Description                                                                        Qty                    Unit Price          Extended Price

Music Director Services                                                                12 Mos            $_______          $___________

Support the Community Center Chapel in selecting, directing, and performing gospel services in accordance with the attached SOW and the Christian community at USAFA.

Period of Performance: 01 October 2015 to 30 September 2016

LINE ITEM 4001

Description                                                                        Qty                    Unit Price          Extended Price

Music Director Services                                                                12 Mos            $_______          $___________

Support the Community Center Chapel in selecting, directing, and performing gospel services in accordance with the attached SOW and the Christian community at USAFA.

Period of Performance: 01 October 2016 to 30 September 2017

*** NOTE:   Offerors should total all LINE ITEMs and enter the amount

to reflect the TOTAL PRICE.***

TOTAL PRICE                $ _________________

The following Federal Acquisition Regulation (FAR) clauses apply to this RFQ and offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors–Commercial Items (Jun 2008). The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.

All quotes shall be clearly identifiable to the company submitting the quote and shall include the following:

•1.                 Solicitation number

•2.                 Contact name, address, telephone number of the offeror

•3.                 DUNS number

•4.                 Cage code

•5.                 Tax identification number

•6.                 Small business size standard and NAICS code

•7.                 Unit price

•8.                 Extended price

•9.                 Discount terms

•10.            Delivery terms

In accordance with FAR 52.212-4(t), Central Contractor Registration (CCR) contractors must be registered with CCR to conduct business with the Department of Defense.   No purchase order can be awarded to any company without this registration. ( www.ccr.gov )

Addendum to 52.212-1 paragraph c, the offeror agrees to hold the prices in its offer firm for 45 days from date of RFQ closing (17 September 2012, 2:00 P.M. Mountain Standard Time).   .

Quotes must be received no later than 2:00 P.M. Mountain Standard Time, 17 September, 2012 at 1 0 CONS/ LGCB, Attn: Jason Harmon, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315 or by e-mail to:   jason.harmon@us.af.mil .   Questions and responses should be addressed to the Primary POC Jason Harmon, Contract Specialist, USAF Academy (719) 333-2264 jason.harmon@us.af.mil . Alternate POC is Russell Jordan, Contracting Officer, (719) 333-3961, russell .jordan@us.af.mil . Offers received after the specified date and time will be considered late in accordance with 52.212-1(f) and may not be evaluated.

The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers :   Award will be made on the basis of determining the acceptable offer with the lowest evaluated price which meets or exceeds the requirements.

FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998):   This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text.   The full text of a clause may be accessed electronically at this address:

http://farsite.hill.af.mil/ .

CLAUSES INCORPORATED BY REFERENCE

52.204-10

OutreachSystems Article Number: 120907/PROCURE/0115
Matching Key Words: naics!711510; 


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

R — Spanish Language Programming BBG50-R-12-0906 091712 Mary Ann Amps, Contracting Officier, Fax 305-437-7046, Email mamps@ocb.ibb.gov (i)THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Solicitation No. BBG50-R-12-0906 is issued as a Request for Quotes (RFQ). The Government reserves the right to make one or more awards under this Solicitation using Simplified Acquisition Procedures in FAR Part 13.

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Regulations 2005-060, dated August 27,2012.

iv) This is a total small-business set aside procurement. The North American Industry Classification Systems (NAICS) code for this acquisition is 512110 and the small business size standard is $29.5M

(v). The contractor shall provide independently produced programs, i.e. TV shows, movies, documentaries, specials and the like to air on TV Marti television service.

(vi.) The Broadcasting Board of Governors, International Broadcasting Bureau (BBG/IBB), Office of Contracts (CON) located in Washington, D.C. has a requirement for a Contractor to provide independently produced programs, i.e. TV shows, movies, documentaries, specials and the like to air on its TV Marti television service. All genres of scripted and non-scripted programming will be considered with the exception of any programming that does not meet the standards set forth by the FCC in relation to commercial United States (US) broadcasting via a local television station. Programming should be submitted in Spanish or with Spanish language subtitles and completely edited and ready for air. Both Standard Definition (NTSC) and High Definition (HD) programming will be accepted. The programs must meet or exceed the standards established by TV Marti management which are in line with those of the typical over-the-air US broadcaster and include professional editing, lighting and production. Programs may vary in length from short (e.g. 1 minute interstitials) to long (2+ hours movies.) The rights granted under the licensing of such programming should cover both Cuba and the South Florida Designated Market Area (DMA). Pornographic or “adult” programming will not be accepted or considered. Submitted programming should be conceived and produced with the understanding that the primary audience of TV Marti resides exclusively in Cuba.

(vii) Delivery of programs ready for broadcast is 7 days after award. Delivery of programs in pre-production or in production is 90 days after award.

(viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html.
All quotes shall contain the information described in this solicitation notice. Failure to comply with instructions may result in quote not being considered for award.

1. Quote is to be valid for a minimum of 30 days.

2. The offeror shall include with their quote:
a. A sample (DVD) of the program(s) they would like to submit, which could consist of a completed episode or a shorter version (demo) in the case of certain long-form programs or movies. If the project is still in the pre-production stage, the Quoter could also provide a treatment or detailed description of the program/idea (e.g. scripts, pictures, cast notes, credits, etc.). In the case of theatrical released films, a list of titles available and a short description will suffice.
b. Evidence of an active registration and Certifications and Representations in the System for Award Management (SAM)- https://www.sam.gov/portal/public/SAM/. Note – SAM replaced the Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA) websites.
c. A completed Attachment A – Price Schedule. Prices shall be noted in English and United States dollars.
d. DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address.

3. Submit concurrence/exceptions to the terms and conditions along with your quote. Failure to respond will be considered concurrence.

4. All parts of the Quote except for sample DVD shall be in English.

(ix) The Government will award a Commercial Item, Firm-Fixed-Price, purchase order(s) resulting from this RFQ to the responsible offeror(s) whose offer conforming to the RFQ will be most advantageous to the Government, based on production quality, relevance to OCB’s audience, subject matter and value proposition. In addition, price will be evaluated to determine that it is fair and reasonable.

(x) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with no addendum to the clause.

(xi) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Veterans ; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Veterans ;52.223-18 Encouraging Contractor Policies to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332)

(xii)There are no additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent purchase order.

(xiii) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.

(xiv) There are no additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices. NOTE: See government-wide numbered notes 13 and 25.

(xv) Failure to provide any of the above-required CLIN may result in the rejection of your quote. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Faxed, emailed or oral quotes will not be accepted. Questions must be submitted in writing to MaryAnn Amps at mamps@ocb.ibb.gov. Written questions must be submitted by 12:00 p.m., Eastern Time on September 11, 2012. Quotes shall be submitted with an original and one (1) copy. Proposals may be sent via hand delivery, overnight or courier service before the closing deadline below. Proposals are due to MaryAnn Amps, 4201 NW 77th Avenue, Miami, FL, 33166 before 12:00 p.m., Eastern Time on September 17, 2012. (xviii) Contact: MaryAnn Amps, email: mamps@ocb.ibb.gov@bbg.gov or Facsimile 305-437-7027. All responsible sources may submit an quote that will be considered by the Agency.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-12-0906/listing.html
OutreachSystems Article Number: 120907/PROCURE/0116
Matching Key Words: broadcast*; program?; documentar*; naics!512110;

FedBizOpps – Surplus 

Department of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598

99 — Sale of Old Corrugated Cardboard QRP12-0013 091412 Daniel Pearman, QRP Manager, Phone 5026245673, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil – Jennifer J Stubbs, Clerk, Phone 502-624-5026, Fax 502-624-5672, Email jennifer.j.stubbs.naf@mail.mil The Fort Knox Qualified Recycle Program is issuing an invitation for bid of Old Corrugated Cardboard. The duration of this agreement is 1 year.
Please open the attached document on this posting for the sale solicitation/agreement form that is required for bidding. Sign, date, and enter all of the required information on your bid. Send your bid to Daniel Pearman or Jennifer J Stubbs at fax #: 502-624-5672 or by email at jennifer.j.stubbs.naf@mail.mil. Respond due date is September 14, 2012 at 2 pm Eastern Standard Time.

Please call Fort Knox QRP, if you have any question. All bids are welcome.

The contract performance location is at Building 94 Dixie St. Fort Knox, KY 40121. Contracting Office is not the location of the Fort Knox Qualified Recycle Program.

Thanks,

Jennifer J Stubbs
Sales, Shipping, and Receiving Clerk
Fort Knox QRP
Bldg 94 Dixie St.
Fort Knox, KY 40121

Daniel Pearman
Program Manager

Place of Performance: 94 Dixie Street Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP12-0013/listing.html
OutreachSystems Article Number: 120908/SURPLUS/1335
Matching Key Words: state!ky; 


Department of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598

99 — Sale of Sorted Office Paper QRP12-0014 091412 Daniel Pearman, QRP Manager, Phone 502-624-5673, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil – Jennifer J Stubbs, Clerk, Phone 502-624-5026, Fax 502-624-5672, Email jennifer.j.stubbs.naf@mail.mil The Fort Knox Qualified Recycle Program is issuing an invitation for bid of Post-Consumer Sorted Office Fiber. The duration of this agreement is 1 year.
Please open the attached document on this posting for the sale solicitation/agreement form that is required for bidding. Sign, date, and enter all of the required information on your bid. Also, if you would please initial at the bottom left hand corner of each page, that way I will know that the solicitation was read and understood.

Please send your bid to Daniel Pearman or Jennifer J Stubbs at fax #: 502-624-5672 or by email at jennifer.j.stubbs.naf@mail.mil. Respond due date is September 14, 2012 at 2 pm Eastern Standard Time.

Please call Fort Knox QRP, if you have any question. All bids are welcome.

The contract performance location is at Building 94 Dixie St. Fort Knox, KY 40121. Contracting Office is not the location of the Fort Knox Qualified Recycle Program.

Thanks,

Jennifer J Stubbs
Sales, Shipping, and Receiving Clerk
Fort Knox QRP
Bldg 94 Dixie St.
Fort Knox, KY 40121

Daniel Pearman
Program Manager

Place of Performance: 94 Dixie Street Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP12-0014/listing.html
OutreachSystems Article Number: 120908/SURPLUS/1336
Matching Key Words: state!ky; 


Department of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598

99 — Sale of Loose Scrap Metal QRP12-0015 091412 Daniel Pearman, QRP Manager, Phone 5026245673, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil – Jennifer J Stubbs, Clerk, Phone 502-624-5026, Fax 502-624-5672, Email jennifer.j.stubbs.naf@mail.mil The Fort Knox Qualified Recycle Program is issuing an invitation for bid of Solication of Loose Scrap Metal. The duration of this agreement is 1 year.
Please open the attached document on this posting for the sale solicitation/agreement form that is required for bidding. Sign, date, and enter all of the required information on your bid. There is also a place at the bottom left hand corner to put your initials after you have read and understood the agreement.

Send your bid to Daniel Pearman or Jennifer J Stubbs at fax #: 502-624-5672 or by email at jennifer.j.stubbs.naf@mil.mil. Respond due date is September 14, 2012 at 2 pm Eastern Standard Time.

Please call Fort Knox QRP, if you have any question. All bids are welcome.

The contract performance location is at Building 94 Dixie St. Fort Knox, KY 40121. Contracting Office is not the location of the Fort Knox Qualified Recycle Program.

Thanks,

Jennifer J Stubbs
Sales, Shipping, and Receiving Clerk
Fort Knox QRP
Bldg 94 Dixie St.
Fort Knox, KY 40121

Daniel Pearman
Program Manager

Place of Performance: 94 Dixie Street Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP12-0015/listing.html
OutreachSystems Article Number: 120908/SURPLUS/1337
Matching Key Words: state!ky; 

USABIDS State and Local Purchases

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

99 – LED-ENHANCED SIGNS (RE-BID). RFB-605-1300000244-1 DUE 05-OCT-2012 Jennifer Houchin, 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: 120914/BID/0006
Matching Key Words: age:state!ky; state!ky; 

Virginia – VBO/eVA – Virginia Business Opportunities, Virginia Business Opportunities – VBO. In order to obtain the bid package you must be a registered subscriber with the State.http://www.eva.virginia.gov/vendors/pages/wherebusinessopportunities.htm

T – SET-ASIDE FOR SMALL BUSINESSES – Video Production Services UIFB SOL SET-ASIDE FOR SMALL BUSINESSES – Video Production Services UIFB : DOC-13-039. Closing on 9/21/12. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120913/BID/0084
Matching Key Words: video*; produc*; business*; production?; 


Colorado – City of Aspen http://aspenpitkin.com/Departments/Purchasing-City-of-Aspen/Open-Bids-RFPs/ City of Aspen 130 South Galena Street City Hall, 2nd floor Aspen, CO 81611 Ph: 970-920-5079 Fax: 970-920-5119

R – Unified Communications System SOL 2012-052 BID# 2012-052Unified Communications SystemCategory:Professional ServicesStart Date:4/30/2012Due Date:6/4/2012 5:00 PM(UTC -07:00) Mountain Time (US & Canada)VanRan/Avaya was selection and we are now in contract negotiations. No other information is available at this time. To: IT Steering CommitteeCC: Rebecca Hodgson, Assistant to the City ManagerFrom: Jim Considine, IT DirectorDate: 8-16-2012Re: I.T. Recommendation for Final Unified Communication Vendor We recommend that the City of Aspen select VanRan and Avaya and proceed to contract negotiations. This recommendation is supported by the following scores, Staff discussion, and reference feedback:1. RFP Scores ? The RFP?s were read and scored by four City/County Staff. VanRan-Avaya scored number one in this process. Although the raw scores rated VanRan-Avaya first, the scores were close with the lower score coming in at 97.6% of the high score. RFP Eval Team ScoresISC-CiscoVanRan-AvayaCategoriesNMJCJSNMJCJSUnified Communications 991099999IP Telephony89109910109Office Productivity Applications99988778Mobility 87889898 Video Conferencing78987778Network Compatibility981098888Security89988898Support78889988Cost476410999 Overall Impression99999988Individual Scores7883888086848483Total Score329337Average8284Relative Position21 2. Weighted RFP Scores ? Subsequent to the presentation to the IT Steering Committee, weights were added to the categories by one Steering Committee Member and the IT Director. Again VanRan-Avaya scored the highest under both weighting scenarios. The difference between the scores was more significant with the lower score 90.6% of the high score in scenario 1 and 92.7% in scenario 2.Steering Comm. Weighted ScoresISC-CiscoVanRan-AvayaNMJCJSNMJCJSCategories WeightsUnified Communications 9090100909090909010IP Telephony809010090901001009010Office Productivity Applications45454540403535405Mobility 807080809080908010 Video Conferencing35404540353535405Network Compatibility9080100908080808010Security40454540404045405Support14016016016018018016016020Cost801401208020018018018020 Overall Impression45454545454540405Individual Scores725805840755890865855840Total Score31253450Relative Position21IT Director Weighted ScoresISC-CiscoVanRan-AvayaNMJCJSNMJCJSCategories WeightsUnified Communications 45455045454545455IP Telephony809010090901001009010Office Productivity Applications45454540403535405Mobility 807080809080908010 Video Conferencing35404540353535405Network Compatibility9080100908080808010Security40454540404045405Support10512012012013513512012015Cost60105906015013513513515 Overall Impression909090909090808010Individual Scores670730765695795775765750Total Score28603085Relative Position213. Demo Scores ? Demonstrations were held for each Proposer. Based upon the weighted categories VanRan-Avaya scored the highest. The difference between the scores was closer with the lower score 97.7% of the high score. Weighted Demo Scores Category VanRanISC WeightCategoryScoreRankScoreRank 20%Proposal overview13221471 20%System Features23922481 40%Total cost of ownership26912073 20%Technology13731571 778760 The tenor of the ensuing discussion was ?Cisco was perceived as having an advantage in the feature and technology category? but was this difference sufficient to overcome the very significant difference in cost. 4. Best and Final Proposals ? Requests were sent to each proposer to specify consistent equipment, increase complement of Customers, and issue best and final offer.Assured that we had proposals that were consistent, we were still left with a significant difference in costs. No member of IT Staff was able to offer any argument that quantified Cisco advantages to justify spending significantly more.The decision was made to check references in order to validate our preference for the lower cost solution offered by VanRan-Avaya.5. References ? IT Staff contacted 4 references ? three supported by VanRan and the Aspen Ski Co. (whom we knew used Avaya).The references gave us:a. Very high marks for the telephony features provided by Avaya,b. Very high marks for the implementation services and support provided by VanRan,c. Limited feedback on the UC features proposed by VanRan due to limited implementation. One reference used the mobility features and was very satisfied with the results.d. Not a single hint of dis-satisfaction with the Avaya system or VanRan performance. 6. Final Recommendation ? All City and County participants were unanimous in recommending that we announce VanRan/Avaya as our selection and proceed to contract negotiations.Download related documentation associated with this bidAttached Files:2012-052 Unified Communication Phone System RFP Documents.pdfWednesday, September 12, 2012Addendum #1 Issued 5-17-12.docxWednesday, September 12, 2012Attachment A – Detail RFP Questions.pdfWednesday, September 12, 2012Attachment B – Summary Costs.pdfWednesday, September 12, 2012Attachment C – Network Diagram.pdfWednesday, September 12, 2012Attachment D – COAPC Facilities Map.pdfWednesday, September 12, 2012Questions from Potential Offerors on the Unified Communications System project.docxWednesday, September 12, 2012If the above files do not open correctly, you may need to download the latest version of Acrobat Reader. return to bid listing For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120913/BID/0215
Matching Key Words: video*; produc*; you; documentation; 


Texas – Fort Worth Independent School District http://www.publicpurchase.com/gems/fwisd,tx/buyer/public/home 100 N University Dr., Fort Worth TX 76107. Ph: 817-814-2200. This bid has been provided by Public Purchase. For more information, please visit the Public Purchase web site.

T – Videographer/Editor SOL 13-006-A Videographer/Editor For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120913/BID/0756
Matching Key Words: video*; edit*; 


Washington – General Administration Goods and Services https://fortress.wa.gov/ga/webs/bidcalendar.aspx State of Washington; PO Box 41000; Olympia, WA 98504 Phone 360-902-7300

T – Early Achiever Video Production SOL Ref #: 12-123 The purpose of this project is to create a series of videos to promote Washington?s Early Achievers program for the purpose of engaging parents, providers and stakeholders in the program. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120913/BID/0808
Matching Key Words: video*; produc*; production?; 

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

T – ZOO MEMBERSHIP CARDS. IFB-2861-0-2013/TN DUE 26-SEP-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: 120910/BID/0012
Matching Key Words: age:state!ky; state!ky; 


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

R – DCBS WEP MEDICAL/ACCIDENT INSURANCE. RFB-758-1300000213-1 DUE 26-SEP-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: 120910/BID/0017
Matching Key Words: age:state!ky; state!ky; 

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

R – PRICE CONTRACT FOR ON-SITE MEDICAL FACILITY OPERATION AND MANAGEMENT SERVICES. RFP-2858-0-2012/MBB DUE 28-SEP-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: 120907/BID/0003
Matching Key Words: age:state!ky; state!ky; 


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

R – ENERGY SAVINGS PERFORMANCE CONTRACT (PHASE 2). RFP-2860-0-2012/MBB DUE 05-OCT-2012 Phone: (502) 574-5796; Fax: (502) 574-6977; E-mail: purchase@loukymetro.org; Website:http://www.louisvilleky.gov/Finance/purchasing.htm MANDATORY Pre-Bid Conference: September 21, 2012, 10:00 a.m., Louisville Metro Purchasing Department, 611 West Jefferson Street, Louisville, KY 40202. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120907/BID/0004
Matching Key Words: age:state!ky; state!ky; 

Other Federal Procurements (small)  

FedBizOpps Grants http://www.grants.gov/ Grants.gov. Contact Center: 1-800-518-4726 or support@grants.gov. Additional contact information is listed in each Grant.

R — Notice of Intent to Award SOL FWS-R5-MB-12-022 THERE IS NO FULL ANNOUNCEMENT ASSOCIATED WITH THIS NOTICE, AS This is a Notice of Intent to award in accordance with 505 DM2, 2.14 B (4) a Cooperative Agreement between the U.S. Fish and Wildlife Service and the American Bird Conservancy for the purpose of continuing the work of the Appalachian Mountain Joint Venture (AMJV), a self-directed partnership responsible for planning, delivering and evaluating bird habitat conservation within the Appalachian Mountains (encompassing portions of 11 states including Alabama, Georgia, Tennessee, Kentucky, North Carolina, Virginia, Maryland, Pennsylvania, Ohio, New York and New Jersey). Joint Ventures operate under guidance from the U.S. Fish and Wildlife Service which provides Federal funding for Joint Venture partnerships. The over-arching objective of the AMJV is to ensure the sustainability of priority bird populations through strategic conservation of habitats and overall ecosystem functionality upon which priority birds rely. The AMJV partnership is lead by a Management Board and Joint Venture Coordinator and relies upon technical advice provided by the Science Coordinator working with a technical committee. The American Bird Conservancy is the immediate employer of the JV Coordinator, and the JV Science Coordinator. The AMJV has an operational plan and in June of 2012 developed strategic priorities to guide work for the next 3 to 5 years. The AMJV is working with a contractor to develop a Communications Plan which will be completed by December 31, 2012. The American Bird Conservancy is highly qualified to be the employer of Joint Venture personnel. This Single Source Award is being made in accordance with Department of the Interior Policy 505 DM 2.14B(4), which allows for award without competition to an applicant who is uniquely qualified to perform the activity based on, technical expertise. Substantial involvement on the part of the USFWS is anticipated for successful completion of stated objectives. The USFWS sits on the Management Board and Technical Committee of the Joint Venture, and is involved in the strategic planning process and decisions about annual work plans for the Joint Venture partnership. The USFWS also ensures that the Joint Venture is operating per guidance issued by the Washington Office of the USFWS for Joint Venture partnerships. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120908/SMALL/8600
Matching Key Words: state!ky; 

Navy Electronic Commerce Online https://www.neco.navy.mil/biz_ops/search_edi.aspx NECO – Navy Electronic Commerce Online; Vendors must register with NECO. Once registered, agency information can be obtained directly from the website

T — Federal Supply Classification T013 SOL N00189-12-T-0384 General Desc: TECHNICAL WRITER SUPPORT SERVICESDetail Desc: SEE SOLICITATION For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 120907/SMALL/7489
Matching Key Words: writ*; technical;  

Kentucky State Procurement  

University of Louisville, Department of Purchasing, Louisville, KY

R — OUTPATIENT BILLING SERVICES. RFP147-PSC DUE 05-OCT-2012 Carrie Bibelhauser, Phone: (502) 852-5078; 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: 120914/KY/9488
Matching Key Words: age:state!ky; state!ky; 


Kentucky Lottery Corporation, 1011 West Main Street, Louisville, KY 40202-2623

99 — “5 CARD CASH” ILLUMINATED AND ANIMATED LOGO SIGNS. BID #KL-13-015 DUE 11-OCT-2012 Catherine Tomlinson, Phone: (502) 560-1770; Fax: (502) 560-1531; E-mail: catherine.tomlinson@kylottery.com; Website: http://www.kylottery.com/apps/about_us/procurement/solicitations.html This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120914/KY/9498
Matching Key Words: age:state!ky; state!ky; 

Kentucky State University, Director of Purchasing, Room 425, 400 East Main Street, Frankfort, KY 40601

R — ENROLLMENT MANAGEMENT SERVICES. BID #RFP-13-02 DUE 05-OCT-2012 Tonya Y. Montgomery, Director of Purchasing, Phone: (502) 597-6434; Website:http://www.kysu.edu/about/divisions/financeandbusiness/procurementservices/Bids_and_+RFPs.htm This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120913/KY/9446
Matching Key Words: age:state!ky; state!ky; 


Jefferson County Public Schools, 3001 Crittenden Drive, Louisville, KY 40209

T — PRINTING – JCPS CHOICES: GUIDE TO ELEMENTARY SCHOOLS. BID #6661 DUE 25-SEP-2012 Purchasing/Bid Department, Phone: (502) 485-3167; Website:http://apps.jefferson.k12.ky.us/financeweb/bidopps.aspx This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120913/KY/9447
Matching Key Words: age:state!ky; state!ky; 


Kentucky Lottery Corporation, 1011 West Main Street, Louisville, KY 40202-2623

R — EMPLOYEE HEALTH/DENTAL/VISION INSURANCE – ADDENDUM #3. BID #KL-13-005 DUE 19-SEP-2012 Website: http://www.kylottery.com/apps/about_us/procurement/solicitations.html This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120913/KY/9450
Matching Key Words: age:state!ky; state!ky; 

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

U — EXCELLENCE FOR ALL COLLABORATIVE RFP – ADDENDUM. RFP-540-1300000080-3 DUE 20-SEP-2012 Thomas Stratton, Phone: (502) 564-2351; Website: https://emars.ky.gov/online/vss/AltSelfServiceThis information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120912/KY/9377
Matching Key Words: age:state!ky; state!ky; 


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

R — PROJECT MANAGEMENT SERVICES FOR DRILLING AND TESTING OF KYCCS RESEARCH WELL, CARTER COUNTY, KENTUCKY. UK-1204-13 DUE 05-OCT-2012 Phone: (859) 257-9100; Website:http://www.uky.edu/Purchasing/bidlist.htm The Kentucky Geological Survey (KGS) at the University of Kentucky is seeking proposals for project management services for planning and supervising the drilling and testing of a 4,800 foot-deep research well in Carter County, Kentucky. The Project Management Company (PMC) will assist with some or all of the following: project management, well design and engineering, testing design and engineering, well procurement services, drilling supervision, testing supervision, final well reporting and location remediation. Proposals should be designed to address each of the areas separately. This project is part of the carbon storage research being conducted by the Kentucky Consortium for Carbon Storage (KYCCS). More information on this research consortium can be found at the project web site: http://www.kyccs.org. 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: 120912/KY/9389
Matching Key Words: age:state!ky; state!ky; 


KCTCS, Purchasing, 300 North Main Street, Versailles, KY 40383

69 — MEDICAL SIMULATION EQUIPMENT, JEFFERSON COMMUNITY & TECHNICAL COLLEGE, LOUISVILLE, KY. KCT-00865 DUE 27-SEP-2012 Brenda Nolan, Phone: (859) 256-3325; E-mail: brenda.nolan@kctcs.edu; Website: http://www.kctcs.edu/en/Vendor_Information/Opportunities_to_Bid.aspx This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120912/KY/9393
Matching Key Words: age:state!ky; state!ky; 

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

R — REQUEST RFP FOR THE KY STATE FAIR BOARD THEME PARK OPERATOR. RFP-758-1300000095-1 DUE 19-OCT-2012 Greg Hughes, Phone: (502) 564-6515; 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: 120911/KY/9343
Matching Key Words: age:state!ky; state!ky; 

Louisville Regional Airport Authority, 4320 Park Boulevard, Louisville, KY 40209

R — SOUND INSULATION PROGRAM, LOUISVILLE INTERNATIONAL AIRPORT (SDF). DUE 27-SEP-2012 Website: http://bids.flylouisville.com/raa/currentbids.asp The Louisville Regional Airport Authority (LRAA) is accepting Statements of Qualifications for a multi-disciplined consulting firm or team relating to Residential Sound Insulation measures contained in the Part 150 Noise Compatibility Program (NCP) for Louisville International Airport (SDF). The selected consultant or firm will continue to provide all Architectural, Engineering, Construction Management and Project Management services necessary to modify homes and noise sensitive facilities in the vicinity of SDF within the DNL 65 contour of the 2016 Noise Exposure Map. The 2016 noise exposure maps for Louisville International Airport identify approximately 1,200 structures that could be included in this program. The program will be a continuation of the current program established as a result of recommendations made in the Federal Aviation Administration s Regulation Part 150 Noise Compatibility Program Update. The program is contingent upon the availability of FAA grant funding. A proposal format may be obtained starting Monday, September 10, 2012 at the Authority s website atwww.flylouisville.com or at the Office of the Noise and Environmental Programs Coordinator, LRAA Administrative Offices, 700 Administration Drive, Louisville, KY 40209 between the hours of 8:15 A.M. to 11:45 A.M. EDT and 1:15 P.M. to 4:15 P.M. EDT, Monday through Friday. Consulting firms should have a minimum of five (5) years experience providing sound insulation services and submit evidence of qualifications and experience related to successfully performing the requested services on similar projects. The LRAA hereby notifies all firms that the LRAA acts affirmatively to insure that, in regard to any contract entered into pursuant to this advertisement, small, disadvantaged, and female-owned businesses will be afforded full opportunity to submit proposals in response to this request. The LRAA will not discriminate on the basis of race, color, creed, national origin, sex or handicap. The LRAA s policy is to involve disadvantaged business enterprises in the work with a goal of 8% of the dollar volume of the award. Statement of Qualifications will be received at the Office of the Noise and Environmental Programs Coordinator, 700 Administration Drive, Louisville, Kentucky 40209-0129, until 2:00 p.m. local time, Thursday, September 27, 2012. Responses should be clearly marked REQUEST FOR QUALIFICATIONS – SOUND INSULATION PROGRAM, LOUISVILLE INTERNATIONAL AIRPORT (SDF). Any questions from the prospective firms will be accepted in writing by fax. These questions must be faxed to Mr. Slattery at (502) 368-5895 using the enclosed form. Mr. Slattery will serve as the Point of Contact (POC) for this solicitation. 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: 120910/KY/9279
Matching Key Words: age:state!ky; state!ky; 


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

R — PUBLIC PENSION CONSULTING SERVICES. RFP25-2012 DUE 24-SEP-2012 Phone: (859) 258-3320; Fax: (859) 258-3322; Website: http://www.lexingtonky.gov/index.aspx?page=162 Notice is hereby given by the Lexington-Fayette Urban County Government that proposals will be received until 2:00 p.m., local time on 9-24-2012 in Central Purchasing, 200 E. Main St., Rm. 338, Lexington, KY for: RFP25-2012 Public Pension Consulting Services. Additional information may be obtained by calling (859) 258-3320. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120910/KY/9284
Matching Key Words: age:state!ky; state!ky; 


KCTCS, Purchasing, 300 North Main Street, Versailles, KY 40383

T — DIPLOMAS/CERTIFICATES/COVERS – ADDENDUM #2. KCT-00862 DUE 24-SEP-2012 Brenda Nolan, Phone: (859) 256-3325; E-mail: brenda.nolan@kctcs.edu; Website:http://www.kctcs.edu/en/Vendor_Information/Opportunities_to_Bid.aspx This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120910/KY/9290
Matching Key Words: age:state!ky; state!ky; 


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

R — FACILITIES MANAGEMENT SERVICES – FAYETTE COUNTY COURTHOUSE. RFP31-2012 DUE 28-SEP-2012 Phone: (859) 258-3320; Fax: (859) 258-3322; Website: http://www.lexingtonky.gov/index.aspx?page=162 Pre-Bid Conference: September 14, 2012, 2:30 p.m., 120 N. Limestone Street, Lexington, KY. 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: 120910/KY/9294
Matching Key Words: age:state!ky; state!ky; 

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

R — PROGRAM AND PROJECT MANAGEMENT SERVICES – ADDENDUM. RFP-758-1300000021-3 DUE 19-SEP-2012 Susan Noland, Phone: (502) 564-5951; Website: https://emars.ky.gov/online/vss/AltSelfServiceThis Request for Proposal (RFP) is being issued to establish six (6) contracts for services in the following categories: Category 1 – IT Business Consulting Services, Program and/or Project Management Services; and/or Category 2 – Application Development, Implementation and Support Services. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120907/KY/9230
Matching Key Words: age:state!ky; state!ky; 


Kentucky Lottery Corporation, 1011 West Main Street, Louisville, KY 40202-2623

R — EMPLOYEE HEALTH/DENTAL/VISION INSURANCE – ADDENDUM #2. BID #KL-13-005 DUE 19-SEP-2012 Denover Whalen, Phone: (502) 560-1772, Fax: (502) 560-1531; E-mail: denover.whalen@kylottery.com; Website: http://www.kylottery.com/apps/about_us/procurement/solicitations.html This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 120907/KY/9261
Matching Key Words: age:state!ky; state!ky;

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

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

Trackbacks/Pingbacks

  1. Business and Career Opportunities Bids and Purchases | beenetworknews - September 21, 2012

    […] PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES Share this:TwitterFacebookLinkedInRedditMorePrintEmailLike this:LikeBe the first to like this. A4 Construction Co., aai corp, agreements, Air Force, Alliance Contractor Services, AmeriQual Group, armed forces, Armorworks Enterpri Crye Precision, Army, Awarded DOD Contracts, BAE Systems Information and Electronic Systems, BAE Systems Land & Armaments, Ball Aerospace and Technologies Corp., BBG, bids and procurement, Broadcasting Board of Governors, Business, business and career opportunities, business opportunities, C., Career, Career Opportunities, circumstances, Commerce, Contracts, Defense Logistics Agency, Department of Criminal Justice Training, Department of Defense, Department of Defense Awarded Contracts, Department of the Air Force, Department of the Army, Department of the Navy, DLA, DOD, DOD Awarded Contracts, Employment, fedbizopps, FedbizOpps Special Awards, Federal Bid Opportunities, Federal Bids, Federal Contracts, Finance and Administration Cabinet – Office of Procurement Services, Fort Knox, Ft. Eustis, General Dynamics Corp., Government Contracts, Government Procurement, Hensel Phelps Construction Co., Hydraulics International, Inc, industry, Intific, J.V., Job, John C. Grimberg Co., Kentucky Department of Veteran Affairs, Kentucky Procurement, L-3 Communications, L.L. Black Box Network Services, L.L.C., L.P., Laibe Corp., Lion-Vallen Industries, Lockheed Martin, merchandiser, merchant, militaristic, Missile Defense Agency, Morehead State University, NASA, Navmar Applied Sciences Corp.*, Navy, NIST, Northrop Grumman, occupation, office, Pennsylvania State University, pursuit, Raytheon Corp., Raytheon Network Centric Systems, Rock Island Integrated Services, RORE-ITSI, Royal Jordanian Air Academy, RQ Construction, Science Application International Corp., Scientific Research Corp.*, servicemen, ses, Sikorsky Support Services, soldier-like, soldierly, Special Operations, SRI International, Systems Engineering Solutions, Textron Land & Marine Systems, The Boeing Co. BAE Systems, trade, tradesman, Truman Arnold Companies, U.S. Air Force, U.S. Army, U.S. Navy, United Technologies Corp, US Foods, USABID State and Local Purchases, ViaSat, Voice of America, warlike ← Business and Career Opportunities DOD Awarded Contracts […]

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: