FedBizOpps – Procurements
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299
99 — Parachute Riggers H92244-13-T-0022 110912 Scott T Huttleston, Phone 7578932721, Email scott.huttleston@vb.socom.mil 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; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0022. A firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-61 effective 13 September 2012.
This procurement is set aside for small business concerns and the associated North American Industrial Classification Code (NAICS) is 611620 with a standard business size of $7.0M. The DPAS rating for this procurement is DO-S10.
SECTION B
CLIN 0001 Parachute Rigging Services. 9 Federal Aviation Administration (FAA) Riggers for 7 days. Period of Performance: 26 Nov 2012- 2 Dec 2012
Qty – 63 days
Place of Performance: Jump site near San Antonio, TX
CLIN 0002 Parachute Rigging Services. 5 FAA Riggers for 1 day
Period of Performance: 3 Dec 2012
Qty – 5 days
Place of Performance: Jump site near San Antonio, TX
CLIN 0003 Parachute Rigging Services. 3 FAA Riggers for 2 days
Period of Performance: 4 & 5 Dec 2012
Qty – 6 days
Place of Performance: Jump site near San Antonio, TX
FOB Point is Destination.
Inspection is at Destination
Acceptance is at Destination
Section C Additional Requirements
1. Parachute Rigging Services. Riggers must possess a current FAA Master Parachute Rigger License. Master Rigger will oversee and conduct the packing of main parachutes for the Parachute Tactical TrainingFacility (PTTF) Instructor Staff. Riggers must be familiar with all NSWDG parachuting and ancillary equipment used during Joint Basic Military Free Fall (JBMFF) and Joint Military Tandem Training Basic (JMTTB) courses. Riggers must be familiar
with NSWDG basic military course curriculum, airborne operation, policies and procedures.
Riggers must be able to accommodate short-notice changes to a training commitment underway due to weather, aircraft or other issues demanding a schedule adjustment which could include
nights, mornings or weekends.
CLAUSES INCORPORATED BY REFERENCE:
FAR 52.202-1 Definitions Jan-12
FAR 52.203-3 Gratuities Apr-84
FAR 52.203-6 Restrictions On Subcontractor Sales To The
Government – Alt I (Oct-1995) Sep-06
FAR 52.203-10 Price or Fee Adjustment for Illegal or
Improper Activity Jan-97
FAR 52.204-7 Central Contractor Registration Feb-12
FAR 52.209-6 Protecting the Governments Interest When
Subcontracting with Contractors Debarred,
Suspended, or Proposed for Debarment. Dec-10
FAR 52.211-6 Brand Name or Equal Aug-99
FAR 52.211-14 Notice of Priority Rating forNational Defense,
Emergency Preparedness, and Energy Program Use Apr-08
FAR 52.212-1 Instructions to Offerors — Commercial Items Feb-12
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb-12
FAR 52.222-3 Convict Labor Jun-03
FAR 52.223-18 Contractor Policy to Ban Text Messaging
While Driving Sep-10
FAR 52.222-19 Child Labor-Cooperation with Authorities
and Remedies Jul-10
FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99
FAR 52.222-26 Equal Opportunity Mar-07
FAR 52.222-36 Affirmative Action For Workers With
Disabilities Oct-10
FAR 52.222-50 Combating Trafficking of Persons Feb-09
FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun-08
FAR 52.225-25 Prohibition on Engaging in Sanctioned
Activities Relating to Iran–Certification Sep-10
FAR 52.227-1 Authorization and Consent Dec-07
FAR 52.232-9 Limitation On Withholding Of Payments Apr-84
FAR 52.232-15 Progress Payments Not Included Apr-84
FAR 52.232-23 Assignment of Claims Jan-86
FAR 52.232-33 Payment by Electronic Funds Transfer–Central
Contractor Registration Oct-03
FAR 52.233-1 Alt I Disputes Jul-02
FAR 52.233-3 Protest After Award Aug-96
FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct-04
FAR 52.237-1 Site Visit Apr-84
FAR 52.237-2 Protection of Government Buildings, Equipment,
and Vegetation Apr-84
FAR 52.242-13 Bankruptcy Jul-95
FAR 52.243-1 Changes — Fixed-Price Aug-87
FAR 52.243-1 Alt I Changes — Fixed-Price Alt I Aug-87
FAR 52.245-1 Government Property Aug-10
FAR 52.246-25 Limitation of Liability – Services Feb-97
FAR 52.247-34 F.o.b. – Destination Nov-91
FAR 52.249-8 Default (Fixed-Price Supply & Service) Apr-84
DFARS 252.204-7000 DISCLOSURE OF INFORMATION Dec-91
DFARS 252.204-7003 Control Of Government Personnel Work
Product Apr-92
DFARS 252.204-7004 Alt A Central Contractor Registration Jun-10
DFARS 252.209-7004 Subcontracting with Firms That Are Owned
or Controlled by the Government of a
Terrorist Country Dec-06
DFARS 252.211-7003 Alt I Item Identification and Valuation
Alt I Jun-11
DFARS 252.225-7000 Buy American Act–Balance of Payments
Program Certificate Dec-09
DFARS 252.225-7001 Buy American Act And Balance Of Payments
Program Oct-11
DFARS 252.225-7002 Qualifying Country Sources as
Subcontractors Apr-03
DFARS 252.232-7010 Levies on Contract Payments Dec-06
DFARS 252.247-7023 ALT III Transportation of Supplies by Sea May-02
SOFARS 5652.204-9003 Disclosure of Unclassified Information (2007)
SOFARS 5652.204-9004 Foreign Persons (2006) Section K
SOFARS 5652.233-9000 Independent Review of Angency Protests Aug-11
SOFARS 5652.237-9000 Contractor Personnel Changes 1998
SOFARS 5652-252-9000 Notice of Incorporation of Section K 1998
CLAUSES INCORPORATED BY FULL TEXT:
Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil
All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov.
FAR 52.209-1 Qualification Requirements Feb-95
FAR 52.212-2 Evaluation — Commercial Items Jan-99
FAR 52.212-3 Alt I OFFEROR REPRESENTATIONS AND
CERTIFICATIONS-COMMERCIAL ITEMS – Alt I Feb-12
FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99
FAR 52.222-25 Affirmative Action Compliance Apr-84
FAR 52.252.2 Clauses Incorporated By Reference Feb-98
FAR 52.252-5 Authorized Deviations in Provisions Apr-84
FAR 52.252-6 Authorized Deviations in Clauses Apr-84
FAR 52.253-1 Computer Generated Forms Jan-91
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jun-11
SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000)
SOFARS 5652.228-9000 Required Insurance Section G (2005)
SOFARS 5652.232-9003 Paying Office Instructions (2005)
SOFARS 5652-232-9004 Distribution of Vouchers/Invoices (2009)
SOFARS 5652.233-9000 Independent Review of Agency Protests (2009) 9/1/2010 LOCAL The Government will not sign any release forms, as Government liability is governed by the contract and applicable Federal law and regulation.
FAR 52.204-99 (DEVIATION) System for Award Management Registration (August 2012)(DEVIATION)
(a) Definitions. As used in this clause-
“Central Contractor Registration (CCR) database” means the retired primary Government repository for Contractor information required for the conduct of business with the Government.
“Commercial and Government Entity (CAGE) code” means-
(1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or
(2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an “NCAGE code.”
“Data Universal Numbering System (DUNS) number” means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities.
“Data Universal Numbering System+4 (DUNS+4) number” means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern.
“Registered in the SAM database” means that-
(1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database;
(2) The Contractor’s CAGE code is in the SAM database; and
(3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record “Active”. The Contractor will be required to provide consent for TIN validation to the Government as a part of the SAM registration process.
“System for Award Management (SAM)” means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes-
(1) Data collected from prospective federal awardees required for the conduct of business with the Government;
(2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and
(3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office.
(b)(1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.
(2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4.
(3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM.
(c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one.
(1) A contractor may obtain a DUNS number-
(i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or
(ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office.
(2) The Contractor should be prepared to provide the following information:
(i) Company legal business name.
(ii) Tradestyle, doing business, or other name by which your entity is commonly recognized.
(iii) Company physical street address, city, state and Zip Code.
(iv) Company mailing address, city, state and Zip Code (if separate from physical).
(v) Company telephone number.
(vi) Date the company was started.
(vii) Number of employees at your location.
(viii) Chief executive officer/key manager.
(ix) Line of business (industry).
(x) Company Headquarters name and address (reporting relationship within your entity).
(d) Reserved.
(e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing.
(f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government’s reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document.
(g)(1)(i) If a Contractor has legally changed its business name, “doing business as” name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day’s written notification of its intention to-
(A) Change the name in the SAM database;
(B) Comply with the requirements of subpart 42.12 of the FAR; and
(C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer.
(ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the “Suspension of Payment” paragraph of the electronic funds transfer (EFT) clause of this contract.
(2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor’s SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the “Suspension of payment” paragraph of the EFT clause of this contract.
(h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls.
FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers, in descending order of importance: Technical ability to meet specifications, past performance, delivery/installation time frame, and price. Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts for similar services performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror’s experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. Contractor shall provide drawings and specifications with their quote.
(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.
5652.204-9003 Disclosure of Unclassified Information (2007) Section H (Nov 2007)
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.
SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING
OFFICER (JAN 2005)
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Christine Anderson, telephone (757) 893-2722, address 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.
SOFARS 5652.215-9016 Technical and Contractual Questions Concerning
This Solicitation (JAN 2000)
As prescribe in 5615.209(l), insert the following provision, Editable and Fill-ins
All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact:
Scott Huttleston – Contract Specialist
scott.huttleston@vb.socom.mil
PH – 757-893-2721
1636 Regulus Ave. Virginia Beach, VA 23461-2299
SOFARS 5652.233-9000 Independent Review of Agency Protests (2005)
All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision may be made to the Chief of Contracting. Submit request in accordance with FAR 33.104(d) (4) to: Naval Special Warfare Development Group, Chief of Contracting, (N72), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, Fax (757) 893-2957.
All questions concerning this procurement, either technical or contractual must be submitted to scott.huttleston@vb.socom.mil by November 2, 2012 at 8:00AM EST. The offeror agrees to hold the prices in its quote firm for 180 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation.
Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. Youmust clearly identify how your proposal meets ALL of the solicitation requirements.
Point of contact for this procurement is Scott Huttleston at phone number: (757-862-9463) or email at scott.huttleston@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Scott Huttleston by email at scott.huttleston@vb.socom.mil , fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Scott Huttleston (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 8:00 a.m. Eastern Standard Time (EST) on 9 November 2012.
URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0022/listing.html
OutreachSystems Article Number: 121013/PROCURE/0291
Matching Key Words: film?; edit*; produc*; train*; you; website; site?; business*; documentation; event?; distribut*; instruct*; commercial?;
USABID State and Local Purchases
Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601
99 – KSP – SEABOTIX LBV 150 4 UNDERWATER REMOTE OPERATED VEHICLE. RFB-758-1300000303-1 DUE 18-OCT-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: 121011/BID/0003
Matching Key Words: age:state!ky; state!ky;
Louisville Metro Government – Division of Purchasing, 611 West Jefferson Street, Mezzanine Level, Louisville, KY 40202
T – ZOO MEMBERSHIP CARDS IFB-2893-0-2013/TN DUE 29-OCT-2012 Tracey Neathery, Phone: 502-574-6396; Website: http://www.louisvilleky.gov/Finance/purchasing.htm A price contract for a portion of Louisville Metro Government’s need for zoo membership cards for a twelve (12) month period per the attached specifications. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121016/BID/0004
Matching Key Words: age:state!ky; state!ky;
Louisville Metro Government – Division of Purchasing, 611 West Jefferson Street, Mezzanine Level, Louisville, KY 40202
R – PROFESSIONAL PARKING AND ENGINEERING CONSULTING SERVICES RFP-2894-0-2013/KBM DUE 24-OCT-2012 Kim Henry, Phone: 502-574-6396; Website:http://www.louisvilleky.gov/Finance/purchasing.htm A price contract for a portion of Louisville Metro Government’s need for Professional Parking and Engineering Consulting Services. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121016/BID/0005
Matching Key Words: age:state!ky; state!ky;
New Jersey – Cumberland County http://cumberlandprocure.org/ County Administration Building, 790 E. Commerce Street, Bridgeton, NJ 08302. Ph: 856-453-2132. E-mail: procure@co.cumberland.nj.us.
R – Video Taping SOL RFP # 12-72ReBid : Proposals for Providing Video Taping Services for the Cumberland County Freeholder Meetings-ReBid For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 121016/BID/0311
Matching Key Words: video; taping; serv*;
Kentucky Department of Education, Financial Mgt., 500 Mero Street, Frankfort, KY 40601
R – ASSESSMENT COST ANALYSIS AND SERVICES. RFP-540-1300000125-1 DUE 29-OCT-2012 Deanna Tackett, Phone: (502) 564-2351; Website: https://emars.ky.gov/online/vss/AltSelfService The Kentucky Department of Education (KDE) desires a contractor that will run multiple financial analyses for KDE on program elements, including item development, composition, production and manufacturing, warehousing-shipping, psychometrics, scoring-editing, reporting, program management, quality assurance, and information technology for current and future assessment systems. The reports provided from the financial analyses will help cost-benefit of including particular assessment elements from different providers. The contractor may also provide services on RFP development and review. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121010/BID/0002
Matching Key Words: age:state!ky; state!ky;
Kentucky Educational Television, 600 Cooper Drive, Lexington, KY 40502
U – FY13 DISTANCE LEARNING MANDARIN CHINESE TEACHER. RFP-545-1300000109-1 DUE 12-OCT-2012 Kelly Graves, Phone: (859) 258-7108; 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: 121008/BID/0003
Matching Key Words: age:state!ky; state!ky;
Kentucky Educational Television, 600 Cooper Drive, Lexington, KY 40502
U – FY13 DISTANCE LEARNING MANDARIN CHINESE CONTENT EDITOR. RFP-545-1300000112-1 DUE 12-OCT-2012 Kelly Graves, Phone: (859) 258-7108; 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: 121008/BID/0004
Matching Key Words: age:state!ky; state!ky;
Kentucky Educational Television, 600 Cooper Drive, Lexington, KY 40502
U – FY13 DISTANCE LEARNING VIRTUAL PHYSICS LABS ASSISTANT. RFP-545-1300000104-1 DUE 12-OCT-2012 Kelly Graves, Phone: (859) 258-7108; 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: 121008/BID/0005
Matching Key Words: age:state!ky; state!ky;
Kentucky Educational Television, 600 Cooper Drive, Lexington, KY 40502
U – FY13 INSTRUCTIONAL TECHNOLOGIST. RFP-545-1300000110-1 DUE 12-OCT-2012 Kelly Graves, Phone: (859) 258-7108; 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: 121008/BID/0006
Matching Key Words: age:state!ky; state!ky;
Kentucky Educational Television, 600 Cooper Drive, Lexington, KY 40502
U – FY13 DISTANCE LEARNING SPANISH CONTENT EDITOR. RFP-545-1300000108-1 DUE 12-OCT-2012 Kelly Graves, Phone: (859) 258-7108; 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: 121008/BID/0007
Matching Key Words: age:state!ky; state!ky;
Kentucky Educational Television, 600 Cooper Drive, Lexington, KY 40502
U – FY13 DISTANCE LEARNING ARTS AND HUMANITIES TEACHER. RFP-545-1300000113-1 DUE 12-OCT-2012 Kelly Graves, Phone: (859) 258-7108; 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: 121008/BID/0008
Matching Key Words: age:state!ky; state!ky;
Kentucky Educational Television, 600 Cooper Drive, Lexington, KY 40502
U – FY13 DISTANCE LEARNING MANDARIN CHINESE CONVERSATION COACH. RFP-545-1300000111-1 DUE 12-OCT-2012 Kelly Graves, Phone: (859) 258-7108; 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: 121008/BID/0009
Matching Key Words: age:state!ky; state!ky;
California – City of Long Beach, Purchasing Division, 333 W. Ocean Blvd/Plaza Level, Long Beach, CA 90802. Ph: 562-570-6361 ext. 8. http://www.longbeach.gov/purchasing/
T – RFP FD13-002 Provide video editing and production assistant servi SOL RFP FD13-002 Provide video editing and production assistant services for the fire department training division. Consultant will shootvideo and still photography, edit videos, and assist in web productions, video conferencing and government access television customer service. Due 11/1/12. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 121008/BID/0074
Matching Key Words: video*; edit*; produc*; train*; web; production?;
Kentucky State Procurement
Scott County Public Library, 104 South Bradford Lane, Georgetown, KY 40324
R — INSURANCE – GENERAL PROPERTY AND CONTENTS, GENERAL LIABILITY, AND DIRECTORS AND OFFICERS LIABILITY DUE 09-NOV-2012 Earlene H. Arnett or Jo Ann Offutt (502) 863-3566 INSURANCE BIDS The Scott County Public Library is currently accepting bids for General Property and Contents, General Liability, and Directors and Officers Liability. Specifications and bid sheets may be picked up at the Scott County Public Library, 104 South Bradford Lane, Georgetown, Kentucky 40324. Bids are due by 6 p.m. on November 9, 2012. For more information contact Earlene H. Arnett or Jo Ann Offutt at 863-3566.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: 121016/KY/0332
Matching Key Words: age:state!ky; state!ky;
University of Kentucky, Purchasing Division, 322 Peterson Service Building, Lexington, KY 40506-0005
T — PRINTING AND BINDING OF A BOOK APPALACHIAN TOYS AND GAMES / PACK AND BANKS K-0660-13 DUE 19-OCT-2012 Craig Locke, (859) 257-2964 / clocke@uky.edu ; Website:http://www.uky.edu/Purchasing/bidlist.htm This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121016/KY/0349
Matching Key Words: age:state!ky; state!ky;
City of Paducah, 300 South 5th Street, Paducah, KY
R — REVOLVING LINE OF CREDIT. DUE 18-OCT-2012 The City of Paducah, Kentucky is soliciting proposals for establishing a Residential Revolving Line of Credit relating to the Fountain Avenue Neighborhood Revitalization Project. The Financial Institution will be required to provide a detailed offer of a Revolving Line of Credit outlining the terms of the proposed agreement. The Line of Credit will be for an amount no to exceed $900,000 to help fund the construction of seven new homes in the Fountain Avenue Area. The City of Paducah has received a $309,000.00 HOME grant from the Kentucky Housing Corporation to buy down construction costs of seven (7) new single family homes. Please contact Steve Ervin, Director of Planning, at 444-8690 for proposal requirements. All proposals shall be submitted to Steve Ervin, Director, Department of Planning, P.O. Box 2267, Paducah, KY 42002-2267, prior to Thursday, October 18, 2012 at 3:30 P.M. The proposal should be clearly marked Proposal for Revolving Line of Credit . The City reserves the right to reject any proposals submitted. All proposals are subject to review and approval by the Paducah City Commission before any agreement can be executed. 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: 121011/KY/0261
Matching Key Words: age:state!ky; state!ky;
University of Kentucky, Purchasing Division, 322 Peterson Service Building, Lexington, KY 40506-0005
R — HEALTH PLAN THIRD PARTY ADMINISTRATOR – ADDENDUM #3. UK-1210-13 DUE 19-OCT-2012 Phone: (859) 257-9100; Website: http://www.uky.edu/Purchasing/bidlist.htm This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121011/KY/0268
Matching Key Words: age:state!ky; state!ky;
University of Kentucky, Purchasing Division, 322 Peterson Service Building, Lexington, KY 40506-0005
R — PROVOST EXECUTIVE SEARCH CONSULTANT. UK-1215-13 DUE 31-OCT-2012 Phone: (859) 257-9100; Website: http://www.uky.edu/Purchasing/bidlist.htm This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121011/KY/0269
Matching Key Words: age:state!ky; state!ky;
KCTCS, Purchasing, 300 North Main Street, Versailles, KY 40383
R — CERTIFICATION EXAMINATION OF EMERGENCY MEDICAL TECHNICIANS – ADDENDUM #1. RFP-0119 DUE 25-OCT-2012 Jennifer Miracle, Phone: (859) 256-3297; E-mail: jennifer.miracle@kctcs.edu; Website: http://www.kctcs.edu/en/Vendor_Information/Opportunities_to_Bid.aspx New Due Date. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121011/KY/0275
Matching Key Words: age:state!ky; state!ky;
University of Kentucky, Purchasing Division, 322 Peterson Service Building, Lexington, KY 40506-0005
99 — 2012 UK PUBLIC RELATIONS PROMOTIONAL ITEMS – ADDENDUM #1. K-0657-13 DUE 18-OCT-2012 Phone: (859) 257-9100; Website: http://www.uky.edu/Purchasing/bidlist.htm New Due Date. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121010/KY/0227
Matching Key Words: age:state!ky; state!ky;
Scott County Fiscal Court, 101 East Main Street, Georgetown, KY 40324
R — AMBULANCE BILLING AND DATA COLLECTION SERVICES. DUE 26-OCT-2012 Scott County Fiscal Court is requesting proposals from qualified firms to provide Ambulance Billing and Data Collection Services for Georgetown-Scott County Emergency Medical Services. This request for proposals defines the minimum scope of services and outlines the requirements that must be met by firms interested in providing such services. Firms shall carefully examine this RFP and all sections therein before submitting a proposal. Proposals will be accepted until 4:00 p.m., October 26, 2012 and should be submitted to: Scott County Fiscal Court, Attn: Judge George Lusby, P.O. Box 973, Scott County Courthouse, Georgetown, KY 40324. All sealed proposals must bear the title Georgetown-Scott County EMS Ambulance Billing and Data Collection Proposal . The submitting firm s name and address must be on the face of the proposal envelope. Please submit one (1) original and two (2) complete copies of your proposal. Late proposals will not be considered. It is the responsibility of the proposer to ensure that the proposal arrives at the correct location at the correct time. 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: 121009/KY/0197
Matching Key Words: age:state!ky; state!ky;
Western Kentucky University, Bowling Green, KY
T — TALISMAN PORTRAIT PHOTOGRAPHER BID #WKU 2013-029 DUE 17-OCT-2012 Website: http://www.wkuplanroom.com/purchasing/ This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121009/KY/0203
Matching Key Words: age:state!ky; state!ky;
Jefferson County Public Schools, 3001 Crittenden Drive, Louisville, KY 40209
T — PRINTING: LIFELONG LEARNING COURSE CATALOG. BID #6675 DUE 15-OCT-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: 121009/KY/0204
Matching Key Words: age:state!ky; state!ky;
Lexington-Fayette Urban County Housing Authority, 300 W. New Circle Road, Lexington, KY 40505
R — ENERGY AUDIT & UTILITY ALLOWANCE STUDY. DUE 31-OCT-2012 The Lexington-Fayette Urban County Housing Authority is requesting proposals for the establishment of a fixed price contract for an energy audit & utility allowance study; which includes, but is not limited to: A) Energy Audit of approximately 1356 residential dwelling units & 3 management office buildings; B) Utility Allowance Study for the Lexington-Fayette Urban County, Kentucky service area. Proposals will be received at the Lexington-Fayette Urban County Housing Authority, 300 W. New Circle Road, Lexington, Kentucky 40505, until 2:00 p.m., October 31, 2012. Requests for additional information should be directed to: Barry Holmes, Chief Operating Officer, Lexington-Fayette Urban County Housing Authority, 300 W. New Circle Road, Lexington, Kentucky 40505, holmesb@lexha.org, (859) 281-5092. 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: 121008/KY/0171
Matching Key Words: age:state!ky; state!ky;
Hopkinsville and Christian County Landbank Authority, Inc., Hopkinsville, KY
R — ACQUISITION & DEVELOPMENT OF 326 W. EDMUNDS ST., HOPKINSVILLE, KY. DUE 22-OCT-2012 Sealed bids for the Acquisition & Development of 326 W. Edmunds Street, Hopkinsville, KY, will be received by the Hopkinsville and Christian County Landbank Authority, Inc. at the offices of Community and Development Services, 101 North Main Street, until 3:30 p.m., local time, October 22, 2012, at which time the bids will be publicly opened and read aloud. Bid Packets may be obtained on or after October 8, 2012 at the following location: Community and Development Services, Lackey Municipal Building, 101 North Main Street, Hopkinsville, KY 42240. The owner reserves the right to reject any and all bids and to waive any informality in a bid if that action is in the best financial interest of the Hopkinsville and Christian County Landbank Authority, Inc. No bidder may withdraw his bid within 45 days after the actual date of the opening thereof. 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: 121008/KY/0172
Matching Key Words: age:state!ky; state!ky;
PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES
Trackbacks/Pingbacks
[…] PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES […]