Business and Career Opportunities Bids and Purchases

November 8, 2012

Business / Career

FedBizOpps – Procurements

Agency for International Development, Overseas Missions, Jamaica USAID-Kingston, Department of State Washington DC 20521-3210

R — Commercial Recruiting Services in Support of SAGCOT Catalytic Trust Fund SOL-621-13-000002_REVISED 112312 Susan Scott-Vargas, Contracting Officer, Email usaidtzco@usaid.gov The Southern Agricultural Growth Corridor of Tanzania (SAGCOT) is an international public-private partnership launched at the World Economic Forum on Africa in May 2010 in Dar es Salaam, Tanzania.
As part of the development support to SAGCOT, USAID is providing technical support to its Catalytic Trust Fund (CTF) as it moves forward to become a cohesive working unit that provides financial resources and guidance for the international public-private partnership. The purpose of this request for proposals is to provide commercial recruiting services to the CTF. Those services include two activities:

1. To provide international recruiting services that will help the CTF identify, vet and present a slate of candidates to the current Board of Trustees to approve and seat (three trustees and one board chairman); and,

2. To provide international recruiting services to the CTF that will help identify, vet and present a slate of candidate organizations that can perform professional Fund Management for the CTF.

Depending on responses to this request for proposals, USAID/Tanzania may issue up to three contracts to perform these required services.

This is a combined synopsis/solicitation for a Commercial Services fixed price contract prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued.

This solicitation is issued as a Request for Proposals. Submit written proposals (technical proposal, budget and budget notes) referencing USAID/Tanzania AID-SOL-621-13-000002_REVISED.

See attached Solicitation/Contract Order for Commercial Services (SF-1449) for further information.

Place of Performance: Offeror may propose most efficient use of home office and local place of work. Dar Es Salaam TZ URL: https://www.fbo.gov/spg/AID/OM/JAM/SOL-621-13-000002_REVISED/listing.html
OutreachSystems Article Number: 121107/PROCURE/0057
Matching Key Words: writ*; technical; 


Department of the Army, Army Contracting Command, MICC, MICC – Fort Campbell, Bldg 2174, 131/2 & Indiana St Fort Campbell KY 42223-1100

76 — AREA GUIDES W9124813R0002 120612 Noryem Maldonado, Contract Specialist, Phone 270-798-7852, Email noryem.g.maldonado.civ@mail.mil ;
p;
17.       The Mission and Installation Contracting Command, Fort Campbell, KY, posted pre-solicitation notice for Civilian Enterprise Area Guide/Telephone Directory and Installation Maps (W91248-12-R-0013) on 28 September 2012.   On 15 October 2012, another pre-solicitation notice changing the RFP to W91248-13-R-0001 was posted.   Pre-solicitation notice posted on 6 November 2012 changes the RFP to W91248-13-R-0002. Requirement is for a base period of 12 months and five (5) 12-months option periods.   Procurement will be solicited in an unrestricted basis.   Requirement will be a Best Value procurement.   RFP will be issued via the Federal Business Opportunity (FEDBIZOPS) web page at www.fbo.gov .       Hard copies of the solicitation will not be issued.   It is incumbent upon contractors to monitor the FEDBIZOPS web page for RFP release and all subsequent amendments.   The NAICS code is 511140 and the small business size standard is 500 employees.   Points of contact are Ms. Noryem Maldonado, 270-798-7852,noryem.g.maldonado.civ@mail.mil or Ms. June Fletcher-Schiewe, 270-798-3441, linda.j.schiewe.civ@mail.mil .

URL: https://www.fbo.gov/notices/9b0319493b65019669eba1e6bfc971a0
OutreachSystems Article Number: 121107/PROCURE/0456
Matching Key Words: age:state!ky; state!ky; 


U.S. Department of State, Bureau of International Narcotics and Law Enforcement Affairs, INL RM MS, 2430 E Street, N.W., South Building SA-4 Navy Hill Washington DC 20520

R — PSC – Construction Engineering Technician/GTM, Haiti PSC-12-080-INL 120212 Larry S. Parr, Fax 202-776-8775, Email ParrLS@state.gov You have receivedthis “Personal Services Contractor” (PSC) solicitation through the Department of State (DOS) Internet site. If you have any questions regarding this PSC, you may contact the DOS Official named in this solicitation. The Department is not responsible for any data and/or text not received when retrieving this document electronically. Amendments to solicitation documents generally contain information critical to the submission of an application.
PSC – Construction Engineering Technician/GTM, Port-au-Prince, Haiti

Issuance Date: 11/06/2012
Closing Date: 12/02/2012
SOLICITATION NUMBER: PSC-12-080-INL

SUBJECT
A solicitation for a Personal Services Contractor (PSC), Department of State (DOS), Bureau for International Narcotics and Law Enforcement Affairs (INL)

The United States Government (USG), represented by the DOS, seeks applications from US citizens interested in providing PSC services as described in this solicitation.

HOW TO APPLY
Offeror’s proposals shall be in accordance with the requirements stated in this solicitation at the place and time specified. A proposal will be determined non-responsive and ineligible for consideration unless all required documents and information are included in the submission. Offerors shall ensure their resume demonstrates their possession of the minimum qualifications outlined in this Solicitation, as well as their ability to fulfill all required duties.

Proposals must include the following:
1) Form OF-612 (Completed and signed)
2) Resume
3) Three LETTERS OF REFERENCE, including contact information
4) Reference the Solicitation Number, on all documents
5) Full Mailing Address and Phone Number

Submit all proposals via e-mail or facsimile to the attention of:
INL/Larry Parr
Email: parrls@state.gov
Fax: 202-776-8761

Direct questions regarding this solicitation to:
INL/Larry Parr
Email: Parrls@state.gov

INL will not accept late proposals unless it can be determined DOS mishandled the proposal.

1. SOLICITATION NUMBER: PSC-12-080-INL
2. ISSUANCE DATE: 11/06/2012
3. CLOSING DATE: 12/02/2012
4. TIME SPECIFIED FOR RECEIPT OF APPLICATIONS: 12 midnight, EST
5. POSITION TITLE: Construction Engineering Technician/Government Technical Monitor
6. MARKET VALUE: $53,003 – $96, 061 (FS-03 to FS-04 Equivalent)
7. PERIOD OF PERFORMANCE: One year from date of award and four option years
7. PLACE OF PERFORMANCE: Port-au-Prince, Haiti
8. JOB DESCRIPTION: See below

STATEMENT OF DUTIES

GENERAL STATEMENT OF THE PURPOSE OF THIS CONTRACT AND RESPONSIBILITIES OF THE CONTRACTOR

A. BACKGROUND. The Government Technical Monitor (Construction Engineering Technician) will be supporting the mission of the Bureau of International Narcotics and Law Enforcement Affairs (INL) in the oversight of approximately $200 million in assistance in Haiti.

The Contract Officer (CO) designates government technical monitors (GTM) to serve as the “eyes and ears” of the CO at specific sites of contractor performance. The designated Contract Officer Representative (COR) carries out duties on behalf of the CO but reports to the INL Director at Post. The GTM is delegated authority by the CO to assist the COR.

All personnel deployed on INL missions are assigned to and report operationally and administratively to the INL Director at post. The programs at post are supported by INL Headquarters in Washington, DC, including the program office and resource management offices, including the Contract Administrative Support Division. Of note, INL Program Offices support respective field operations in various regions of the globe in terms of program policy, budget formulation, strategic guidance and monitoring and evaluation.

Within INL’s Office of Resource Management (INL/RM), the Contract Administration Support Division (INL/RM/CAS), maintains liaison and coordination with contract oversight personnel by providing guidance on contract administrative policies, procedures, training and other support. CAS functions are carried out in strict coordination with the Acquisitions and Grants Support division (INL/RM/AGS.)

B. STATEMENT OF WORK

Major Duties and Responsibilities
Construction engineering technologists perform some or all of the following duties:
1. Develop engineering designs and drawings from preliminary concepts and sketches.
2. Prepare construction specifications, cost and material estimates, project schedules and reports.
3. Conduct or supervise inspection and testing of construction materials.
4. May supervise, monitor and inspect construction projects.
5. Assist in developing engineering specifications and drawings.
6. Participate in field surveys, inspections or technical investigations of topography, soils, drainage and water supply systems, road and highway systems, buildings and structures to provide data for engineering projects
7. Perform other technical functions in support of civil engineering activities.
8. Reviews and documents performance in relation to original contract award amount and completion time, ensuring appropriate approvals. Monitors, prepares progress reports and updates plans and schedules. Reviews, monitors and reports the status of multiple contractor projects to ensure the results achieve the bureau’s goals.
9. Inspect and review projects to monitor compliance with building and safety codes, and other regulations.
10. Study job specifications to determine appropriate construction methods.
11. Monitor the contractor’s requisition of supplies and materials to complete construction projects.
12. Prepare and submit budget estimates and progress and cost tracking reports.
13. Monitor quality control programs.
14. Confer with supervisory personnel, owners, contractors, and design professionals to discuss and resolve matters such as work procedures, complaints, and construction problems.
15. Investigate damage, accidents, or delays at construction sites, to ensure that proper procedures are being carried out.
16. Evaluate construction methods and determine cost-effectiveness of plans, using computers.
17. Receives, reviews, and provides suggested changes to various design documents and construction plans. Design review shall include Civil, Seismic, Structural, Architectural, Electrical, Plumbing and Mechanical elements evaluations.
18. Reviews contractor performance and deviations from the contract requirements through surveillance techniques, including direct observation at the contractor’s work site.
Controls over Position:
The COR carries out duties on behalf of the CO but reports to the INL Director at Post. The GTM is delegated authority by the CO to assist the COR. The GTM’s actions, decisions and recommendations are reviewed (by the COR) on the basis of demonstrated professional judgment, results achieved and conformance with appropriate laws and regulations.

PHYSICAL DEMANDS AND WORKING ENVIRONMENT
Must be able to pass Department of State physical requirements. The conditions herein are representative of those that must be met by an employee to successfully perform the essential functions of this job. Reasonable accommodations may be made to enable individuals with disabilities to perform the essential job functions.

C. POSITION ELEMENTS

The COR carries out duties on behalf of the CO but reports to the INL Director at Post. The GTM is delegated authority by the CO to assist the COR. The GTM’s actions, decisions and recommendations are reviewed (by the COR) on the basis of demonstrated professional judgment, results achieved and conformance with appropriate laws and regulations.

D. MINIMUM QUALIFICATIONS

1. U.S. citizen, applicant must be able to qualify for a State Department Secret security clearance.
2. An Associate’s Degree in civil or construction engineering technology, science, construction management or engineering. Bachelor’s degree is preferred but not required.
SUBSTITUTION OF EDUCATION FOR EXPERIENCE: A Bachelor’s degree in a construction-related discipline may be substituted for two years of specialized experience or a master’s degree in a construction-related discipline may be substituted for four years experience toward satisfying the ten-year minimum requirement for specialized experience.

A. A total of ten (10) year’s professional work experience, of which:
1) Two years shall have included monitoring projects of similar scale, scope and complexity.
2) One year shall be equivalent to the GS-12 level in the federal service.
3) Overall, experience should demonstrate to the maximum extent possible:
i. At least four years experience in senior project management roles that involve strategic planning, project management using critical path methodology, resource management, quality control processes, and budgeting.
ii. At least four years experience with Facility Management and/or maintain a FMA – Facility Management Administrator designation through the Building Owners and Managers Institute (BOMI).
iii. Significant experience in modular design and construction, general design and construction or permanent infrastructure design/build projects.
iv. Significant experience in cost estimating. Technical maintenance skills, which includes knowledge of machines and tools, including their designs, uses, repair, operation and maintenance
v. Knowledge of relevant equipment, policies, procedures, and strategies to promote effective local, state, or national security operations for the protection of people, data, property, and institutions.

B. Training or experience in contract administration principles, policies, regulations and procedures.

C. Superior administrative and management skills. For example:
1) Knowledge of business and management principles involved in strategic planning, resource allocation, human resources modeling, leadership technique, production methods, and coordination of people and resources.
2) Knowledge of principles and processes for providing customer and personal services. This includes customer needs assessment, meeting quality standards for services, and evaluation of customer satisfaction.
3) Using logic and reasoning to identify the strengths and weaknesses of alternative solutions, conclusions or approaches to problems.
4) Coordination — Adjusting actions in relation to others’ actions.
5) Judgment and Decision Making — Considering the relative costs and benefits of potential actions to choose the most appropriate one.
6) Negotiation — Bringing others together and trying to reconcile differences.

D. Superior communication and interpersonal skills. For example:
1) Superior writing. Knowledge of the structure and content of the English language including the meaning and spelling of words, rules of composition, and grammar.
2) The ability to communicate information and ideas orally so others will understand.
3) The ability to listen to and understand information and ideas presented through spoken words and sentences.
4) Active Listening — Giving full attention to what other people are saying, taking time to understand the points being made, asking questions as appropriate, and not interrupting at inappropriate times.
5) Writing — Communicating effectively in writing as appropriate for the needs of the audience.

Specialized experience requirements will be judged based on the past performance of activities such as:
1. Reviewing, interpreting, and checking construction drawings, architectural plans, engineering drawings, and other specifications to ensure compliance, recognize errors, ambiguities, or omissions and provide corrective recommendations.
2. Inspecting construction techniques, procedures, standards, and materials to ensure construction is performed in accordance with applicable plans and specifications.
3. Applying quality control and quality assurance practices and procedures to construction projects, and applying test procedures and equipment.
4. Applying safety practices and procedures to construction projects.
5. Developing and applying construction scheduling techniques, monitoring project progress, identifying causes for delays, and developing and taking corrective action.
6. Managing financial elements of a construction project, such as monitoring construction project costs, reviewing and certifying contractor requests for progress payments, forecasting total construction costs, and managing budgets.
7. Analyzing and negotiating pending contract change orders, potential or actual claims, and acceptable cost and time settlements.
8. Applying computer software to construction project management and fiscal control.
9. Recognizing impending problems, developing options for action, and recommending solutions.
10. Preparing and delivering presentations and reports on project status and recommendations.
11. Demonstrating effective verbal and written communications skills with technical and non-technical personnel.
12. Displaying effective leadership, team building and consensus building skills with colleagues, supervisors, and subordinates.

E. PREFERRED QUALIFICATIONS – That Are Desirable But Not Required

Design experience on construction projects.
1. Fluency in French and/or Haitian Creole.
2. Experience with vertical construction projects outside the United States.
3. Demonstrated working knowledge of related engineering fields other than applicant’s field of specialty.

F. EVALUATION CRITERIA

Factor 1 Federal construction management experience – 30%

Factor 2 Foreign construction management experience – 30%

Factor 3 Overseas employment experience – 25%

Factor 4 Educational/technical qualifications – 15%

F. COMPENSATION

For award, INL will negotiate for this contract based on the following:
• Entry-level salary is at Step 1 of the grade range assigned to solicitation
• Consideration given for experience relevant specifically to the solicitation requirements
• Level and extent of experience dictates the salary level within the grade range

G. ETHICS REQUIREMENTS

This solicitation may result in the award of one or more personal services contracts as defined in FAR 2.101. Prior to contract award, all offerors or quoters must advise the congnizant Contracting Officer if they have personal conflict or interest, such as a financial convlict, that would prevent them from either meeting the requirements of the clause entitled, “Post-Award Ethical Responsibilities of Personal Services Contractors”, or otherwise objectively performing their contractual duties upon contract award.

“Post-Award Ethical Responsibilities of Personal Services Contractor” – This is a personal services contract as defined in FAR2.101. The contractor shall be subject to the same ethical requirements and responsibilities as a member of the Civil Service or Foreign Service, including but not limited to the Standards of Ethical Conduct for Employees of the Executive Branch, 5CFR part 2635 and employee Responsibiliies Abroad, 3 FAM 4120. The contractor is required to complete and file the appropriate financial disclosure form, either form OGE-450, Confidential Financial Disclosure Report, or form OGE 278, Public Financial Disclosure Report, with the Department of State Ethics Office (L/Ethics) within thirty (30) days of the contract award if the position is one designated for filing.

H. BENEFITS & ALLOWANCES

AS A MATTER OF POLICY, INL NORMALLY AUTHORIZES THE FOLLOWING BENEFITS AND ALLOWANCES

BENEFITS
• Employee’s FICA Contribution
• Contribution toward Health and Life Insurance
• Pay Comparability Adjustment
• Annual Increase
• Eligibility for Worker’s Compensation
• Annual & Sick Leave
• 401K Plan

ALLOWANCES
• Temporary Quarters Subsistence Allowance
• Living Quarters Allowance
• Post Allowance
• Supplemental Post Allowance
• Separate Maintenance Allowance
• Education Allowance
• Education Travel
• Post Differential
• Payments during Evacuation/Authorized Departure
• Danger Pay

Place of Performance: AmerEmbassy Por-au-Prince HT URL: https://www.fbo.gov/spg/State/INL/INL-RM-MS/PSC-12-080-INL/listing.html
OutreachSystems Article Number: 121107/PROCURE/0521
Matching Key Words: writ*; technical; 


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

99–Janitorial / Custodial Services for Air Traffic Control Center (ATCT) located at the Decatur Municipal Airport DTFACN-13-R-00071 111312 Diane Ayen, 847-294-7321 diane.ayen@faa.gov The Federal Aviation Administration (FAA) has a requirement to provide Janitorial / Custodial Services for Air Traffic Control Center (ATCT) located at the Decatur Municipal Airport, RR 7 Box 175 Decatur, IL 62521.
This procurement will be 100% set-aside for small business for NAICS code 561720. Contractors must have an active registration within a one hundred mile (100) radius of the (ATCT) RR 7 Box 175 Decatur, IL 62521. (Map Quest will be the tool used to determine distance from contractors address to the Decatur Municipal Airport (ATCT), and be registered in the System for Award Management website athttp://www.sam.gov at the time the offer is made.
The performance period will be January 1, 2013 through September 30, 2013 with four (4) one year option periods. The estimated price range for this procurement initial year plus four (4) option year renewals is between $100,000.00 and $150,000.00.
The Request for Proposal (RFP) will be issued approximately November 30, 2012. Contractors requesting a copy of this Request for Proposal (RFP) must meet the following criteria. Be a small business firm, need evidence of small business certification issued by the Small Business Administration (SBA) and have an active business address within a one hundred mile (100) radius of the (ATCT) RR 7 Box 175 Decatur, IL 62521. (Map Quest will be the tool used to determine distance from contractors address to the Decatur Municipal Airport (ATCT). All requests to receive a copy must be in writing via e-mail or fax to the Contracting Officer Diane Ayen. diane.ayen@faa.gov, at 847-294-7321, with the company name, mailing address, email address, telephone number, and the complete RFP number. Only contractors meeting the above mentioned criteria will be sent copies of this solicitation. The deadline for requests is November 12, 2012.
“This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169.”
URL: https://www.fbo.gov/spg/DOT/FAA/GLR/DTFACN-13-R-00071/listing.html
OutreachSystems Article Number: 121107/PROCURE/0558
Matching Key Words: writ*; copy; 


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

99–Janitorial / Custodial Services for Air Traffic Control Center (ATCT) located at the Bishop International Airport DTFACN-13-R-00029 111312 Diane Ayen, 847-294-7321 diane.ayen@faa.gov The Federal Aviation Administration (FAA) has a requirement to provide Janitorial / Custodial Services for Air Traffic Control Center (ATCT) located at the Bishop International Airport, 3900 W. Maple Road Flint, MI 48507.
This procurement will be 100% set-aside for small business for NAICS code 561720. Contractors must have an active registration within a one hundred mile (100) radius ofthe (ATCT) 3900 W. Maple Road Flint, MI 48507. (Map Quest will be the tool used to determine distance from contractors address to the Bishop International Airport (ATCT), and be registered in the System for Award Management website athttp://www.sam.gov at the time the offer is made.
The performance period will be January 1, 2013 through September 30, 2013 with four (4) one year option periods. The estimated price range for this procurement initial year plus four (4) option year renewals is between $100,000.00 and $150,000.00.
The Request for Proposal (RFP) will be issued approximately November 30, 2012. Contractors requesting a copy of this Request for Proposal (RFP) must meet the following criteria. Be a small business firm, need evidence of small business certification issued by the Small Business Administration (SBA) and have an active business address within a one hundred mile (100) radius of the (ATCT) 3900 W. Maple Road Flint, MI 48507. (Map Quest will be the tool used to determine distance from contractors address to the Bishop International Airport (ATCT). All requests to receive a copy must be in writing via e-mail or fax to the Contracting Officer Diane Ayen. diane.ayen@faa.gov, at 847-294-7321, with the company name, mailing address, email address, telephone number, and the complete RFP number. Only contractors meeting the above mentioned criteria will be sent copies of this solicitation. The deadline for requests is November 12, 2012.
“This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169.”
URL: https://www.fbo.gov/spg/DOT/FAA/GLR/DTFACN-13-R-00029/listing.html
OutreachSystems Article Number: 121107/PROCURE/0559
Matching Key Words: writ*; copy; 


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

69–SOLICITATION ANNOUNCEMENT FOR THE SPECIAL OPERATIONS FORCES AVIATION SYSTEMS TRAINERS – ENHANCEMENTS (SOFAST-E)
W900KK-13-R-0002 121112 Matthew B. Sanders, Phone 4072083327, Email matthew.sanders6@us.army.mil – Lovisa D. Parks, PCO, Phone 407-208-3476, Email lovisa.parks@us.army.mil Amendment 0001 for the PEO STRI, PM STS Special Operations Forces Aviation Systems Trainers – Enhancements (SOFAST-E) Request for Proposal (RFP)
This Amendment is to inform interested parties of the following administrative corrections to several documents related to solicitation W900KK-13-R-0002.

1) Proposal due date correction under Section L.7.4 of the Solicitation, from 14 December 2012 to 11 December 2012
2) Correct DO 0001 SOW paragraph 3.1.3.1 which references Basic SOW paragraph 3.1.4.5.1. Basic SOW reference should be 3.1.4.4.1
3) Attachment 8 – Schedule B – CLIN 0015 should be correctly annotated as an OPTION
4) Attachment 9 – Government Furnished Information (GFI) revised to include additional DO 0001 Proposal Prep GFI, Volume II

This Amendment is also intended to inform interested parties that a second volume of GFI is now available for proposal preparation purposes.

The Government will be providing this GFI to those interested parties that comply with, and submit the signed Distribution Agreement (DA) (Attachment 14) found in the solicitation. For those parties who have already provided signed DAs, please contact the Government Point of Contact (POC) via email to set up the delivery method most suitable. For those who have not already provided a signed DA, please send your formal request along with this form to the Government POC via email to set up the delivery method most suitable. This request, at a minimum, must include the company’s full name, Cage Code, physical address and POC. The POC must provide current contact information (email and phone number). For those parties able to pick up this GFI in person, you must coordinate with the Government POC to arrange a time/day for pick-up at the appropriate PEO STRI location in Orlando, Florida.

DISCLAIMER: The GFI available for proposal preparations is to be provided by the Government as a courtesy and is made available only for those approved Offerors that wish to utilize it for proposal assistance. The Government will not guarantee that the data made available represents the most recent version or that it conveys a complete system, subsystem or architecture. Offerors shall not assume or expect that any data provided in the library constitutes technical direction on the part of the Government. This information is not intended to be part of the Governments RFP and is provided only for the purpose of assisting Offerors in gaining a better understanding from a technical perspective. The Government will not accept responsibility for any errors or misleading assumptions proposed by the Offerors from information derived from this GFI proposal preparation library.

NOTE: As a result of this additional GFI Volume, the deadline for requests will be extended and must be in by no later than 1300 hrs. (EDT), 13 November 2012. The deadline for proposal submissions will not be extended due to this amendment and will remain 11 December 2012.

NOTE: As a reminder, from this point forward, any and all correspondence between Industry and the Government regarding this Solicitation (W900KK-13-R-0002) must be conducted solely through the Procuring Contracting Officer (PCO). Correspondence may be sent directly to the PCO or through the following designated POC:

PCO
Lovisa D. Parks
12350 Research Parkway
Orlando, FL 32826-3276
Telephone number: 407-208-3476 or 407-394-7341
E-mail: lovisa.parks@us.army.mil

POC
Matt Sanders
12350 Research Parkway
Orlando, FL 32826-3276
Phone: 407-208-3327
Email: matthew.sanders6@us.army.mil

Set-Aside: Total Small Business Place of Performance: 160th Special Operations Aviation Regiment (Airborne) 7269 Nightstalker Way Fort Campbell KY 42223 US 42223 URL:https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-13-R-0002/listing.html
OutreachSystems Article Number: 121107/PROCURE/0651
Matching Key Words: state!ky; 

Agency for International Development, Overseas Missions, Jamaica USAID-Kingston, Department of State Washington DC 20521-3210

R — Commercial Recruiting Services AID-SOL-621-13-00002 112312 Susan Scott-Vargas, Contracting Officer, USAID/Tanzania, Phone 255222294490, Email usaidtzco@usaid.gov The Southern Agricultural Growth Corridor of Tanzania (SAGCOT) is an international public-private partnership launched at the World Economic Forum on Africa in May 2010 in Dar es Salaam, Tanzania.

As part of the development support to SAGCOT, USAID is providing technical support to its Catalytic Trust Fund (CTF) as it moves forward to become a cohesive working unit that provides financial resources and guidance for the international public-private partnership. The purpose of this request for proposals is to provide commercial recruiting services to the CTF.  Those services include two activities:
1. To provide international recruiting services that will help the CTF identify, vet and present a slate of candidates to the current Board of Trustees to approve and seat (three trustees and one board chairman); and,

2. To provide international recruiting services to the CTF that will help identify, vet and present a slate of candidate organizations that can perform professional Fund Management for the CTF.

Depending on responses to this request for proposals, USAID/Tanzania may issue up to two contracts to perform these required services.

This is a combined synopsis/solicitation for a Commercial Services fixed price contract prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued.

This solicitation is issued as a Request for Proposals. Submit written proposals (technical proposal, budget and budget notes) referencing USAID/Tanzania AID-SOL-621-13-00002.

See attached Solicitation/Contract Order for Commercial Services (SF-1449) for further information.
Place of Performance: Dar Es Salaam, Tanzania Dar Es Salaam TZ URL: https://www.fbo.gov/spg/AID/OM/JAM/AID-SOL-621-13-00002/listing.html
OutreachSystems Article Number: 121106/PROCURE/0042
Matching Key Words: writ*; technical; 

Department of the Air Force, AF ISR Agency, AF ISR Agency/A7KR, 1030 S Hwy A1A (Bldg 989) Patrick Air Force Base FL 32925-3002

R — Materials Technology Support (MTS) FA7022-12-R-0004 111912 Charlotte Simon, Contract Specialist, Phone 3214948621, Email charlotte.simon2@patrick.af.mil – Michelle Raines, Contracting Officer, Phone 3214947320, Email michelle.raines@us.af.mil This is a synopsis for a competitive, Small Business Set-Aside (SBSA) services acquisition as required by FAR Part 5.2. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). VENDORS SHOULD NOT SUBMIT FORMAL PROPOSALS UNTIL THE RFP IS POSTED TO THE WEBSITE. This synopsis is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Additionally, no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.
The Air Force Intelligence, Surveillance and Reconnaissance Agency (AFISRA) has been tasked to solicit for, and award a contract for the Materials Technology Support (MTS) acquisition. The type of work required includes (1) radiation safety support; (2) radio-chemistry laboratory support; (3) simulation, modeling, and system integration support; and (4) program and administrative support. Specific tasks include:

(1) The contractor shall provide support and health physics expertise to the Air Force Technical Applications Center (AFTAC) radiation safety program.
(2) The contractor shall provide support to AFTAC’s radio-chemistry laboratory.
(3) The contractor shall provide simulation and modeling support.
(4) The contractor shall provide support services for the integration of advanced technology sensor systems in various field test deployments, joint military exercises or demonstrations.
(5) The contractor shall provide a Program Manager responsible for the contractor’s performance of the work.
(6) The contractor shall provide any necessary administrative and technical writing support to meet the requirements of tasks.
SECURITY REQUIREMENT: Company must have a TOP SECRET clearance with valid DCID 6/4 date for Sensitive Compartmented Information (SCI) access on the first day of all task order awards. Overarching security requirements will be specified in the DD Form 254, Department of Defense Security Classification attached to the contract.

This acquisition will be conducted on an unrestricted basis. The applicable North American Industry Classification System (NAICS) code is 541330 Professional, Scientific and Technical Services and the sizestandard is $14M. The RFP will be available electronically on this website only. Fax, telephone, written, or email requests for the solicitation package will not be honored. Contract award is anticipated for Mar 2013. An Indefinite Delivery, Indefinite Quantity (IDIQ) contract is contemplated with an ordering period of 54 months. It is anticipated that the contract will be awarded using Firm Fixed Price (FFP) for operation and maintenance (O&M) CLINs with a cost reimbursement line item for travel. Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award (seehttps://www.bpn.gov/ccr/default.aspx). It is mandatory to obtain a DUNS number prior to registering in CCR by calling Dun & Bradstreet at 1-800-234-3867. All responsible firms may submit a proposal (after issuance of the RFP) and shall be considered for contract award. PHONE CALLS WILL NOT BE ACCEPTED. Firms responding must state whether they are a Small Business (SB), Small Disadvantaged Business (SDB), Woman-owned Small Business (WOSB), Historically Black College or University or Minority Institution (HBCU/MI), an 8(a) firm, a Native American Firm, a HUBZone firm, a Veteran-Owned Small Business Concern, a Service-Disabled Veteran-Owned Small Business Concern, a participant in the Very Small Business Pilot Program, or a Large Business based on the size standard above.

The Air Force Federal Acquisition Regulation (AFFARS) 5352.201-9101, Ombudsman is applicable. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution. If resolution cannot be made by the Contracting Officer, concerned parties may contact the AF ISR Agency ombudsman, Ms. Veronica Solis, A7K, 102 Hall Street, Ste 258, San Antonio TX 78243-7091, phone: 210-977-4504, fax: 210-977-6414, e-mail: veronica.solis@lackland.af.mil.

Set-Aside: Total Small Business Place of Performance: 1030 South Highway A1A, Bldg 989 Patrick AFB, FL 32925 US URL: https://www.fbo.gov/notices/12d263d9cae60731b6fd4603342918ed
OutreachSystems Article Number: 121103/PROCURE/0049
Matching Key Words: writ*; technical; standard; 


Department of the Air Force, AF ISR Agency, AF ISR Agency/A7KR, 1030 S Hwy A1A (Bldg 989) Patrick Air Force Base FL 32925-3002

R — National Technical Nuclear Forensics (NTNF) Support FA7022-12-R-0005 111712 Janice E. Heaton, Contract Specialist, Email janice.heaton@us.af.mil – Michelle Raines, Contracting Officer, Email michelle.raines@us.af.mil This is a synopsis for a full and open competitive services acquisition as required by FAR Part 5.2. THIS IS NOT A REQUEST FOR PROPOSAL. VENDORS SHOULD NOT SUBMIT FORMAL PROPOSALS UNTIL THE RFP IS POSTED TO THE WEBSITE. This synopsis is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Additionally, no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The Air Force Intelligence, Surveillance and Reconnaissance Agency (AF ISR Agency) has been tasked to solicit for and award a project for the National Technical Nuclear Forensics (NTNF) Support. The contractor shall provide (1) NTNF support; (2) consultant and expert panel support; and (3) program and administrative support. Specific tasks include: (1) The contractor shall possess operational knowledge in the field of nuclear analysis as it relates to the NTNF and AFTAC. (2) The contractor shall possess Department of Defense (DoD) knowledge exercise and operational expertise. (3) The contractor shall provide support on nuclear matters for NTNF and AFTAC. (4) The contractor shall provide expert panel support. (5) The contractor shall provide a Program Manager responsible for the contractor’s performance of the work. (6) The contractor shall provide any necessary administrative andtechnical writing support to meet the requirements of tasks. SECURITY REQUIREMENT: Company must have a valid Top Secret clearance with valid DCID 6/4 date for Sensitive Compartmented Information (SCI) access on the first day of all task order awards. This acquisition will be conducted on an unrestricted basis, without set-aside. The applicable North American Industry Classification System (NAICS) code is 541990 All Other Professional, Scientific, and Technical Services and the size standard is $14M. The RFP will be available electronically on this website only. Fax, telephone, written, or email requests for the solicitation package will not be honored. Contract award is anticipated for Mar 2013. An Indefinite Delivery, Indefinite Quantity (IDIQ) contract is contemplated with an ordering period of 54 months. It is anticipated that the contract will be awarded using Firm Fixed Price (FFP) for operation and maintenance (O&M) CLINs with cost reimbursement line items for travel. Potential contractors must be registered in the Central Contractor Registry to be eligible for award (see https://www.bpn.gov/ccr/default.aspx). It is mandatory to obtain a DUNS number prior to registering in CCR by calling Dun & Bradstreet at 1-800-234-3867. All responsible firms may submit a proposal (after issuance of the RFP) and shall be considered for contract award. PHONE CALLS WILL NOT BE ACCEPTED. Firms responding must state whether they are a Small Business (SB), Small Disadvantaged Business (SDB), Woman-owned Small Business (WOSB), Historically Black College or University or Minority Institution (HBCU/MI), an 8(a) firm, a Native American Firm, a HUBZone firm, a Veteran-Owned Small Business Concern, a Service-Disabled Veteran-Owned Small Business Concern, a participant in the Very Small Business Pilot Program, or a Large Business based on the size standardabove. The Air Force Federal Acquisition Regulation (AFFARS) 5352.201-9101, Ombudsman is applicable. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution. If resolution cannot be made by the Contracting Officer, concerned parties may contact the AF ISR Agency ombudsman, Ms. Veronica Solis, A7K, 102 Hall Street, Ste 258, San Antonio TX 78243-7091, phone: 210-977-4504, fax: 210-977-6414, e-mail: veronica.solis@lackland.af.mil.
Place of Performance: Patrick AFB, FL 32925 US URL: https://www.fbo.gov/notices/5b21c0b2f6ac95fe74ae6b64e356f7c1
OutreachSystems Article Number: 121103/PROCURE/0050
Matching Key Words: writ*; technical; standard; 


Department of Health and Human Services, National Institutes of Health, Nat’l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W 6707 Democracy Blvd., MSC 5455 Bethesda MD 20892-5455

R — CLINICAL TRIAL SPECIALIST NIHLM2013602 111212 V. Lynn Griffin, Business Opportunity Specialist, Fax 301-480-8501, Email griffinv@mail.nih.gov – MAXWELL KIMPSON, CONTRACTING OFFICER, Email Max.Kimpson@nih.gov This Small Business Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for Market Research. The National Institutes of Health (NIH) National Institute of Diabetes, Digestive and Kidney Diseases (NIDDK) is conducting a market survey to determine the availability and technical capability of qualified small business, veteran-owned small business, service-disabled veteran-owned small business or HUBZone small businesses capable of providing services as Clinical Trial Specialist for the Division of Diabetes, Endocrinology, and Metabolic Diseases (DEM) with the oversight and management of clinical trials and large-scale epidemiological studies in diabetes, endocrinology and metabolism.
Qualifications :
Master’s Degree or equivalent in a field relevant to health sciences research;
At least 3 years of experience in clinical trials oversight or equivalent;
Evidence of skill in technical writing related to clinical trials;
Ability to organize and carry out multiple concurrent long term projects

Interested firms with the capability of providing the required service listed above are requested to submit a capability statement to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b) whether or not this procurement will be set-aside for any of the programs described above. The intended procurement will be classified under North American Industrial Classification (NAICS) code 561320 with a size standard of $12.50. All respondents are requested to identify their firm’s size and type of business. Interested firms responding to this market survey must provide (a) capability statement demonstrating their experience, skills and capability to fulfill the Government’s requirements for the above. The capability statement shall be in sufficient enough detail, but not to exceed 15 pages, so that the Government can determine the experience and capability of your firm to provide the requirements above. Your capability statement, not to exceed 15 pages, should include references. Three copies of the capability statement must be received at the address identified in this synopsis by November 12, 2012 no later than 1:00 A.M. local time at designated location). Responses by fax or e-mail WILL NOT BE ACCEPTED. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited.

Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provided feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate response to a solicitation.

URL: https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIHLM2013602/listing.html
OutreachSystems Article Number: 121103/PROCURE/0282
Matching Key Words: writ*; technical; standard; 

Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West Randolph AFB TX 78150-4302

U — RFI – Very Light Jet (VLJ) Support for USAF FA3002-13-VLJ-RFI 010713 Millie Vigil, Flight Chief AETC CONS/LGCU, Phone 210-652-7829, Fax 210-652-2304, Email mildred.vigil@us.af.mil – Stephen S. Pritchett, Contracting Officer, Phone 210-652-7860, Fax 210-652-2304, Email stephen.pritchett@us.af.mil Very Light Jet (VLJ) Support for United States Air Force (USAF)
Specialized Undergraduate Pilot Training (SUPT) Multi-place Training Track

Request for Information (RFI) for Planning Purposes:

This is an RFI in accordance with Federal Acquisition Regulation (FAR) 52.215-3 – Request for Information or Solicitation for Planning Purposes (Oct 1997). Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Only United States companies will be considered for contract award.

Introduction:

As part of Market Research, this Request for Information (RFI) is issued to: 1) determine if there are sources capable of providing and operating VLJ in support of the flying, simulator, academic (to include instructors for all phases of training) and logistics associated with the USAF multi-place training track of SUPT at multiple undergraduate pilot training locations and 2) determine potential energy efficiencies associated with the VLJ class of aircraft. The aircraft/simulators will support the instruction of students to safely operate, aviate, navigate, communicate, manage aircraft systems, and practice sound crew resource management, in both visual and instrument conditions. The overall objective of the flying program is to award commissioned officers the aeronautical rating of Air Force pilot and prepare them for USAF and sister service multi-place aircraft.

This RFI is for research purposes only, no decision to pursue an acquisition or identification of a contracting organization to be responsible for an acquisition has been made. All prospective offerors shall indicate their size standard (large business, 8a, etc.) when replying to this RFI. In your response briefly describe your firm’s experience with this type of training or similar training, current or past contracts that deal with the aforementioned services or similar services, and any information you deem relevant. Provide a point-of-contact to include an e-mail address, your Federal Cage Code, Data Universal Numbering System (DUNS) and Central Contract Registration (CCR) number.

Flying Training Program Objectives:

Abbreviations and Acronyms are listed at the end of this RFI

a. Operating in National Airspace System terminal and enroute airspace
b. Flight plan and conduct flight operations under instrument or VFR to include day/night IFR operations in the terminal and enroute environment
c. Normal and emergency visual patterns and landings (simulated single engine / no-flap configurations)
d. Basic control and performance concept of instrument flying
e. Basic instrument procedures to include departure, enroute procedures, enroute descents, GPS operations and both precision/non-precision instrument approaches
f. Lead a formation to and from Military Operating Areas and execute a mission in a defined area
g. Low-level operations on Military Training Routes down to 500′ as a single-ship or in 2-ship formation
h. Task management, situational awareness, risk management/decision making, crew resource management, and emergency procedures required to safely and effectively accomplish the mission
i. Understanding of aircraft systems capabilities, aircraft directives Air Force Instructions, and local procedures and demonstrate proficiency in applying procedures from all applicable source guidance
j. Conduct simulated air refueling as both tanker and receiver
k. Conduct simulated air drop (low altitude)

Student Training/Sorties:

A sortie is considered an engine start, take-off and landing to engine shutdown which accomplishes student required maneuvers and curriculum events. Training sorties may be performed as single leg flights originating and terminating at the same site; or multiple leg flights which are flown from off-site locations and return to the originating site on the same day or overnight missions.

The aircraft shall be capable of performing a 3-hour training sortie with a minimum 30 minutes of fuel reserve. Fuel reserve computed based on 10,000 ft cruising altitude.

Typical transition training sortie profile (2 students):

– 50 miles to training area (~20,000 ft enroute) – area maneuvers for 20 minutes
– 75 miles to training location (~20,000 ft enroute) – instrument/visual approaches for 90 minutes
– 75 miles to training area (~20,000 ft enroute) – area maneuvers for 20 minutes
– 50 miles to recovery field (~20,000 ft enroute)

Syllabus time is approximately 42 events / 76 aircraft hours and 21 events / 54 simulator hours per student. The aircraft sortie flight times will vary due to many factors such as mission type, weather, student ability and air traffic control. Estimated re-fly rate is 5%.

Training missions will normally be flown between approximately 0600 to 2100 hours, Monday through Friday. The contractor shall support training missions, which occur outside of normal working hours as required. This includes support of weekend operations.

Annual student programmed flying training production is approximately 700 and is divided into 15 classes per year starting approximately every three weeks. Class size can vary by location.

Aircraft

The aircraft shall be a FAA Part 25 certified commercial-off-the-shelf aircraft with integrated mission systems and avionics.

The aircraft will be operated in the continental United States, during day and night, in all meteorological conditions, including operation in light rime icing conditions.

The aircraft shall be capable of performing multiple mission profiles to include: basic handling characteristics, multiple instrument/visual approaches, enroute navigation, visual low level navigation, basic formation and simulated air refueling.

The aircraft shall be tolerant of normally expected student errors (i.e. imprecise aircraft control, hard landings etc.)

The aircraft shall be capable of a maximum continuous airspeed of at least 300 KCAS at 500ft MSL and 95 degrees F during level flight. The aircraft shall have a maximum operating speed (Vmo) of at least 340 KCAS at 500 ft MSL and 95 degrees F.

The aircraft shall be capable of sustaining 340 KCAS in light and moderate turbulence as defined in the DoD Flight Information Handbook.

Aircraft shall be capable of cruise at FL410.

The aircraft shall have a symmetric maneuvering flight load factor range of
-1.0g to +3.0g with the flaps and landing gear in the full retracted position at the maximum takeoff gross weight.

The windscreen shall be capable of withstanding the impact of a four pound bird, without penetration, at 340 KCAS. The impact of a four pound bird to the airframe shall not cause any catastrophic loss of the aircraft at the above airspeed.

The aircraft shall be capable of operating in a crosswind up to 25kts on a dry runway, 15kts for wet and 10kts for ice or standing water.

The aircraft shall exceed 200ft/NM at maximum takeoff weight up to 5000ft pressure altitude and 42 degree C.

The aircraft shall be configured for dual pilot operation, and shall be single pilot capable with a minimally qualified crewmember in the co-pilot seat.

The aircraft shall accommodate a minimum of two (one student, one instructor) and a maximum of three crewmembers (instructor pilot and two students). Seating shall include a jump seat that provides the ability to interact with the primary crew. The jump seat position should have a clear field of view to monitor the flight instruments. The jump seat position does not need access to the flight controls.

Aircrew weights of the two 1st percentile female USAF aviators to three 99th percentile male USAF aviators shall be accommodated with and without up to two 180 pound passengers without violation of the certified center of gravity envelope for all gross weights. The use of variable ballast is not permitted.

Up to four additional passenger seats in the aft of the aircraft is desired. The additional seats should have the ability to communicate with the primary crew positions.

Aircraft fly-over noise level must be in compliance with Federal Aviation Regulation (FAR) Part 36.

As a minimum, aircraft shall be equipped with:

a. GPS
b. Traffic Alert and Collision Avoidance System
c. Radar Altimeter
d. WX Radar
e. Flight Management System capability
f. Dual radios (VHF and UHF)
g. VOR / ILS
h. TACAN (Normal and Air to Air Mode)
i. ADF
j. 3-axis autopilot with coupled approach capability
k. Ground Proximity Warning System (or EGPWS)
l. Wind shear warning
m. DME
n. ADS-B (1090ES)
o. Crash Survivable Flight Data Recorder and Cockpit Voice Recorder (CSFDR/CVR)
p. RSVM capable

Simulator

A simulator will be used to prepare students for transition to the aircraft. Simulator should be capable of providing realistic replication of aircraft normal procedures, emergency procedures, and handling characteristics. Visual field should provide the ability to perform visual and instrument approaches and low level training operations.

Academic

Contractor will provide academic material to be incorporated into existing Government academic delivery system. Material may be presented using electronic means or by a platform instructor. Subjects include but are not limited to: Procedural Training, Aircraft Systems, Aerodynamics, Instrument/Enroute Navigation, Mission, Aircraft Mishap Prevention, and Crew Resource Management.

Aircraft Operators Manual/Technical orders to be provided by contractor. Aircraft flight manual will provide all necessary technical information for the contractor and the Government to derive applicable Operating Limits and Boldface (Critical Action Procedures) for student training. The contractor will also provide checklists for all normal and emergency procedures.

MX/Logistics Support

The contractor shall be responsible for providing a complete maintenance package and technical support for the aircraft and simulator. The maintenance package for the aircraft shall include organizational, intermediate and depot level maintenance, maintenance management, aircraft scheduling, and provisioning of repair parts and supplies. Aircraft will be maintained, inspected and repaired to FAA type certification and airworthiness standards.

Location

The training will be conducted at Laughlin AFB, TX, Columbus AFB, MS and Vance AFB, OK.

Facilities Provided at SUPT locations:

Current government facilities (hanger, office space, classroom, simulator buildings etc) with no modification required by Government, will be used for the day-to-day operations. Facilities for depot level maintenance will not be provided.

Additional information required from respondents:

a. In an effort to evaluate potential energy savings, request performance and fuel usage data (where applicable) for takeoff, climb, cruise, endurance, landing, rate of climb, and climb speed up to FL410 at standard day and non-standard day temperatures (+/- 10, 20, 30 and 40 degrees Celsius) for varying aircraft weights from empty weight up to maximum takeoff gross weight.

b. Would interested firms be willing to provide a contractor supervised hands-on demonstration of aircraft capabilities as laid out by this RFI? Demonstration of aircraft capabilities will not commit the Government or Contractor to receive or provide a demonstration respectively. If a demonstration is provided the Government will not incur any costs and will not have any bearing if there is a future acquisition.

c. Estimate on number of aircraft to support annual training of approximately 700 students divided into 15 classes per year.

d. Are there capabilities listed that are not incorporated by a commercially available solution?

e. In addition to any pricing data submitted as a Rough Order of Magnitude (ROM), are there any Vendor Catalogs and/or published price lists?

Considerations and Business Strategies:

Marketing materials are considered an insufficient response to this RFI. Please limit responses to no more than 15 pages, and identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. Respondents should indicate which portions of their responses are proprietary and should mark them accordingly.

Summary:

It is the Government’s intention to identify sources that can meet the above criteria. All interested business concerns shall indicate interest in responding to this RFI by providing the company name, capabilities stated above, mailing address, phone number, and electronic mail address to AETC CONS/LGCU, Ms. Millie Vigil, mildred.vigil@us.af.mil and HQ AETC/A5RF, Mr. Bob East, robert.east.2@us.af.mil.

Responses are due NLT COB 3:00 CST on 4 January 2013 via e-mail, if possible.

NOTE: This RFI is for research purposes only, no decision to pursue an acquisition or identification of a contracting organization to be responsible for an acquisition has been made. This information is for market research only. This is not a Request for Proposal (RFP), solicitation or an indication that the Government will contract for this requirement. The Government will not pay for information received in response to this RFI and is in no way obligated by the information received.

List of Abbreviations and Acronyms:

ADF – Automatic Direction Finder
ADS-B Automatic Dependent Surveillance-Broadcast
AETC – Air Education and Training Command
AFB – Air Force Base
AFI – Air Force Instruction
C – Celsius
DME – Distance Measuring Equipment
DoD – Department of Defense
F – Fahrenheit
FAA – Federal Aviation Administration
FAR – Federal Aviation Regulation
FL – Flight Level
FT – Feet
GPS – Global Positioning System
IFR – Instrument Flight Rules
KCAS – Knots Calibrated Air Speed
KTS – Knots
MSL – Mean Sea level
MX – Maintenance
NM – Nautical Mile
RSVM – Reduced Vertical Separation Minima
SUPT – Specialized Undergraduate Pilot Training
TACAN – Tactical Air Navigation
UHF – Ultra High Frequency
USAF – United States Air Force
VFR – Visual Flight Rules
VHF – Very High Frequency
VLJ – Very Light Jet
Vmo – Maximum Operating Speed
VOR – VHF Omnidirectional range
WX – Weather

URL: https://www.fbo.gov/spg/USAF/AETC/SCS/FA3002-13-VLJ-RFI/listing.html
OutreachSystems Article Number: 121102/PROCURE/0405
Matching Key Words: broadcast*; event?; program?; education*; train*; 


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

69–SOLICITATION ANNOUNCEMENT FOR THE SPECIAL OPERATIONS FORCES AVIATION SYSTEMS TRAINERS – ENHANCEMENTS (SOFAST-E)
W900KK-13-R-0002 121112 Matthew B. Sanders, Phone 4072083327, Email matthew.sanders6@us.army.mil – Lovisa D. Parks, PCO, Phone 407-208-3476, Email lovisa.parks@us.army.mil Amendment to the Pre-solicitation Notice for the SOFAST-E Effort

NOTICE OF CHANGE TO THE SOFAST-E NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE

In accordance with recent changes implemented to the NAICS, code 333319 no longer exists. Accordingly the Government will be utilizing the NAICS 333318. This adjusted NAICS has the same connotation (Other Commercial and Service Industry Machinery Manufacturing) as 333319, however, the size standard for business participation will increase from 500 to 1000 employees.

This may affect some businesses who, under the auspices of 333319, were ineligible for bidding as the Prime but may now qualify under this new increased size standard. This change should not impact those companies currently planning to bid as the Prime contractor.

The Government will be releasing a revised draft Request for Proposal (RFP) the week of October 8-12, 2012, with a target release of the final RFP sometime in late October.

**End of Amendment Dated 5 October 2012**

Due to internal tracking procedures at PEO STRI, the SOFAST-E solicitation number, W900KK-12-R-0021, has been revised to the subject number W900KK-13-R-0002. The Government will be posting the most current, revised copy of the draft RFP and Attachments under this new solicitation number.

Special Note Regarding Tentative Date Changes in the SOFAST-E calendar:

* Deadline for Distribution Agreement/Request for Document Library access: 12 October 2012, no later than (NLT) 2:00 PM, EST
* Estimated Date for Final RFP Release: 19 October 2012
* Cut-off for questions after RFP release: 2 November 2012, NLT 12:00 PM, EST
* Proposals Due: 14 December 2012, NLT 2:00 PM, EST

Special Note Regarding Access to the Document Library:

The GFI list provided in the draft RFP (Attachment 9) comprises ALL the material currently available to the AWARDEE upon contract inception. The vast amount of data and the mixed media upon which it is archived makes it impossible to include it all in the Library. The Government will be including the data it is able to provide and that it feels are necessary to propose against the RFP.

If there are any questions/concerns regarding this announcement please email the PEO STRI point of contact, Mr. Matt Sanders, matthew.sanders6@us.army.mil
Set-Aside: Total Small Business Place of Performance: 160th Special Operations Aviation Regiment (Airborne) 7269 Nightstalker Way Fort Campbell KY 42223 US 42223 URL:https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-13-R-0002/listing.html
OutreachSystems Article Number: 121102/PROCURE/0537
Matching Key Words: state!ky; 

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

R — Kenneling Services for Erlanger, KY 1013Q0006 110712 Vivienne C. Alonso, Fax 317-298-1344, Email vivienne.alonso@dhs.gov Customs and Border Protection has a requirement for dog kenneling services in Erlanger, KY. The current requirement is for one (1) dog; however, this number may fluctuate depending on the requirements of the work, and the quantity of dogs may increase or decrease over the duration of the service period. Please see attached Statement of Work for details of requirement.

This is a request for quotes for kenneling services on an as-needed, daily basis for a base period of 12/01/2012 – 11/30/2013, as well as four possible option years. Should the option years be exercised, the service period shall cover 12/01/2012 – 11/30/2017. Please provide a price quote in terms of a daily rate per dog. In order to be considered for option years, please provide pricing for each year in the Kennel Price Quote Form provided.

Award of this requirement will be subject to availability of fiscal year 2013 funds, and will be made on the basis of lowest-priced and technically acceptable. CBP will inspect the facility of the vendor who is determined to have the lowest price to determine compliance with the requirements outlined in the Statement of Work. CBP reserves the right to award with or without a site visit, as well as make unscheduled inspections to ensure acceptable conditions and that the SOW is being met.

The vendor selected for award MUST register in System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ and receive payment via Electronic Funds Transfer (EFT) as a condition of the contract. Registration in SAM requires a valid Dun & Bradstreet number. Vendors that had an active record in CCR already have an active record in SAM.

Please complete and SIGN the price quote form attached, and return with this form. YOU MUST ALSO COMPLETE AND SIGN Blocks 13, 14, 15 and 16 on page one of this SF 18 form. Quotes that are incomplete, unsigned, or late will not be considered.

All quotes must be RECEIVED through email or Fax by the Contract Specialist no later than November 7, 2012, at 5:00 P.M. Eastern Time (Indianapolis).

Contact the Contract Specialist at:   Vivienne.Alonso@dhs.gov ; Fax number: 317-298-1344.

*****SEE ATTACHED PRICE QUOTE FORM.********

Set-Aside: Total Small Business Place of Performance: U.S. Customs and Border Protection 4243 Olympic Blvd, Suite 210 Erlanger, KY. 41018 Erlanger, KY 41018 US URL:https://www.fbo.gov/spg/DHS/USCS/FPSB/1013Q0006/listing.html
OutreachSystems Article Number: 121101/PROCURE/0038
Matching Key Words: state!ky; 


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

69–PRE-SOLICITATION ANNOUNCEMENT FOR THE SPECIAL OPERATIONS FORCES AVIATION SYSTEM TRAINER – ENHANCEMENTS (SOFAST-E)
W900KK-13-R-0002 121112 Matthew B. Sanders, Phone 4072083327, Email matthew.sanders6@us.army.mil – Lovisa D. Parks, PCO, Phone 407-208-3476, Email lovisa.parks@us.army.mil Solicitation for the PEO STRI, PM STS Special Operations Forces Aviation Systems Trainers – Enhancements (SOFAST-E) Request for Proposal (RFP)
The SOFAST-E RFP has been released to FedBizOpps. As a reminder, from this point forward, any and all correspondence between Industry and the Government regarding this Solicitation (W900KK-13-R-0002) must be conducted solely through the Procuring Contracting Officer (PCO). Correspondence may be sent directly to the PCO or through the following designated Point of Contact (POC):

PCO
Lovisa D. Parks
12350 Research Parkway
Orlando, FL 32826-3276
Telephone number: 407-208-3476 or 407-394-7341
E-mail: lovisa.parks@us.army.mil

POC
Matt Sanders
12350 Research Parkway
Orlando, FL 32826-3276
Phone: 407-208-3327
Email: matthew.sanders6@us.army.mil

The following represent key milestone dates that the Government has established during this proposal preparation timeframe. Interested parties must comply with these dates.

Deadline for Request for Government Furnished Information (GFI) 7 November 2012
Deadline for Submission of RFP Questions 13 November 2012
Proposals Due (Electronic & Hard Copy) 11 December 2012

Set-Aside: Total Small Business Place of Performance: 160th Special Operations Aviation Regiment (Airborne) 7269 Nightstalker Way Fort Campbell KY 42223 US 42223 URL:https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-13-R-0002/listing.html
OutreachSystems Article Number: 121101/PROCURE/0442
Matching Key Words: state!ky; 

FedBizOpps – Awards

Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None Washington DC 20537

R — Regional Linguist Services – Northern West Coast Region DJD-12-R-0019 Rebecca Stegall, Contract Specialist, Phone 202-307-1323, Fax 202-307-4877, Email Rebecca.V.Stegall@usdoj.gov – Paula McMllan, Phone 202-307-7810, Email paula.mcmillan@usdoj.gov DJD-13-C-0003 $206,037,520.00 110112 Conduit Language Specialists, 5050 Bryan Station Road , Lexington, KY 40516 US
URL: https://www.fbo.gov/spg/DOJ/DEA/OAM/DJD-12-R-0019/listing.html
OutreachSystems Article Number: 121102/AWARDS/0580
Matching Key Words: state!ky; 

Department of the Navy, Naval Facilities Engineering Command, NAVFAC Atlantic,, N62470 NAVFAC Atlantic Code AQ 6506 Hampton Blvd, Building A Norfolk, VA

R–IDIQ Contract for Archaeological and Architectural Services for Naval Facilities Engineering Command, Atlantic N6247011R8008 Charlotte Ange, (757) 322-8261, charlotte.ange@navy.mil or Christine Foskey-Brown, (757) 322-4111, christine.foskey@navy.mil N62470-13-D-8000; N62470-13-D-8001 and N62470-13-D-8002 NTE $10,000,000.00 103012 0001 Cultural Resource Analysts, Inc.; ASM Affiliates, Inc; and Hardy Heck Moore 151 Walton Avenue, Lexington, KY 40508; 2034 Corte de Nogal, Carlsbad, CA 92011; and 611 South Congress Avenue, Suite 400, Austin, TX 78704 respectively. This IDIQ contract was solicited under Solicitation No. N62470-11-R-8008 and resulted in awards to Contract Nos. N62470-13-D-8000; N62470-13-D-8001 and N62470-13-D-8002.
URL: https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247011R8008/listing.html
OutreachSystems Article Number: 121101/AWARDS/0471
Matching Key Words: state!ky; 

USABIDS State and Local Purchases

Council on Postsecondary Education, 1024 Capital Center Drive, Suite 320, Frankfort, KY 40601

R – EXTERNAL EVALUATOR, KENTUCKY PARTNERSHIP ACADEMIES. RFP-415-1300000150-1 DUE 05-DEC-2012 Kara Couch, 502-573-1555; 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: 121107/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 – Production of a PSA Video URFP : UP-502-13 Department SOL Production of a PSA Video URFP : UP-502-13 Department of Alcoholic Beverage Control Jacqueline Brunson Non-Professional Services – Non-Technology Request for Unsealed Proposals (URFP) Published On : 11/6/12 Amended On : Closing On : 11/14/12 11:00 AM Intent Posted On: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 121107/BID/0059
Matching Key Words: video*; produc*; production?; 


Florida – Orange County Government http://apps.ocfl.net/orangebids/bidopen.asp?cl=4 Purchasing and Contracts Division, 201 South Rosalind Avenue, 3rd Floor, Orlando, FL 32801. Phone 407-836-5635.

T – BID TITLE: Ross Video Production Equipment SOL BID NUMBER: Y13-100SS SS BID TITLE: Ross Video Production Equipment For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 121107/BID/0283
Matching Key Words: video*; produc*; production?; 

Kentucky Board of Physical Therapy, 312 Whittington Parkway, Suite 102, Louisville, KY 40222

R – LEGAL SERVICES FOR KY BOARD OF PHYSICAL THERAPY. RFP-275-1300000152-1 DUE 13-NOV-2012 Donna Sims, Phone: (502) 429-7140; 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: 121105/BID/0006
Matching Key Words: age:state!ky; state!ky; 

Department of Military Affairs, 100 Minuteman Parkway, Frankfort, KY 40601

R – RFP – PERSONAL SERVICE CONTRACT FOR CHILD SPECIALIST. RFP-095-1300000151-1 DUE 12-NOV-2012 Leslie Stamper, Phone: (502) 607-1510; 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: 121102/BID/0007
Matching Key Words: age:state!ky; state!ky; 


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

R – Rural and Human Services Transportation (RHST) 2013/2014 Services SOL The Georgia Regional Transportation Authority (GRTA) is soliciting proposals from qualified individuals or firms to provide data collection, data assessment, and report development services to the Governor?s Development Council and its Georgia Coordinating Committee for Rural and Human Services Transportation (RHST Committee) as they seek to meet their rural and human services transportation (RHST) reporting responsibilities as assigned in O.C.G.A ? 32-12-5. The services are to be performed from December 2012 to December 2014. The scope of services to be provided is included in the Request for Proposals (RFP) document. Proposals will be accepted until 4:00 p.m. (ET), November 20, 2012. GRTA reserves the right to reject any and/or all proposals and shall be the sole purchasing entity for this solicitation. Interested parties must request, in writing, a copy of the RFP document from Maurice Jones, GRTA Purchasing & Procurement Specialist, at mjones@grta.org. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 121102/BID/0192
Matching Key Words: writ*; copy; 

Education & Workforce Development Cabinet, 500 Mero Street, Frankfort, KY 40601

R – KWIB ENTREPRENEURSHIP SUPPORT SYSTEM. RFP-531-1300000144-1 DUE 29-NOV-2012 Nancy Sherrow, Phone: (502) 564-2782; Website: https://emars.ky.gov/online/vss/AltSelfService The Kentucky Workforce Investment Board in conjunction with the Education and Workforce Development Cabinet seeks the services of a consultant to facilitate and provide technical expertise for defining the role of the workforce system and establishing a framework for developing and supporting an entrepreneurial culture. 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: 121101/BID/0001
Matching Key Words: age:state!ky; state!ky; 


Education & Workforce Development Cabinet, 500 Mero Street, Frankfort, KY 40601

R – KWIB CONSULTANT WORK READY PROJECTS. RFP-531-1300000139-1 DUE 29-NOV-2012 Nancy Sherrow, Phone: (502) 564-2782; Website: https://emars.ky.gov/online/vss/AltSelfService The Kentucky Workforce Investment Board in conjunction with the Education and Workforce Development Cabinet seeks the services of a consultant to develop an outreach strategy and communications toolkit to promote and assist community engagement in the Certified Work Ready Communities initiative. 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: 121101/BID/0002
Matching Key Words: age:state!ky; state!ky; 


Education & Workforce Development Cabinet, 500 Mero Street, Frankfort, KY 40601

R – KWIB ONE STOP CERTIFICATE PHASE II. RFP-531-1300000141-1 DUE 29-NOV-2012 Nancy Sherrow, Phone: (502) 564-2782; Website: https://emars.ky.gov/online/vss/AltSelfService The Kentucky Workforce Investment Board in conjunction with the Education and Workforce Development Cabinet seeks the services of a consultant to facilitate and provide technical expertise for the development of the One Stop Certification application phase. 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: 121101/BID/0003
Matching Key Words: age:state!ky; state!ky; 

California – University of Southern California http://www.bidsync.com/DPX?by=key&ac=powersearch&posting=1&p=&changeregion=&changeorg=&srchHeld=&srchoid_override=&headoid=116258&sort=end&srchid=&clearsearch=&search=&title=td®ion=%2Fca&srchoid=116258&srchgroup=-1&cat=&cat_1=-1&cat_2=-1&cat_5=-1&pastbids= University of Southern California Purchasing Services;University Gardens Building, Suite 210;3500 South Figueroa Street;Los Angeles, CA 90089-8015; Phone: 213-740-2281

T – Bid #1210-080 – Video Production for Online Courses SOL Bid #1210-080 – Video Production for Online Courses For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 121031/BID/0021
Matching Key Words: video*; produc*; production?; 

Kentucky State Procurements

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

R — KY HIGHER EDUCATION – KAPT DIRECTOR AND OFFICER LIABILITY INSURANCE – ADDENDUM. RFB-758-1300000310-5 DUE 14-NOV-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: 121105/KY/0869
Matching Key Words: age:state!ky; state!ky; 


Western Kentucky University, Bowling Green, KY

R — TEMPORARY EMPLOYMENT SERVICES. BID #WKU-2013-033 DUE 14-NOV-2012 Website: http://www.wkuplanroom.com/purchasing/ Western Kentucky University is requesting bids from qualified vendors to establish a Price Contract(s) for Temporary Employment Services. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121105/KY/0873
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 — AGENCY AND BOARD PUBLIC EMPLOYEE MASTER CRIME INSURANCE – ADDENDUM. RFB-758-1300000327-2 DUE 28-NOV-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: 121102/KY/0802
Matching Key Words: age:state!ky; state!ky; 


Cabinet for Health & Family Services, Department for Public Health, 275 East Main Street HS1W-C, Frankfort, KY 40601

R — FY13-14 KY TOBACCO CESSATION QUITLINE SERVICES. RFP-728-1300000119-1 DUE 19-NOV-2012 Bobbie Davis, Phone: (502) 564-6663; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121102/KY/0806
Matching Key Words: age:state!ky; state!ky; 


Fayette County Public Schools, 460 Springhill Drive, Room 208, Lexington, KY 40502

69 — LIBRARY SUPPLIES, OFFICE SUPPLIES, CLASSROOM SUPPLIES – CATALOG. Phone: (859) 381-4100; Website: https://fcps.economicengine.com For more information about this opportunity please contact the buyer directly. 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: 121102/KY/0817
Matching Key Words: age:state!ky; state!ky; 


Fayette County Public Schools, 460 Springhill Drive, Room 208, Lexington, KY 40502

76 — LIBRARY SUPPLIES, OFFICE SUPPLIES, CLASSROOM SUPPLIES – CATALOG. BID #49-12 DUE 15-NOV-2012 Phone: (859) 381-4100; Website: https://fcps.economicengine.com For more information about this opportunity please contact the buyer directly. 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: 121102/KY/0819
Matching Key Words: age:state!ky; state!ky; 


Northern Kentucky University, Procurement Services, 617 Lucas Administrative Center, Highland Heights, KY 41099

T — PRINTING CHASE LAW REVIEW. BID #NS-16-13 DUE 23-NOV-2012 Eli Baird, (859) 572-5266; E-mail: bairde1@nku.edu; Website: http://procurement.nku.edu/bid-quotes-rfps.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: 121102/KY/0822
Matching Key Words: age:state!ky; state!ky; 


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

R — CHANGE SPONSORSHIP CONSULTING. RFP-00126 DUE 29-NOV-2012 Jennifer Miracle, Phone: (859) 256-3297; Website: http://www.kctcs.edu/en/Vendor_Information/Opportunities_to_Bid.aspx The Kentucky Community and Technical College System (KCTCS) issues this Request for Proposal for the purpose of providing coaching services for sponsorship related to change management efforts as part of the KCTCS Business Plan 2010-16: Transformation. KCTCS may award more than one contract as a result of this RFP, or award a contract for solutions that meet some, but not all requirements stated herein, if it is in their best interest to do so. The KCTCS Transformation features seven major strategic initiatives designed to help KCTCS both achieve its vision as the nation’s premier community and technical college system and to build sustainable capacity for retaining premier status and the ability to transform over the long term. This Transformation is a massive effort, and represents an incredible amount of organizational change. As has been proven over years of research by Prosci, the world’s leading authority on organizational change management, the number one factor in successful organizational change is effective executive sponsorship. Sponsorship lies at the intersection of leadership, project management, change management, and engagement, and is the art and science of guiding organizations and people through change. While KCTCS has developed expertise and vendor partnerships in all these areas, the key discipline of sponsorship requires specialized knowledge and skills to help develop and sustain effective and massive change like the KCTCS Transformation. For this reason, KCTCS seeks vendors with specialized expertise in change sponsorship planning, development, and coaching, with an emphasis on the proprietary Prosci change management methodology and an understanding of integrated transformative processes. Contracted vendors may be required to provide professional advice, consulting, training, mentoring, consulting, sponsorship program development, process development and improvement, creation of presentations or other documentation, and other related services at the executive, organizational, and management levels. 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: 121102/KY/0823
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 — PROCUREMENT CARD SERVICES – ADDENDUM. RFP-758-1300000107-4 DUE 16-NOV-2012 Jodyi Hall, Phone: (502) 564-8625; Website: https://emars.ky.gov/online/vss/AltSelfService New Due Date. This Request for Proposal (RFP) is being issued for the purpose of securing a vendor to provide procurement card services to all agencies of the Commonwealth of Kentucky. The procurement card program in KY is a program used primarily to pay for orders against specific master agreements and small purchases of goods and services to Commonwealth agencies. That is, it is not a program to provide travel and entertainment services, although some more centralized cards are used to purchase airline tickets and to pay for registration fees. This document should provide respondents with the information necessary to assess the ability of their organization to meet the needs of the Commonwealth in providing the specified services under the terms included herein by which the Commonwealth proposes to govern the relationship between itself and the selected vendor. The objectives of this request include but are not limited to: Secure a vendor to provide credit card services to employees of the Commonwealth that will be billed to the Commonwealth of Kentucky; Maximize the ability of employees to use the procurement card at area vendors for small purchases without the need to register vendors for the program; Provide the ability to make multiple procurements and combine them into fewer payments; Secure economies of scale pricing for procurement card activity and take advantage of statewide usage; Receive electronic information on a daily basis of procurement card activity that will be loaded to the Commonwealth of Kentucky financial system; Establish a process where agency employees can request the establishment of cards for their employees and limit their usage based on the dollar size of the purchase and the merchant. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121101/KY/0769
Matching Key Words: age:state!ky; state!ky; 


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

R — STRATEGIC PLAN REVIEW & REPORTING – ADDENDUM #1. RFP 12-13 DUE 08-NOV-2012 James Zabawa, Phone: (859) 622-2246, Fax: (859) 622-2047; Website: http://purchasing.eku.edu/bids-and-quotesEastern Kentucky University (EKU) is seeking to identify and select an outside independent contractor to update the Rural Domestic Preparedness Consortium’s (RDPC) strategic planning package. EKU reserves the right to: award more than one contract; reject any or all offers and discontinue the Request For Proposals (RFP) without obligation or liability to any potential offeror; award a contract on the basis of initial offers received, without discussions or requests for best and final offers. Any contract(s) award resulting from this RFP will be based on best value to EKU. The successful firm will be awarded a personal services contract in accordance with the Commonwealth of Kentucky Finance and Administration Cabinet’s established procedures which includes legislative approval (KRS 45A.695). Sample copies of the Personal Service Contract and Personal Services Contract Invoice templates are available upon request. Background Information: In 2004, Congress authorized the Rural Domestic Preparedness Training Center (RDPTC) to develop and deliver all-hazards preparedness training to rural communities across the nation. In 2005, new legislation authorized the creation of a Rural Domestic Preparedness Consortium (RDPC) to include a group of academic institutions and further expand and leverage training to rural communities and first responders. The EKU Justice and Safety Center (JSC) is the executive agent for the RDPC, and is assisted in the administration of the program by an Advisory Committee with representatives from first responder, emergency management, and intergovernmental organizations. In 2008, the RDPC conducted a strategic planning effort, culminating in the development of a strategic action plan and an implementation/rollout action plan. EKU, on behalf of the RDPC, is seeking an independent contractor to update and expand its comprehensive strategic planning package to reflect its accomplishments, current initiatives, and future actions necessary to continue to succeed in its mission to provide training to rural communities and first responders. 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: 121101/KY/0789
Matching Key Words: age:state!ky; state!ky; 


Morehead State University, Office of Support Services, Support Services Complex, 606 West Main Street, Morehead, KY 40351

R — ESTABLISH PSC FOR STORMWATER ORDINANCE CONSULTANT – ADDENDUM #1. RFP-14-13 DUE 08-NOV-2012 Phone: (606) 783-2018, Website: http://www.moreheadstate.edu/support/index.aspx?id=1925 MSU intends to award a contract based on this Request for Proposal for a stormwater ordinance consultant. The consultant will be required to review all of the City of Morehead and Rowan County’s ordinances that impact storm water runoff and water quality in the Triplett Creek Watershed, such as street widths, lot sizes, grading, drainage, setbacks, removal of vegetation, allowable vegetation, and other aspects that affect the infiltration and flow of rainfall and snowmelt. 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: 121101/KY/0790
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 – ADDENDUM #1. UK-1215-13 DUE 02-NOV-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: 121031/KY/0727
Matching Key Words: age:state!ky; state!ky; 


South Central Kentucky Regional Development Authority, 

R — ADVANCED MANUFACTURING INDUSTRY PARTNERSHIP PROJECT. DUE 02-NOV-2012 The South Central Kentucky Regional Development Authority (SCKRDA) is seeking proposals to conduct a skills gap analysis and training needs assessment of advanced manufacturers; identify existing training programs, duplication and gaps in training; work with industries to create career pathways structure for advanced manufacturing; develop a marketing and communication strategy and build an action plan for the implementation and sustainability of project outcomes. Request for Proposal packets may be re-quested via email to Maureen@bgchamber.com. Deadline for all proposals to be received at the South Central Kentucky Regional Development Authority is no later than 4:30 p.m. (CST), Friday, November 2, 2012. Proposals received after this date and time will not be considered. The SCKRDA reserves the right to make no award of funds to any and/or all of the proposals submitted. For additional information contact: Maureen Carpenter, Director, Regional Development, at 270-901-4614. SCKRDA is an equal opportunity employer with equal opportunity programs. Auxiliary aids and services are available upon request. 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: 121031/KY/0737
Matching Key Words: age:state!ky; state!ky; 

Cumberland Workforce Investment Board, Russell Springs, KY

76 — WORKFORCE INVESTMENT ACT (WIA) TITLE I – TEXTBOOKS. DUE 30-NOV-2012 The Cumberland Workforce Investment Board (Cumberlands WIB) is soliciting proposals to provide textbooks for WIA post-secondary participants in the Cumberland Workforce Investment Area. The Cumberlands WIB is seeking experienced bidders to supply required textbooks and be the primary provider. The closing date for receipt of applicants is November 30, 2012, by 4:00 p.m. CST. All applications received after this date will be considered as funding becomes available. Businesses interested in obtaining an application shall submit an inquiry by fax, mail or email to: Darryl McGaha, Lake Cumberland Area Development District, P.O. Box 1570, Russell Springs, KY 42642, (Fax: 270-866-2044), darryl@lcadd.org. For further information, call 270-866-4200. The RFP and proposal forms will also be available on the LCADD website at http://www.lcadd.org and at the reception desk in the LCADD/WIA Department, 2384 Lakeway Drive, Russell Springs, 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: 121030/KY/0710
Matching Key Words: age:state!ky; state!ky; 

McCracken County Board of Education, 435 Berger Road, Paducah, KY 42003

R — DENTAL INSURANCE. DUE 07-NOV-2012 Notice is hereby given that the McCracken County Board of Education will accept bids on contract dental insurance for employees. Sealed bids should be submitted to the Board no later than November 7, 2012, at 2:00 p.m. CST, where they will be opened publicly at the Board of Education Office located at 435 Berger Road, Paducah, KY 42003. The specifications are available athttp://www.mccrackencountyschools.net/finance-department.html or upon request at the Board of Education office. 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: 121029/KY/0678
Matching Key Words: age:state!ky; state!ky; 


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

R — GENERAL LEGAL SERVICES. SOLICITATION #2012-7018 DUE 27-NOV-2012 Cincinnati Metropolitan Housing Authority (CMHA) is soliciting Requests for Proposals (RFP) of General Legal Services and will receive proposals until November 27, 2012, no later than 10:00 A.M. (Local Time) at 1627 Western Avenue, Cincinnati, OH 45214. The RFP and related documents may be obtained by visiting our website athttp://www.cintimha.com/business-opportunities.aspx. Questions concerning this RFP may be directed to william.walters@cintimha.com. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121029/KY/0684
Matching Key Words: age:state!ky; state!ky; 


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

U — TRAINING FOR CCLC STAFF. RFP 15-13 DUE 13-NOV-2012 Phone: (859) 622-2246; Fax: (859) 622-2047; Website: http://purchasing.eku.edu/bids-and-quotes Kentucky Department of Education (KDE) 21st Century Community Learning Centers (21st CCLC)/Eastern Kentucky University (EKU) is seeking bids for a professional development provider for the statewide 21st CCLC staff. In conjunction with Senate Bill 1, the KDE is committed to increase the College and Career Readiness of all Kentucky students. The 21st CCLC programs are in a unique position to provide opportunities for academic enrichment needed to become college and career ready. We are seeking a professional development provider that is able to train out-of-school time program staff in the areas of global literacy, science, technology, engineering, and math in particular to meet the goals of Senate Bill 1. Services Required: two centralized training events for up to 150 participants at each event; two sessions at other training events for up to 100 participants at each event; technical assistance and virtual online support – ongoing. 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: 121029/KY/0697
Matching Key Words: age:state!ky; state!ky; 


Western Kentucky University, Bowling Green, KY

R — CONSULTING SERVICES – ADDENDUM #2. BID #WKU-2013-030 DUE 01-NOV-2012 Website: http://www.wkuplanroom.com/purchasing/ Western Kentucky University, on behalf of the identified State Universities (herein referred to as the Consortium), requests proposals from qualified consultants to assist with technical compliance, analysis, assessment and modeling relative to the Patient Protection and Affordable Care Act (PPACA) and institutional health plans. 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: 121029/KY/0699
Matching Key Words: age:state!ky; state!ky; 


Western Kentucky University, Bowling Green, KY

R — REFINANCE ESPC – ADDENDUM #1. WKU 2013-031 DUE 13-NOV-2012 Kimberly Gloyd; 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: 121029/KY/0700
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 - November 20, 2012

    […] PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES […]

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: