Business and Career Opportunities Bids and Purchases

January 1, 2013

Business / Career

FedBizOpps – Procurement

Department of the ArmyDepartment of the Army, Army Contracting Command, ACC – New Jersey, ACC – New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000

R–Requirement for Operations Support Services for Product Manager Soldier Weapons located at Picatinny Arsenal, NJ. W15QKN12R0105 011813 Gerardo Ilaria, 973-724-4618 ACC – New Jersey The U.S. Army Contracting Command-New Jersey- Soldier Weapons (ACC-NJ-SW) on behalf of Product Manager Soldier Weapons (PM SW) is contemplating a requirement for Operations Support Services. The Project Manager Soldier Weapons has identified a continued need for operations support to PM SW. This will be a continuation of prior services currently being provided under other existing contractual instruments. The categories for this support are: Senior Operations Management Specialist Support, Junior Operations Specialist Support, Computer Graphics Support, Public Affairs Support, Information Technology Support, and Technical Editor Support. The following elements will define the type of services PMSW will require.

Senior Operations Management Specialist: Contractor shall serve as an on-site Senior Operations Management specialist providing support consisting of providing high level, insightful service of the type that could be expected from senior PEO or DA level staff personnel to PM SW and its subordinate elements and business partners. The contractor shall, when appropriate and directed by the Operations Manager, provide mentoring, guidance and support to the Junior Operations Specialist.

Junior Operations Specialist: Contractor shall serve as on-site Junior Operations specialist providing support to the Program Management Office (PMO). The contractor shall have basic familiarity with small arms. The contractor shall have knowledge of the Army Acquisition process and be able to make recommendations based on that knowledge.

Computer Graphics support shall provide graphics, illustration, management reporting, management overview, video/tele-conferencing support. The support shall develop and prepare presentations, briefing material and other documentation as required supporting decision and information briefings, program reviews and demonstrations.

Public Affairs: Contractor shall serve as on-site Public Affairs support consisting of supporting PM SW and its subordinate elements and business partners. The contractor shall manage and execute PM SW’s media relations program for planning and coordinating the dissemination of information relating to PM SW programs, objectives and functions through the news media.

Information Technology (IT) support shall provide complete IT support including desktop, laptop, handheld (including blackberries), VTC, server and Local Area Network (LAN) administrative support including, but not limited to providing direct general automation support to all PMSW users, including troubleshooting, answering questions and assisting users in the use of hardware, software, networks and all associated computer systems. Also, provide hardware diagnosis and support to users.

Technical Editor: Contractor shall serve as on-site Technical Editor to provide support consisting of technical editing and writing by reviewing, editing, revising PM SW technical and non technical documents as requested. The documents include, but are not limited to executive summaries, acquisition plans, urgent material releases, type classification memoranda, memoranda of agreement, memoranda of understanding, system engineering plans, statements of work, policies, procedures, manuals, reports and power point presentations. The contractor shall also review and edit speeches for the Commanding General, Program Executive Officer, Project Manager and other senior command officials.

The Request for Proposal (RFP), to be released sometime at the end of January 2013, will be for a Firm-Fixed-Price Indefinite-Delivery, Indefinite-Quantity Contract with five one year ordering periods. The Government may elect to award a single contract or multiple IDIQ contracts with each task order placed via quote mark Fair Opportunity quote mark process. Maximum potential contract value will be $9,900,000. This procurement will be a Small Business Set Aside with a North American Industry Classification System (NAICS) code of 541519.

All responses to this pre-solicitation notice shall be in writing. The Point Of Contact for this action is Jerry Ilaria, Contract Specialist, U.S. Army Contracting Command-New Jersey, Picatinny Arsenal, New Jersey 07806-5000.

Email: gerardo.ilaria.civ@mail.mil
TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.
Set-Aside: Total Small Business Place of Performance: PM Soldier Weapons Building 151 Picatinny Arsenal NJ 07806-5000 US URL: https://www.fbo.gov/notices/b65dbd65d752475d7655a82a45713e2f
OutreachSystems Article Number: 121229/PROCURE/0024
Matching Key Words: writ*; technical; 


Department of the Army, U.S. Army Corps of Engineers, USACE Middle East District, Attn: CETAC-PD-CT 201 Prince Frederick Drive Winchester VA 22602-5000

U — English Technical Services W912ER-13-Q-SS01 011513 Ryan K. Gregory, Phone 5406653946, Email ryan.k.gregory@usace.army.mil – Lana Birdsell, Contract Officer, Phone 540-665-2617, Email jean.l.birdsell@usace.army.mil REQUEST FOR INFORMATION
THIS IS *NOT* A REQUEST FOR PROPOSAL, QUOTATION, OR INVITATION TO BID NOTICE.
This announcement is a Request for Information (RFI) only. The United States Army Corps of Engineers (USACE), Transatlantic Division, Middle East District (TAM) is seeking preliminary marketing information from capable and reliable sources. TAM is contemplating the award of one or more contract actions for the acquisition of Technical English Language Training for foreign students.

Based upon international agreements, TAM provides friendly Foreign and Allied Governments with facilities and infrastructure support. As part of our support to Host Nations (HNs), TAM trains HN government employees (military and civilian) in how the Corps performs its missions, and assists in the individual’s professional training in technical fields. To further this learning experience and enhance the support provided by TAM, some HNs have asked if TAM could support HN employees with Technical English Language Training.

TAM defines Technical English Language Training as advanced training in the English language specifically focused on the areas of engineering, architecture, design, construction, technical report writing, and facility operations and maintenance. Selected students would already have a basic skill in conversational and written English (as a second language), and would generally have a non-US college degree in a technical area, but they would not likely be totally familiar and comfortable with English technical terms from the areas listed above. TAM desires that any traditional classroom training be augmented with “immersion” type training, whereby students are immersed in technical English for considerable periods of time, are frequently tested for accuracy and competency, and have practical exercises in such tasks as reading blueprints/drawings, creating technical reports from raw data, performing design reviews and write-up, and similar situations. Students could also be expected to be trained to be competent and comfortable with terminology regarding computer aided drafting and design (CADD), databases, spreadsheets, design/construction scheduling software, design and construction contracts, and similar areas. TAM also desires that applicable students be scheduled for some time with a US Architect-Engineer or Construction firm affiliated with the service provider to augment the training with real-world situations.

TAM is currently looking at a program in the neighborhood of 24 weeks in duration, but TAM prefers to utilize an existing program of similar nature rather than a special program specifically designed for this requirement. It is intended that this training would take place within the CENTCOM AOR

TAM does not currently have expectations regarding who provides the administrative and logistical support for students. For instance, TAM currently has no preference whether the provider of the requested services would be responsible for the lodging of students.

Respondents should provide a Statement of Capabilities, which should include, as a minimum: (1) identification of resources available to successfully perform the various services as outlined above; (2) a list stating which of the services above have previously been provided; (3) details regarding currently available programs; (4) ability to tailor such programs to TAM’s general requirements as articulated above; (5) ability to create an entirely new program based on TAM’s requirements; (6) ability to support lodging, transportation, feeding, and other support requirements of a student; and, (7) ability to support the entire training curriculum in a foreign locale. Please limit your responses to 25 pages or less, Times New Roman, 10 font or larger.

The requested information is for planning purposes, and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. TAM will use the information for technical and acquisition planning. Any acquisitions in this area may follow in a way that will best meet TAM’s needs. The Government invites comments related to possible purchase or acquisition strategies. TAM will not reimburse providers for the cost of submitting information in response to this RFI. The Government will not return pictures, documents, graphs and or other requested information. Information submitted to TAM in response to this RFI will be treated as strictly proprietary unless otherwise indicated. Information submitted in response to this RFI will be used for TAM business development activities. It is emphasized that this RFI is for planning and information purposes only, and is NOT to be construed as a commitment by the Government to enter into a contractual agreement, nor will the Government pay for information solicited. No solicitation exists; therefore, do not request a copy of the solicitation. Questions may be directed to the contacts listed in the paragraph below.
Interested parties shall address the requirements of this RFI in written format as described in the previous paragraphs by electronic mail to: Ryan Gregory at ryan.k.gregory@usace.army.mil or Jean L. Birdsell at jean.l.birdsell@usace.army.mil no later than 3:00 P.M. (Eastern Standard Time) on January 15, 2012.
In addition to the statement of the offeror’s capabilities listed above, please provide answers to the following questions. Reference question number with each response as follows:

1. Company name, company mailing address, point of contact, telephone number, facsimile number, e-mail address, Commercial and Government Entity (CAGE) Code, Dun & Bradstreet (DUNS) Number, and size of your organization (i.e. Large Business, Small Business) you are using as the basis for your response.

2. Is your company a foreign-owned/foreign-controlled firm and/or do you contemplate the use of foreign national employees on this effort?

Responses must reference the sources sought, and contain the respondent’s commercial and government entity (CAGE) code.

URL: https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-13-Q-SS01/listing.html
OutreachSystems Article Number: 121229/PROCURE/0233
Matching Key Words: writ*; copy; technical; standard; 


Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 2521 S. Clark St, Ste 2000 Arlington, VA 1155 Defense Pentagon Washington DC 20301-1155

99 — Secretary of Defense Portrait SDPORTRAIT 010413 Edgar Lowell L. Moso, Phone 7035453156, Email edgar.moso.ctr@whs.mil ;bsp;
WASHINGTON HEADQUARTERS SERVICES
ACQUISITION DIRECTORATE
1155 DEFENSE PENTAGON
WASHINGTON, DC 20301
Sources Sought Synopsis
28 December 2012

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTE.

OutreachSystems Article Number: 121229/PROCURE/0257
Matching Key Words: naics!711510; 

Department of the Air Force, Air Combat Command, 325 CONS, 501 Illinois Ave, Ste 5 Bldg 647 Tyndall AFB, FL 32403-5526

R — Sports Officials F4A37Y2331A001 010213 Corey L. Stone, Phone 8502831260, Email corey.stone@tyndall.af.mil This is a combined synopsis/solicitation for commercial services 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/quotes are being requested and a written solicitation will not be issued. The solicitation reference number is F4A37Y2331A001 and is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. This acquisition will be 100% total SMALL BUSINESS SET-ASIDE; the North American Industry Classification System (NAICS) code is 711219. The business size standard is $7,000,000.00.
The following solicitation is for telephone answering services for the medical group after hours. The award resulting from this RFQ will be for a base period of (1) year with four (1) year option periods.

Contract Line Item Numbers (CLINS):

0001: Provide two sports officials for youth Baseball/Softball at both the Youth Center and locations off base where games are held. Period of Performance (5 Jan 2013- 4 Jan 2014) plus four option years. (72 games)

Quantity: 72 Units: Ea Unit Price: Amount:

0002: Provide two sports officials for youth basketball at both the Youth Center and locations off base where games are held. Period of Performance (5 Jan 2013- 4 Jan 2014) plus four option years.

Quantity: 72 Units: Ea Unit Price: Amount: ________

0003: Provide one sports officials for youth soccer at both the Youth Center and locations off base where games are held. Period of Performance (5 Jan 2013- 4 Jan 2014) plus four option years.

Quantity: 72 Units: Ea Unit Price: Amount: ________

OPTION YEAR 1:

1001: Provide two sports officials for youth Baseball/Softball at both the Youth Center and locations off base where games are held. Period of Performance (5 Jan 2014- 4 Jan 2015)

Quantity: 72 Units: Ea Unit Price: Amount:

1002-AA: Provide two sports officials for youth basketball at both the youth center locations off base where games are held. Period of Performance ( 5 Jan 2014- 4 Jan 2015 )

Quantity: 72 Units: Ea Unit Price: Amount: _________

1003: Provide one sports officials for youth soccer at both the youth center locations off base where games are held. Period of Performance ( 5 Jan 2014- 4 Jan 2015 )

Quantity: 72 Units: Ea Unit Price: Amount: ________

OPTION YEAR 2:

2001: Provide two sports officials for youth Baseball/Softball at both the Youth Center and locations off base where games are held. Period of Performance (5 Jan 2015- 4 Jan 2016)

Quantity: 72 Units: Ea Unit Price: Amount:

2002: Provide two sports officials for youth basketball at both the Youth Center and locations off base where games are held. Period of Performance (5 Jan 2015- 4 Jan 2016)

Quantity: 72 Units: Ea Unit Price: Amount: _________

2003: Provide one sports officials for youth soccer at both the Youth Center and locations off base where games are held. Period of Performance (5 Jan 2015- 4 Jan 2016)

Quantity: 72 Units: Ea Unit Price: Amount: _________

OPTION YEAR 3:

3001: Provide two sports officials for youth Baseball/Softball at both the Youth center and locations off base where games are held. Period of Performance (5 Jan 2016- 4 Jan 2017)

Quantity: 72 Units: Ea Unit Price: Amount:

3002: Provide two sports officials for youth basketball at both the Youth Center and locations off base where games are held. Period of Performance (5 Jan 2016- 4 Jan 2017)

Quantity: 72 Units: Ea Unit Price: Amount: _________

3003: Provide one sports officials for youth soccer at both the Youth Center and locations off base where games are held. Period of Performance (5 Jan 2016- 4 Jan 2017)

Quantity: 72 Units: Ea Unit Price: Amount: _________

OPTION YEAR 4:

4001: Provide two sports officials for youth Baseball/Softball at both the Youth Center and locations off base where games are held. Period of Performance (5 Jan 2017- 4 Jan 2018)

Quantity: 72 Units: Ea Unit Price: Amount:

4002: Provide two sports officials for youth basketball at both the Youth Center and locations off base where games are held. Period of Performance ( 5 Jan 2017- 4 Jan 2018 )

Quantity: 72 Units: Ea Unit Price: Amount: ________

4003: Provide one sports officials for youth soccer at both the Youth Center and locations off base where games are held. Period of Performance (5 Jan 2017- 4 Jan 2018)

Quantity: 72 Units: Ea Unit Price: Amount: _________

*Services will be performed at Tyndall AFB, FL 32403.

Per FAR 52.212-2, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made to the responsible quote offering the lowest overall price meeting the technical requirements of this combined synopsis/solicitation.

Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition:

52.204-99 (Dev) – SAM
52.204-10 – Reporting Executive Compensation and First Tier Subcontract Awards
52.209-6 – Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.212-1 – Instructions to Offerors-Commercial Items
52.212-2 – Evaluation – Commercial Items
52.212-3 Alt III -Offeror Representations and Certifications -Commercial Items
52.212-4 – Contract Terms and Conditions – Commercial Items
52.212-5(Dev) – Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items
52.217-5 – Evaluation of Options
52.219-1 Alt I – Small Business Program Representations
52.219-6 – Notice of Total Small Business Set-Aside
52.219-28 – Post-Award Small Business Program Rerepresentation
52.222-3 – Convict Labor
52.222-19 – Child Labor – Cooperation with Authorities and Remedies
52.222-21 – Prohibition of Segregated Facilities
52.222-22 – Previous Contracts and Compliance Reports
52.222-26 – Equal Opportunity
52.222-36 – Affirmative Action for Workers with Disabilities
52.222-41 – Service Contract Act of 1965
52.222-42- Statement of Equivalent Rates for Federal Hires
In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332.
This Statement is for Information Only:
It is not a Wage Determination
Employee Class Monetary Wage — Fringe Benefits
Sports Offical $11.83

(End of Clause)

52.222-50 – Combating Trafficking in Persons
52.223-18 – Contractor Policy to Ban Text Messaging While Driving
52.232-18 – Availability of Funds
52.233-3 – Protest after Award
52.233-4 – Applicable Law for Breach of Contract Claim
52.237-2 – Protection of Government Buildings, Equipment, and Vegetation
52.252-1 – Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil)
52.252-2 – Clauses Incorporated by Reference (http://farsite.hill.af.mil)
52.252-6 – Authorized Deviations in Clauses
252.203-7000 – Requirements relating to the compensation of former DoD Officials
252.203-7002 – Requirement to inform employees of Whistleblower Rights.
252.212-7001(Dev) – Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
252.232-7003 – Electronic Submission of Payment Requests and Receiving Reports.
5352.242-9000- Contractor Access to Air Force Installations
5352.242-9001 – Health and Safety on Government Installations
5352.201-9101 – Ombudsman
252.232-7006 – WAWF
52.222-43 – Fair Labor Standards Act and Service Contract Act

52.217-8 – Option to Extend Services

The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by writtennotice to the Contractor within 15 calendar days prior to contract expiration.

(End of clause)

52.217-9 – Option to Extend the Term of the Contract

(a) The Government may extend the term of this contract by written notice to the Contractor within 15 calendar days prior to contract expiration; provided that the Government gives the Contractor a preliminary writtennotice of its intent to extend at least 30 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months.
(End of clause)

Addendum to FAR 52.212-1
Offerors shall supply the following information with their quote:
a.) Prices under CLINS 0001, 0002, 0003, 1001, 1002, 1003, 2001, 2002, 2003, 3001, 3002, 3003, 4001, 4002, 4003.
b.) Tax Identification number.
c.) Cage Code. NOTE: Offerors shall be registered with SAM (System for Award Management. http://www.sam.gov <http://www.sam.gov>; ) which is the successor of the Online Representation and Certification Application (ORCA) and the Central Contracting Registration (CCR). For offerors previously registered in the former systems, their information and documents should be updated on the SAM network. However, it is up to the vendor to register and verify their information.

e.) Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process.

Please send quotes to A1C Stone (850-283-1260) at corey.stone@tyndall.af.mil, NO LATER THAN 23 Dec 2012, 12:00 PM local time. Anticipated award date is shortly after receipt of quotes.

WD 05-3007 (Rev.-13) was first posted on http://www.wdol.gov on 06/19/2012
************************************************************************************
REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR
THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION
By direction of the Secretary of Labor | WAGE AND HOUR DIVISION
| WASHINGTON D.C. 20210
|
|
|
| Wage Determination No.: 2005-3007
Diane C. Koplewski Division of | Revision No.: 13
Director Wage Determinations| Date Of Revision: 06/13/2012
_______________________________________|____________________________________________
State: Florida

Area: Florida County of Bay
____________________________________________________________________________________
**Fringe Benefits Required Follow the Occupational Listing**
OCCUPATION CODE – TITLE FOOTNOTE RATE
01000 – Administrative Support And Clerical Occupations
01011 – Accounting Clerk I 12.36
01012 – Accounting Clerk II 13.87
01013 – Accounting Clerk III 15.51
01020 – Administrative Assistant 17.10
01040 – Court Reporter 14.80
01051 – Data Entry Operator I 11.14
01052 – Data Entry Operator II 12.16
01060 – Dispatcher, Motor Vehicle 17.04
01070 – Document Preparation Clerk 11.36
01090 – Duplicating Machine Operator 11.36
01111 – General Clerk I 11.39
01112 – General Clerk II 12.43
01113 – General Clerk III 13.95
01120 – Housing Referral Assistant 15.91
01141 – Messenger Courier 12.98
01191 – Order Clerk I 12.52
01192 – Order Clerk II 13.66
01261 – Personnel Assistant (Employment) I 13.84
01262 – Personnel Assistant (Employment) II 15.48
01263 – Personnel Assistant (Employment) III 17.26
01270 – Production Control Clerk 17.28
01280 – Receptionist 10.88
01290 – Rental Clerk 11.72
01300 – Scheduler, Maintenance 12.75
01311 – Secretary I 12.75
01312 – Secretary II 14.26
01313 – Secretary III 15.91
01320 – Service Order Dispatcher 13.70
01410 – Supply Technician 17.67
01420 – Survey Worker 14.26
01531 – Travel Clerk I 10.48
01532 – Travel Clerk II 11.06
01533 – Travel Clerk III 11.64
01611 – Word Processor I 11.39
01612 – Word Processor II 12.75
01613 – Word Processor III 14.23
05000 – Automotive Service Occupations
05005 – Automobile Body Repairer, Fiberglass 18.44
05010 – Automotive Electrician 17.51
05040 – Automotive Glass Installer 16.59
05070 – Automotive Worker 16.59
05110 – Mobile Equipment Servicer 14.75
05130 – Motor Equipment Metal Mechanic 18.44
05160 – Motor Equipment Metal Worker 16.59
05190 – Motor Vehicle Mechanic 18.44
05220 – Motor Vehicle Mechanic Helper 13.77
05250 – Motor Vehicle Upholstery Worker 15.70
05280 – Motor Vehicle Wrecker 16.59
05310 – Painter, Automotive 17.51
05340 – Radiator Repair Specialist 16.59
05370 – Tire Repairer 13.79
05400 – Transmission Repair Specialist 18.44
07000 – Food Preparation And Service Occupations
07010 – Baker 10.52
07041 – Cook I 11.11
07042 – Cook II 12.70
07070 – Dishwasher 7.80
07130 – Food Service Worker 8.68
07210 – Meat Cutter 13.92
07260 – Waiter/Waitress 9.65
09000 – Furniture Maintenance And Repair Occupations
09010 – Electrostatic Spray Painter 16.94
09040 – Furniture Handler 12.50
09080 – Furniture Refinisher 16.94
09090 – Furniture Refinisher Helper 13.32
09110 – Furniture Repairer, Minor 15.19
09130 – Upholsterer 16.94
11000 – General Services And Support Occupations
11030 – Cleaner, Vehicles 9.82
11060 – Elevator Operator 9.82
11090 – Gardener 15.08
11122 – Housekeeping Aide 9.87
11150 – Janitor 10.98
11210 – Laborer, Grounds Maintenance 11.78
11240 – Maid or Houseman 8.48
11260 – Pruner 10.73
11270 – Tractor Operator 13.90
11330 – Trail Maintenance Worker 11.78
11360 – Window Cleaner 12.00
12000 – Health Occupations
12010 – Ambulance Driver 16.77
12011 – Breath Alcohol Technician 15.76
12012 – Certified Occupational Therapist Assistant 23.01
12015 – Certified Physical Therapist Assistant 21.12
12020 – Dental Assistant 14.17
12025 – Dental Hygienist 28.15
12030 – EKG Technician 22.09
12035 – Electroneurodiagnostic Technologist 22.09
12040 – Emergency Medical Technician 16.77
12071 – Licensed Practical Nurse I 14.99
12072 – Licensed Practical Nurse II 16.77
12073 – Licensed Practical Nurse III 18.70
12100 – Medical Assistant 11.83
12130 – Medical Laboratory Technician 14.99
12160 – Medical Record Clerk 13.71
12190 – Medical Record Technician 15.34
12195 – Medical Transcriptionist 13.21
12210 – Nuclear Medicine Technologist 39.84
12221 – Nursing Assistant I 9.37
12222 – Nursing Assistant II 10.53
12223 – Nursing Assistant III 11.49
12224 – Nursing Assistant IV 12.90
12235 – Optical Dispenser 18.13
12236 – Optical Technician 14.99
12250 – Pharmacy Technician 12.67
12280 – Phlebotomist 12.90
12305 – Radiologic Technologist 22.03
12311 – Registered Nurse I 20.96
12312 – Registered Nurse II 25.88
12313 – Registered Nurse II, Specialist 25.88
12314 – Registered Nurse III 31.05
12315 – Registered Nurse III, Anesthetist 31.05
12316 – Registered Nurse IV 37.52
12317 – Scheduler (Drug and Alcohol Testing) 20.09
13000 – Information And Arts Occupations
13011 – Exhibits Specialist I 16.83
13012 – Exhibits Specialist II 20.86
13013 – Exhibits Specialist III 25.51
13041 – Illustrator I 16.83
13042 – Illustrator II 20.86
13043 – Illustrator III 25.51
13047 – Librarian 23.09
13050 – Library Aide/Clerk 12.19
13054 – Library Information Technology Systems 20.86
Administrator
13058 – Library Technician 16.63
13061 – Media Specialist I 15.05
13062 – Media Specialist II 16.83
13063 – Media Specialist III 18.77
13071 – Photographer I 15.05
13072 – Photographer II 16.83
13073 – Photographer III 20.86
13074 – Photographer IV 25.51
13075 – Photographer V 30.86
13110 – Video Teleconference Technician 15.05
14000 – Information Technology Occupations
14041 – Computer Operator I 13.27
14042 – Computer Operator II 15.77
14043 – Computer Operator III 17.93
14044 – Computer Operator IV 20.80
14045 – Computer Operator V 21.87
14071 – Computer Programmer I (see 1) 24.10
14072 – Computer Programmer II (see 1)
14073 – Computer Programmer III (see 1)
14074 – Computer Programmer IV (see 1)
14101 – Computer Systems Analyst I (see 1)
14102 – Computer Systems Analyst II (see 1)
14103 – Computer Systems Analyst III (see 1)
14150 – Peripheral Equipment Operator 13.27
14160 – Personal Computer Support Technician 20.80
15000 – Instructional Occupations
15010 – Aircrew Training Devices Instructor (Non-Rated) 27.21
15020 – Aircrew Training Devices Instructor (Rated) 32.92
15030 – Air Crew Training Devices Instructor (Pilot) 39.26
15050 – Computer Based Training Specialist / Instructor 27.21
15060 – Educational Technologist 22.55
15070 – Flight Instructor (Pilot) 39.26
15080 – Graphic Artist 18.83
15090 – Technical Instructor 17.40
15095 – Technical Instructor/Course Developer 21.29
15110 – Test Proctor 14.05
15120 – Tutor 14.05
16000 – Laundry, Dry-Cleaning, Pressing And Related Occupations
16010 – Assembler 8.92
16030 – Counter Attendant 8.92
16040 – Dry Cleaner 10.29
16070 – Finisher, Flatwork, Machine 8.92
16090 – Presser, Hand 8.92
16110 – Presser, Machine, Drycleaning 8.92
16130 – Presser, Machine, Shirts 8.92
16160 – Presser, Machine, Wearing Apparel, Laundry 8.92
16190 – Sewing Machine Operator 10.74
16220 – Tailor 11.20
16250 – Washer, Machine 9.36
19000 – Machine Tool Operation And Repair Occupations
19010 – Machine-Tool Operator (Tool Room) 16.94
19040 – Tool And Die Maker 21.04
21000 – Materials Handling And Packing Occupations
21020 – Forklift Operator 14.12
21030 – Material Coordinator 17.91
21040 – Material Expediter 17.91
21050 – Material Handling Laborer 10.63
21071 – Order Filler 10.69
21080 – Production Line Worker (Food Processing) 14.12
21110 – Shipping Packer 13.09
21130 – Shipping/Receiving Clerk 13.09
21140 – Store Worker I 10.87
21150 – Stock Clerk 14.50
21210 – Tools And Parts Attendant 14.12
21410 – Warehouse Specialist 14.12
23000 – Mechanics And Maintenance And Repair Occupations
23010 – Aerospace Structural Welder 21.60
23021 – Aircraft Mechanic I 20.57
23022 – Aircraft Mechanic II 21.60
23023 – Aircraft Mechanic III 22.68
23040 – Aircraft Mechanic Helper 15.36
23050 – Aircraft, Painter 18.63
23060 – Aircraft Servicer 17.51
23080 – Aircraft Worker 18.50
23110 – Appliance Mechanic 16.94
23120 – Bicycle Repairer 13.79
23125 – Cable Splicer 19.62
23130 – Carpenter, Maintenance 17.79
23140 – Carpet Layer 16.85
23160 – Electrician, Maintenance 17.94
23181 – Electronics Technician Maintenance I 22.94
23182 – Electronics Technician Maintenance II 24.36
23183 – Electronics Technician Maintenance III 25.89
23260 – Fabric Worker 15.95
23290 – Fire Alarm System Mechanic 17.94
23310 – Fire Extinguisher Repairer 14.98
23311 – Fuel Distribution System Mechanic 17.94
23312 – Fuel Distribution System Operator 15.89
23370 – General Maintenance Worker 16.85
23380 – Ground Support Equipment Mechanic 20.57
23381 – Ground Support Equipment Servicer 17.51
23382 – Ground Support Equipment Worker 18.50
23391 – Gunsmith I 15.32
23392 – Gunsmith II 15.89
23393 – Gunsmith III 17.94
23410 – Heating, Ventilation And Air-Conditioning 20.59
Mechanic
23411 – Heating, Ventilation And Air Contditioning 21.61
Mechanic (Research Facility)
23430 – Heavy Equipment Mechanic 17.94
23440 – Heavy Equipment Operator 17.94
23460 – Instrument Mechanic 17.94
23465 – Laboratory/Shelter Mechanic 16.88
23470 – Laborer 10.34
23510 – Locksmith 17.79
23530 – Machinery Maintenance Mechanic 22.41
23550 – Machinist, Maintenance 17.94
23580 – Maintenance Trades Helper 13.99
23591 – Metrology Technician I 17.94
23592 – Metrology Technician II 18.95
23593 – Metrology Technician III 19.99
23640 – Millwright 20.60
23710 – Office Appliance Repairer 17.79
23760 – Painter, Maintenance 17.79
23790 – Pipefitter, Maintenance 18.73
23810 – Plumber, Maintenance 17.79
23820 – Pneudraulic Systems Mechanic 17.94
23850 – Rigger 17.94
23870 – Scale Mechanic 16.85
23890 – Sheet-Metal Worker, Maintenance 19.56
23910 – Small Engine Mechanic 16.85
23931 – Telecommunications Mechanic I 23.64
23932 – Telecommunications Mechanic II 24.86
23950 – Telephone Lineman 17.84
23960 – Welder, Combination, Maintenance 17.94
23965 – Well Driller 17.94
23970 – Woodcraft Worker 17.94
23980 – Woodworker 14.98
24000 – Personal Needs Occupations
24570 – Child Care Attendant 9.14
24580 – Child Care Center Clerk 13.51
24610 – Chore Aide 10.87
24620 – Family Readiness And Support Services 12.88
Coordinator
24630 – Homemaker 13.97
25000 – Plant And System Operations Occupations
25010 – Boiler Tender 21.58
25040 – Sewage Plant Operator 18.63
25070 – Stationary Engineer 21.58
25190 – Ventilation Equipment Tender 14.65
25210 – Water Treatment Plant Operator 18.63
27000 – Protective Service Occupations
27004 – Alarm Monitor 14.37
27007 – Baggage Inspector 10.79
27008 – Corrections Officer 15.97
27010 – Court Security Officer 15.56
27030 – Detection Dog Handler 12.07
27040 – Detention Officer 15.97
27070 – Firefighter 15.56
27101 – Guard I 10.79
27102 – Guard II 12.07
27131 – Police Officer I 16.63
27132 – Police Officer II 18.45
28000 – Recreation Occupations
28041 – Carnival Equipment Operator 10.53
28042 – Carnival Equipment Repairer 11.29
28043 – Carnival Equpment Worker 8.79
28210 – Gate Attendant/Gate Tender 13.27
28310 – Lifeguard 11.83
28350 – Park Attendant (Aide) 14.85
28510 – Recreation Aide/Health Facility Attendant 10.84
28515 – Recreation Specialist 12.79
28630 – Sports Official 11.83
28690 – Swimming Pool Operator 17.74
29000 – Stevedoring/Longshoremen Occupational Services
29010 – Blocker And Bracer 18.72
29020 – Hatch Tender 18.72
29030 – Line Handler 18.72
29041 – Stevedore I 16.84
29042 – Stevedore II 18.77
30000 – Technical Occupations
30010 – Air Traffic Control Specialist, Center (HFO) (see 2) 35.77
30011 – Air Traffic Control Specialist, Station (HFO) (see 2) 24.66
30012 – Air Traffic Control Specialist, Terminal (HFO) (see 2) 27.16
30021 – Archeological Technician I 15.03
30022 – Archeological Technician II 15.53
30023 – Archeological Technician III 20.83
30030 – Cartographic Technician 20.83
30040 – Civil Engineering Technician 21.34
30061 – Drafter/CAD Operator I 15.03
30062 – Drafter/CAD Operator II 16.81
30063 – Drafter/CAD Operator III 18.75
30064 – Drafter/CAD Operator IV 23.06
30081 – Engineering Technician I 15.73
30082 – Engineering Technician II 17.67
30083 – Engineering Technician III 19.78
30084 – Engineering Technician IV 24.51
30085 – Engineering Technician V 29.98
30086 – Engineering Technician VI 36.27
30090 – Environmental Technician 20.83
30210 – Laboratory Technician 18.75
30240 – Mathematical Technician 20.83
30361 – Paralegal/Legal Assistant I 17.89
30362 – Paralegal/Legal Assistant II 22.17
30363 – Paralegal/Legal Assistant III 27.12
30364 – Paralegal/Legal Assistant IV 32.81
30390 – Photo-Optics Technician 20.83
30461 – Technical Writer I 18.99
30462 – Technical Writer II 23.22
30463 – Technical Writer III 28.09
30491 – Unexploded Ordnance (UXO) Technician I 22.74
30492 – Unexploded Ordnance (UXO) Technician II 27.51
30493 – Unexploded Ordnance (UXO) Technician III 32.97
30494 – Unexploded (UXO) Safety Escort 22.74
30495 – Unexploded (UXO) Sweep Personnel 22.74
30620 – Weather Observer, Combined Upper Air Or (see 2) 18.75
Surface Programs
30621 – Weather Observer, Senior (see 2) 20.83
31000 – Transportation/Mobile Equipment Operation Occupations
31020 – Bus Aide 11.10
31030 – Bus Driver 15.13
31043 – Driver Courier 12.87
31260 – Parking and Lot Attendant 8.69
31290 – Shuttle Bus Driver 13.39
31310 – Taxi Driver 11.05
31361 – Truckdriver, Light 13.39
31362 – Truckdriver, Medium 14.45
31363 – Truckdriver, Heavy 15.38
31364 – Truckdriver, Tractor-Trailer 15.38
99000 – Miscellaneous Occupations
99030 – Cashier 8.67
99050 – Desk Clerk 10.08
99095 – Embalmer 22.74
99251 – Laboratory Animal Caretaker I 11.30
99252 – Laboratory Animal Caretaker II 12.17
99310 – Mortician 22.74
99410 – Pest Controller 14.15
99510 – Photofinishing Worker 11.95
99710 – Recycling Laborer 13.87
99711 – Recycling Specialist 15.48
99730 – Refuse Collector 12.29
99810 – Sales Clerk 13.02
99820 – School Crossing Guard 10.81
99830 – Survey Party Chief 18.16
99831 – Surveying Aide 10.88
99832 – Surveying Technician 16.52
99840 – Vending Machine Attendant 15.24
99841 – Vending Machine Repairer 18.36
99842 – Vending Machine Repairer Helper 15.24

____________________________________________________________________________________

ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:

HEALTH & WELFARE: $3.71 per hour or $148.40 per week or $643.07 per month

VACATION: 2 weeks paid vacation after 1 year of service with a contractor or
successor; 3 weeks after 7 years, and 4 weeks after 11 years. Length of service
includes the whole span of continuous service with the present contractor or
successor, wherever employed, and with the predecessor contractors in the
performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173)

HOLIDAYS: A minimum of ten paid holidays per year, New Year’s Day, Martin Luther
King Jr’s Birthday, Washington’s Birthday, Memorial Day, Independence Day, Labor
Day, Columbus Day, Veterans’ Day, Thanksgiving Day, and Christmas Day. (A
contractor may substitute for any of the named holidays another day off with pay in
accordance with a plan communicated to the employees involved.) (See 29 CFR 4174)

THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING:

1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination does
not apply to any employee who individually qualifies as a bona fide executive,
administrative, or professional employee as defined in 29 C.F.R. Part 541. Because
most Computer System Analysts and Computer Programmers who are compensated at a rate
not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per
week) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541.
400) wage rates may not be listed on this wage determination for all occupations
within those job families. In addition, because this wage determination may not
list a wage rate for some or all occupations within those job families if the survey
data indicates that the prevailing wage rate for the occupation equals or exceeds
$27.63 per hour conformances may be necessary for certain nonexempt employees. For
example, if an individual employee is nonexempt but nevertheless performs duties
within the scope of one of the Computer Systems Analyst or Computer Programmer
occupations for which this wage determination does not specify an SCA wage rate,
then the wage rate for that employee must be conformed in accordance with the
conformance procedures described in the conformance note included on this wage
determination.

Additionally, because job titles vary widely and change quickly in the computer
industry, job titles are not determinative of the application of the computer
professional exemption. Therefore, the exemption applies only to computer employees
who satisfy the compensation requirements and whose primary duty consists of:
(1) The application of systems analysis techniques and procedures, including
consulting with users, to determine hardware, software or system functional
specifications;
(2) The design, development, documentation, analysis, creation, testing or
modification of computer systems or programs, including prototypes, based on and
related to user or system design specifications;
(3) The design, documentation, testing, creation or modification of computer
programs related to machine operating systems; or
(4) A combination of the aforementioned duties, the performance of which
requires the same level of skills. (29 C.F.R. 541.400).

2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS – NIGHT PAY & SUNDAY PAY: If you
work at night as part of a regular tour of duty, you will earn a night differential
and receive an additional 10% of basic pay for any hours worked between 6pm and 6am.
If you are a full-time employed (40 hours a week) and Sunday is part of your
regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday
premium of 25% of your basic rate for each hour of Sunday work which is not overtime
(i.e. occasional work on Sunday outside the normal tour of duty is considered
overtime work).

HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential is applicable to employees
employed in a position that represents a high degree of hazard when working with or
in close proximity to ordinance, explosives, and incendiary materials. This
includes work such as screening, blending, dying, mixing, and pressing of sensitive
ordance, explosives, and pyrotechnic compositions such as lead azide, black powder
and photoflash powder. All dry-house activities involving propellants or explosives.
Demilitarization, modification, renovation, demolition, and maintenance operations
on sensitive ordnance, explosives and incendiary materials. All operations
involving regrading and cleaning of artillery ranges.

A 4 percent differential is applicable to employees employed in a position that
represents a low degree of hazard when working with, or in close proximity to
ordance, (or employees possibly adjacent to) explosives and incendiary materials
which involves potential injury such as laceration of hands, face, or arms of the
employee engaged in the operation, irritation of the skin, minor burns and the
like; minimal damage to immediate or adjacent work area or equipment being used.
All operations involving, unloading, storage, and hauling of ordance, explosive, and
incendiary ordnance material other than small arms ammunition. These differentials
are only applicable to work that has been specifically designated by the agency for
ordance, explosives, and incendiary material differential pay.

** UNIFORM ALLOWANCE **

If employees are required to wear uniforms in the performance of this contract
(either by the terms of the Government contract, by the employer, by the state or
local law, etc.), the cost of furnishing such uniforms and maintaining (by
laundering or dry cleaning) such uniforms is an expense that may not be borne by an
employee where such cost reduces the hourly rate below that required by the wage
determination. The Department of Labor will accept payment in accordance with the
following standards as compliance:

The contractor or subcontractor is required to furnish all employees with an
adequate number of uniforms without cost or to reimburse employees for the actual
cost of the uniforms. In addition, where uniform cleaning and maintenance is made
the responsibility of the employee, all contractors and subcontractors subject to
this wage determination shall (in the absence of a bona fide collective bargaining
agreement providing for a different amount, or the furnishing of contrary
affirmative proof as to the actual cost), reimburse all employees for such cleaning
and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in
those instances where the uniforms furnished are made of “wash and wear”
materials, may be routinely washed and dried with other personal garments, and do
not require any special treatment such as dry cleaning, daily washing, or commercial
laundering in order to meet the cleanliness or appearance standards set by the terms
of the Government contract, by the contractor, by law, or by the nature of the work,
there is no requirement that employees be reimbursed for uniform maintenance costs.

The duties of employees under job titles listed are those described in the
“Service Contract Act Directory of Occupations”, Fifth Edition, April 2006,
unless otherwise indicated. Copies of the Directory are available on the Internet. A
links to the Directory may be found on the WHD home page at http://www.dol.
gov/esa/whd/ or through the Wage Determinations On-Line (WDOL) Web site at
http://wdol.gov/.

REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form
1444 (SF 1444)}

Conformance Process:

The contracting officer shall require that any class of service employee which is
not listed herein and which is to be employed under the contract (i.e., the work to
be performed is not performed by any classification listed in the wage
determination), be classified by the contractor so as to provide a reasonable
relationship (i.e., appropriate level of skill comparison) between such unlisted
classifications and the classifications listed in the wage determination. Such
conformed classes of employees shall be paid the monetary wages and furnished the
fringe benefits as are determined. Such conforming process shall be initiated by
the contractor prior to the performance of contract work by such unlisted class(es)
of employees. The conformed classification, wage rate, and/or fringe benefits shall
be retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)}
When multiple wage determinations are included in a contract, a separate SF 1444
should be prepared for each wage determination to which a class(es) is to be
conformed.

The process for preparing a conformance request is as follows:

1) When preparing the bid, the contractor identifies the need for a conformed
occupation(s) and computes a proposed rate(s).

2) After contract award, the contractor prepares a written report listing in order
proposed classification title(s), a Federal grade equivalency (FGE) for each
proposed classification(s), job description(s), and rationale for proposed wage
rate(s), including information regarding the agreement or disagreement of the
authorized representative of the employees involved, or where there is no authorized
representative, the employees themselves. This report should be submitted to the
contracting officer no later than 30 days after such unlisted class(es) of employees
performs any contract work.

3) The contracting officer reviews the proposed action and promptly submits a report
of the action, together with the agency’s recommendations and pertinent
information including the position of the contractor and the employees, to the Wage
and Hour Division, Employment Standards Administration, U.S. Department of Labor,
for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4).

4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or
disapproves the action via transmittal to the agency contracting officer, or
notifies the contracting officer that additional time will be required to process
the request.

5) The contracting officer transmits the Wage and Hour decision to the contractor.

6) The contractor informs the affected employees.

Information required by the Regulations must be submitted on SF 1444 or bond paper.

When preparing a conformance request, the “Service Contract Act Directory of
Occupations” (the Directory) should be used to compare job definitions to insure
that duties requested are not performed by a classification already listed in the
wage determination. Remember, it is not the job title, but the required tasks that
determine whether a class is included in an established wage determination.
Conformances may not be used to artificially split, combine, or subdivide
classifications listed in the wage determination.

Set-Aside: Total Small Business Place of Performance: Tyndall AFB Tyndall AFB, FL 32403 US URL: https://www.fbo.gov/notices/d55945819ef8006898971811f1d77d01
OutreachSystems Article Number: 121227/PROCURE/0030
Matching Key Words: writ*; copy; technical; standard; operating; 

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

R — Design of Tunisia Threshold Program Public Sector Accountability MCC-13-RFQ-0029 010713 Regina E. Maxwell, Contract Specialist, Email MCCConsultants@mcc.gov Design of Tunisia Threshold Program Public Sector Accountability
MCC-13-RFQ-0029
1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information including in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Solicitation number is MCC-13-RFQ-0024 and is issued as a Request for Quotations (RFQ). This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-61, Effective October 15, 2012.

2) The North American Industrial Classification Systems (NAICS) code is 541611 and the small business size standard is $14 million.

3) FAR Clauses 52.212-1 through 52.212-5 apply to this procurement. The exact text and wording of clauses and provisions may be obtained from the Internet at http://acquisition.gov/far/index.html. The Government contemplates the award of a Time and Materials Order resulting from this solicitation. NOTE: An Addendum to FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, (Alt I) is attached.

4) The Millennium Challenge Corporation (MCC) is a U.S. Government corporation whose mission is to provide assistance that will support economic growth and poverty reduction in carefully selected countries that demonstrate a commitment to just and democratic governance economic freedom, and investments in their citizenry. For more information on the MCC, please visit http://www.mcc.gov.

5) THIS ANNOUNCEMENT IS FOR AN INDEPENDENT CONSULTANT AND IS NOT FOR INDIVIDUALS SEEKING EMPLOYMENT DIRECT WITH MCC. PLEASE VISIT: http://www.irs.gov/business/small/index.html FOR INFORMATION REGARDING INDEPENDENT CONTRACTORS. Note: MCC will assist the consultant in coordinating with an Independent Contractor Engagement Services Provider for payroll, travel, international travel insurance, etc., therefore, a DUNS number and registration in System for Award Management (SAM) is not required.

6) Description of Services:

The Scope of Work is defined as the participatory design of an MCC Threshold Program investment in improving public sector accountability in Tunisia based on the key findings of the CA. The Consultant will carry out a deeper sector analysis, in cooperation with a GOT team led by the specially-appointed POC, of the policies and institutions that cause or reinforce this binding constraint to growth. The Consultant will then facilitate the design of a Threshold Program investment based on reform commitments by the GOT, an assessment of both the implementation feasibility of reforms proposed, and the cost effectiveness of the proposed interventions, as well as written Program Guidance on the Threshold Country Plan, to be provided by MCC. MCC envisions that deliverables under this contract will be used not only to develop the MCC Threshold Program but also to inform additional aspects of the GOT’s broader reform agenda as well as the activities of other donors operating in Tunisia.

The Consultant is a joint partner with the GOT and as such will work with the designated GOT team, including the designated POC and any other resources the GOT leverages to support this work. All deliverables should represent jointly produced and agreed products of the Consultant and the GOT, and be revised to reflect any MCC feedback. The Consultant will make every effort to ensure GOT ownership over the analytical and program design processes, as well as the programmatic outcomes, in keeping with MCC’s core principle of country ownership. Disagreements over findings are to be resolved through additional analysis and data provision and direct engagement. If agreement is not possible, the final report will note areas of disagreement as well the basis for the disagreements. The Consultant will also work closely with other consultants engaged by MCC, particularly the consultant(s) engaged to analyze labor markets, sharing information, findings, and contacts on the ground in Tunisia, and will consider him or herself part of a larger team tasked with facilitating the design of the overall Threshold Country Plan in Tunisia.

7) This combined synopsis and solicitation notice is a request for competitive quotations. Therefore, all quotations received prior to the RFQ close date will be considered.

8) The Government will award an order to the responsible independent consultants(s) whose quote conforming to this notice represents the best value in terms of technical criteria, past performance and price. All non-price factors (technical criteria and past performance) are more important than price. If options are included, quotes will be evaluated by adding the total price for all options to the total price for the basic requirement. Evaluation of options shall not obligate the Government to exercise the options(s).

9) Evaluation Factors. Only quotes which meet the mandatory technical evaluation criteria will be considered.

 Technical Criteria

(a) Advanced Degree; Master’s or equivalent (MANDATORY);
(b) English and French fluency (MANDATORY);
(c) Demonstrated experience designing and/or designing successful governance reform programs in developing countries with a focus on anti-corruption strategies and reforms
(d) Demonstrated experience leading to analytical assessment studies or missions in developing countries or serving as an in-country implementer of a governance reform or anti-corruption program;
(e) Demonstrated experience working in Tunisia or North Africa and the Middle East;
(f) Demonstrated experience assessing policy and institutional gaps and weaknesses in labor markets and proposing context-relevant reforms conducting technical evaluations and/or writing technical evaluation reports;
(g) Demonstrated experience assessing policy and institutional gaps and weaknesses, ideally with expertise in one or more of the following areas:

• business climate;
• competitiveness;
• anti-corruption;
• rule of law;
• reform of public sector institutions

(h) Demonstrated experience conducting assessments, studies, publications and analytical missions (Note: identify role in each);
(i) Demonstrated relevant experience facilitating and presenting in English; ideally in
French-speaking settings;
(j) Demonstrated experience engaging with foreign governments in the design and/or implementation of assistance programs.

Past Performance

Three (3) professional references for relevant work performed during the past three years.

Price

The government will examine the proposed rate for reasonableness.

10) Evaluation Methodology. The Government will perform a comparative analysis of quotes and will assess the advantages and disadvantages of each quote as related to the Evaluation Factors. Multiple awards may be made from this notice and all quotes will be retained and may be utilized for requirements for a period of 6 months.

11) Quote Deadline . Independent Consultants are invited to submit their quotations in response to this notice by 2:00 pm Eastern Standard Time (EST), January 7, 2013. Only e-mailed requests for additional information will be accepted at MCCConsultants@mcc.gov by 12:00 pm eastern standard time on January 3, 2013. Quotations submitted in response to this notice shall include the solicitation number AND description in the subject line and be signed, dated and submitted via email to MCCConsultants@mcc.gov. The maximum file size is 10mb.

12) Quote Submission . The Individual Consultant shall submit the following document:

a. Technical: (1) Cover letter that addresses all technical criteria as listed in this solicitation; (2) Curriculum Vitae (25 page maximum)

b. Past Performance: Three professional references

c. Price: Bio-Data Form which includes the independent consultant’s proposed rate and salary history (See link below).

13) FAR 52.212.3, Offeror Representations and Certifications – Commercial Items shall be required from the selected consultant, prior to the time of award.

14) There are no additional contract requirements(s) necessary for this acquisition other than those consistent with customary commercial practices.

15) See document link below entitled, Addendum to FAR Clause 52.212-4, (Alt I); MCC Bio-Data Form

Place of Performance: Tunisia TN URL: https://www.fbo.gov/spg/MCC/MCCMCC/MCCMCC01/MCC-13-RFQ-0029/listing.html
OutreachSystems Article Number: 121222/PROCURE/0072
Matching Key Words: writ*; technical; standard; operating; 


Department of Transportation, Federal Aviation Administration (FAA), Southern Region, FEDERAL AVIATION ADMINISTRATION, AAQ-510ATLFAA EN – Eastern Service Area (Atlanta, GA)

99 — Market Survey Capability Assessment for the Covington, KY Air Traffic Control Tower Security Level Downgrade 12612 011813 Hector DeJesus, hector.dejesus@faa.gov, Phone: 404-305-5763 Click here to email Hector DeJesus TITLE: Covington, KY Air Traffic Control Tower Security Level Downgrade
CONTACT: Hector L. De Jesus
ORGANIZATION: AAQ-510ATL
REGION: ASO
PHONE NUMBER: 404-305-5763
E-MAIL: hector.dejesus@faa.gov
DATE POSTED: December 17, 2012
ARCHIVING DATE: January 18, 2012
CONTRACT NO: N/A
In accordance with the Federal Aviation Administration Acquisition Management System (AMS) Policy 3.2.1.2.1 – this announcement is to conduct a Market Survey for the purpose of soliciting statements of interest and capabilities from interested vendors. The FAA is seeking interested sources that are capable of providing construction services to downgrade the Covington Airport Traffic Control Tower (ATCT) security access from a security level three to a security level two.
Prospective offerors must be aware that installers intended to work on the security system must have their Johnson Control Cardkey Network Controller and JCI P2000 Certificates.
The detail requirements are identified in the attached DRAFT Specifications and DRAFT Drawing.
The FAA estimates the contract value to be between $100,000.00 and $250,000.00.
At this time the nature of the competition has not been determined. The FAA may decide to do a full and open competition or set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA’s 8(a) Program.
The Principal North American Industry Classification System (NAICS) size standard code for this requirement is 561621 – Security Systems Services, Size Standard – $12.5 Million
All responses (one per company) are to be provided on company letterhead and limited to a total of 15 typewritten pages. No type font less than 11 point may be used.
PURPOSE:
This market survey is to provide information for the FAA to consider in choosing the method and type of procurement competition.
CAPABILITY STATEMENT:
All respondents must provide a Capability Statement that addresses the following (in order):
a. Type of services provided by your firm that demonstrate ability to perform the services described.
b. Services provided under previous contracts that are similar in size, scope and complexity to this effort.
c. Respondent’s access to additional resources, skills, subcontractors, etc, if necessary to perform the contract. If subcontracting, teaming, or partnering arrangements are anticipated, those arrangements must be identified, as well as the estimated percentage of the total effort that each subcontractor, partner, or team member will provide of the total effort.
ATTACHMENTS:
Attached to this announcement are the following documents: (1) DRAFT Specifications (2) DRAFT Drawings
SUBMISSION FORMAT:
Format Quantity Address
Electronic 1 set hector.dejesus@faa.gov
OR
Hard copy 1 original Hector l. De Jesus
Contracting Officer
Federal Aviation Administration
Department of Transportation
Eastern Service Area, AAQ-510ATL
1701 Columbia Avenue
College Park, GA 30337
NOTES: Electronic submission is preferred. Submissions must not exceed 15 pages in length. The electronic submission should be in either Microsoft WORD format or portable document format (PDF). Please note that the FAA e-mail server restricts file size to 10MB per email message, therefore, responses may have to be submitted in more than one e-mail in order to be received.
This market survey is for informational purposes only and shall not be construed as a commitment or a promise to contract by the Government. All Submissions must be received by 4:00 p.m. Eastern Time on January 18, 2013. For questions, requests for additional information, etc. regarding this market survey, contact Hector L. De Jesus, Contracting Officer, via E-mail: hector.dejesus@faa.gov. Submission must include company Point(s) of Contact, telephone number(s), FAX number(s), E-mail address (es) (if available), and mailing address.
This announcement is not intended to guarantee procurement of the services, and shall not be construed as a commitment by the Government to enter into a contract. The Government is not liable for costs associated with the preparation, submittal of inquiries or responses for this announcement and will not reimburse any firm for cost incurred in responding to this public announcement. Responses will not be returned. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists at this time. If a solicitation is issued, it will be announced on the FAA’s Contract Opportunities web page. It is the offeror’s responsibility to monitor this site for the release of the solicitation.

If you’re viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/12612 to view the original announcement.

URL: https://www.fbo.gov/spg/DOT/FAA/SR/12612/listing.html
OutreachSystems Article Number: 121222/PROCURE/0380
Matching Key Words: state!ky; 


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

99 — Emergency Response, Transportation, and Disposal DJD-13-N-0002 010713 Ryan Connally, Phone 202-307-4042, Email ryan.p.connally@usdoj.gov GENERAL INFORMATION

Document Type: Sources Sought Notice
Notice Number: DJD-13-N-0002
Posted Date: 12/21/2012
Response Date: 01/07/2013
NAICS Code: 562112
Size Standard: $12.5 Million

CONTRACTING OFFICE ADDRESS

Department of Justice, Drug Enforcement Administration, Office of Acquisition & Relocation Management, 8701 Morrissette Drive, Springfield, VA 22152.

DESCRIPTION

This is a SOURCES SOUGHT notice. This is not a request for proposals and does not obligate the Government to award a contract. All responsible businesses, including small businesses, are encouraged to respond to this notice. The information requested by this notice will be used within the DEA to facilitate the decision making process and will not be disclosed outside the agency. The DEA will not be responsible for any cost incurred by interested parties in responding to this notice. Unsolicited proposals or offers of any kind will not be considered in response to this notice. All information received in response to this notice that is marked Proprietary will be handled accordingly. Responses to this notice will not be returned.

The DEA Hazardous Waste Section is seeking information from potential sources for emergency response, transportation, and disposal services, in accordance with the attached Statement of Need. At this time, questions concerning the composition and requirements for a future Request for Proposal, as well as those regarding the nature of the services to be performed under any future related initiative will not be accepted. Email responses to this sources sought notice to Contract Support Specialist Ryan Connally at ryan.p.connally@usdoj.gov by 4:00 PM Eastern Time on January 07, 2013.

PLACE OF PERFORMANCE

The primary place of performance is anticipated to be various domestic DEA locations nationwide. See below Statement of Need for specific locations.

STATEMENT OF NEED

The DEA’s primary responsibility is for enforcing the Controlled Substances Act. As part of this primary responsibility, DEA becomes the generator of hazardous waste seized at clandestine drug laboratories and hazardous waste generated by DEA forensic laboratories or other DEA waste-generating activities; therefore becoming responsible for the compliance with Federal, state and local regulations pertaining to its management. DEA is also responsible for funding the cleanup and disposal of state and local hazardous waste seized at clandestine drug laboratories, and the transportation and disposal of state and local waste that has been packaged and stored at various Authorized Central Storage (ACS) sites throughout each contracted state.

DEA has a need to secure the services, based on the best value to the government, of one contractor in each state of Alabama, Arkansas, Florida, Illinois, Indiana, Kansas, Kentucky, Michigan, Mississippi, New York, North Carolina, Ohio, Oklahoma, Pennsylvania, Tennessee, and Virginia. A certified/qualified contractor is needed to (1) perform emergency response, cleanup and disposal services of hazardous and non-hazardous waste encountered at clandestine drug laboratories; (2) pickup, transport and dispose of hazardous and non-hazardous waste stored at state and local ACS locations; and (3) provide certification training for the proper packaging and transporting of hazardous waste associated with DEA’s ACS programs.

The best value Contractor will properly manage and perform the “duties of a generator” to include hazardous material (HazMat) emergency response, hazardous waste characterization, lab packing, and/or transportation and storage of hazardous material or hazardous waste seized by Federal, state, and local law enforcement agencies at clandestine drug laboratories, generated by forensic laboratories, mobile laboratories, training exercises, or by other waste-generating activities authorized by DEA. The proper management and destruction of these wastes must be performed in manner that ensures the waste is destroyed in accordance with all applicable Federal, state and local laws and regulations at an Environmental Protection Agency (EPA) permitted incinerator facility. All waste must be incinerated in a manner that renders the waste unusable and impossible to recover.

In general:

The Contractor shall have a 24 hours per day, seven days per week, 365 days per year, capability for responding to a clandestine drug laboratory site with enough trained personnel, equipment and material to perform the required level of effort without delay and within the specified response times.

The Contractor shall utilize only those employees who have had current training that meets the pertinent requirements of OSHA, EPA, DOT and any other applicable federal, state, or local training requirements to perform the services indicated within the Statement of Need.

The Contractor shall have the capability and level of expertise to provide the certification training for law enforcement personnel to properly characterize, lab-pack, and transport hazardous waste to and from the ACS sites in accordance with all applicable Federal, state and local laws and regulations.

The Contractor shall have the appropriate type and number of transport equipment at an authorized removal site at the required time to ensure that the departure from the site is not delayed.

All motor vehicle operators designated and/or tasked to transport material or waste per the statement of need shall obtain a State-issued hazardous material endorsement to his/her commercial driver’s license in accordance with 49 CFR 383.93.

The Contractor shall provide a secure storage area that meets all Federal, state, and local requirements for storage of all hazardous waste or hazardous material. The area where DEA waste or material is accumulated must be protected from weather, fire, physical damage and vandals and/or theft.

The Contractor shall have all applicable, current permits, licenses, training certificates and other forms of required documentation to perform the services indicated within the Statement of Need.

The Contractor shall have the capability or means to incinerate all waste, other than compressed gas cylinders, appliances, and scrap metal, in accordance with all Federal, state, and local laws and regulations and the facility’s operating permit requirements to include the ability to provide a Certificate of Destruction (CD) for each waste incinerated/disposed.

REQUIREMENTS

Refer to the attached Statement of Need for details. All responses must be able to perform all items articulated in this notice.

Interested vendors possessing the required capabilities should respond by providing the Government the following information:

1. Company name; mailing address; physical address; point of contact; telephone number; fax number; e-mail address; DUNS number; NAICS code; company business size (if small, indicate type); and GSA schedule number (if applicable).

2. A corporate capability statement between one and ten (10) pages that includes relevant experience within the past three years. Relevant experience is defined as possessing the experience described in the “Requirements” section above.

3. A representative sample of contracts the vendor’s firm was awarded to provide the requirements as described in this notice within the past three years. For each contract listed, include the type of contract; total estimated value; contract period of performance (e.g., base and number of option periods); customer (i.e. federal agency) and respective point of contact (e.g., point of contact’ s name, phone number, and email address).

4. At a minimum, the Contractor shall demonstrate its capabilities to perform the services described in the Statement of Need section.

5. Provide the following documentation:
i. Copy of the part B TSDF permit the Contractor proposes to utilize for incineration
ii. Copy of CDL licenses
iii. Copy of EPA hazardous waste transporter permit
iv. Copy of DOT hazardous materials transporter permit
v. Copy of DOT training certifications
vi. Copy of Hazardous Waste Operation certifications
vii. Copy of Permit-Required Confined Space certifications
viii. Copy of Bloodborne Pathogen certifications
ix. Copy of “Train-the-Trainer” certifications and/or credentials for EPA, DOT, OSHA training certificate programs
x. Duty roster of qualified/trained personnel capable of performing the services required.

6. A Rough Order of Magnitude (ROM) pricing for one year of services, including item description(s), unit description(s), and rates.
URL: https://www.fbo.gov/spg/DOJ/DEA/OAM/DJD-13-N-0002/listing.html
OutreachSystems Article Number: 121222/PROCURE/0466
Matching Key Words: state!ky; 


Department of Transportation, Federal Aviation Administration (FAA), Southern Region, FEDERAL AVIATION ADMINISTRATION, AAQ-510ATL FAAEN – Eastern Service Area (Atlanta, GA)

99 — Market Survey Capability Assessment for the Covington, KY Air Traffic Control Tower Security Level Downgrade 12612 011813 Hector DeJesus, hector.dejesus@faa.gov, Phone: 404-305-5763 Click here to email Hector DeJesus TITLE: Covington, KY Air Traffic Control Tower Security Level Downgrade
CONTACT: Hector L. De Jesus
ORGANIZATION: AAQ-510ATL
REGION: ASO
PHONE NUMBER: 404-305-5763
E-MAIL: hector.dejesus@faa.gov
DATE POSTED: December 21, 2012
ARCHIVING DATE: January 18, 2012
CONTRACT NO: N/A
In accordance with the Federal Aviation Administration Acquisition Management System (AMS) Policy 3.2.1.2.1 – this announcement is to conduct a Market Survey for the purpose of soliciting statements of interest and capabilities from interested vendors. The FAA is seeking interested sources that are capable of providing construction services to downgrade the Covington Airport Traffic Control Tower (ATCT) security access from a security level three to a security level two.
Prospective offerors must be aware that installers intended to work on the security system must have their Johnson Control Cardkey Network Controller and JCI P2000 Certificates.
The detail requirements are identified in the attached DRAFT Specifications and DRAFT Drawing.
The FAA estimates the contract value to be between $100,000.00 and $250,000.00.
At this time the nature of the competition has not been determined. The FAA may decide to do a full and open competition or set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA’s 8(a) Program.
The Principal North American Industry Classification System (NAICS) size standard code for this requirement is 561621 – Security Systems Services, Size Standard – $12.5 Million
All responses (one per company) are to be provided on company letterhead and limited to a total of 15 typewritten pages. No type font less than 11 point may be used.
PURPOSE:
This market survey is to provide information for the FAA to consider in choosing the method and type of procurement competition.
CAPABILITY STATEMENT:
All respondents must provide a Capability Statement that addresses the following (in order):
a. Type of services provided by your firm that demonstrate ability to perform the services described.
b. Services provided under previous contracts that are similar in size, scope and complexity to this effort.
c. Respondent’s access to additional resources, skills, subcontractors, etc, if necessary to perform the contract. If subcontracting, teaming, or partnering arrangements are anticipated, those arrangements must be identified, as well as the estimated percentage of the total effort that each subcontractor, partner, or team member will provide of the total effort.
ATTACHMENTS:
Attached to this announcement are the following documents: (1) DRAFT Specifications (2) DRAFT Drawings
SUBMISSION FORMAT:
Format Quantity Address
Electronic 1 set hector.dejesus@faa.gov
OR
Hard copy 1 original Hector l. De Jesus
Contracting Officer
Federal Aviation Administration
Department of Transportation
Eastern Service Area, AAQ-510ATL
1701 Columbia Avenue
College Park, GA 30337
NOTES: Electronic submission is preferred. Submissions must not exceed 15 pages in length. The electronic submission should be in either Microsoft WORD format or portable document format (PDF). Please note that the FAA e-mail server restricts file size to 10MB per email message, therefore, responses may have to be submitted in more than one e-mail in order to be received.
This market survey is for informational purposes only and shall not be construed as a commitment or a promise to contract by the Government. All Submissions must be received by 4:00 p.m. Eastern Time on January 18, 2013. For questions, requests for additional information, etc. regarding this market survey, contact Hector L. De Jesus, Contracting Officer, via E-mail: hector.dejesus@faa.gov. Submission must include company Point(s) of Contact, telephone number(s), FAX number(s), E-mail address (es) (if available), and mailing address.
This announcement is not intended to guarantee procurement of the services, and shall not be construed as a commitment by the Government to enter into a contract. The Government is not liable for costs associated with the preparation, submittal of inquiries or responses for this announcement and will not reimburse any firm for cost incurred in responding to this public announcement. Responses will not be returned. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists at this time. If a solicitation is issued, it will be announced on the FAA’s Contract Opportunities web page. It is the offeror’s responsibility to monitor this site for the release of the solicitation.

If you’re viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/12626 to view the original announcement.

URL: https://www.fbo.gov/spg/DOT/FAA/SR/12612/listing.html
OutreachSystems Article Number: 121222/PROCURE/0633
Matching Key Words: state!ky; 

Department of Justice, Federal Prison Industries/UNICOR, Contracting Office/Manchester, P.O. Box 3000 Manchester KY 40962

R — Textile Manufacturing Services CTG-9281 010713 Tina Dufour, Contracting Officer, Phone 606-598-1900 ext 4151, Fax 606-599-5115, Email Tina.Dufour@usdoj.gov Federal Prison Industries, Inc. (trade name UNICOR) is requesting a contractor (s) to assist in the development of FPI’s new product design, engineering, and operational services for the Clothing and Textile Group.  See Statement of Work included in solicitation for further details.
Set-Aside: Total Small Business Place of Performance: UNICOR, Federal Prison Industries 400 1st Street, NW Washington, DC 20534 US URL: https://www.fbo.gov/spg/DOJ/FPI-UNICOR/MAN/CTG-9281/listing.html
OutreachSystems Article Number: 121221/PROCURE/0078
Matching Key Words: age:state!ky; 


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

R — Design of Tunisia Threshold Program Labor Markets MCC-13-RFQ-0024 010213 Regina Maxwell, Contract Specialist, Phone 202-521-3683, Email MCCConsultants@mcc.gov Design of Tunisia Threshold Program Labor Markets
MCC-13-RFQ-00024
1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information including in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Solicitation number is MCC-13-RFQ-0024 and is issued as a Request for Quotations (RFQ). This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-61, Effective October 15, 2012.

2) The North American Industrial Classification Systems (NAICS) code is 541611 and the small business size standard is $14 million.

3) FAR Clauses 52.212-1 through 52.212-5 apply to this procurement. The exact text and wording of clauses and provisions may be obtained from the Internet at http://acquisition.gov/far/index.html. The Government contemplates the award of a Time and Materials Order resulting from this solicitation. NOTE: An Addendum to FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, (Alt I) is attached.

4) The Millennium Challenge Corporation (MCC) is a U.S. Government corporation whose mission is to provide assistance that will support economic growth and poverty reduction in carefully selected countries that demonstrate a commitment to just and democratic governance economic freedom, and investments in their citizenry. For more information on the MCC, please visit http://www.mcc.gov.

5) THIS ANNOUNCEMENT IS FOR AN INDEPENDENT CONSULTANT AND IS NOT FOR INDIVIDUALS SEEKING EMPLOYMENT DIRECT WITH MCC. PLEASE VISIT: http://www.irs.gov/business/small/index.html FOR INFORMATION REGARDING INDEPENDENT CONTRACTORS. Note: MCC will assist the consultant in coordinating with an Independent Contractor Engagement Services Provider for payroll, travel, international travel insurance, etc., therefore, a DUNS number and registration in System for Award Management (SAMS) is not required.

6) Description of Services:

The Scope of Work is defined as the participatory design of an MCC Threshold Program investment in improving labor market rigidities in Tunisia based on the key findings of the CA. The Consultant will carry out a deeper sector analysis, in cooperation with a GOT team led by the specially-appointed POC, of the policies and institutions that cause or reinforce this binding constraint to growth.

The Consultant will then facilitate the design of a Threshold Program investment based on reform commitments by the GOT, an assessment of both the implementation feasibility of reforms proposed, and the cost effectiveness of the proposed interventions, as well as written Program Guidance on the Threshold Country Plan, to be provided by MCC. MCC envisions that deliverables under this contract will be used not only to develop the MCC Threshold Program but also to inform additional aspects of the GOT’s broader reform agenda as well as the activities of other donors operating in Tunisia.

The Consultant is a joint partner with the GOT and as such will work with the designated GOT team, including the designated POC and any other resources the GOT leverages to support this work. All deliverables should represent jointly produced and agreed products of the Consultant and the GOT, and be revised to reflect any MCC feedback.

The Consultant will make every effort to ensure GOT ownership over the analytical and program design processes, as well as the programmatic outcomes, in keeping with MCC’s core principle of country ownership. Disagreements over findings are to be resolved through additional analysis and data provision and direct engagement. If agreement is not possible, the final report will note areas of disagreement as well the basis for the disagreements.

The Consultant will also work closely with other consultants engaged by MCC, particularly the consultant(s) engaged to analyze public sector accountability issues, sharing information, findings, and contacts on the ground in Tunisia, and will consider him or herself part of a larger team tasked with facilitating the design of the overall Threshold Country Plan in Tunisia.

7) This combined synopsis and solicitation notice is a request for competitive quotations. Therefore, all quotations received prior to the RFQ close date will be considered.

8) The Government will award an order to the responsible independent consultants(s) whose quote conforming to this notice represents the best value in terms of technical criteria, past performance and price. All non-price factors (technical criteria and past performance) are more important than price. If options are included, quotes will be evaluated by adding the total price for all options to the total price for the basic requirement. Evaluation of options shall not obligate the Government to exercise the options(s).

9) Evaluation Factors. Only quotes which meet the mandatory technical evaluation criteria will be considered.

Technical Criteria

(a) Advanced Degree; Master’s or equivalent (MANDATORY);
(b) English and French fluency (MANDATORY);
(c) Demonstrated experience analyzing and/or designing successful labor market reform programs in developing countries;
(d) Demonstrated experience working in Tunisia or North Africa and the Middle East;
(e) Demonstrated experience assessing policy and institutional gaps and weaknesses in labor markets and proposing context-relevant reforms conducting technical evaluations and/or writing technical evaluation reports;
(f) Demonstrated experience leading to analytical assessment studies or missions in developing countries or serving as an in-country implementer of a labor market reform program;
(g) Demonstrated experience assessing policy and institutional gaps and weaknesses in labor markets and proposing context-relevant reforms, ideally with expertise in one or more of the following areas:

• labor costs and taxes;
• labor law, regulations and institutional frameworks;
• national social dialogues involving public institutions, civil society, labor unions, and private businesses;
• analyzing labor market protections;
• analysis, design, and reform of social security systems in developing countries.

(h) Demonstrated experience conducting assessments, studies, publications and analytical missions (Note: identify role in each);
(i) Demonstrated relevant experience facilitating and presenting in English; ideally in
French-speaking settings;
(j) Demonstrated experience engaging with foreign governments in the design and/or implementation of assistance programs.

Past Performance

Three (3) professional references for relevant work performed during the past three years.

Price

The government will examine the proposed rate for reasonableness.

10) Evaluation Methodology. The Government will perform a comparative analysis of quotes and will assess the advantages and disadvantages of each quote as related to the Evaluation Factors. Multiple awards may be made from this notice and all quotes will be retained and may be utilized for requirements for a period of 6 months.

11) Quote Deadline. Independent Consultants are invited to submit their quotations in response to this notice by 2:00 pm Eastern Standard Time (EST), January 2, 2013. Only e-mailed requests for additional information will be accepted at MCCConsultants@mcc.gov by 12:00 pm eastern standard time on December 27, 2012. Quotations submitted in response to this notice shall include the solicitation number AND description in the subject line and be signed, dated and submitted via email to MCCConsultants@mcc.gov. The maximum file size is 10mb.

12) Quote Submission. The Individual Consultant shall submit the following document:

a. Technical: (1) Cover letter that addresses all technical criteria as listed in this solicitation; (2) Curriculum Vitae (25 page maximum)

b. Past Performance: Three professional references

c. Price: Bio-Data Form which includes the independent consultant’s proposed rate and salary history (See link below).

13) FAR 52.212.3, Offeror Representations and Certifications – Commercial Items shall be required from the selected consultant, prior to the time of award.

14) There are no additional contract requirements(s) necessary for this acquisition other than those consistent with customary commercial practices.

15) See document link below entitled, Addendum to FAR Clause 52.212-4, (Alt I); MCC Bio-Data Form

Place of Performance: Tunisia TN URL: https://www.fbo.gov/spg/MCC/MCCMCC/MCCMCC01/MCC-13-RFQ-0024/listing.html
OutreachSystems Article Number: 121221/PROCURE/0079
Matching Key Words: writ*; technical; standard; operating; 


Department of Veterans Affairs, VA Corporate Franchise Data Center, Department of Veterans Affairs Corporate Franchise Data Center, Department of Veteran Affairs;SAO East;PCAE STL Contracting Officer;11152 South Towne Square;Saint Louis MO 63123

U–AMPUTEE COALITION OF AMERICA VA77713I0021 122612 WANAKEE STRICKLAND@VA.GOV PLEASE RESPOND BY 12-26-2012 IF YOU ARE ABLE TOVA PROVIDE SERVICES. CONTRACT SPECIALIST 1. Title of Project: Amputation System of Care Training Materials
2.0. Scope of Work: The contractor shall provide all manpower, resources and materials necessary to the Department of Veterans Affairs (VA), Veterans Health Administration (VHA), through the Employee Education System (EES), subscription for “Amputation System of Care” (ACA) training supplies, educational materials, and one year of ACA & “Commission on Accreditation of Rehabilitation Facilities” (CARF) corporate membership for 22 Veteran Integrated Service Networks (VISN) across the United States.
3.0 Background: VHA has experienced over the past decade an huge influx of amputee patients and a congruent amount of designated healthcare providers that care for these patients into the VHA healthcare system. In order to support the healthcare providers and patients alike, ACA magazines/materials outline experience in providing the required educational training/support materials. Also, the approaches outlined in the magazine will enable VHA to move from a ‘disease model’ of care into a patient centered ‘wellness model’. This approach is also critical in order to provide better amputation care to VHA’s foreseeable influx of amputee veterans seeking VHA healthcare. The system that is incorporated in ACA’s materials will place VA in a unique position of being the best approach to assist VA and its patients in improved “amputation of care”.
In addition, VHA requires annual ACA/CARF membership for 22 VISN as well as 7 Regional Amputation Centers (RACs) and 15 Polytrauma Amputation Networks (PANS). EES requires access to ACA/CARF corporate membership in order to support VHA’s ongoing research for clinical training and education management decisions that directly impacts our nation’s veterans quality of healthcare.
4.0 Period of Performance: The period of performance shall be for one year from the date of contract award. In addition the government requests four (4) additional one (1) year option years.
4.1. Government Recognized Holidays. Unless specifically authorized in writing by the Contracting Officer, no services will be provided and no charges will be incurred and/or billed to any order on this contract on any of the Federal Holidays listed below.
New Years Day Labor Day
Martin Luther King Day Columbus Day
Presidents’ Day Veterans’ Day
Memorial Day Thanksgiving Day
Independence Day Christmas Day
5.0 Place of Performance: Work shall be performed at the contractor’s site.
6.0 Type of Contract: The Government anticipates award of a Firm Fixed-Price contract.
7.0 Contract Pre-Performance Meetings: The contractor shall participate in regularly scheduled planning teleconference meetings throughout the performance of the contract.
8.0. General Requirements: The purpose of the contract is to obtain a subscription for “Amputation System of Care” (ACA) training supplies, educational materials, and one year of ACA & “Commission on Accreditation of Rehabilitation Facilities” (CARF) corporate membership for 22 Veteran Integrated Service Networks (VISN) across America. ACA will provide educational materials:
” Membership for 22 VISNs sites
” Membership for 7 Regional Amputation Centers (RAC) and 15 Polytrauma Amputation Network (PAN) sites
” 100 copies of “First Step” for each of the 22 VISNs;
” 100 copies of “Side Step” for each of the 22 VISNs;
” 100 Copies of “Primer Paso” for each of the 22 VISNs
” 50 Copies of “First Step” for each of the 7 Regional Amputation Center (RAC) and the 15 Polytrauma Network (PAN)
” 50 copies of “Side Step” for each of the 7 Regional Amputation Center (RAC) and the 15 Polytrauma Network (PAN)
” 50 Copies of “Primer Paso” for each of the 7 Regional Amputation Center (RAC) and the 15 Polytrauma Network (PAN)
” 55,000 copies of “Pain Brochure” divided across the 7 Regional Amputation Centers (RAC) and 15 Polytrauma Networks (PAN)
” 55,000 copies of “Living Well With Limb Loss” booklet series divided across the 7 Regional Amputation Centers (RAC) and 15 Polytrauma Networks (PAN)
Amputation Rehabilitation Coordinators
Regional Amputation Centers

Facility Amputation Rehabilitation Coordinator Phone Number Addresses
Tampa Jim Switzer 813-558-3919 James A. Haley VAMC, Physical Medicine and Rehabilitation, 13000 Bruce B. Downs, Tampa, FL 33612
Minneapolis Peggy Merchak 612-467-2836 Minneapolis VAMC, Physical Medicine and Rehabilitation, One Veteerans Drive, Minneapolis, MN 55417
Seattle Ellen Ferris 206-277-3721 Puget Sound HCS, Physical Medicine and Rehabilitation,1660 S. Columbian Way, Seattle, WA 98108
Denver Lea Lew 303-270-6411 Physical Medicine and Rehabilitation, 14400 E. Jewell Ave, Aurora, CO 80012
Richmond Patty Young 804-675-5000 x3292 Richmond VAMC, Physical Medicine and Rehabilitation, 1201 Broad Rock Blvd, Richmond, VA 23249
Palo Alto Daniel McGrath 650-493-5000 x67682 Palo Alto VAMC, Physical Medicine and Rehabilitation, 3801 Miranda Ave, Palo Alto, CA 94304
Bronx Shana Richards 718-584-9000 x5094 Bronx VAMC, Physical Medicine and Rehabilitation, 130 W. Kingsbridge Rd, Bronx, NY 10468
Polytrauma/Amputation Network Sites
Facility Amputation Rehabilitation Coordinator Phone Number Addresses
Augusta Jason Pattillo 706-733-0188 x6982 Augusta VAMC, Physical Medicine and Rehabilitation, One Freedon Way, Augusta, GA 30904
Houston Stacy Flynn 713-794-7819 Houston VAMC, Physical Medicine and Rehabilitation, 2002 Holcombe Blvd, Houston, TX 77030
Tucson James Boyer 520-792-1450 x6522 Tucson VAMC, Physical Medicine and Rehabilitation, 3601 S. 6th Ave, Tucson, AZ 85723
Dallas Ronilza Tobias 214-857-2342 Dallas VAMC, Physical Medicine and Rehabilitation, 4500 S. Lancaster Road, Dallas, TX 75216
St Louis Stephanie O’Connor 314-894-6629 St Louis VAMC, Physical Medicine and Rehabilitation, One Jefferson Barracks Dr., St Louis, MO 63125
Indianapolis Alix Walker 317-988-4823 RLR VAMC (117), 1481 W. 10th St, Indianapolis, IN 46202
Hines Lisa McKenna 708-202-2407 Hines VAMC, Physical Medicine and Rehabilitation, 5000 S. 5th Ave, Hines, IL 60141
Cleveland Joseph Boncser 216-791-3800 x1170 Cleveland VAMC, Physical Medicine and Rehabilitation, 10701 East Blvd, Cleveland, OH 44106
Syracuse Karen Hughes 315-425-4400 x52385 Syracuse VAMC, Physical Medicine and Rehabilitation, 800 Irving Ave, Syracuse, NY 13210
Boston Randi Woodrow 857-364-4863 Boston VAMC, Physical Medicine and Rehabilitation, 150 S. Huntington Ave, Boston, MA 02130
Philadelphia Kathleen Weisbond 215-823-4341 Philadelphia VAMC, Physical Medicine and Rehabilitation, University and Woodland Ave, Philadelphia, PA 19104
Washington DC Lindsay Crowell 202-745-8000 x7613 Washington DC VAMC, Physical Medicine and Rehabilitation, 50 Irving St, NW, Washington, DC, 20422
Lexington Frank Levy 859-233-4511 x5209 Lexington VAMC, Physical Medicine and Rehabilitation, 1101 Veterans Drive, Lexington, KY 40502-2236
West LA Marilyn Rodgers 310-478-3711 x40053 West LA VAMC, Physical Medicine and Rehabilitation, 11301 Wilshire Blvd, Los Angeles, CA 90073
Puerto Rico Marilyn Rodriguez 787-641-7581 x11265/11031 San Juan VAMC, Physical Medicine and Rehabilitation, 10 Casia St, San Juan, PR 00921-3201
9.0. Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS.
10. Formal Acceptance or Rejection of Deliverables: The Government will review each deliverable and provide feedback/comments. The contractor shall have five business days to incorporate feedback/comments and make appropriate revisions. The contractor shall provide the revised version of each deliverable to the Contracting Officer’s Representative (COR). The COR will review and determine final acceptance by the Government. The COR will notify the contractor of final acceptance within five business days.
11. Changes to the PWS: Any changes to this PWS shall be authorized and approved only through written correspondence from the Contracting Officer. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor.
12. Contractor Reporting Requirements:
13. Travel: None anticipated
14. Contractor Experience Requirements – N/A
15. Confidentiality and Disclosure:
15.1. It is agreed that:
The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this contract, are the exclusive property of the U.S. Government and shall be submitted to the Contracting Officer at the conclusion of the contract.
15.2 The Contracting Officer will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this contract. No information shall be released by the contractor. Any request for information relating to this contract, presented to the contractor, shall be submitted to the Contracting Officer for response.
15.3 Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the Contracting Officer.
16. Contractor Security Requirements: Contractor will not have access to VA Information Technology (IT) systems nor access to sensitive/personnel identifiable information (PII)
Place of Performance: 11152 SOUTH TOWN SQUARE;ST. LOUIS, MO 63304 USA URL: https://www.fbo.gov/spg/VA/VAAAC/VAAAC/VA77713I0021/listing.html
OutreachSystems Article Number: 121221/PROCURE/0525
Matching Key Words: state!ky; 

Department of the ArmyDepartment of the Army, U.S. Army Corps of Engineers, USACE District, Nashville, USACE District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070

R — RECOVERY–R–PROJECT NUMBER 116941, Kentucky Lock&Dam, TN R, KY W912P5-10-D-0010-0017 121912 Isaac J. Taylor, 615-736-5679 USACE District, Nashville RECOVERY – PER FAR 5.7 THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY; THEREFORE FAR 5.203 DOES NOT APPLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTOR(S) UNDER THE CURRENT CONTRACT NUMBER(S): W912P5-10-D-0010, AVPOL INTERNATIONAL LLC

Temporary Support Services for One Quality Assurance Representative III at the Kentucky Lock Addition Project, Marshall and Livingston Counties, KY, for the Nashville District U.S. Army Corps of Engineers.
Place of Performance: Kentucky Lock Resident Office 193 Taylor Park Road Grand Rivers tn 42045 US URL: https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-10-D-0010-0017/listing.html
OutreachSystems Article Number: 121220/PROCURE/0072
Matching Key Words: state!ky; 


Department of Transportation, Federal Aviation Administration (FAA), Mike Monroney Aeronautical CTR, FEDERAL AVIATION ADMINISTRATION, AMQ-210 AMC – Aeronautical Center (Oklahoma City, OK)

99–2nd REQUEST FOR OFFERS – LEAD ACID BATTERIES – NSN: 6140-01-291-6488 12573 011413 Casey Davis, 405-954-7897 casey.davis@faa.gov The Federal AviationFAA Administration (FAA), Mike Monroney Aeronautical Center (MMAC), Oklahoma City, Oklahoma, has a requirement for lead acid batteries, manufactured in accordance with salient characteristics (2) provided. FAA Specification FAA-E-2826 is attached for reference. The batteries are required in support of the Aircraft Instrument Landing System (ILS).
Four contracts have been previously awarded for this requirement, but due to a change in the requirements office specifications, this requirement is being re-solicited for additional potential offers. This is a Multiple Award type Contract. This requirement is set aside for small business. The NAICS code is 335911.
The proposed Indefinite Delivery/Requirements type contract with Economic Price Adjustment will include option provisions to renew for four (4) additional one-year periods. Requirements will be placed on an as needed basis. Each requirement will be direct ship from the contractor to the facility as orders are received. Contractor’s standard commercial warranty is required.
Firms shall complete and submit the attached Business Declaration form with their proposal.
A technical evaluation will be conducted, see SIR/RFO Provisions L.2 and M.1. Required technical documentation shall include: (a) Written documentation to demonstrate the proposed battery conforms to the salient characteristics (2) provided in Attachment 1 (b) Supporting documentation to establish that the proposed battery meets the battery life expectancy requirement as stated in FAA-E-2826 Section 4.3.22; e.g. data from life tests of SAE J240 or SAE J2185. As noted in the salient characteristics, the requirement for the battery life cycle expectancy (Years of Use) has been changed from 20 years to 10 years for this solicitation. (c) A copy of their standard commercial warranty.
Technical
/cost proposals must be received by the FAA, Customer Service Desk (AMQ-100), 6500 South MacArthur Boulevard, Oklahoma City, Oklahoma 73169 (P.O. Box 25082, Zip Code 73125), no later than 2:00 p.m. CST, January 14, 2013. Hand-carried proposals (or proposals sent by overnight delivery) shall be delivered to Room 313 of the Multi-Purpose Building located at 6500 South MacArthur Boulevard, Oklahoma City, Oklahoma 73169. The proposal must be sealed and labeled as follows: SIR/RFO DTFAAC-12-R-01010/0001; due 2:00 p.m. CST, January 14, 2013.
Hand-delivered responses will need to allow sufficient time to process through security procedures in place at the Aeronautical Center. Overnight delivery of responses to this SIR/RFO could also be impacted if not sent in sufficient time to allow for special mail handling procedures in place at the Aeronautical Center.
Any responses received after 2:00 p.m. CST, January 14, 2013, will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals, incorporated by reference in the solicitation. If all requested information is not furnished, the vendor’s response may be determined ineligible.
Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the SIR/RFO process.
This SIR/RFO is not to be construed as a contract or a commitment of any kind. The Government shall not be liable for payment of any costs attributed to the preparation and submission of requested technicaldocumentation.
Inquiries regarding the SIR/RFO should be directed to the Contract Specialist, Casey E. Davis, casey.davis@faa.gov.
URL: https://www.fbo.gov/spg/DOT/FAA/MMACTR/12573/listing.html
OutreachSystems Article Number: 121220/PROCURE/0491
Matching Key Words: writ*; copy; technical; standard; 

Department of Veterans Affairs, VA Great Lakes Healthcare System, Department of Veterans Affairs Great Lakes Healthcare System, Great Lakes Acquisition Center (GLAC);Department of Veterans Affairs;115 S 84th Street, Suite 101; Milwaukee WI 53214-1476

VAR–Musical Support for Sunday Worship Services Catholic and Protestant at JB 537 VA69D13Q0287 122812 Sandra Maren 414-844-4843 Contract Specialist 
Contractor shall provide musical support for Sunday Worship Services on all Sundays (52 weeks) at 9:15A for the Protestant Service and at 10:30A for the Catholic Mass. To include musical support on 4 to 6 special occasions during each year at the Jesse Brown VA Medical Center Chapel, 2030 W Taylor St, Chicago, IL 60612-4223. Contractor shall provide all services necessary to meet this requirement as specified in the statement of work.
Place of Performance: 2030 W Taylor St;Chicago, IL 60612-4223 60612 USA URL: https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D13Q0287/listing.html
OutreachSystems Article Number: 121219/PROCURE/0055
Matching Key Words: naics!711510; 


Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd 5th Floor Rockville MD 20852-3804

R — Dietart Supplements Methods of Analysis NIHOD2013406 012313 Marcia – Goldman, Phone 301-496-2302, Fax 301-402-3407, Email goldmanm@od.nih.gov ; ;p;dept of health and human services
Description: Infrastructure Support for Dietary Supplement Methods of Analysis

This is a small Business Sources Sought notice.   This is NOT a solicitation for proposals, proposal abstracts, or quotations.   The purpose of this notice is to obtain information regarding (1) the availability and capability of qualified small business sources; (2) whether there are small businesses; HUB Zone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the potential acquisition.   Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not a small business under the applicable NAICS code should not submit a response to this notice.   Applicable NAICS code for consideration under this Sources Sought Notice is 813920.

The National Institutes of Health Office of Dietary Supplements (ODS) is seeking to identify sources with the technical capabilities and prior, successful experience in providing scientific and administrative support for the development and validation of analytical methods for selected analytes in dietary supplements.

Objective:

The Office of Dietary Supplements seeks technical assistance leading to the creation of accurate, reliable, practical, validated, and published analytical methods for selected dietary supplements. This effort will be accomplished by contracting with a voluntary standard setting body (as defined in Office of Management and Budget (OMB) Circular A-119 Federal Participation in the Development and Use of Voluntary Consensus Standards and in Conformity Assessment Activities ) for the coordination and oversight of pre- and post- laboratory administrative efforts that assist in the creation and dissemination of validated methods of analysis for selected analytes in dietary supplement raw materials and finished products. The vendor will be expected to create and administer a stakeholder-driven infrastructure support process that utilizes expert volunteer stakeholder panels organized and conducted by the contractor.

This infrastructure support contract is intended to guide, support, and enhance laboratory studies that will be performed under the auspices of a separate acquisition that will be funded using standard NIH procurement mechanisms. No laboratory work is required by the contract described in this notice.

Vendor Capabilities

Innovative technical approaches to satisfying the anticipated requirement through project planning, conducting stakeholder panels, assisting study scientists, and reporting results would be sought if the Office of Dietary Supplements opts to issue a solicitation for this requirement.

If your organization is a small business that is a voluntary standards setting body and has the potential capacity to perform these types   of services, please provide the following in your submission packet:

•1)       A detailed capability statement not to exceed 5 pages

•2)       Organization name, address, email address, web site address, and telephone number.

•3)       Size and type of ownership for the organization [i.e., small business, small disadvantaged business, 8(a) firm, etc.].

•4)       Evidence of status as a Voluntary Standards Body as defined in OMB Circular A-119 Federal Participation in the Development and Use of Voluntary Consensus Standards and in Conformity Assessment Activities.

The capability statement should include, and will be considered for, the following elements:

•1)       Documentary evidence that the vendor is a voluntary standard setting body (as defined in Office of Management and Budget (OMB) Circular A-119 Federal Participation in the Development and Use of Voluntary Consensus Standards and in Conformity Assessment Activities )

•2)       In-house expertise in dietary supplement analysis and method validation, with demonstrable training and experience in analytical chemistry, statistics, natural products chemistry, pharmacognosy, and nutrient analysis.

•3)       Documentary evidence of access to a pool of volunteer expert stakeholders with experience and expertise in all aspects of the analysis of dietary supplement raw materials and finished products and method validation. Stakeholder expertise should include analysis of raw materials and products (including plant material, extracts, and mixtures) containing vitamins, minerals, phytochemicals, fats, animal-derived compounds, and adulterants such as pesticides. Alone or in combination.

•4)       Experience in all steps of creating and disseminating public standards for the analysis of dietary supplements, including selection of ingredients, products, and analytes; identifying priority needs; setting method performance requirements; and disseminating validated methods.

•5)       Available project examples and client references from successful projects of similar scope related to dietary supplement methods performed within   the last 3 years.

Submissions must be received by 5:00 pm (EST) on Friday January 23, 2013.

Please send your submission in .pdf format to Ms. Marci Goldman, Contracting Officer, at the following email address:

GoldmanM@od.nih.gov 

Please limit your capability statements to a maximum of five (5) pages.   The font size shall be a minimum of 12 point.   All margins shall be at least &frac12; inch.

Place of Performance: Bethesda, Maryland 20892 US URL: https://www.fbo.gov/spg/HHS/NIH/OoA/NIHOD2013406/listing.html
OutreachSystems Article Number: 121219/PROCURE/0532
Matching Key Words: documentar*; 


General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (4PQ), 77 Forsyth Street, Suite T8 Atlanta GA 30303

R — REGION 4 ADMINISTRATIVE SUPPORT SERVICES GS-04P-13-EW-D-0019 Michael P. Williams, Contracting Officer, Email michael.p.williams@gsa.gov This synopsis is a presolicitation notice and is not a Request for Proposal (RFP).
The General Service Administration, Public Building Services Region 4 will be issuing a RFP for Administrative Support Services. GSA will be issuing a RFP for Secretary Support at various locations throughout the region.

GSA is contemplating an Indefinite Delivery Indefinite Quantity type award for a five year performance period (POP), consisting of a base of one year with four (4) one year options, for GSA institutions throughout the Southeast Sunbelt Region to include: Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, South Carolina, and Tennessee.

Hours will be based on 2080 hours per calendar year (full time employees) 1872 hours per calendar year (part time employees).

GSA anticipates release of a RFP on or about January 2, 2013 . The solicitation will be available on the Federal Business Opportunities (FedBizOpps) website.

Set-Aside: Competitive 8(a) Place of Performance: Services are to be provided throughout the Southeast Sunbelt Region which consists of the following eight (8) states: Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, South Carolina, and Tennessee. US URL: https://www.fbo.gov/spg/GSA/PBS/4PCA/GS-04P-13-EW-D-0019/listing.html
OutreachSystems Article Number: 121219/PROCURE/0604
Matching Key Words: state!ky; 

Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting, 1900 E Street, N.W., Room 1342 Washington DC 20415-7710

U — Extrodinary Leadership Training Sessions OPM2613R0009 122812 Bonnie Robinson, Contracting Specialist, Phone 303-671-1130, Email bonnie.robinson@opm.gov – Nathalie Snyder, Contracting Officer, Phone 303-671-1035, Fax 303-671-1018, Email nathalie.snyder@opm.gov In support of its mission, OPM needs to acquire a contractor to deliver the Extraordinary Leadership training sessions intended to enable federal supervisors, managers and executives at all levels to lead more successfully, to react better to rapidly changing situations, and to make better decisions under short deadlines and increased pressure with an outcome to develop great leaders in the Federal government. The contractor shall be required to deliver up to nine (9) iterations of the same 4-day (8 hours of instruction time per day) leadership training program on Extraordinary Leadership.

The primary competencies are Integrity/Honesty, Character, Accountability and Personal Capability. The instructional strategies include video clips, classroom lecture; case studies and experiential simulations. See http://www.leadership.opm.gov for more course information.
OPM intends to award a Firm-fixed Price Contract to the offeror that represents the best value to the government. The contractor shall provide all labor, incidental materials, and other services necessary to render services under the resulting contract, see Statement of Objectives (SOO) detailed below. The period of performance is listed in the SOO below.
All respondents must have an active role in the preparation, management and delivery of the program.

Set-Aside: Total Small Business Place of Performance: Please see Statement of Objectives for Place of Performance US URL: https://www.fbo.gov/spg/OPM/OCAS/CD/OPM2613R0009/listing.html
OutreachSystems Article Number: 121218/PROCURE/0086
Matching Key Words: video*; train*; business*; instruct*; 


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

99 — Foodservice – Cafeteria and Culinary Arts FS121712 010213 Tracy M. Reichenbach, Buyer, Horizons Youth Services, Phone 6064332258, Fax 6064335401, Email reichenbach.tracy@jobcorps.org THIS IS A SUBCONTRACTING OPPORTUNITY

The Carl D. Perkins Job Corps Center, operated by Horizons Youth Services, is requesting bids to supply the center cafeteria and culinary arts class with food and supplies.  The products must meet mid-grade level.  At a minimum, bi-weekly deliveries are required.  The award period will consist of January 2, 2013 – March 31, 2013.

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

Completed bids must be emailed to Tracy Reichenbach, reichenbach.tracy@jobcorps.org by the deadline of January 2, 2013, 2:00 pm EST.  Late bids will not be accepted.

If you have questions, please contact:

Tracy Reichenbach
Buyer/Horizons Youth Services, Operator of Carl D. Perkins Job Corps Center
(606) 433-2258
reichenbach.tracy@jobcorps .org 

Place of Performance: 478 Meadows Branch Prestonsburg, KY 41653 US URL: https://www.fbo.gov/spg/DOL/ETA/perkinsjcc/FS121712/listing.html
OutreachSystems Article Number: 121218/PROCURE/0316
Matching Key Words: age:state!ky; state!ky; 


Department of the Air Force, Air Force Materiel Command, OO-ALC/PKO, 6038 Aspen Ave. B1289NE Hill AFB UT 84056-5805

R — Technical Requirements Development (TRD) and Engineering Design services supporting RFTSs FA8224-13-R-RFTS 010413 Charles B. Hanor, Acquisition/Project Manager, Phone (801) 775-2389, Email charles.hanor@hill.af.mil – James Jaramillo, Phone (801) 586-3941, Email james.jaramillo@hill.af.mil Radio Frequency Test Station (RFTS) Replacement Technical Requirements Document (TRD) Development and Systems Requirement Review
Sources Sought Synopsis

THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. The Ogden Air Logistics Complex Contracting Directorate is conducting market research to determine if this effort can be unrestricted competition and/or a total Small Business Set-Aside to provide the government with an updated TRD for the RFTS Replacement Program. The TRD should cover the RFTS hardware and software requirements, interface requirements to the Electrical-Electronic Equipment Test Set (EEETS), the Test Program Sets for testing of the: MOD7LW Wafer, Command Receiver Destruct, the S-Band Transmitter, the Global Positioning System, the Airborne Antenna subsystem and the Airborne Antenna Cable Tests.

The Government shall not reimburse the costs of preparing responses to this request for information. The Ogden Air Logistics Complex Contracting Directorate (AFMC), Hill Air Force Base (AFB), Utah, intends to issue a formal RFP for acquisition, to provide the government support in the development and review of TRD for the RFTS replacement effort. The information in this notice is based on the best and most current information available to date. This information is subject to change and is not binding to the Government. Updated information will be provided in future announcements and posted electronically on the Federal Business opportunities homepage at http://www.fbo.gov. The proposed NAICS for this requirement is 541330 (size standard $14M) – Engineering Design Services

This service shall provide development effort that includes: Generation of RFTS TRD and System Requirements Review (SRR) of TRD with update/corrections coming out of SRR. It is expected that the contractor will be an integral team member with respect to the software developer’s organization, and will participate with the RFTS Integrated Program Team meetings as required. The nature of this work will require the contractor to be capable of providing technical writing services; thorough knowledge of MOD7W requirements; EEETS interface to RFTS; subsystem checkout of following components: S-band transmitter, GPS, Command Receiver Destruct, Antenna System and cables and MOD7W checkout; thorough knowledge of the Acceptance Test Procedures for the before mentioned subsystems; and knowledge of the Air Force T.O. doing checkout of the MOD7W as a whole.

A preliminary TRD dated 27 Oct 2011 is attached to this announcement.

The Government requests interested parties to submit a letter of interest, brief statement of current capability and responses to the attached Capabilities Questionnaire. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in large and small businesses to include 8(a), Service-Disabled Veteran-Owned, Hub-zone, and Women-Owned small business concerns. Interested and qualified sources should provide the following information: (1) company name, point of contact, e-mail address, telephone and fax numbers, type of business and size; (2) a list of your most recent and relevant DoD or commercial contracts (not to exceed five) to include brief description, names, POCs, phone numbers, value & type of contract, and period of performance; and (3) information about your company and why you think you can perform this service.

Please limit your submissions to ten pages. Send responses to Chuck Hanor via email to charles.hanor@hill.af.mil in PDF or Microsoft Word Format. You can reach him at (801) 777-9306. In order to be considered in this market survey, please reply by close of business Friday, 4 January 2013

Place of Performance: 309 SMXG Hill AFB, UT 84056 US URL: https://www.fbo.gov/spg/USAF/AFMC/75/FA8224-13-R-RFTS/listing.html
OutreachSystems Article Number: 121218/PROCURE/0333
Matching Key Words: writ*; technical; standard; procedure?; 


dept of health and human servicesDepartment of Health and Human Services, National Institutes of Health, National Institute of Environmental Health Sciences, Office of Acquisitions, Office of Management 530 Davis Drive Durham NC 27713

T — Multi-Media Services NIHES2013161 011113 Laura E. McGrew, Contracting Officer, Phone 919-541-3813, Fax 919-541-5117, Email mcgrewl@niehs.nih.gov – Brian Souter, Contracting Officer, Phone (919) 541-0401, Fax 919-541-5117, Email brian.souter@nih.gov Introduction. This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned smallbusinesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and     (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition.
Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a smallbusiness under the applicable NAICS code should not submit a response to this notice.

Background. The National Institution of Environmental Health Sciences (NIEHS) was deeded the South Campus location on June 26, 1967, by the Research Triangle Foundation. The NIEHS has only a proprietary interest in this land. This in effect means that although the Federal Government (NIEHS) has acquired title to this area in North Carolina, it has not obtained any measure of the State’s authority over the area. This finding mandates that all contractors operating on all NIEHS property, leased or owned, in Durham County must adhere to all state and local requirements (i.e. building permits, etc.). The NIEHS is one of the National Institute of Health (NIH), principal federal agency for biomedical research on the health effects of environmental agents.

The NIEHS, located in Research Triangle Park (RTP), North Carolina, is one of 27 research institutes and centers that comprise the NIH, U.S. Department of Health and Human Services (DHHS).

The NIEHS traces its roots to 1966, when the U.S. Surgeon General announced the establishment of the Division of Environmental Health Sciences with the NIH. In 1969, the division was elevated to full NIH institute status. Since then, the NIEHS has evolved to its present status as a world leader in environmental health sciences. Today the NIEHS is expanding and accelerating its contributions to scientific knowledge of human health and the environment, and to the health and well-being of people everywhere.

The mission of the NIEHS is to reduce the burden of human illness and disability by understanding how the environment influences the development and progression of human disease. The NIEHS achieves its mission through; (1) Extramural research and training, funded by grants and contracts, to scientists, environmental health professionals, and other groups worldwide; (2) Intramural research conducted by scientist at the NIEHS facility and in partnership with scientists at universities and hospitals; (3) Toxicological testing and test validation by the National Toxicology Program (NTP); and (4) Outreach and communications programs that provide reliable health information to the public and scientific resources to researchers.

The Office of Communications & Public Liaison (OCPL) is the first source of news and information about the NIEHS, and the institute’s important biomedical research and funding programs. The communications team handles media requests, inquiries from the scientific community, as well as internal communication activities.

A critical component of an effective NIEHS research effort hinges on an in-depth understanding and demonstrated ability, by the multi-media contractor, for producing products that successfully communicate highly technical science and public health programs to both scientific and lay public audiences.

Purpose and Objectives. The NIEHS, Office of Communications and Liaison (OCPL) is in need of support of graphic arts, desktop publishing, photography, and videography needs of the institute.

The NIEHS is exploring alternatives to providing graphic arts, desktop publishing, photography, and videography needs to the institute.

The purpose of this acquisition is for the contractor to provide personnel, equipment, materials, and professional expertise to plan, analyze, and create visual and audio accurate representations of highly scientific subject matters.

The overall objective and/or task of the Contractor will be communicating biomedical research methods, processes, and results in print, electronic, and video media, using a variety of methods from simple line art illustration to the most current digital techniques using 2-D and 3-D computer software programs.

Additionally, the contractor must supply personnel to staff a customer support window within the main campus of the NIEHS from 8:30 a.m. – 5:00 p.m., each operating day.

The above mentioned services must be performed within a 50-mile radius of the Research Triangle Park (RTP) area of North Carolina. If the contractor is currently outside the 50 mile radius, they must establish a local presence within 60 days of contract award.

Project Requirements. The Contractor shall provide the NIEHS with the following mandatory multi-media services for a science-based organization, including, but not limited, to the following items:

A. Graphics/Desktop Publishing Services
1. Production of graphic design and desktop publishing products, on an as-needed and often last-minute basis, with many tasks having same-day deadlines. Products must be usable across multiple platforms (PC and Mac) and be 508 compliant.
2. High quality digital anatomical, surgical, scientific, and conceptual illustrations for scientific journal publication, books, and presentations, in both 2-D and 3-D.
3. Superior quality graphic design of scientific posters, event posters, fact sheets, brochures, flyers, meeting booklets, trade show graphics and banners, Web page graphics, name tags for meetings, and various other graphic materials that might be required by a scientific institute.
4. Efficient desktop publishing of large, text-heavy technical documents and reports, which contain multiple figures and large multipage tables.
5. Staffing of a customer support window, from 8:30 a.m. to 5:00 p.m., Monday through Friday, 52 weeks per year, excluding federal holidays.
6. Printing (at vendor location or local print house) and delivery of products to NIEHS staff on a daily and often short-turnaround basis, in both small and large quantities, as well as varying sizes, including suchproducts as name tags in holders, tent cards, letter and legal sized prints on regular paper and cover stock, 24×30″ posters on thick backing board, small and large bound documents, softbound books, fact sheets and brochures, scientific posters up to 4 feet x 8 feet, and other similar products.
7. Establishing and maintaining an electronic filing system with a standardized file naming system, for easy retrieval of past and current jobs by all contractor staff.

B. Photography
1. Photography services, on an as-needed and often last minute basis, including photographing events at the NIEHS and local venues, NIEHS employees and groups, scientific experiments, and all other photography requests from the NIEHS staff.
2. Touchup of photos, as needed.
3. Uploading of photos to the NIEHS websites.
4. Use and maintenance of NIEHS electronic database for organizing and archiving past and current photos for quick retrieval.

C. Videography
1. Videography services, on an as needed and often last minute basis, both at NIEHS and at local events.
2. Staging, recording, and production of superior quality, high data rate video segments, in various formats, such as QuickTime and Windows Media, for posting on Web pages and social media sites, both onsite at the NIEHS and at local venues.
3. Quick turnaround on production of videos, often within a day or week, viewable across platforms (PC and Mac) and 508 compliant. Production includes captioning of videos and compression for posting to a QuickTime streaming server. May be multiple videos, requiring quick turnaround, at one time.
4. Delivery of finished videos to the NIEHS staff (DVD, FTP site, etc.) and Web group, in the requested format.
5. Establishing and maintaining an electronic filing system, with a standardized file naming system, for quick retrieval of videos, both raw and finished, for possible future use.

D. Audio/Visual Audio visual support for NIEHS meetings, both onsite and at local venues, including, but not limited to:
1. Equipment setup prior to meeting;
2. Audio recording and editing;
3. Assistance with running PowerPoint presentations;
4. Setting up internet connectivity;
5. Coordinating with webcast personnel;
6. Working with local venues for offsite meetings; and
7. All other audio visual needs not provided by NIEHS staff or others.

E. Government Furnished Equipment / Property (GFE/P). Not provided. All contractor supplied equipment must meet Government requirements.

F. Deliverables.
1. The contractor shall supply NIEHS staff with services as needed and by deadlines specified.
2. The contractor shall maintain a workload tracking database and reporting system accessible by the NIEHS designated Contracting Officer Technical Representative(s) (COTR(s)), to aid in workload management.

Anticipated period of performance is July 1, 2013 thru June 30, 2014 for the base year with the inclusion of four 12 month option periods/years as follows.

Option Year 1 1 July 2014 thru 30 June 2015
Option Year 2 1 July 2015 thru 30 June 2016
Option Year 3 1 July 2016 thru 30 June 2017
Option Year 4 1 July 2017 thru 30 June 2018

Other Important Considerations. The NAICS Code is 541430 with a size standard of $7.0M. The contractor must be capable of managing fluctuating workloads while continuing to provide a consistently high-qualityproduct that meets the client’s requirements.

All work under the resultant contract shall be monitored by the NIEHS designated COTR(s) whose position will be defined in the resultant contract.

Services shall primarily be performed at the contractor’s own premises. Other work will take place within and around various NIEHS laboratories, offices, lobbies, conference rooms or at local venues within a 50-mile radius of NIEHS.

Occasionally, services will be required for venues outside the 50-mile radius. When services are required outside the 50-mile radius, travel shall be in accordance with the Federal Travel Regulations (FTR), as prescribed by the General Services Administration (GSA) and Joint Travel Regulations (JTR).

The contractor shall comply with all the physical and data security policies in effect at NIEHS.

The Government reserves the right to perform or supplement performance of contractor functions with government personnel or other acquisition arrangements as determined to be in the best interest of the government to meet unique government needs.

Capability Statement/Information Sought. Respondents must provide, as part of their response, a capability statement and information pertaining to the following:

A. Opinions about the difficulty and/or feasibility of the potential requirement, possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts;
B. Information regarding respondents’: (i) staff expertise, including their availability, experience, and formal and other training; (ii) current in-house capability and capacity to perform the work; (iii) prior completed projects of similar nature; (iv) corporate experience and management capability; and (v) examples of prior completed government contracts, references, and other related information;
C. Respondents’ DUNS number, organization name, address, point of contact, size and type of business (e.g., 8(a), HUBZone, etc.) pursuant to the applicable NAICS code;
D. Any other information that may be helpful in developing or finalizing the acquisition requirements;
E. Capability statements are limited to 10 pages plus work samples, and must be submitted electronically. Telephone and facsimile responses are not accepted unless otherwise directed by the contracting officer;
F. Respondents’ information should be outlined and the material should be organized (e.g., cover page, title, index of topics addressed, executive summary, etc.);
G. Respondents’ technical and administrative points of contact information are required (i.e., names, titles, addresses, telephone and fax numbers, and e-mail addresses);
H. Written capability statements should be submitted to Laura McGrew, Contract Specialist/Contracting Officer via email at mcgrewl@niehs.nih.gov by 4 p.m. local time, 11 Jan 2013. Please note the title and reference number of the announcement on all related correspondence. All questions must be directed in writing, via email to Laura McGrew.

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 provide feedback to respondents with respect to any information submitted. After a review of the responses received, a presolicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.

Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).

Set-Aside: Total Small Business Place of Performance: P.O. Box 12233 Durham, NC 27709 US URL: https://www.fbo.gov/spg/HHS/NIH/NIEHS/NIHES2013161/listing.html
OutreachSystems Article Number: 121218/PROCURE/0338
Matching Key Words: video*; edit*; produc*; train*; conference?; web; site?; page?; business*; event?; production?; 

FedBizOpps – Awards

Department of the Army, U.S. Army Corps of Engineers, USACE District, Nashville, USACE District, Nashville, P.O. Box 1070, 801 Broad Street, Department of the ArmyNashville, TN 37202-1070

R — RECOVERY–R–PROJECT NUMBER 116941, Kentucky Lock&Dam, TN R, KY W912P5-10-D-0010-0017 Isaac J. Taylor, 615-736-5679 USACE District, Nashville W912P5-10-D-0010-0017 $87,000.00 121712 0001 AVPOL INTERNATIONAL LLC (099974946)
1320 PEABODY AVE
MEMPHIS, TN 38104-3500 RECOVERY – PER FAR 5.7 THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY; THEREFORE FAR 5.203 DOES NOT APPLY. THIS OPPORTUNITY WAS AVAILABLE ONLY TO CONTRACTOR(S) UNDER THE CURRENT CONTRACT NUMBER(S): W912P5-10-D-0010-0017, AVPOL INTERNATIONAL LLC

Temporary Support Services for One Quality Assurance Representative III at the Kentucky Lock Addition Project, Marshall and Livingston Counties, KY, for the Nashville District U.S. Army Corps of Engineers.
URL: https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-10-D-0010-0017/listing.html
OutreachSystems Article Number: 121220/AWARDS/0674
Matching Key Words: state!ky; 

FedBizOpps – Special Notes

Department of Veterans Affairs, VA Technology Acquisition Center, VA Technology Acquisition Center, Department of Veterans Affairs;Technology Acquisition Center;260 Industrial Way West;Eatontown NJ 07724

VAR–Vendor Solutions Symposium (VSS) for New Models of Care (NMOC)_ Functional Area VA11813I0039 Bernard Brauner 202-443-5480 Erin Keating Erin.Keating@us.pwc.com Contract Specialist The Department of Veterans Affairs (VA), Office of Information & Technology (OIT) is hosting a Vendor Solutions Symposium (VSS) for the New Models of Care (NMOC) Functional Area on December 11-12, 2012 from 8:30 a.m. to 5 p.m. at the University of Central Florida Research Park (Partnership II Building) 3100 Technology Parkway, Orlando, FL. We will be utilizing room 208 on December 11th and rooms 208 and 210 on December 12th. Doors will open at 8 a.m. for registration and networking.
The objective of the VSS is to explain what the NMOC Functional Area is as well as obtain industry input on its products and services related to the NMOC Functional Area. 
Conference
 pre-registration is required and limited to two attendees per company. There is no fee to participate. Registration will be accepted on a first come first served basis until capacity.
Please send your intent to attend the Vendor Symposium to Bernard Brauner (Bernard.Brauner@VA.Gov) and Erin Keating (erin.keating@us.pwc.com). You should include your name, company name, email address and phone number. Indicate whether you are going to participate as a presenter or just as an attendee. You will be notified if you are accepted to present as well as the time assigned to you to speak on December 12th.You will receive an email from Bernard Brauner Bernard.Brauner@VA.GOV (202-443-5480) confirming your registration.
The mission of the Department of Veterans Affairs (VA), Office of Information & Technology (OI&T), and the New Models of Care (NMOC) Functional Area are to provide benefits and services to veterans of the United States. In meeting these goals, OI&T strives to provide high quality, effective, and efficient Information Technology (IT) services to those responsible for providing care to the Veterans at the point-of-care as well as throughout all the points of the veterans’ health care in an effective, timely and compassionate manner. VA depends on Information Management/Information Technology (IM/IT) systems to meet mission goals.
The NMOC Functional Area’s mission is to educate and empower patients and their families and ensure a more holistic, Veteran- centered system, greatly improving access and coordination of care. This includes five (5) Work Stream Areas:

NMOC Work Stream Areas Description
1. Preventive Care and Veteran Health Portals Serves to create a new, online environment where Veterans, family and clinicians may come together to optimize Veterans Health Care. Clinicians are able to communicate and collaborate with Veterans much more easily. As Veterans build up their virtual lifelong health records, they will be able to choose to share the information in their account with their health care providers. This has the potential to dramatically improve the quality of care available to the veterans.
Projects: Health Risk Assessment (HRA); eMove!; My HealtheVet and eBenefits Portal Integration; My HealtheVet Capabilities Enhancement; MHV Website Veterans Health Library; and Patient Education Management System (PEMS)
2. Expand Virtual Real-Time Medicine (Telehealth) Telehealth involves the delivery of healthcare services using information and telecommunication technologies in situations where patients and clinicians are geographically distant from one another. New Models of Care is pioneering the use of telepathology to diagnose disease remotely and teleaudiology to treat hearing disorders remotely. The Home Telehealth Capability Enhancements project set the foundation to increase Veteran usage capacity by 50 percent annually. Clinical Video Telehealth uses real-time interactive video conferencing, sometimes with supportive peripheral technologies, to assess, treat and provide care to a patient remotely.
Projects include: Home Telehealth (HT) Capabilities Enhancements, Clinical Video Teleconferencing (CVT), and Vista Imaging Storage Infrastructure.
3. Mobile Applications The VA mobile and Wireless efforts are part of a larger effort to change the way care is delivered by designing its systems around the need of patients and prepared healthcare teams to improve care coordination. Wireless technologies represent an important and emerging opportunity to provide quality and patient-centered care, with promise of gaining efficiencies and cost reductions. Healthcare that offers providers and patients remote access to electronic medical records, virtual monitoring and visits, asynchronous communication, social networking, video conferencing and remote documentation.
Projects include: Enterprise Mobile Applications and Mobile Applications.
4. Patient Alignment Care team (PACT), Specialty Care, Women’s Health The Women’s health program comprises of closely-related projects which provide Computerized Patient Record System (CPRS) tracking for abnormal test results, breast cancer screening services (i.e. Mammograms) and a notification system when prescribing teratogenic drugs.
Projects: Primary Care Management Module (PCMM), Re-host/Reengineering, CPRS Notification Abnormal Test Results and Breast Cancer Clinical Case Registry.
5. Enhancing the Veterans Experience and access to Healthcare (EVEAH) Enhancing the Veteran Experience and Access to Healthcare (EVEAH), focuses on eliminating disparities in access to care wherever they exist within the system. VA will continue to focus on the gaps for underserved populations and on expanding access so that every Veteran can get the care needed, at the right place and the right time. The Initiative also includes outreach efforts to proactively identify and communicate with Veterans who may be eligible for services, but are unaware of the benefits or the enrollment process.
Projects Include: Surgical Quality Workflow Manager (SQWM), Emergency Department Information System (EDIS) Version 2; Bed Management System (BMS); Veterans Implant Tracking and Alert System (VITAS), National Utilization Management Implementation (NUMI); Veterans Point of Service (VPS) Kiosk; Veterans Transport System (VTS); Veterans Benefit Handbook (VBH)
URL: https://www.fbo.gov/notices/d586868a130d475eceb9aced85d21aa8
OutreachSystems Article Number: 121219/SPECIAL/0893
Matching Key Words: video*; produc*; conference?; you; website; education*; documentation; 

Department of the Army, U.S. Army Corps of Engineers, USACE District, Nashville, Attn: CELRN-CT PO Box 1070 Nashville TN 37202-1070

R — RECOVERY – Modification to Exercise Option Period 1 W912P5-12-F-0001 James W. Purcell, Contract Specialist, Phone 6157367674, Email James.W.Purcell@usace.army.mil RECOVERY – TAS::96 3134::TAS – THIS NOTICE IS PROVIDED FOR INFORMATIONAL PURPOSES ONLY.  THIS OPPORTUNITY IS AVAILABLE ONLY TO THE CONTRACTOR AWARDED THE BASE CONTRACT FOR WHICH THIS OPTION IS BEING EXERCISED, AWARDED UNDER GSA MOBIS SCHEDULE CATEGORY 874 1.  ONLY THE OPTION PERIOD IS FUNDED BY RECOVERY ACT FUNDS.

Modification P00002 of the basic contract exercises Option Period 1, which provides Scheduler Consulting Services for the Kentucky Lock Addition Project during FY 2013.
Set-Aside: Woman Owned Small Business Place of Performance: USACE Kentucky Lock Addition Project Office Grand Rivers, KY 42045 US URL: https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-12-F-0001/listing.html
OutreachSystems Article Number: 121215/SPECIAL/0692
Matching Key Words: state!ky; 

USABID State and Local Purchases

Georgia – Procurement Registry http://ssl.doas.state.ga.us/PRSapp/index.jsp State Purchasing Office, 200 Piedmont Avenue S.E., Suite 1304, West Tower, Atlanta, GA 30334-9010. Ph: 404-657-6000, Fax: 404-657-8444.

T – Promotional Video Production Services SOL 34387181 Promotional Video Production Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 121229/BID/0163
Matching Key Words: video*; produc*; production?; 

Education Cabinet, 500 Mero Street, Frankfort, KY 40601

R – MANAGEMENT IMPROVEMENT CONSULTANT. RFP-540-1300000198-1 DUE 14-JAN-2013 Thomas Stratton, Phone: (502) 564-2351; Website: https://emars.ky.gov/online/vss/AltSelfService The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121228/BID/0004
Matching Key Words: age:state!ky; state!ky; 


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

99 – Salmon Recovery in Washington Video SOL Ref #: RFQQ 2012-005 To develop and produce video materials to inform and explain salmon recovery in Washington to landowners, decision makers, user groups, and the general public. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 121228/BID/0420
Matching Key Words: video*; produc*; produce?; 


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

R Instructional Video System SOL Ref #: Q9-12 Renton Technical College is inviting bids from qualified suppliers for an Instructional Video System, as described in our Request for Proposals document. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 121228/BID/0429
Matching Key Words: video*; instruct*; 

Georgia Procurement Registry http://ssl.doas.state.ga.us/PRSapp/index.jsp State Purchasing Office, 200 Piedmont Avenue S.E., Suite 1304, West Tower, Atlanta, GA 30334-9010. Ph: 404-657-6000, Fax: 404-657-8444.

T – Promotional Video Production Services SOL 34387181 Promotional Video Production Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 121222/BID/0174
Matching Key Words: video*; produc*; production?; 

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

R – PRICE CONTRACT FOR SPECIALIZED TEMPORARY STAFFING SERVICES. RFP-2966-0-2012/MBB DUE 04-JAN-2013 Phone: (502) 574-5796; Fax: (502) 574-6977; E-mail: purchase@loukymetro.org; Website:http://www.louisvilleky.gov/Finance/purchasing.htm This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121221/BID/0005
Matching Key Words: age:state!ky; state!ky; 

Finance & Administration Cabinet, Division of Engineering & Contract Administration, The Bush Building, 403 Wapping Street, 1st Floor, Frankfort, KY 40601

R – RFP-488 LAND SURVEYOR, PROPERTY ACQUISITION. RFP-785-1300000196-1 DUE 15-JAN-2013 Kelly Hawkins, Phone: 502-564-4414; Website: https://emars.ky.gov/online/vss/AltSelfService Principal Design Professional: Professional Land Surveyor. Project Name and Location: Professional Land Surveyor Selection for Boundary Survey, Property Acquisition – Self Tract, Wayne and McCreary Counties, KY. Project Budget: To Be Determined. Site Visit: January 8, 2013 – The Site Visit will begin at the Wal-Mart in Monticello located at 1461 E. Highway 90 Bypass, at 10:00 a.m. The consultant team shall include, at a minimum, the following professional design Disciplines/Expertise. Disciplines/Expertise may reside in one or multiple persons/firms. The consultant team may include other expertise in addition to that listed below: Professional Land Surveyor registered in the Commonwealth of Kentucky, Experienced Surveying Personnel, Personnel experienced in GIS. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121220/BID/0001
Matching Key Words: age:state!ky; state!ky; 

Public Protection Cabinet, Dept. of Alcoholic Beverage Control, 1003 Twilight Trail, Frankfort, KY 40601

U – STAR (SERVER TRAINER IN ALCOHOL REGULATIONS) CONTRACTOR/TRAINERS. RFP-680-1300000192-1 DUE 04-JAN-2013 Maurice Brown, Phone: (502) 564-4850; 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: 121219/BID/0009
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 – COMMERCIAL MOBILE RADIO SERVICE (CMRS) DIRECTORS AND OFFICERS INSURANCE – ADDENDUM. RFB-758-1300000525-2 DUE 13-FEB-2013 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: 121218/BID/0002
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 – KENTUCKY CHILD SUPPORT NEW HIRE AND EMPLOYER DATA COLLECTION SERVICES. RFP-758-1300000174-1 DUE 07-FEB-2013 Susan Noland, Phone: (502) 564-5951; 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: 121218/BID/0014
Matching Key Words: age:state!ky; state!ky; 


Alaska – State of Alaska http://notes3.state.ak.us/pn/pubnotic.nsf/PNByCatActive?OpenView&Start=1&Count=30 Division of Administrative Services – Procurement P.O. Box 110803 Juneau, AK 99811-0803 Ph: 907-465-2519 Fax: 907-465-5441

R – Economic Development Marketing Services SOL Economic Development Marketing Services RFP # 2013-0800-1606Title: Economic Development Marketing Services Deadline for Proposals: January 16, 2013Purpose of the Request for Proposal (RFP):The Department of Commerce, Community, and Economic Development (DCCED), is soliciting proposals for the planning and implementation of a multi-faceted marketing initiative to grow Alaska?s presence in the global marketplace and to create more opportunity for Alaskan businesses and investors. This RFP is focused on developing the state?s smaller marketing programs, including minerals, forest products, agriculture, film, and programs that highlight products produced in Alaska. Through this initiative, DCCED intends to leverage larger investments the state has made in marketing seafood and tourism and expand marketing activities in other sectors. This initiative will result in new high quality promotional materials, and promote Alaska?s brand through a public relations campaign in national and international markets. If you are unable to download the attached RFP, you may obtain a copy by contacting the Procurement Officer at the below address. Department of Commerce, Community, and Economic DevelopmentDivision of Administrative ServicesAttention: Gina ChalcroftPO Box 110803Juneau, AK 99811-0803Phone: 907-465-2519E-Mail: gina.chalcroft@alaska.gov If an alternative form of the RFP is required, notify the individual previously identified, or if using telecommunication device for the deaf (TDD), please contact Commerce @ 907-465-5437 and leave a message. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 121218/BID/0021
Matching Key Words: film?; produc*; you; business*; produce?; 


North Dakota – State Procurement Office https://secure.apps.state.nd.us/csd/spo/services/bidder/main.htm State Procurement Office 14th Floor Capitol Tower, 600 E Boulevard Ave Dept 012, Bismarck ND 58505-0310

T – Video Production SOL 540.13-04 Inadvertent Discovery Awareness Training Video Project For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 121218/BID/0305
Matching Key Words: video*; produc*; train*; production?; 


Virginia – VBO/eVA-Virginia Business Opportunities https://vendor.epro.cgipdc.com/webapp/VSSAPPX/Advantage Virginia Business Opportunities – VBO. In order to obtain the bid package you must be a registered subscriber with the State.

T – Addendum 1, Television Cameras & Equip for Video Productions SOL Addendum 1, Television Cameras & Equip for Video Productions For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 121218/BID/0473
Matching Key Words: video*; produc*; production?; 


Minnesota – State of Minnesota, Contact information is included with each bid. http://www.mmd.admin.state.mn.us/solicitations.htm

R – REFERENCE NUMBER: PT1520 Nature of Work/Contract Title: Mi SOL REFERENCE NUMBER: PT1520 Nature of Work/Contract Title: Minnesota Tourism Awareness Video Description of Work: Develop a 2-3 minute high-definition broadcast-quality video on the value and economic impact of tourism in Minnesota. Interviews with six to eight individuals representing different sectors of the tourism industry and geographic areas of the state must be included. Content will also include information on the value and economic impact of tourism to be provided by Explore Minnesota Tourism. Imagery must represent all areas of the state and all seasons. Explore Minnesota Tourism can provide b roll video of activities and destinations from various parts of the state. The Explore Minnesota logo and industry website www.industry.exploreminnesota.com must be included. The video must meet ADA requirements (M.S. 325I.05 Video Captioning). The video will be used on tourism industry websites, You Tube, in the media, conferences and presentation, and with elected public officials and related industries. An example of the type of production can be found at: http://www.youtube.com/watch?v=Yhu4hEJgtQ4&feature=youtu.be Note: The video will also be combined on a flash drive format with other tourism awareness materials. (This solicitation does not include the cost of loading on a flash drive). Delivery of final product is required by Friday, February 1, 2013. Estimated Cost: $5,001 – $25,000 Contracting Agency: Explore Minnesota Tourism Location of Work: Statewide (Minnesota) Response to this solicitation is due no later than 12/31/12 at 2:30 PM CENTRAL TIME. To receive a copy of the complete solicitation, contact: Name: Leann Kispert Phone: 651.757.1854 TTY: 711 or 1.800.627.3529 (MN Relay Service for persons with speech or hearing disabilities) Email: Leann.Kispert@state.mn.us Date This Solicitation Was Posted: 12/18/2012 10:55:39 AM For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 121218/BID/0494
Matching Key Words: video*; produc*; conference?; you; tube; website; production?; 

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

R – HEALTHCARE CONTRACT COMPLIANCE MONITOR. RFP-2957-0-2013/TN DUE 09-JAN-2013 Phone: (502) 574-5796; Fax: (502) 574-6977; E-mail: purchase@loukymetro.org; Website:http://www.louisvilleky.gov/Finance/purchasing.htm This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121217/BID/0006
Matching Key Words: age:state!ky; state!ky; 


Kentucky Horse Racing Authority, 4063 Iron Works Parkway, Lexington, KY 40511

R – ANALYSIS OF KENTUCKY’S PARI-MUTUEL. RFP-374-1300000180-1 DUE 03-JAN-2013 Amy Monroe, Phone: (502) 564-7364; Website: https://emars.ky.gov/online/vss/AltSelfService The project entails evaluating the current sources and uses of pari-mutuel tax revenues and identifying other potential sources and uses. This information will be used to develop assessments, recommendations, and policies designed to provide the maximum benefit to the racing and breeding industries, and the tens of thousands of individuals employed in those industries. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121217/BID/0008
Matching Key Words: age:state!ky; state!ky; 

Arizona Press Association http://www.publicnoticeads.com/AZ/search/searchnotices.asp?A=N State of Arizona Newspaper; 1001 N. Central Ave., Suite 670, Phoenix, AZ 85004; Phone: (602)261-7655 Fax: (602)261-7525; E-mail: office@ananews.com

R – MARICOPA INTEGRATED HEALTH SYSTEM SOLICITATION NOTICE 90-13-10 SOL Public Notice ID: 19690763.HTM MARICOPA INTEGRATED HEALTH SYSTEM SOLICITATION NOTICE 90-13-104-RFP EPIC OPERATIONAL AND TECHNICAL OPTIMIZATION SERVICES Deadline for Written Questions: December 18, 2012/11:00AM Phoenix, AZ time Closing Date: January 4, 2013/11:00AM Phoenix, AZ time Maricopa County Special Health Care District dba Maricopa Integrated Health System (MIHS) hereby solicits sealed proposals from healthcare industry experts with extensive hospital operations experience based in transformed organizations that utilized Epic Systems to identify, plan and guide MIHS through an accelerated transformation. This Request for Proposals (RFP) may be found at the Maricopa Integrated Health System website athttp://www.mihs.org/working-at-mihs/contracting-opportunities as of December 6, 2012. It is recommended that you visit our website daily until the closing date to see if there are any addenda to this solicitation. THERE WILL BE NO OTHER NOTICES SENT TO YOU AFTER THIS PRIMARY NOTIFICATION. Annie Miyazaki Procurement Officer Maricopa Integrated Health System Contracts Administration 2611 E Pierce Street Phoenix, AZ 85008-6092 602-344-1403 (Office) 602-344-1813 (Fax) Annie.miyazaki@mihs.org Pub: December 6, 13, 2012 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 121215/BID/0031
Matching Key Words: writ*; technical; 


Colorado – State Purchasing Office https://www.gssa.state.co.us/BdSols.nsf/OByAgency State Purchasing Office 633 17th Street, Suite 1520 Denver CO 80202-3609 Ph: (303) 866-6100 Fax: (303) 894-7445

T – Video Production Equipment SOL PPCC DQ 13-665 Equipment for the Radio and Television Instructional AreaVideo Server, IPS Panel, Production Switcher, CG, Amplifier, Equalizing DA, HDMI Converter, Flat Panel, Wall Mount, Switch with cover For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 121215/BID/0127
Matching Key Words: video*; produc*; production?; instruct*; 


Tennessee – City of Knoxville http://www.cityofknoxville.org/purchasing/ City of Knoxville, P.O. Box 1631, Knoxville, TN 37901 Phone (865) 215-2070, fax (865) 215-2277 Email: purchasing@ci.knoxville.tn.us

T – Video Production Services SOL Video Production Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 121215/BID/0670
Matching Key Words: video*; produc*; production?; 


Virginia – VBO/eVA-Virginia Business Opportunities https://vendor.epro.cgipdc.com/webapp/VSSAPPX/Advantage Virginia Business Opportunities – VBO. In order to obtain the bid package you must be a registered subscriber with the State.

T – RFP: Website & Interactive Video Production Services SOL RFP: Website & Interactive Video Production Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 121215/BID/0751
Matching Key Words: video*; produc*; website; production?; 

Kentucky State Procurement

Education Cabinet, 500 Mero Street, Frankfort, KY 40601

R — KWIB CONSULTANT – STAFF TRAINING BRANDING PROJECT – ADDENDUM. RFP-531-1300000179-2 DUE 04-JAN-2013 Nancy Sherrow, Phone: (502) 564-2782; Website:https://emars.ky.gov/online/vss/AltSelfService The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121226/KY/2046
Matching Key Words: age:state!ky; state!ky; 

Finance & Administration Cabinet, Division of Engineering & Contract Administration, The Bush Building, 403 Wapping Street, 1st Floor, Frankfort, KY 40601

R — RFP-488 LAND SURVEYOR, PROPERTY ACQUISITION – ADDENDUM. RFP-785-1300000196-2 DUE 15-JAN-2013 Kelly Hawkins, Phone: 502-564-4414; Website: https://emars.ky.gov/online/vss/AltSelfServicePrincipal Design Professional: Professional Land Surveyor. Project Name and Location: Professional Land Surveyor Selection for Boundary Survey, Property Acquisition – Self Tract, Wayne and McCreary Counties, KY. Project Budget: To Be Determined. Site Visit: January 8, 2013 – The Site Visit will begin at the Wal-Mart in Monticello located at 1461 E. Highway 90 Bypass, at 10:00 a.m. The consultant team shall include, at a minimum, the following professional design Disciplines/Expertise. Disciplines/Expertise may reside in one or multiple persons/firms. The consultant team may include other expertise in addition to that listed below: Professional Land Surveyor registered in the Commonwealth of Kentucky, Experienced Surveying Personnel, Personnel experienced in GIS. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121221/KY/2020
Matching Key Words: age:state!ky; state!ky; 

Kentucky Board of Medical Licensure, 310 Whittington Parkway, Louisville, KY 40222

R — AUDIT FOR THE KY BOARD OF MEDICAL LICENSURE FY 2012 – ADDENDUM. RFP-245-1300000169-3 DUE 04-JAN-2013 Martha Boulineau, Phone: (502) 429-7150; 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: 121220/KY/1986
Matching Key Words: age:state!ky; state!ky; 


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

T — PHOTOGRAMMETRIC SERVICES. BID #177-2012 DUE 08-JAN-2013 Phone: (859) 258-3320; Fax: (859) 258-3322; Website: http://www.lexingtonky.gov/index.aspx?page=162 Notice is hereby given by the Lexington-Fayette Urban County Government that bids will be received until 2:00 p.m., local time on 1-8-2013 in Central Purchasing, 200 E. Main St., Rm. 338, Lexington, KY for: Bid 177-2012 Photogrammetric Services. Additional information may be obtained by calling (859) 258-3320. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121220/KY/1993
Matching Key Words: age:state!ky; state!ky; 


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

R — DRAW AUDIT AND RELATED SERVICES – ADDENDUM #1. BID #KL-13-029 DUE 18-JAN-2013 Catherine Tomlinson, Phone: (502) 560-1770; Fax: (502) 560-1531; E-mail: catherine.tomlinson@kylottery.com; Website: http://www.kylottery.com/apps/about_us/procurement/solicitations.html This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121220/KY/2008
Matching Key Words: age:state!ky; state!ky; 

Louisville Metro Housing Authority, Purchasing Department, 3223 S. 7th Street Road, Louisville, KY 40216

R — PROPOSAL #1302, LEGAL SERVICES FOR HUD/MIXED-FINANCE CLOSINGS AND MEMORANDA OF AGREEMENTS. DUE 08-JAN-2013 Sealed Requests for Proposals (RFP) will be accepted at the Louisville Metro Housing Purchasing Department, 3223 Seventh Street Rd., Louisville, KY 40216 for Proposal #1302, Legal Services for HUD/Mixed-Finance Closings and Memoranda of Agreements. The RFP receipt date is 10:00 a.m. Local Time on January 8, 2013. For information on obtaining Proposal packets, contact Ray Brewer, (502) 569-6314. 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: 121219/KY/1960
Matching Key Words: age:state!ky; state!ky; 


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

99 — PURCHASE OF PORTABLE AND COMPACT COLOR VIDEO SEWER INSPECTION SYSTEMS AND DIAGNOSTIC LOCATORS. BID #13-0111 DUE 11-JAN-2013 Ann Cook, Phone: (502) 540-6000; Website:http://www.msdbids.com/construction/ 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: 121219/KY/1970
Matching Key Words: age:state!ky; state!ky; 


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

R — HUMAN RESOURCES CONSULTANT. RFP-239T-13 DUE 23-JAN-2013 Phone: (270) 809-2703; Fax (270) 809-3408; Website: http://campus.murraystate.edu/administ/procurement/Vendor/vendmain.htm MURRAY STATE UNIVERSITY IS ACCEPTING PROPOSALS FOR HUMAN RESOURCES CONSULTANT. A CONTRACT WILL BE AWARDED BASED ON COST TO UNIVERSITY, EXPERIENCE WITH SIMILAR EMPLOYERS, EXPERIENCE WITH PROVIDING ACTUARIAL SELECTION, ABILITY TO PROVIDE UNIVERSITY SERVICES, AND REFERENCES. RFP FORMS MAY BE OBTAINED BY CONTACTING TINA FLENER AT 270-809-4050, REFERENCING BID NUMBER RFP-239T-13. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121219/KY/1974
Matching Key Words: age:state!ky; state!ky; 

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

R — BIOSOLIDS MARKETING AND DISTRIBUTION MANAGEMENT. Phone: (502) 540-6000; Website: http://www.msdbids.com/purchasing/ The Louisville and Jefferson County Metropolitan Sewer District (MSD) plans to issue a Request for Proposals (RFP) for the procurement of a Marketer to market, transport and distribute MSD’s biosolids for beneficial use. MSD currently dries biosolids to produce pellets (currently sold as Louisville Green fertilizer). A draft RFP has been written to allow Respondents to propose on a five-year contract to Transport, Market and Distribute either Dewatered Biosolids or Heat-dried Biosolids pellets for beneficial use. MSD is looking for input from potential proposers on what would be needed to make these options feasible. Therefore, this DRAFT RFP is being made available to allow interested parties the opportunity to review and comment before the final RFP is issued. All questions and comments regarding this draft RFP should be submitted by sending an email to Sharon Worley, E-mail: sharon.worley@louisvillemsd.org, by noon on January 9, 2013. The following people should be copied on the email: Alex Novak, E-mail:alex.novak@louisvillemsd.org; Robert Bates, E-mail:robert.bates@louisvillemsd.org; Robin Burch, E-mail:robin.burch@louisvillemsd.org; Joe Falleri, E-mail:joe.falleri@louisvillemsd.org. MSD will issue responses to the questions and comments through the MSD Planroom at http://www.msdbids.com/purchasing/. The FINAL RFP is expected to be issued in mid to late January 2013. 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: 121218/KY/1930
Matching Key Words: age:state!ky; state!ky; 

Kentucky Board of Medical Licensure, 310 Whittington Parkway, Louisville, KY 40222

R — AUDIT FOR THE KY BOARD OF MEDICAL LICENSURE FY 2012 – ADDENDUM. RFP-245-1300000169-2 DUE 04-JAN-2013 Martha Boulineau, Phone: (502) 429-7150; Website:https://emars.ky.gov/online/vss/AltSelfService New Due Date. This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121217/KY/1884
Matching Key Words: age:state!ky; state!ky; 


University of Louisville, Department of Purchasing, Louisville, KY

T — PRINTING OF U OF L FOLDERS – ADDENDUM #1. IB-53-13 DUE 03-JAN-2013 Terry L. Cutler, Phone: (502) 852-7211; Website: http://louisville.edu/purchasing/bids/bids_rfplisting.htm This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121217/KY/1904
Matching Key Words: age:state!ky; state!ky; 


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

R — INTELLIGENT TRANSPORTATION SYSTEM (OTS). RFP #2876 DUE 28-DEC-2012 Telephone: (270) 687-8431; Website: http://www.owensboro.org/purchasing/bids The City of Owensboro is soliciting proposals from qualified firms to provide certain Intelligent Transportation System (ITS) improvements in support of Owensboro’s public transit service, which is provided by OTS. This contract will be subject to the requirements of 49 CFR, Part 26, and Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. Specifications for the above are on file and may be obtained from Pamela Canary, Purchasing Agent, City Hall, 101 E. 4th Street, Room 119, Owensboro, KY 42303, Telephone (270) 687-8431. Proposals must be delivered to the Purchasing Agent on or before 2:00 P.M. prevailing local time on Friday, December 28, 2012. The City of Owensboro reserves the right to reject any and all proposals and to waive any irregularities in said proposals. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121217/KY/1910
Matching Key Words: age:state!ky; state!ky; 


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

R — BANKING AND SECURITIES CUSTODIAN SERVICES. BID #KL-13-028 DUE 25-JAN-2013 Denover A. Whalen, Phone: (502) 560-1772; Fax: (502) 560-1531; E-mail: denover.whalen@kylottery.com; Website:http://www.kylottery.com/apps/about_us/procurement/solicitations.html This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 121217/KY/1912
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 - January 15, 2013

    […] 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: