FedBizOpps — Procurement
Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
76–No cost contract for Printing and Distribution of quote mark The Gold Standard quote mark for the Fort Knox Public Affairs Office, Fort Knox, Kentucky. W9124D-13-Q-5177 011813 Karen Keys, 502/624-6853 MICC Center – Fort Knox The MICC – Fort Knox is conducting market research for the following requirement: No cost Contract for Printing and Distribution of quote mark The Gold Standard quote mark for the Fort Knox Public Affairs Office. The contractor shall provide all personnel, equipment, labor, supplies, tools, materials, supervision and other items necessary to print and distribute a weekly civilian enterprise newspaper for Fort Knox, Kentucky during the period 1 October 2013 through 30 September 2014 with five (5) option periods.
This synopsis is not a request for proposal. It is a market research tool being used to determine procurement strategy. Appropriate procurement strategy will be determined after consideration of industry response to this sources sought synopsis. The government is not obligated to, and will not, pay for any information received from potential sources as a result of this synopsis.
Responses to this announcement should be e-mailed to karen.e.keys.civ@mail.mil no later than 1:00 p.m. (Eastern Time) Fort Knox Local Time on 18 January 2013 and should include the following:
1. A statement of interest in services contained herein.
2. A synopsis of the contractor’s capabilities.
3. Company size: small or large, HUBZone, 8(a), Service-disabled veteran-owned, SDB, Woman-owned
4. Contact information, to include name, e-mail address, phone number, and fax number.
Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/9b041829c1413744289c4773e1aa3f36
OutreachSystems Article Number: 130112/PROCURE/0519
Matching Key Words: age:state!ky; state!ky;
Department of the Air Force, Direct Reporting Unit – Air Force Services Agency, HQ AFSVA – AFNAFPO, 2261 Hughes Ave Ste #156 Lackland AFB TX 78236-9854
99 — Youth Tech camps sources capable to provide 10-20 techonology camps for youth ages 9-18 years old. F41999-13-I-7004_Youth_Tech_Camps 021113 Kathy L Hanley, Contracting Specialist, Phone (210)395-7827, Fax (210)395-7819, Email katherine.hanley@us.af.mil ;
p;
1. Description: The Air Force Personnel Center (AFPC), Directorate of Services, Child and Youth Programs is seeking sources capable of providing 10-20 technology camps for youth ages 9-18 years over school breaks (spring, summer and winter). The camps will be provided to 10-20 Continental United States (CONUS) installations throughout 2013.
General Information:
This is a Request for Information (RFI):
Seeking tutorials and/or 5 FULL DAY WORKSHOPS with basic or custom options to include but not limited to :
Video Tutorials – A set of vide tutorials teaching staff how to facilitate the following camps.
Basic: General Camp for Youth Programs
Microsoft Word – create a basic webpage
iPhoto/Photography – working on composition, lighting, and editing techniques to create a slide show in PowerPoint or other related material
iMovie – basics of filmmaking, to include a 30 sec video for each youth (e.g. movie, commercial, movie trailer, infomercial etc.) telling a story and conclude with a montage of works throughout the week.
GarageBand – song composition to include the development of adding music to lyrics using Garage Band software.
Final Project – Youth will create their own final product and it will be placed on a CD will need to be left behind in the program. A final showcase should allow for youth to share their works with other youth and family members.
Custom Tracks : Youth Programs would have the ability to select the camp best suited for their youth combining two or more tracks.
Photographer Track – 1-2 Days (group sizes not to exceed 20) Youth will learn the basics of photography and basic photo editing using iPhoto. Youth will compile their photography into slideshows and learn how to tell a story using photography. They will also learn how to use photography to record and change reality.
Filmmaker Track – 1-3 Days (group sizes not to exceed 20) Youth will learn the basics of visual storytelling and video editing. Youth will also learn how to effectively capture moments using cameras and then edit the footage into trailers and short films using iMovie.
Digital Music Track – 1-2 Days (group sizes not to exceed 12) Youth will learn how to create music using GarageBand. Youth will discuss how music effects the audience. They will be challenged to express something about their daily lives using the skills they’ve learned.
Web Designer/Programmer Track – 1-2 Days (group sizes not to exceed 12) Youth will learn the basics of putting a simple webpage together about themselves while incorporating some of their previous works. They will also learn the basics of HTML5 and the power of the internet, programming and communication.
Video Game Track – 1-2 Days (group sizes not to exceed 12) Youth will experiment with level editor games like MineCraft and Portal 2 to develop skills in architecture, storytelling and puzzle based challenges. Youth will also build challenges for each other.
Final Project – 1 Day Youth will create their own final product and it will be placed on a CD will need to be left behind in the program. A final showcase should allow for youth to share their works with other youth and family members.
2. Respondents’ Replies to RFI. To maintain consistency and equality in this process, vendors are requested to use the structure outlined below for their response.
•· Cover Page
•· Vendor Name
•· Vendor Address
•· Contact information for the vendor representative
•· Response to the substance of this RFI to include pricing
•· Brochures and/or other literature
While hardcopy is acceptable, e-mail is the preferred submission method. The file should be in Adobe Acrobat or Microsoft Word format. It should be sent to the POC listed in the FBO announcement no later than 11 February 2013, 12:00pm CDT.
3. Requested Information. Respondents are requested to provide the following information:
•· A brief overview of your company and its products/services (Brochures).
•· Name, address, and telephone and facsimile number of a Point of Contact.
•· Describe the features and components (recommended and optional) of any hardware or software proposed as part of the solution.
•· Description of your standard maintenance and support packages and their cost.
•· Request information regarding implementation, fielding, field guidance, and sustainment services needed to support all AFPC/Directorate of Services, Child and Youth Programs.
•· Describe your firm’s standard training package/plan.
•· Does your company have an existing relationship with DoD? If so, briefly describe the number of years your solution has been installed and number of locations. Please provide a point of contact. If not, please provide industry referrals.
•· Request information and pricing for a tutorials and /or 5 full day workshops to include but not limited to:. Microsoft Word, iPhoto/Photography, iMovie, Garage Band, Final Project, and Custom Tracks.
This RFI is for planning and information purposes only and shall not be construed as a request for proposal or as an obligation on the part of the Government to acquire any follow-on acquisitions. The Government does not intend to award a contract on the basis of the RFI or otherwise pay for the information solicited. No entitlements to payment of direct or indirect costs or charges by the Government will arise as a result of a submission of responses to the RFI and Government use of such information. No responses will be forthcoming to the respondents of this letter.
Place of Performance: Air Force Personnel Center Directorate of Services – Camps will be provided to 10-20 Continental United States installations. US URL: https://www.fbo.gov/spg/USAF/AFSVA/AFNAFPO/F41999-13-I-7004_Youth_Tech_Camps/listing.html
OutreachSystems Article Number: 130112/PROCURE/0521
Matching Key Words: video*; film?; edit*; produc*; train*; web; webpage?; page?; commercial?;
Department of the Army, Army Contracting Command, MICC, MICC – Carlisle Barracks, MICC – Carlisle Barracks, 314 Lovell Avenue, Suite 1, Carlisle Barracks, PA 17013-5072
U–Army Heritage Day – Living History at the US Army Heritage Center in Carlisle Pa. W91QF0-13-R-0003 030113 Roger N. Miller, 717-245-3961 MICC – Carlisle Barracks The proposed contract is 100% set aside for small business concerns. This is a non-personnel services contract to provide weekend educational event covering U.S. Army Soldier history over a timeline of U.S. Army History, entitled Army Heritage Days. The Contractor shall furnish all supervision, materials, staff, transportation and program support materials as needed, to fully carry out the requirements set forth in the Performance Work Statement (PWS). The U.S. Army Heritage and Education Center (USAHEC) preserves U.S. Army heritage and educates the Army and the Nation on the role of the Soldier in the development and protection of the Nation. Our vision is to quote mark Tell the Army’s Story One Soldier at a Time. quote mark The office of Research and Education Services (RES) at the USAHEC has the responsibility of carrying out that mission for the USAHEC through education programs for the U.S. Army, education institutions, and the general public. This contract will facilitate the preservation of U.S. Army heritage and provide education through a program of living historical portrayal of the U.S. Army from the pre-Colonial period of American history through present day Army operations. The objectives of this contract are to 1) Educate the students and staff of the U.S. Army War College and the general public on the U.S. Army Soldier from the earliest development of the Army Soldier through current operations today. 2) Promote the history of the Army and the heritage of the American Soldier to the general public, to assist in bridging the civilian/military gap highlighted by senior service leaders. The USAHEC requires professionally trained personnel with experience in providing living history site educational programs. The contractor shall provide station type presentations, reenactments, and other types of educational programs to portray the U.S. Army history on the Army Heritage Trail at the USAHEC. The contractor shall provide planning, coordination, and performance services for the entire period of performance for a period of 1 year from the date of the contract award. There will be two subsequent option years offered that the Government may exercise at their discretion. The actual historical event shall be conducted 18 May 2013 through 19 May 2013, for the base year. The dates of the event shall be coordinated with the USAHEC during the planning portion of this contract. The Contractor shall provide professionally trained, experienced staff possessing the skills, knowledge and training to satisfactorily perform the services required by this contract. The work to be performed under this contract will be performed on the Army Heritage Trail located at the U.S. Army Heritage Educational Center, Carlisle Barracks, PA. The NAICS code for this procurement is 711510. The size standard is $7 Million average annual receipts for the past three fiscal years. Prospective vendors must be registered with the System for Award Management (SAM) system, which had replaced the former Central Contractor Registration (CCR) system. Further information may be obtained at the website https://www.sam.gov/portal/public/SAM. It is estimated that the solicitation will be released on or about 18 January 2013 with a closing date on or about 19 February 2013. The actual beginning and closing date will be on the solicitation itself. It is the contractor’s responsibility to monitor the website for the issuance of the RFQ as well as any amendments to the solicitation.
Set-Aside: Total Small Business Place of Performance: MICC – Carlisle Barracks 314 Lovell Avenue, Suite 1, Carlisle Barracks PA 17013-5072 US URL:
OutreachSystems Article Number: 130111/PROCURE/0102
Matching Key Words: naics!711510;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — International Affiliates Broadcasters for News Broadcasting Services OSD-FY13-2Q 032913 Cheryl Peters , Contracting Officer, Phone 202-382-7866, Fax 202-382-7877, Email cpeters@bbg.gov – Alisa Martine, Contract Specialist, Phone 202-203-4176, Fax 202-382-7877, Email amartine@bbg.gov International Affiliates Broadcasters for News Broadcasting Services
FBO Notice Number: OSD-FY13-2Q
Subject: International Affiliates Broadcasters for News Broadcasting Services
The U.S. Broadcasting Board of Governors (BBG), International Broadcasting Bureau’s (IBB), Office of Strategy and Development (OSD, Office Symbol: OSD), has a continuous need for international affiliate broadcasters and media outlets (broadcast stations, Internet news aggregators, mobile telephone operators, other outlets) capable of disseminating audio, video and text content produced by the following individual BBG entities: Voice of America (VOA), Radio Free Europe/Radio Liberty (RFE/RL), Office of Cuba Broadcasting (OCB) – Radio/TV Marti – Radio Free Asia (RFA), Middle East Radio Network (MERN) – Radio SAWA – and the Middle East Television Network (MTN) – Al Hurra.
Below is a listing of the languages used by the individual BBG international broadcasters: VOA, RFE/RL, OCB, RFA, MERN, and MTN. VOA broadcasts in English and 43 other languages such as: Afan Oromo, Albanian, Amharic, Armenian, Azerbaijani, Bangla, Bosnian, Burmese, Cantonese, Creole, Croatian, Dari, French, Greek, Hausa, Indonesian, Khmer, Kirundi, Kinyarwanda, Korean, Kurdish, Lao, Macedonian, Mandarin, Ndebele, Pashto, Persian, Portuguese, Russian, Serbian, Shona, Somali, Spanish, Swahili, Thai, Tibetan, Tigrigna, Turkish, Ukrainian, Urdu, Uzbek and Vietnamese.
RFE/RL broadcasts and/or provides news and information on the Internet in English and 27 languages: Dari, Pashto, Albanian, Bosnian, Croatian, Serbian, Macedonian, Avar, Chechen, Circassian, Armenian, Azeri, Belarusian, Georgian, Persian, Arabic, Kazakh, Kyrgyz, Romanian, Russian, Tajik, Tatar, Bashkir, Turkmen, Ukrainian and Uzbek.
OCB broadcasts radio, television and Internet programming in Spanish. RFA broadcasts in Mandarin, Cantonese, Burmese, Korean, Lao, Khmer, Tibetan and Vietnamese. MERN broadcasts in Arabic. MTN broadcasts in Arabic.
Interested sources are encouraged to submit a Capability Statement detailing their past experience in transmitting content of any kind, audience(s) reached with this content, primary content language(s), organization, point of contact, address, availability, if the interest involves any specific BBG entity, and any requirements for retransmitting BBG content.
Please note that each Capability Statement will be evaluated against the criteria listed above. BBG may enter into an Affiliate Agreement with those sources whose broadcasting outlets have been selected to accomplish mission requirements and reserves the right to inspect the broadcasting facility. In addition, BBG will collect compliance information from all affiliate broadcasts, as well as Internet and mobile operations to insure that they fully satisfy the requirements of their affiliation agreements. Termination of an Agreement can be made in whole or in part by either party upon issuance of a written (30) day notice.
Please submit your written Capability Statement to International Broadcasting Bureau, Office of Marketing and Program Placement, 330 Independence Avenue, SW, Suite 3666, Washington, DC 20237 USA; e-mail: dboynton@bbg.gov; Telephone Doug Boynton at: +1-202-203-4161; fax: +1-202-203-4185.
Capability Statements will be received through March 29, 2013
All submission will be considered by the Agency.
This Notice is not a RFQ, RFP, or IFB.
Place of Performance: Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/OSD-FY13-2Q/listing.html
OutreachSystems Article Number: 130111/PROCURE/0576
Matching Key Words: video*; produc*; produce?;
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).
The current contract has been extended for three months to further clarify the number of positions that will be required to support the various service centers throughout Region 4. The release date has been postpone until further notice .
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: 130111/PROCURE/0651
Matching Key Words: state!ky;
Department of Transportation, Federal Aviation Administration (FAA), Mike Monroney Aeronautical CTR, FEDERAL AVIATION ADMINISTRATION, AMQ-210 AC – Mike Monroney Aeronautical Center (Oklahoma City, OK)
99 — 2nd REQUEST FOR OFFERS – LEAD ACID BATTERIES – NSN: 6140-01-291-6488 12573 012213 Casey Davis, casey.davis@faa.gov, Phone: 405-954-7897 Click here to email Casey Davis UPDATE: JANUARY 10, 2013
**QUESTIONS WILL NOT BE ACCEPTED AFTER 12 NOON (CST) MONDAY, JANUARY 14, 2013**
The Federal Aviation 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.
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/12698 to view the original announcement.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOT/FAA/MMACTR/12573/listing.html
OutreachSystems Article Number: 130111/PROCURE/0720
Matching Key Words: writ*; copy; technical; standard; procedure?;
Department of the Army, Army Contracting Command, ECC, RCO Grafenwoehr (PARC Europe, 409th CSB), RCO Grafenwoehr (PARC Europe, 409th CSB), UNIT 28130, APO, AE 09114
T–The USAG Grafenwoehr and Bavaria Military Community public affairs office has a requirement for a public affairs reporter position. W912PB-13-T-0130 021113 Phuong Nguyen, 09641838873 RCO Grafenwoehr (PARC Europe, 409th CSB ) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
General: The purpose of the Grafenwoehr PAO reporter contract is to assist the U.S. Army Garrison Grafenwoehr Public Affairs staff by providing articles and accompanying photos, as required by the Public Affairs Officer.
Background: The USAG Grafenwoehr and Bavaria Military Community publication, The Bavarian News, serves the unique community of the Bavaria Military Community in Grafenwoehr, Vilseck, Hohenfels and Garmisch, Germany. USAG Grafenwoehr’s largest tenant units are the 7th Army Joint Multinational Training Command, whose headquarters are in Grafenwoehr; the 2nd Stryker Cavalry Regiment, headquartered in Vilseck; and the 94th Engineer Brigade, headquartered in Hohenfels. These tenant units give the installation a wide variety of readers. The USAG Grafenwoehr PAO staff concentrates on items of communitywide interest rather thanduplicating information that can be found in other publications.
Scope of Work: The Grafenwoehr PAO reporter (hereinafter referred to as the contractor) shall perform the following:
Duties and responsibilities:
1. Research, interview subject matter experts, write and edit news articles, features and articles and take accompanying photos (75%).
a. The contractor shall receive story leads from the Bavarian News managing editor, but will develop his/her own story leads and obtain approval from the managing editor, and then research the story, interview subjects and write and edit articles and take photos prior to the submission deadline.
b. Work involves driving to various nearby locations and working nights and weekends as required by the public affairs office.
Work shall be accomplished according to the point of contact’s instructions when given specific assignments. All stories and photos will conform to the journalistic standards of the Associated Press (AP) and the Department of Defense.
2. Take photos to support stories on activities within the Grafenwoehr Military Community (Main Post and Rose Barracks).
a. The contractor shall use a digital camera to capture accompanying pictures to best support the assigned articles for maximum impact. Photographs must be high quality and suitable for publication.
b. The contractor shall ensure all stories and photos submitted to the managing editor are in accordance with AP and DO journalistic principles and newspaper commercial industry standards.
3. Routinely upload stories to Bavarian News website and ensure content remains fresh and timely under the supervision of the managing editor (10%).
4. On occasion, shoot and produce short videos of local community events (10%) and upload those videos to the Bavarian News site and garrison website.
5. Attend meetings to discuss coverage and performance of duties weekly or as required by the USAG Grafenwoehr Public Affairs Office (5%).
Professionalism and Work Products:
1. The contractor will present him/herself in a professional manner at all items, to include appearance and behavior.
2. The contractor is prohibited from drinking alcohol while performing services and blood alcohol level must be zero percent (0%) while on duty.
3. The contractor is not allowed to subcontract any portion of this work without the written prior consent of the USAG Grafenwoehr Public Affairs Officer.
4. The contractor will complete the work assignments independently and in a timely manner. Work products will be presented in the format specified by the PAO. Work products will be professional in appearance and content, and forma to the quality of workmanship maintain by the office of the PAO.
5. The US. Government is the sole owner of the contractor’s work produced for the execution of this contract. All work completed while fulfilling the contract automatically become property of the U.S. Government. Contract will not sell or attempt to sell work completed with any other publication or institution.
6. Sensitive information obtained by the contractor while executing his/her duties under the contract will not be discussed with or released to individuals who do not have an official need to know. The contractor shall maintain strict confidentiality regarding personal information of staff and public affairs topics.
Location and Work Schedule:
1. The contractor will work from home to complete his/her assignments. In addition, the contractor may work at the following location as space / resources are available:
USAG Grafenwoehr Public Affairs Office
Bldg. 500, Grafenwoehr Lager
92655 Grafenwoehr, Germany
2. The contractor will also be required to travel to locations within the general area, including but not limited to the geographical extent of the USAG Grafenwoehr.
3. The contractor will primarily work during the normal public affairs office hours of 8 a.m. to 5 p.m., Monday through Friday, but may be required to work American holidays, as well. The number of weekly hours will depend on the requirements of the newspaper and be adjusted accordingly. On average, the contractor will submit approximately eight to 12 stories per month. The contractor must be available to work two evenings and one weekend per month as directed by the PAO.
4. The contract will be available for work on Germany holidays, and in some cases when required, American holidays. Absence from work on American holidays is not monetarily compensated.
Property and Physical Security:
1. Government-furnished property:
a. The government will provide to the contractor the following property for use in connection with this contract:
i. Sharing of office equipment and supplies as needed and available.
ii. Camera (shared with staff).
b. The government property made available under this contract shall be for use only in the performance of the contract. The contractor must familiarize him/herself with the proper care and use of government property. Inventory of property will be prescribed by relevant regulation. A complete inventory of all property furnished or purchased by the government will be taken by the contractor, witnessed by the contracting officer or his/her representative, and reconciled with the installation property books. The contractor shall be responsible for the safeguarding of all assets that are in the contractor’s possession to include but not limited to contractual records, equipment and supplies called for in performance of this contract. The contractor will be liable for all property shortages resulting from contractor negligence.
c. The contractor shall establish and implement methods to ensure the physical security of all government property and facilities. Methods established shall be in accordance with locally directed physical security and internal control procedures. The contractor is to comply with all force protection security measures, to include inspection of personal belongings.
d. The contractor shall comply with local safety requirements and ensure all reasonable efforts are made to protect all persons from harm and government property from damage.
2. Contractor-furnished property: The contractor is not required to furnish any property or materials relevant to this contract but shall be responsible for receiving, caring for, accounting for and returning government-furnished property. The government will not be responsible in any way for damage due to fire, theft, accident or other disaster to the contactor’s supplies, materials, equipment or personal belongings brought into the building or onto the grounds.
Administrative Information:
1. The name and address of the POC/activity director is as follows:
Public Affairs Officer
USAG Grafenwoehr Public Affairs Office
Unit 28130
APO AE 09114
Tel: 475-7113, Civ. 09641-83-7113
2. Invoices are to be submitted to the POC listed above. The contractor will submit an original invoice to the POC within two working days after the end of each month. The POC will verify and certify the invoice and forward it to DFAS, or when required return to the contractor for revision, within five working days of receipt. The contractor will maintain work time records, which will be reviewed by the POC. Monthly invoices and payments will only be made on actual number of hours worked.
Evaluation Factors:
1. Offerers must be highly skilled and have minimum three years experience writing and taking photographs for a commercial or Army newspaper and be able to cover and produce news stories, features, stand alone photos under intense deadline pressure. Writing and taking pictures for a newsletter or similar product that is not commercially or professionally produced will not suffice as fulfilling this requirement.
2. Offerers must have experience using Photoshop, writing in accordance with Associated Press (AP) and Department of Defense style, and be familiar with producing video shorts and the associated software (such as Final Cut Pro or iMovie).
3. Offerers must provide a resume and three samples of their written and photographic work to demonstrate their professional experience, applicable knowledge and skills. Noncompliance will result in rejection of the offer.
3. Offerers must not have exhibited failure to deliver services on deadline during a previous contract. Noncompliance will result in rejection of the offer.
This is a firm-fixed-price acquisition with two option periods. Basic period of performance: 01 March 2013 – 30 September 2013. 1st Option Period: 01 October 2013 – 30 September 2014. 2nd Option Period 01 October 2014 – 30 September 2015.
More information on this requirement / solicitation and to submit offer can be found on the following link https://acquisition.army.mil/asfi/solicitation_search_form.cfm
Submit all offers to MAJ Phuong Nguyen at phuong.h.nguyen3.mil@mail.mil
Set-Aside: Competitive 8(a) Place of Performance: Public Affairs Office, USAG Grafenwoehr Merrell Street Grafenwoehr AE 09114 GE URL: https://www.fbo.gov/notices/87fd899746c9af4361a70f71850bab3e
OutreachSystems Article Number: 130109/PROCURE/0060
Matching Key Words: video*; edit*; duplicat*; produc*; train*; website; site?; event?; produce?; instruct*; commercial?; naics!711510;
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299
99 — Aluminum Storage H92244-13-T-0085 011813 Josephine Ocampo, Phone 757-862-9470, Fax 757-862-0809, Email josephine.ocampo@vb.socom.mil This is a combined synopsis/solicitation for CommercialItems in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0085, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-62 effective 20 Dec’12.
This procurement is 100% smal business set-aside and the associated North American Industry Classification System (NAICS) code is 336211 with a business size standard of 1000 employees. The DPAS rating for this procurement is DO-C9.
The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:
Section B Schedule of Supplies and Services
CLIN 0001 Provide and install aluminum storage and compartments – See Section C for Statement of Work Qty – 1 group
F O B Destination
Section C Statement of Work
Please see attached Statement of Work and Drawings.
Following Clauses and Provision applies to this procurement.
CLAUSES INCORPORATED BY REFERENCE
FAR 52.202-1 Definitions Jan 2012
FAR 52.203-3 Gratuities Apr 1984
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006
FAR 52-203-10 Price or Fee Adjustment For Illegal Or Improper Activity Jan 1997
FAR 52.204-99 System for Award Management Registration (Deviation) Aug 2012
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008
FAR 52.211-15 Defense Priority and Allocation Requirements Nov 2011
FAR 52.212-1 Instructions to Offerors – Commercial Items Feb 2012
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb 2012
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb 2012
FAR 52.212-5
DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items
(Deviation) Mar 2012
FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011
FAR 52.222-3 Convict Labor Jun 2003
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Mar 2012
FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999
FAR 52.222-26 Equal Opportunity Mar 2007
FAR 52.222-50 Combating Trafficking in Persons Feb 2009
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct 2003
FAR 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (Deviation) Aug 2012
FAR 52.233-1 Alt I Disputes – Alternate I (Dec 1991) Jul 2002
FAR 52.233-3 Protest After Award Aug 1996
FAR 52-242-13 Bankruptcy Jul 1995
FAR 52.243-1 Changes – Fixed Price Aug 1987
FAR 52.247-34 F.o.b. Destination Nov 1991
FAR 52.249-8 Default Apr 1984
FAR 52.253-1 Computer Generated Forms Jan 1991
DFARS 252-204-7003 Control of Government Personnel Work Product Apr 1992
DFARS 252.211-7003 Item Identification and Valuation Jun 2011
DFARS 252.212-7001
Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Mar 2012
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Oct 2011
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Jan 2009
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003
DFARS 252.232-7010 Levies on Contract Payments Dec 2006
DFARS 252.247-7023 Alt III Transportation of Supplies by Sea Alt III May 2002
SOFARS 5652.204-9004 Foreign Persons Jan 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011
SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998
CLAUSES INCORPORATED BY FULL TEXT
Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil
All FAR Representation and Certifications shall be submitted through System for Award Management (SAM) at https://www.sam.gov
52.212-2 EVALUATION–COMMERCIAL ITEMS (JAN 1999)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance Technical capability and price. Government will award this contract based on best value to the government.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
FAR 52.212-3 Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Feb 2012
FAR 52.252-2 Clauses Incorporated By Reference Feb 1998
FAR 52.252-5 Authorized Deviations in Provisions Apr 1984
FAR 52.252-6 Authorized Deviations in Clauses Apr 1984
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005)
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Christine Anderson, telephone (757) 893-2715.
SOFARS 5652.204-9003 Disclosure of Unclassified Information (Jan 2007)
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film,tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.
Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.
All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Jo Ocampo, Contract Specialist; Email address: josephine.ocampo@vb.socom.mil
Quotes must be received no later than 04:00 PM. Eastern Standard Time (EST) on 18 Jan’13. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at http://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Jo Ocampo, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299
Set-Aside: Total Small Business Place of Performance: 1636 Regulua Ave Virginia Beach , VA 23461 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0085/listing.html
OutreachSystems Article Number: 130109/PROCURE/0416
Matching Key Words: film?; produc*; you; website; business*; event?; instruct*; commercial?;
Department of the Navy, United States Marine Corps, Marine Corps RCO – National Capital Region, 2010 Henderson Road Quantico VA 22134-5045
T — “Step Up” Video-Curriculum Development M00264-13-RFI-0208 011813 Lawrence M. Rice, Phone 5712562725, Email lawrence.rice@usmc.mil Request for Information M00264-13-RFI-0208
“Step-Up” 8 Jan 2013
PURPOSE: This Request for Information (RFI) is an effort to conduct market research for use in formulating an acquisition plan/strategy to obtain support for the Deputy Commandant, Marine Corps Manpower and Reserve Affairs (DC,M& RA) Sexual Assault Prevention & Response Program (SAPR) to expand existing knowledge of junior Marines about sexual assault and provide additional guidance on how to engage in bystander intervention and report incidents that have occurred. The objective for this project is to develop a 90 minute high-impact curriculum that incorporates innovative instructional design and adult learning theory techniques that encourage the retention of sexual assault information in accordance with Marine Corps requirements.
This RFI allows potential contractors to submit a non-binding statement of interest and documentation demonstrating their corporate capabilities and suggestions that will allow the Government to refine its potential course of action. The RFI effort is intended to assess industry service capabilities and solicit feedback for acquisition planning purposes.
BACKGROUND: The Sexual Assault Prevention and Response Program (SAPR) is responsible for providing policies, evidence-based prevention training, and oversight of victim-centric services to all installation and major subordinate command leadership. The purpose of the SAPR Program is to eliminate incidents of sexual assault through a comprehensive program that centers on awareness and prevention, training andeducation, reporting, response, victim advocacy, and accountability.
CORE OBJECTIVES TO BE ACCOMPLISHED: The draft Performance Work Statement provided with this RFI sets forth the work efforts required to support the Video and curriculum development requirement. The scope of this effort shall encompass the following objectives/tasks:
• Curriculum Conceptualization
• Video Production
• Written Course Content
• Resource materials Development
• Training Instructor’s Guide
• Curriculum Piloting
• Train-the-Trainer Video
• Final Product Delivery
INSTRUCTIONS: Responses to this RFI shall not exceed ten (10) pages, including cover letter, discussion and contact information. Subject response must contain: (1) Capability statement sufficient to demonstrate performance acumen directly related to the objectives; (2) Two customer references describing similar work efforts; (3) Commercial published labor categories and rates used by respondents for similar services ( if available- this does not count against the 10 page limit); and (4) Other material relevant to establishing the core competencies of the firm. Please identify Large/Small Business size, CAGE Code and GSA Schedule contract number if available.
Response is due by 18 January 2013, 5:00 PM. Please submit e-mail responses to Lawrence Rice, Customer Liaison, at: Lawrence.rice@usmc.mil
NOTES: Issuance of this notice does not constitute any obligation whatsoever on the part of the Government to procure these services or to issue a solicitation. The Marine Corps is neither seeking proposals nor accepting unsolicited proposals, and responses to this notice cannot be accepted as offers. Any information the vendor considers proprietary should be clearly marked as such. The U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. See FAR 52.215-3, Request for Information or Solicitation for Planning Purposes. Insert: Information ONLY.
Place of Performance: Contractor’s location and potential USMC filming locations US URL: https://www.fbo.gov/spg/DON/USMC/M00264/M00264-13-RFI-0208/listing.html
OutreachSystems Article Number: 130109/PROCURE/0454
Matching Key Words: video*; produc*; train*; page?; education*; business*; documentation; production?; instruct*; commercial?; filming; naics!512110;
Agency for International Development, Overseas Missions, Liberia USAID-Monrovia, USAID/Monrovia Department of State Washington DC 20521
R — Development, Outreach and Communications Specialist SOL-669-13-000002-RE 012513 Sylvester s. Browne, Phone 23177766402, Email sbrowne@usaid.gov – Ross Hicks, Email rhicks@usaid.gov ; sp;
ATTACHMENT 1: Solicitation
1. SOLICITATION NUMBER: SOL – 669-13-000002-RE
2. ISSUANCE DATE: January 4, 2013
3. CLOSING DATE/TIME: January 25, 2013 / 4PM Local time
4. POSITION TITLE: Development, Outreach and Communications Specialist,
5. MARKET VALUE OF POSITION (Base Pay): GS-13 ($71,674 – $93,175). Salary to be paid within this grade will depend on experience, qualifications, and salary history. The standard compensation package also includes a contribution for life and health insurance and a contribution to FICA. If the selected candidate qualifies as an off-shore hire under USAID regulations, the employee will additionally receive post differential approved for Monrovia, Liberia (currently set at 30%), post allowance, housing, international travel, UAB, HHE, consumables and POV shipment benefits.
•6. PERIOD OF PERFORMANCE: One year, to start on or about April 2013 with the possibility of a one year extension. The extension will depend on the need for continuation of such services, availability of funds, and satisfactory performance.
•7. AREA OF CONSIDERATION: United States (US) citizens or U.S. Permanent Residents (non-U.S. citizen lawfully admitted for permanent residency)
8. PLACE OF PERFORMANCE: Based in Monrovia, Liberia
9. JOB DESCRIPTION:
•I. DETAILED DUTIES AND RESPONSIBILITIES
The DOC will manage the full range of public information and outreach activities in support of USAID/Liberia’s programs and objectives, targeting information to specific audiences in both Liberia and the US, in accordance with the Mission’s public strategy and evolving circumstances.
Specific duties include but are not limited to the following:
Supervisory and Coordination
•· Lead the Mission’s DOC team comprised of one FSN to ensure overall quality and coherence of the team’s communications and outreach products and initiatives.
•· Lead the development and implementation of the Mission’s communications strategy and outreach plan.
•· Represent the Mission at the senior level in all matters pertaining to public affairs and outreach activities with other branches of the USG, the Government of Liberia, implementing partners, other donor nations, the UN, World Bank and other donors and stakeholders.
•· Train USAID’s technical staff in Monrovia in support of their public speaking and media outreach roles. Oversee the integration of communications in the project design and implementation processes.
•· Serve as the senior advisor to Mission management regarding all public information, media relations, and outreach matters.
•· Maintain up-to-date knowledge of all USAID/Liberia activities and processes, as well as a keen awareness of political and policy issues.
•· Advise USAID staff and implementing partners on development appropriate public information programs and initiatives.
•· Serve as a resident expert of USAID branding and style guidelines, ensuring regulations are followed by recommending revisions and appropriate application as outlines in ADS 320 and the Agency’s Graphic Standards Manual.
•· Oversee and provide regular trainings to USAID staff and implementing partners on the appropriate use of branding and marking; work closely with C/AORs to ensure adherence to branding in the field; and, seek guidance from LPA on any disputes or waiver requests.
•· Coordinate with PAS, other USG agencies, and USAID implementing partners to achieve maximum exposure and understanding of U.S. development and humanitarian assistance efforts and initiatives in Liberia, as defined by the Chief of Mission and USAID Mission Director.
•· Establish and maintain contacts with donor representatives, implementing partners, and other USG agencies to collect information for reports.
Public Information and Publicity Materials
•· Coordinate information dissemination, media outreach, and public events within the Mission; with the Mission’s offices, units and technical staff.
•· Oversee the drafting, editing, and dissemination of timely and accurate information, fact sheets, press releases, newsletters, brochures, presentations, responses for requests for information, and all other public information materials relating to USAID/Liberia’s activities. These must be written in clear, concise English, prepared with both the media and general audiences in mind, and designed for print, power points, and web use.
•· Oversee the preparation of a bi-weekly summary of events, weekly submissions for “This Too Is Liberia” reporting cable, and submissions for USAID Frontlines and other USAID and State Department information platforms including the Administrator’s Blog, Facebook, Twitter, YouTube and other new or emerging social media sites.
•· Oversee the use of social media platforms as an engagement tool with a focus on digital advocacy and outreach; a social media strategy will be development to complement the broader communications plan.
•· The DOC will manage the preparation and maintenance of an updated standard information package on the USAID program in Liberia for briefings and for distribution to the public and media; and for USAID/W, LPA, State Department, Congress, etc.; including scene setters, program briefing papers, project status reports, maps, photos, information about other donors, and general information about Liberia.
•· S/He oversees the maintenance of the Mission’s web materials to ensure they are accurate and up-to-date.
•· Oversee the writing and distribution of press releases on program successes, project inaugurations, significant development, etc. Follow up with media to encourage and support coverage of public events. Coordinate with technical offices, Embassy’s PAS, and LPA to produce and release timely, accurate, and useful written information to local and international media.
Media and Public Relations
•· Promote separate, pro-active, targeted, information and media outreach activities. These activities are specifically designed to push accurate information about USAID programs deep into local, regional and national markets, through the selective use of radio, newspapers, public service announcements, and other communications methods.
•· Oversee all international and local media relations. Work closely with PAS on press relations and maintain contacts with high-level Western and local journalists from all media outlets.
•· Advise and work with Embassy PAS to expand opportunities to keep media abreast of USAID/Liberia programs, including TV, radio and other media. This may include arranging interview, briefings, media tours of USAID projects, etc.
•· In collaboration with PAS, advise the Mission Director and USAID staff on press and media relations. Ensure a targeted, coherent, and consistent message from all USAID staff and implementing partners.
•· Coordinate with Government of Liberia’s public relations offices, maintain good relations and advising on work with Liberian and international media.
•· Supervise the monitoring of the local and international press coverage, awareness, and attitudes concerning USAID programs and monitor effectiveness of the communications strategy. Provide feedback to inform ongoing activities and future programming.
•· As directed by the Mission Director, Deputy Director and in collaboration with PAS, respond to inquiries from the general public, media, and other sources about USAID programs and projects.
Publicity Events
•· Organize and coordinate press events for USAID projects in conjunction with the PAS, USAID Mission Director and Deputy Director, technical teams, and implementing partners. This includes conferences, openings, ribbon-cuttings, and other ceremonies. Write press releases, speeches, and talking points; organize background briefings for media; compile and disseminate press packets; deal with protocol issues, siteselection, staging, and logistical issues; identify and schedule speakers; liaise with US and local government officials; write or edit Briefing Checklists (BCLs). Scene setters, briefing materials and memorandums to the Ambassador or her deputies with participation in events is warranted; write or edit BCLs and scene setters for USAID’s Front Office when participation in events is warranted; provide on-site coordination of media. Follow up with media to ensure coverage of public events. Manage the posting of all event information and materials to the Mission website.
•· Review and edit press releases, speeches, and talking points drafted by implementing partners for USAID events; review and edit BCLs and scene setters drafted by implementing partners for USAID events.
•· Submit all press releases and interview requests – in-house and those drafted by implementing partners – to PAS (and LPA, when appropriate) for review and approval.
•· Oversee the maintenance of a calendar of USAID program events and its distribution within USAID/Liberia, and to Embassy and USAID/W stakeholders.
•· Photograph and/or shoot video of USAID events for the USAID and Embassy websites for USAID/Liberia’s archives.
•· Serve as the Mission’s primary point of contact for publicity events and site visits by official visitors from the US Embassy, USAID/W, Congress, and other USG agencies or entities. Coordinate VIP site visits as necessary. Coordinate with Embassy on schedules and logistics. Lead the preparation of briefing materials, scene setters, and other information products and processes to support these visits. Maintain a diverse list of potential site visit locations appropriate for a variety for CODEL, STAFFDEL, and other high-level visitors to USAID/Liberia, coordinating closely with partners in advance.
•· Perform other duties/activities that the US Ambassador, USAID Mission Director and Deputy Director, USAID/W and circumstances may dictate.
•II. MINIMUM REQUIREMENTS
Education: It is preferred, but not required, that the candidate hold a Master’s degree with significant coursework in relevant fields. Relevant fields include – but are not limited to – journalism, communications, public relations or affairs, international relations, international development, public administration, development/area studies, and social studies. At least eight to 10 years’ experience as a journalist, in public affairs or international relations is required.
Work Experience: The candidate must have at least five years’ relevant experience in a developing country. Relevant experience is defined as work in journalism, public relations, communications, and/or outreach.
Language Proficiency: The candidate must be fluent in both spoken and written English.
Skills and Abilities: The candidate must have a demonstrated capacity in the following skills and abilities:
•· Demonstrated ability to exercise sound, independent, professional judgment.
•· Excellent organizational and critical thinking skills.
•· Excellent written and verbal communication skills with a demonstrated ability to translate highly technical material into easy to understand narrative.
•· Exceptional interpersonal skills with the ability to influence relationships positively
•· Superior project management skills and the ability to take initiative working with the direction of management; must be able to take ownership of projects, creatively problem solve and see through to completion
•· Strong and demonstrated knowledge of the principles and practices of public relations, media relations, and journalistic writing and reporting techniques.
•· Knowledge of technical aspects involved in the production of different public outreach activities, such as production of radio programs.
•· Maintain superior levels of professionalism while working under pressure in a fast-paced and sometimes difficult environment.
•· Willingness to assume duties and responsibilities in all communications areas, as needed.
•· Strong, working knowledge of Microsoft Work, Excel, Power Point, and internet applications.
•· Familiarity using a digital camera and videotaping equipment.
•· Must be a United States (US) citizens or U.S. Permanent Residents (non-U.S. citizen lawfully admitted for permanent residency).
•· US Secret security clearance (or ability to attain one) is required.
•III. SELECTION CRITERIA AND PROCESS
Applicants who do not meet the required minimum qualifications will be considered unqualified for the position and will not be assessed using the additional selection criteria below.
All other applications will be scored, then ranked based on the following selection criteria:
Technical Knowledge/Work Experience (40 points)
•· At least six to eight years’ experience in related fields, such as public relations, journalism, or international development communications.
•· Experience supervising staff and work flows, working as a team member, and providing leadership in the areas of his/her competencies.
•· Demonstrated success in development and disseminating information to a variety of target audiences.
•· Demonstrated success in designing and implementing effective public relations/communications campaigns targeted at specific audiences as well as the general public.
•· Demonstrated ability to craft information messages in various media formats (press releases, web sites, stories, etc.) targeting a variety of audiences.
•· Evidence of broad understanding of issues related to international development.
•· Extensive writing and editing experience.
•· Demonstrated ability to establish and maintain collegial relations with press and media contacts and exercise sound judgment in representing the USG while discussing program activities with the press and media.
•· Broad operational planning experience, analytical ability, and the capacity to convert planning concepts into firm plans to meet a variety of contingencies.
•· Previous work experience with the USG or another international development organization in an overseas context is highly desirable.
Communication Skills/Group Dynamics (30 points)
Applicants must provide evidence and examples of:
•· Effective team leadership skills and the ability to work effectively as a member of a multi-disciplinary, multi-cultural team.
•· Ability to make cogent arguments clearly and succinctly in written and oral presentations.
•· Initiative and proactive engagement with colleagues to complete assigned tasks in accordance with agreed timetables.
•· Ability to work independently, managing several activities at once, and to work under pressure to meet very short deadlines.
•· Evidence of outstanding coordination and organizational skills.
Writing Skills (20 points)
Applicants must provide at least two writing samples with their application. The samples should be 350 to 1,500 works (preferably 750-1,500 words). They can be excerpts from larger articles or papers, and do not have to concern development or be written specifically for this solicitation. The samples should demonstrate the applicant’s ability to clearly and lucidly communicate complex ideas to the public. The samples must be by the applicant, co-written articles are not accepted.
Education and Training (10 points)
•· A Master’s degree is preferred by not required, preferably in journalism, communications, international relations, international development, public administration, development/area studies, social studies or a related field. An undergraduate degree in similar disciplines with additional work experience.
•· Training in one or more of the following areas: development outreach and communications, writing, journalism, web site content management, presentation skills, or other areas that are relevant to the detailed duties and responsibilities outlined in Section III of the solicitation.
•· Extensive experience with Microsoft Word, Microsoft Power Point, and Microsoft Excel. Familiarity with Adobe Suite, particularly using Adobe Photoshop. Experience with Facebook, Twitter, YouTube, LinkedIn, and RSS feeds.
Maximum Points Available: 100
Place of Performance: Monrovia, Liberia LR URL: https://www.fbo.gov/spg/AID/OM/LIB/SOL-669-13-000002-RE/listing.html
OutreachSystems Article Number: 130105/PROCURE/0054
Matching Key Words: video*; edit*; produc*; train*; conference?; website; web; site?; education*; event?; produce?; production?; distribute*;
Department of the Army, FedBid, FedBid.com — for Department of Army procurements only, Bldg 2172, 13 1/2 St, Fort Campbell, KY 42223
99–Luggage W90GCM30024000 011113 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is W90GCM30024000 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-63. The associated North American Industrial Classification System (NAICS) code for this procurement is 448320 with a small business size standard of $25.50M.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on http://www.FedBid.com will start on the date this solicitation is posted and will end on 2013-01-11 12:00:00.0 Eastern Time or as otherwise displayed at http://www.FedBid.com.FOB Destination shall be FORT CAMPBELL, KY 42223 Place of Performance: FORT CAMPBELL, KY 42223 42223 US URL: https://www.fbo.gov/notices/8267b6e823d83c51fff8072bebc8bcec
OutreachSystems Article Number: 130105/PROCURE/0525
Matching Key Words: age:state!ky; state!ky;
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299
99 — DOORS AND LUMBER H92244-13-T-0062 011613 Josephine Ocampo, Phone 757-862-9470, Fax 757-862-0809, Email josephine.ocampo@vb.socom.mil This is a combined synopsis/solicitation forCommercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0062, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-62 effective 20 Dec’12.
This procurement is 100% smal business set-aside and the associated North American Industry Classification System (NAICS) code is 339999 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9.
The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:
Section B Schedule of Supplies and Services
CLIN 0001 Hollow Core Lauan Interior Doors, 3’0″ x 6’8″ x 1 3/8″, 4-9/16″ primed jamb with no casing, right hand, 1 5/16″ thickness. Qty – 100 ea
CLIN 0002 Solid Core Lauan Interior Doors, 3’0 ” x 6’8″ x 1 3/8″, 4-9/16″ primed jamb with no casing, right hand, 1 5/16″ thickness. Qty – 100 ea
CLIN 0003 Metal Clad Six Panel Doors, right hand, 3’0″ x 6’8″ x 1 3/8″, 4-9/16″ aluminum sill
Qty – 100 ea
CLIN 0004 #2 treated lumber, 2 x 6 x 10′ Qty – 128 ea
F O B Destination
Section C Specifications
Please palletized.
Following Clauses and Provision applies to this procurement.
CLAUSES INCORPORATED BY REFERENCE
FAR 52.202-1 Definitions Jan 2012
FAR 52.203-3 Gratuities Apr 1984
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006
FAR 52-203-10 Price or Fee Adjustment For Illegal Or Improper Activity Jan 1997
FAR 52.204-99 System for Award Management Registration (Deviation) Aug 2012
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008
FAR 52.211-15 Defense Priority and Allocation Requirements Nov 2011
FAR 52.212-1 Instructions to Offerors – Commercial Items Feb 2012
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb 2012
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb 2012
FAR 52.212-5
DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items
(Deviation) Mar 2012
FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011
FAR 52.222-3 Convict Labor Jun 2003
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Mar 2012
FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999
FAR 52.222-26 Equal Opportunity Mar 2007
FAR 52.222-50 Combating Trafficking in Persons Feb 2009
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011
FAR 52.232-36 Payment by Third Party Feb 2010
FAR 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (Deviation) Aug 2012
FAR 52.233-1 Alt I Disputes – Alternate I (Dec 1991) Jul 2002
FAR 52.233-3 Protest After Award Aug 1996
FAR 52-242-13 Bankruptcy Jul 1995
FAR 52.243-1 Changes – Fixed Price Aug 1987
FAR 52.247-34 F.o.b. Destination Nov 1991
FAR 52.249-8 Default Apr 1984
FAR 52.253-1 Computer Generated Forms Jan 1991
DFARS 252-204-7003 Control of Government Personnel Work Product Apr 1992
DFARS 252.211-7003 Item Identification and Valuation Jun 2011
DFARS 252.212-7001
Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Mar 2012
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Oct 2011
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Jan 2009
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003
DFARS 252.232-7010 Levies on Contract Payments Dec 2006
DFARS 252.247-7023 Alt III Transportation of Supplies by Sea Alt III May 2002
SOFARS 5652.204-9004 Foreign Persons Jan 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011
SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998
CLAUSES INCORPORATED BY FULL TEXT
Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil
All FAR Representation and Certifications shall be submitted through System for Award Management (SAM) at https://www.sam.gov
52.212-2 EVALUATION–COMMERCIAL ITEMS (JAN 1999)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance Technical capability and price. Government will award this contract based on best value to the government.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
FAR 52.212-3 Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Feb 2012
FAR 52.252-2 Clauses Incorporated By Reference Feb 1998
FAR 52.252-5 Authorized Deviations in Provisions Apr 1984
FAR 52.252-6 Authorized Deviations in Clauses Apr 1984
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005)
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Christine Anderson, telephone (757) 893-2715.
SOFARS 5652.204-9003 Disclosure of Unclassified Information (Jan 2007)
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film,tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.
Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.
All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Jo Ocampo, Contract Specialist; Email address: josephine.ocampo@vb.socom.mil
Quotes must be received no later than 04:00 PM. Eastern Standard Time (EST) on 16 Jan’13. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at http://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Jo Ocampo, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299
Set-Aside: Total Small Business Place of Performance: 1636 REGULUS AVE VIRGINIA BEACH , VA 23461 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0062/listing.html
OutreachSystems Article Number: 130105/PROCURE/0527
Matching Key Words: film?; produc*; you; website; business*; event?; instruct*; commercial?;
Department of Energy, Alliance for Sustainable Energy, LLC (DOE Contractor), National Renewable Energy Laboratory, 1617 Cole Boulevard Golden CO 80401
R — “Technical Inquiry and Technical Data Maintenance for NREL’s Alternative Fuels Data Center and Clean Cities Program Technical Assistance” JMT23239 020113 Judy Thompson (Powers), Subcontract Administrator, Email judi.powers@nrel.gov – Patrick Schurott, Senior Supervisor, Email patrick.schurott@nrel.gov BACKGROUND
The National Renewable Energy Laboratory’s (NREL’s) Deployment and Market Transformation Center (D&MT) is responsible for providing support of several activities of the U.S. Department of Energy (DOE) related to accelerating the use of alternative fuels and other advanced vehicle and fuel technologies. Providing unbiased technical information, tools, and resources is a requirement of several pieces of federal legislation, including the Alternative Motor Fuels Act (AMFA) of 1988, the Clean Air Act Amendments of 1990, and the Energy Policy Act (EPAct) of 1992 and 1995. NREL has the lead responsibility for providing this technicalresource, which has taken the form of vehicle and fleet evaluations, data collection and research, development of on-line tools and resources, and overall integration and management of this base of knowledge in the Alternative Fuels Data Center (AFDC).
In particular, NREL efforts support the Clean Cities Program and Clean Cities coalitions and coordinators in their localized deployment efforts to assist local fleets in converting to the use of alternative fuel and advanced vehicles. Assistance takes the form of a wide variety of technical and outreach activities to support the displacement of petroleum in transportation by increasing understanding and awareness of alternative and advanced fuel and vehicle technologies and the sharing of best practices among coalitions by providing all necessary technical information and resources. Resources are provided via a variety of methods to include but not limited to the AFDC web site, other relevant industry websites, through the Clean Cities Technical Response Service (TRS) as well via NREL staff.
OBJECTIVE
NREL is seeking one or more organizations to assist with inquiry response, writing and editing both print and web content as well as the maintenance and management of data related to the field of alternative fuel and advanced vehicles, fuel production and feedstock, and fuel and vehicle related DOE programs. The major tasks associated with this effort include:
• Responding to inquiries ranging from general to complex and specialized in nature, while providing appropriate technical information and resources. Inquiries may be from Clean Cities stakeholders or Coordinators, industry, researchers, analysts, DOE, National Energy Technology Laboratory (NETL) and NREL or the public, and will be related to deployment, production, distribution and use of alternative and advanced fuels and vehicles.
• Assisting NREL in the maintenance and management of database content related to alternative fuels and advanced vehicle technologies. Key areas of focus include relevant federal, state and local legislation and incentives, fueling stations and information on alternative fuel and advanced vehicles.
• Assisting NREL with maintenance of existing web content as well as the creation and/or development of both print and web content on alternative and advanced fuels and vehicles.
Tasks will require identifying resources and information about, and maintaining knowledge of, the deployment of alternative fuels and advanced fuel and vehicle technologies, the related industries, and applications through reading and researching, Web searches, electronic newsletters, industry contacts, etc. For the purposes of this activity, alternative fuels include those established by EPAct, including ethanol, natural gas, propane, electricity, biodiesel, and hydrogen. Examples of advanced fuel and vehicle technologies to be covered include other fuel blends such as E10 (10% ethanol/90% gasoline) and B20 (20% biodiesel/80% diesel), other biodiesel blends, diesel, light- and heavy-duty hybrid electric vehicles, light- and medium-duty passenger diesel vehicles, idle reduction technologies, fuel efficient vehicles, and other fuel economy measures.
AREAS OF EXPERTISE
Individuals or organizations responding to this Sources Sought request must describe capabilities, attributes, and skills in the following specific areas of expertise:
Technical Inquiry Response
To support NREL in this effort, an organization must demonstrate the capability to provide timely response and knowledgeable, experienced technical staff to field inquiries via the use of a sophisticated phone system. The organization being sought shall have the capability to answer questions on all aspects, from general to technical, of alternative fuels and advanced technology vehicles where the representation of fuel neutrality is absolute in a helpful, courteous and informed manner. The organization must be capable of answering questions via:
1. Technical knowledge and expertise gained by having worked in the alternative fuel and advanced transportation field;
2. Monitoring of industry information, development, and technical contacts;
3. Searching for and interpreting alternative fuels and related information found on the web;
4. Historical experience with the Clean Cities Program, and other related programs, and through past involvement with the alternative fuels community and Clean Cities coalitions and stakeholders;
5. Searches of various databases, such as information in NREL’s AFDC and its database of alternative fuel documents, laws and incentives affecting alternative fuel and advanced technology vehicles (AFVs/ATVs); and
6. Knowledge from, and referrals to, known experts in the alternative and advanced fuel and advanced technology vehicle fields.
Inquiries are submitted via the telephone and email and are from a variety of sources, including Clean Cities Coordinators, stakeholders, industry, researchers, analysts, DOE, NETL, NREL and the public. Inquiries are tracked through an NREL (client provided_ web-based form. Responses may require direction to on-line resources, summaries of multiple data sources and knowledge, or other forms of information, which requires a high level of comfort and degree of experience doing research using the internet. The organization will be responsible for accurately entering information related from each inquiry into the on-line form including the verification/addition of requester profile information, and detailed descriptions of both the request and the response provided. The organization will describe its ability to identify and translate resources into the appropriate level of information for the audience.
Maintenance of Knowledge and Information
NREL is tasked with maintaining information and resources on alternative and advanced fuels and vehicles which must always be as current and accurate as possible. The organization shall be required to maintain current knowledge, and have available information at its immediate disposal on all elements related to alternative and advanced fuels and vehicles. The organization shall demonstrate experience and capability in this area.
Technical Data Development and Maintenance
NREL is responsible for developing and maintaining technical data, on-line tools, and other technical resources that enable the implementation of alternative fuels and other advanced vehicle and fuel technologies. Part of that responsibility requires that a number of databases of information be maintained for industry, fleets, and others searching for information about alternative fuels and related topics. NREL is seeking organizational capability, and demonstrated expertise and involvement in data maintenance and management related to all aspects of alternative fuels and advanced transportation technologies. Tasks may include maintaining NRELs data for:
• Alternative Fueling Stations. It is important to maintain the most accurate and timely information possible with regard to availability of alternative fuel and advanced vehicle fueling station information because the data influences decisions to purchase and implement alternative fuel and advanced vehicles. Part of this work will require the organization to verify the accuracy and relevance of the active fueling station records in the AFDC stations database and add records for stations not currently in the database. Knowledge and understanding of alternative fuel and advanced vehicle infrastructure must be demonstrated.
• Laws and Incentives (L&I). It is important to maintain the most accurate and timely information possible with regard to enacted legislation and incentives at both the state and federal levels that affect decisions to purchase and implement alternative fuels and vehicles, as well as advanced technology vehicles such as hybrid electric vehicles. Enacted incentives and laws at the federal and state levels related to alternative fuels shall be identified through research. Enacted legislation must be accurately summarized in the L&I database. Skills and previous experience in identifying L& I at the state and federal level and a demonstrated understanding of enacted, authorized and funded legislation must be demonstrated. The organization shall also demonstrate their ability to interpret legislation into terms that are easily understandable
Technical Reviews and Writing
As described above, NREL is responsible for the maintenance of existing publications and web content as well as the creation and/or development of new resources related to alternative and advanced fuels and vehicles. This provides decision makers the knowledge and information needed to convert their fleet to an alternative fuel or choose an advanced technology vehicle. NREL seeks organizational capability and demonstrated expertise in writing, editing and reviewing content related to all aspects of alternative fuels and advanced transportation technologies.
• Web Site Review. Reviewing content on relevant web sites maintained by NREL, so that information on the sites is accurate and timely may be required. Demonstrated breadth of knowledge in the field and the relevant DOE programs will be required.
• Writing and Content Reviews. Reviewing the content of existing Clean Cities publications and providing editorial input may be required. Demonstrated breadth of experience in writing and editing content for publications related to alternative and advanced fuels and vehicles, fuel production and feedstock, infrastructure and laws and incentives information must be demonstrated. Expert technical reviews will not be required. In addition, original writing and content development may be required. Organizational capability in developing technical content appropriate for a variety of audiences must be demonstrated.
RESPONSE REQUIREMENTS
The response to this sources sought document is limited to six (6) pages of single spaced text of 12-point Times New Roman font, with minimum 1″ margins all around. Brevity is encouraged.
All responses shall be submitted in writing via e-mail to judi.powers @nrel.gov . Electronic format shall be in Microsoft Word or converted to .pdf.
Responses to this notice must be received by the response date (February 1, 2013, 5:00 p.m. MST). Responding to this request identifies your organization as an interested party only. Questions will not be accepted. Your submittal is not in response to a Request for Proposals (RFP).
Place of Performance: National Renewable Energy Laboratory (NREL) US URL: https://www.fbo.gov/spg/DOE/NREL/NR/JMT23239/listing.html
OutreachSystems Article Number: 130105/PROCURE/0546
Matching Key Words: writ*; technical;
Department of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex 346 Marine Forces Drive Grand Prairie TX 75051
U — VT CAR CARE MAINTENANCE INSTRUCTOR-ASHLAND, KY RFQP01021200007 011113 Nicole B. Rumsey, Contract Specialist, Phone 972-352-4538, Fax 972-352-4545, Email nrumsey@bop.gov – Catherine Corcoran, Contract Specialist, Phone 9723524565, Fax 9723524545, Email ccorcoran@bop.gov
Place of Performance: Federal Correctional Institution Ashland State Route 716 Ashland, KY 41105 US URL: https://www.fbo.gov/spg/DOJ/BPR/70032/RFQP01021200007/listing.html
OutreachSystems Article Number: 130105/PROCURE/0617
Matching Key Words: state!ky;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — Journalists & Stringers for English and Foreign Language News POV-FY-13-Q2-R 033113 Jim McGuirk, Procurement Analyst, Phone 202-382-7840, Fax 202-382-7854, Email jmcguirk@bbg.gov – Brenda Dade, Phone 2023827853, Email bdade@bbg.gov U.S. Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), Voice of America (VOA), and Office of Cuba Broadcasting (OCB) are seeking qualified individuals for free-lance Radio, Television, Internet, and/or Multi-Media English and/or foreign language news broadcasting assignments in Washington, DC; Miami, FL; and various overseas locations that are notserviced by full-time VOA and/or OCB staff correspondents. Assignment areas include script writing, editing, on-air announcing, video journalism, and audience mail analysis. The VOA broadcasts in English and other languages. These languages are as follows: Afan Oromo, Albanian, Amharic, Armenian, Azerbaijani, Bangla, Bosnian, Burmese, Cantonese, Creole, Dari, French, Georgian, Greek, Hausa, Indonesian, Khmer, Kirundi, Kinyarwanda, Korean, Kurdish, Lao, Macedonian, Mandarin, Ndebele, Pashto, Persian, Portuguese, Russian, Serbian, Shona, Somali, Spanish, Swahili, Thai, Tibetan, Tigrigna, Turkish, Ukrainian, Urdu, Uzbek and Vietnamese. VOA is seeking qualified sources for the following types of free-lance assignments: Radio-TV Broadcast Announcers, Narrators and Personalities, Researchers, Writers, Producers, Editors, Desk Coordinators, Directors for Television, Radio and TV Production Assistants, Television Makeup-Artists, Master Control Producers, TV Master Control Technicians, Television On-Camera Talent (i.e., Program Moderator, Anchor, Host), General Studio Technicians, Video Switchers, Audio Technicians, Lighting Directors, TV Technical Support Maintenance Technicians, Non-English Language Translators, Narrators, Videotape Editors, Videotape Recycling Technicians, Videotape Recording Technicians, TV Mini-Cam Technicians, Studio Technician Director, Video Researcher/Catalogers, Camera Operators, Character Generator Operators (Chyron), TV/Radio Bookers, Promo Producer/Editors, Audience Mail Assistants (respond to incoming letters/emails from VOA Listeners around the world). Furthermore, the BBG’s Office of Cuba Broadcasting (OCB), which broadcasts radio and television programming in Spanish to Cuba, is seeking qualified sources for similar free-lance assignments on the same “as-needed” contract basis as VOA, but with OCB’s free-lance work assignment locations being Miami, FL or at overseas locations. The following general information pertains to all of the above-listed VOA and OCB free-lance assignments: 1) Assignments are performed on a contract basis. 2) Most VOA assignments require working in Washington, DC; while some assignments require working at IBB studios at overseas locations. Most OCB assignments require working in Miami, FL; while some assignments require working at overseas locations. 3) Contractor candidates may be required to undergo a background security investigation and successfully pass the security clearance process in order to receive work assignments. 4) Contractor candidates must be willing to work on an “as-required” basis, depending upon the VOA’s or OCB’s broadcasting needs. Some broadcasting activities require working irregular hours – such as very early in the morning or late in the evening – depending on the broadcasting schedule. 5) Videotape editor candidates should have at least two (2) years experience as a videotape editor in either a commercial or Government television production facility, utilizing modern computerized editing systems and videotape machines. 6) Free-lance assignments are contracted for strictly on an “as needed” basis. The VOA and OCB make no guarantees on the amount of work assignments that contractors can expect to receive. 7) The Government is obligated to inspect all contractors performed work to insure that it fully satisfies the Government’s requirements. The Government is further obligated to reject all work that fails to meet Government-specified requirements.
Contractors should note that all work shall be performed in accordance with the standards prescribed in the attached “VOA Journalistic Code”. Failure to comply with these legally mandated standards may result in immediate termination of the contract for default.
The following criteria, depending on the type of broadcasting services being contracted, are used as appropriate by VOA and OCB to evaluate prospective contractors: (1) Radio or television broadcast or Internet news experience, including translating and adapting broadcast scripts. Please specifically note that for broadcasting work, the VOA requires that prospective contractors take a voice and writing test. For translation or camera work, VOA requires that prospective contractors take a translation and/or on-camera test; (2) Extensive knowledge of the target broadcast language(s) and the ability to adapt English material into the target language; (3) Ability to produce work that demonstrates a keen knowledge of national and international issues; (4) Ability to explain complex issues in clear, logical terms that can be understood by VOA’s and OCB’s worldwide audiences; (5) Ability to operate highly specialized and complex broadcast television equipment, such as audio consoles, character generators, wave-form monitors and vectorscopes, and videotape machines; (6) Highly developed production skills, such as: assembling/coordinating material, monitoring program segments for proper sequencing and integration, ensuring continuity, editing broadcast scripts as necessary, etc. ; (7) Ability to research, select, and prepare material to provide background and highlight key elements of VOA or OCB web news reports, prepare and encode multimedia enhancements, and either prepare or request and coordinate the preparation and encoding of additional streamed media, and ensure compliance with copyright restrictions; (8) Documented knowledge (i.e., education/training and/or practical experience) of the principles and practices of journalistic writing, editing, and Internet publishing; (9) Computer skills required; (10) Ability to operate a wide variety of digital broadcast equipment; and (11) Ability to read and analyze incoming correspondence to determine information requested and prepare a responsive and personalized respond.
Prospective contractors are hereby notified that the basis for award will be based on best value; with technical evaluation factors (i.e., strength of prospective contractor’s resume, approach to performing work) being more important than the prospective contractor’s proposed hourly price. Contractors shall submit their price proposals based on an hourly and/or an assignment basis.
All sources interested in and believe that they have the experience and capabilities to perform one or more of the above-stated free-lance Assignment/Task Orders that are issued under a contract basis with one or more of the above-stated BBG organizations (VOA) at their respective Washington, DC; Miami, FL (for OCB); or overseas locations may submit written inquiries for additional information and/or submit their written statement(s) of interest, technical qualifications, desired rate (hourly or per assignment), and pertinent experience for proposing to contract for one or more of the above-listed free-lance assignments with the appropriate BBG organization(s) as follows: (a) For free-lance assignments with the VOA (Radio) in Washington, DC or overseas, submit written inquiries for additional information and/or contract technical proposals to the Voice of America (VOA), Attention: Wendy Jackson, VOA/C Room 1300, Cohen Federal Building, 330 Independence Avenue (SW), Washington, DC 20237, email address: wjackso@voanews.com; and (b) For free-lance VOA (Television) assignments in Washington DC or overseas, submit written inquires for additional information and/or contract technical proposals to VOA-TV, Attention: Lindsey White, VOA/O, Room 2276, Cohen Federal Building, 330 Independence Avenue (SW), Washington, DC 20237, e-mail address: lwhite@voanews.com; and (c) For free-lance radio and/or television assignments with the Office of Cuba Broadcasting’s (OCB) Radio and/or TV Marti in Miami, FL or overseas, submit written inquiries for additional information and/or contract technical proposals to OCB, Attention: Ms. Mary Ann Amps, OCB/A, 4201 NW 77th Avenue, Miami, FL 33166, email address: mamps@ocb.ibb.gov. Any written inquiries and/or contract proposals responding to this Public Notice may be submitted to the above-listed respective VOA-TV and/or OCB POCs at any time up to the March 31, 2013 expiration date of this Public Notice. This Notice is not a RFQ, RFP, or IFB.
URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/POV-FY-13-Q2-R/listing.html
OutreachSystems Article Number: 130103/PROCURE/0248
Matching Key Words: video*; edit*; produc*; train*; web; education*; produce?; production?; commercial?; videotap*; video; serv*; naics!711510; writ*; script?; technical;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
T — Contractors for News Broadcasting Services POV-FY-13-Q2-T 033113 Jim McGuirk, Priocurement Analyst, Phone 202-382-7840, Fax 202-382-7854, Email jmcguirk@bbg.gov – Brenda Dade, Phone 2023827853, Email bdade@bbg.gov The U.S. Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), Voice of America (VOA), and Office of Cuba Broadcasting (OCB) are seeking qualified individuals for free-lance Radio, Television, Internet, and/or Multi-Media English and/or foreign language news broadcasting assignments in Washington, DC; Miami, FL; and various overseas locations that are not serviced by full-time VOA and/or OCB staff correspondents. Assignment areas include script writing, editing, on-air announcing, technical and production services, photo editing, video journalism, graphic illustrating, producing programming using state of the art multi-media platforms, and audience mail analysis. The VOA broadcasts in English and other languages. These languages are as follows: Afan Oromo, Albanian, Amharic, Armenian, Azerbaijani, Bangla, Bosnian, Burmese, Cantonese, Creole, Croatian, Dari, French, Georgian, Greek, Hausa, Indonesian, Khmer, Kirundi, Kinyarwanda, Korean, Kurdish, Lao, Macedonian, Mandarin, Ndebele, Pashto, Persian, Portuguese, Russian, Serbian, Shona, Somali, Spanish, Swahili, Thai, Tibetan, Tigrigna, Turkish, Ukrainian, Urdu, Uzbek and Vietnamese. VOA is seeking qualified sources for the following types of free-lance assignments: Radio-TV Broadcast Announcers, Narrators and Personalities, Researchers, Writers, Producers, Editors, Desk Coordinators, Directors for Television, Radio and TV Production Assistants, Television Makeup-Artists, Master Control Producers, TV Master Control Technicians, Television On-Camera Talent (i.e., Program Moderator, Anchor, Host), General Studio Technicians, Video Switchers, Audio Technicians, Lighting Directors, TV Technical Support Maintenance Technicians, Non-English Language Translators, Narrators, Videotape Editors, Videotape Recycling Technicians, Videotape Recording Technicians, TV Mini-Cam Technicians, Studio Technician Director, Video Researcher/Catalogers, Camera Operators, Character Generator Operators (Chyron), TV/Radio Bookers, Promo Producer/Editors, Audience Mail Assistants (respond to incoming letters/emails from VOA Listeners around the world), and Electronic Graphic Artists. In addition, VOA is also interested in Internet Writers, Editors, Web Designers and Graphic Designers. Furthermore, the BBG’s Office of Cuba Broadcasting (OCB), which broadcasts radio and television programming in Spanish to Cuba, is seeking qualified sources for similar free-lance assignments on the same “as-needed” contract basis as VOA, but with OCB’s free-lance work assignment locations being Miami, FL or at overseas locations. The following general information pertains to all of the above-listed VOA and OCB free-lance assignments: 1) Assignments are performed on a contract basis. 2) Most VOA assignments require working in Washington, DC; while some assignments require working at IBB studios at overseas locations. Most OCB assignments require working in Miami, FL; while some assignments require working at overseas locations. 3) Contractor candidates may be required to undergo a background security investigation and successfully pass the security clearance process in order to receive work assignments. 4) Contractor candidates must be willing to work on an “as-required” basis, depending upon the VOA’s or OCB’s broadcasting needs. Some broadcasting activities require working irregular hours – such as very early in the morning or late in the evening – depending on the broadcasting schedule. 5) Videotape editor candidates should have at least two (2) years experience as a videotape editor in either a commercial or Government television production facility, utilizing modern computerized editing systems and videotape machines. 6) Free-lance assignments are contracted for strictly on an “as needed” basis. The VOA and OCB make no guarantees on the amount of work assignments that contractors can expect to receive. 7) The Government is obligated to inspect all contractors performed work to insure that it fully satisfies the Government’s requirements. The Government is further obligated to reject all work that fails to meet Government-specified requirements.
Contractors should note that all work shall be performed in accordance with the standards prescribed in the attached “VOA Journalistic Code”. Failure to comply with these legally mandated standards may result in immediate termination of the contract for default.
The following criteria, depending on the type of broadcasting services being contracted, are used as appropriate by VOA and OCB to evaluate prospective contractors: (1) Radio or television broadcast or Internet news experience, including translating and adapting broadcast scripts. Please specifically note that for broadcasting work, the VOA requires that prospective contractors take a voice and writing test. For translation or camera work, VOA requires that prospective contractors take a translation and/or on-camera test; (2) Extensive knowledge of the target broadcast language(s) and the ability to adapt English material into the target language; (3) Ability to produce work that demonstrates a keen knowledge of national and international issues; (4) Ability to explain complex issues in clear, logical terms that can be understood by VOA’s and OCB’s worldwide audiences; (5) Ability to operate highly specialized and complex broadcast television equipment, such as audio consoles, character generators, wave-form monitors and vectorscopes, and videotape machines; (6) Highly developed production skills, such as: assembling/coordinating material, monitoring program segments for proper sequencing and integration, ensuring continuity, editing broadcast scripts as necessary, etc. ; (7) Ability to research, select, and prepare material to provide background and highlight key elements of VOA or OCB web news reports, prepare and encode multimedia enhancements, and either prepare or request and coordinate the preparation and encoding of additional streamed media, and ensure compliance with copyright restrictions; (8) Documented knowledge (i.e., education/training and/or practical experience) of the principles and practices of journalistic writing, editing, and Internet publishing; (9) Computer skills required; (10) Ability to operate a wide variety of digital broadcast equipment; and (11) Ability to read and analyze incoming correspondence to determine information requested and prepare a responsive and personalized respond.
Prospective contractors are hereby notified that the basis for award will be based on best value; with technical evaluation factors (i.e., strength of prospective contractor’s resume, approach to performing work) being more important than the prospective contractor’s proposed hourly price. Contractors shall submit their price proposals based on an hourly and/or an assignment basis.
All sources interested in and believe that they have the experience and capabilities to perform one or more of the above-stated free-lance Assignment/Task Orders that are issued under a contract basis with one or more of the above-stated BBG organizations (VOA) at their respective Washington, DC; Miami, FL (for OCB); or overseas locations may submit written inquiries for additional information and/or submit their written statement(s) of interest, technical qualifications, desired rate (hourly or per assignment), and pertinent experience for proposing to contract for one or more of the above-listed free-lance assignments with the appropriate BBG organization(s) as follows: (a) For free-lance assignments with the VOA (Radio) in Washington, DC or overseas, submit written inquiries for additional information and/or contract technical proposals to the Voice of America (VOA), Attention: Wendy Jackson, VOA/C Room 1300, Cohen Federal Building, 330 Independence Avenue (SW), Washington, DC 20237, email address: wjackso@voanews.com; and (b) For free-lance VOA (Television) assignments in Washington DC or overseas, submit written inquires for additional information and/or contract technical proposals to VOA-TV, Attention: Lindsey White, VOA/O, Room 2276, Cohen Federal Building, 330 Independence Avenue (SW), Washington, DC 20237, e-mail address: lwhite@voanews.com; and (c) For free-lance radio and/or television assignments with the Office of Cuba Broadcasting’s (OCB) Radio and/or TV Marti in Miami, FL or overseas, submit written inquiries for additional information and/or contract technical proposals to OCB, Attention: Mary Ann Amps, OCB/A, 4201 NW 77th Avenue, Miami, FL 33166, email address: mamps@ocb.ibb.gov. Any written inquiries and/or contract proposals responding to this Public Notice may be submitted to the above-listed respective VOA-TV and/or OCB POCs at any time up to the March 31, 2013 expiration date of this Public Notice. This Notice is not a RFQ, RFP, or IFB.
URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/POV-FY-13-Q2-T/listing.html
OutreachSystems Article Number: 130103/PROCURE/0255
Matching Key Words: video*; edit*; produc*; train*; web; education*; produce?; production?; commercial?; videotap*; video; serv*; naics!711510; writ*; script?; technical;
FedBizOpps – Awards
General Services Administration, Federal Acquisition Service (FAS), Greater Southwest Acquisition Center (7QSA), 819 Taylor Street Room 7A37 Fort Worth TX 76102
R — Advertising & Integrated Marketing Solutions 7FCB-H2-07-0541-B Daniel Stafford, Contract Specialist, Phone 8178508278, Email daniel.stafford@gsa.gov – Mary B Hudson, Section Chief, Phone 817-850-8129, Fax 817-574-2342, Email marybeth.hudson@gsa.gov GS-07F-018AA_GS-07F-119AA $125,000 010813 541-3_541-4B Beta Resources Inc dba Webconferences.com, 230 Markwood Dr, Potomac Falls, VA 20165 US
URL: https://www.fbo.gov/notices/860a93f953124c43a7b012ac284bae86
OutreachSystems Article Number: 130111/AWARDS/0765
Matching Key Words: naics!512110;
FedBizOpps – Special Notes
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
99–Small Business Event – Society of Military Engineers (SAME) Kentuckiana Post Small Business Workshop W912QREVENT11 Jacque Gee, 502-315-6111 USACE District, Louisville Small Business Event – Society of Military Engineers (SAME) Kentuckiana Post Small Business Workshop will be held on Tuesday, February 5, 2013 at the Marriott Downtown in Louisville, KY 40202. Registration is available on-line athttps://www.regonline.com/2013samesmallbusinessworkshop. For additional questions, contact Lisa Wilson @ wilson2928@fuse.net.
URL: https://www.fbo.gov/spg/USA/COE/DACA27/W912QREVENT11/listing.html
OutreachSystems Article Number: 130111/SPECIAL/0986
Matching Key Words: age:state!ky; state!ky;
USABID State and Local Purchases
New Jersey – Somerset County http://www.co.somerset.nj.us/notice.html Government Offices, PO Box 3000, 20 Grove Street, Somerville, NJ 08876. Ph: (908) 231-7000. Fax: (908) 707-4127. email: publicinfo@co.somerset.nj.us
99 – Kentucky Bluegrass, Hard/Sheeps Fine Fescue, Turf-type Tall Fesc SOL Kentucky Bluegrass, Hard/Sheeps Fine Fescue, Turf-type Tall Fescue and L93 Creeping Bentgrass Sod,Contract #CC-0097-13 “EXCEL SPREADSHEET” For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130112/BID/0429
Matching Key Words: state!ky;
New Jersey – Somerset County http://www.co.somerset.nj.us/notice.html Government Offices, PO Box 3000, 20 Grove Street, Somerville, NJ 08876. Ph: (908) 231-7000. Fax: (908) 707-4127. email: publicinfo@co.somerset.nj.us
99 – Kentucky Bluegrass, Hard/Sheeps Fine Fescue, Turf-type Tall Fesc SOL Kentucky Bluegrass, Hard/Sheeps Fine Fescue, Turf-type Tall Fescue and L93 Creeping Bentgrass Sod,Contract #CC-0097-13 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130112/BID/0430
Matching Key Words: state!ky;
Kentucky Educational Television, 600 Cooper Drive, Lexington, KY 40502
R – FY13 GED AUDIO TECHNICIAN. RFP-545-1300000203-1 DUE 17-JAN-2013 Christine Hurst, Phone: (859) 258-7107; 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: 130111/BID/0003
Matching Key Words: age:state!ky; state!ky;
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 : 5253652JH RFP: Website & Interactive Video Production Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130111/BID/0596
Matching Key Words: video*; produc*; website; production?;
Louisville/Jefferson County, Purchasing Department, 611 W. Jefferson Street, Louisville, KY 40202
99 – PURCHASE OF BARRICADES/EMERGENCY SIGNAGE AND SAFETY DEVICES. IFB-2973-0-2013/TN DUE 18-JAN-2013 Phone: (502) 574-5796; Fax: (502) 574-6977; E-mail: purchase@loukymetro.org; Website: This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 130110/BID/0004
Matching Key Words: age:state!ky; state!ky;
Kentucky – Fayette County Public Schools https://fcps.economicengine.com The Purchasing Office Louie Mack Building Room 101 460 Springhill Drive Lexington, Kentucky 40503
76 – Books, Non-library SOL 05-13 Books, Non-library For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130109/BID/0218
Matching Key Words: age:state!ky; state!ky;
Michigan Inter-governmental Trade Network (MITN) Purchasing System http://www.mitn.info/Bids/ViewOpenSolicitations.asp Serving the purchasing needs of more than 90 local agencies across the state of Michigan.
99 – Video Editing System SOL Video Editing System For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130109/BID/0288
Matching Key Words: video*; edit*;
Maine Public Notices http://me.mypublicnotices.com/PublicNotice.asp Provides public notice advertisements from newspapers throughout Maine.
R – SANFORD SEWERAGE DISTRICT – SANFORD, MAINE REQUESSANFORD SEWERAG SOL SANFORD SEWERAGE DISTRICT – SANFORD, MAINE REQUESSANFORD SEWERAGE DISTRICT – SANFORD, MAINE REQUEST FOR PROPOSALS FOR BIOSOLIDS MANAGEMENT OPPORTUNITIES The Sanford Sewerage District (the ?Owner?) in the Town of Sanford, Maine is soliciting competitive, sealed proposals from qualified biosolids management contractors (Proposers) to provide a range of biosolids management activities for biosolids generated at the Owner’s Advanced Wastewater Treatment Facility located on Gavel Road in Sanford, Maine.? The Owner is requesting bids to provide either biosolids management (i.e. contract hauling, processing and disposal) and is requesting proposals to establish a public-private partnership to address regional biosolids management at the Owner’s site.? Interested parties may respond to one or both of these opportunities.? The Request for Proposals (RFP) document outlines the requirements for a complete submittal as well as the baseline requirements for the future contract.? Proposers shall carefully review this RFP. Questions or clarifications concerning the RFP must be made in writing.? To request a copy of the RFP or to ask questions regarding this RFP, please contact: Edward Leonard, P.E., Wright-Pierce, ed.leonard@wright-pierce.com. PUBLIC Notice PUBLIC Notice Appeared in: Portland Press Herald/Maine Sunday Telegram on Monday, 01/07/2013 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130107/BID/0116
Matching Key Words: writ*; copy;
Cabinet for Health & Family Services, Commission for Children with Special Health Care Needs, 310 Whittington Parkway, #200, Louisville, KY 40222
R – STRATEGIC PLANNING FOR CCSHCN (COMMISSION FOR CHILDREN WITH SPECIAL HEALTH CARE NEEDS) (AY). RFP-767-1200000562-1 DUE 25-JAN-2013 Andrew M. Yunt, Phone: (502) 595-4459; Website: This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 130104/BID/0001
Matching Key Words: age:state!ky; state!ky;
California – Los Angeles County Metropolitan Transit Authority http://www.metro.net/EBB/bids1.asp Los Angeles County Metropolitan Transit Authority; Phone: 800-867-0026 Email: vendor@mta.net
99 – METRO Filming Liaison SOL PS13714047 METRO Filming Liaison For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130104/BID/0156
Matching Key Words: filming;
Louisville/Jefferson County, Purchasing Department, 611 W. Jefferson Street, Louisville, KY 40202
R – FINANCIAL ADVISORY OF BOND ISSUANCE. RFP-2970-0-2013/TN DUE 25-JAN-2013 Phone: (502) 574-5796; Fax: (502) 574-6977; E-mail: purchase@loukymetro.org; Website: This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 130103/BID/0005
Matching Key Words: age:state!ky; state!ky;
Transportation Cabinet, Division of Purchases, 4th Floor, 200 Mero Street, Frankfort, KY 40622
99 – CONFLICT MONITORS. RFB-605-1300000562-1 DUE 11-JAN-2013 Linda Shinn, Phone: (502) 564-4630; Website: https://emars.ky.gov/online/vss/AltSelfService This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 130102/BID/0001
Matching Key Words: age:state!ky; state!ky;
Cabinet for Health & Family Services, Commission for Children with Special Health Care Needs, 310 Whittington Parkway, #200, Louisville, KY 40222
R – STRATEGIC PLANNING FOR CCSHCN (COMMISSION FOR CHILDREN WITH SPECIAL HEALTH CARE NEEDS) (AY). RFP-767-1200000562-1 DUE 25-JAN-2013 Andrew M. Yunt, Phone: (502) 595-4459; Website: This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 130104/BID/0001
Matching Key Words: age:state!ky; state!ky;
California – Los Angeles County Metropolitan Transit Authority http://www.metro.net/EBB/bids1.asp Los Angeles County Metropolitan Transit Authority; Phone: 800-867-0026 Email: vendor@mta.net
99 – METRO Filming Liaison SOL PS13714047 METRO Filming Liaison For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130104/BID/0156
Matching Key Words: filming;
Kentucky State Procurement
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 – ADDENDUM. RFP-758-1300000174-2 DUE 07-FEB-2013 Susan Noland, Phone: (502) 564-5951; Website: This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 130111/KY/2312
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-785-1300000196-3 DUE 17-JAN-2013 Kelly Hawkins, Phone: 502-564-4414; Website: https://emars.ky.gov/online/vss/AltSelfService New Due Date. 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. 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: 130111/KY/2319
Matching Key Words: age:state!ky; state!ky;
Henderson Water and Sewer Commission, 111 Fifth Street, Henderson, KY 42420
R — BACK-UP SOLUTION FOR HENDERSON WATER UTILITY. DUE 29-JAN-2013 Website: http://www.hkywater.org/htm_procurement/bid_home.htm Specifications and Instructions to Bidders may be obtained at the above address of the office of the Henderson Water Utility or at the company website, http://www.hkywater.org. Questions regarding this bid should be directed to the Purchasing Manager at 270-826-2421. 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: 130111/KY/2343
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 – ADDENDUM #1. BID #KL-13-028 DUE 25-JAN-2013 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: 130111/KY/2344
Matching Key Words: age:state!ky; state!ky;
Kenton County Airport Board, Cincinnati/Northern Kentucky International Airport, P.O. Box 752000, Cincinnati, OH 45275-2000
R — MARKETING & CREATIVE SUPPORT SERVICES. RFP #13-04 DUE 31-JAN-2013 The Kenton County Airport Board ( KCAB ) will receive proposals for Marketing & Creative Support Services at the Cincinnati/Northern Kentucky International Airport ( CVG ). There will be a pre-proposal meeting held on January 17, 2013 at 10:00 a.m. EST in the Board Room located on the Second Floor of the KCAB Administrative Offices. Proposers planning to attend shall RSVP to procurement@cvgairport.com no later than January 16, 2013 at 2:00 p.m. local time and provide the company name and the names of the person(s) attending. Proposals will be received no later than January 31, 2013 at 2:00 p.m. EST, at which time the proposals shall be recorded. No proposals shall be accepted after that time unless such date or time is extended pursuant to an addendum issued by KCAB. KCAB reserves the right to waive any informality or irregularity in any proposal or bid guaranty, to reject any or all proposals, to award or refrain from awarding a contract for the work, and to negotiate with the apparent qualified responsible proposer to such extent as may be beneficial to KCAB. Preference for Kentucky resident proposers will be applied in accordance with Kentucky law. Further information and copies of the Request for Proposal (RFP) may be downloaded from our website, http://www.cvgairport.com, under Business Opportunities – Procurement. The RFP may also be obtained by calling (859) 767-7900. 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: 130110/KY/2292
Matching Key Words: age:state!ky; state!ky;
Unified Purchasing Coop., 7615 Harrison Avenue, Mt. Healthy, OH 45231
69 — SCHOOL SCIENTIFIC SUPPLIES. DUE 06-FEB-2013 Unified Purchasing Coop. is now accepting bid proposals for School Scientific Supplies (SC-2013), until 2:00 p.m., Wednesday, February 6, 2013. To obtain this bid, contact UPC at 513-728-7908. 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: 130109/KY/2250
Matching Key Words: age:state!ky; state!ky;
University of Louisville, Department of Purchasing, Louisville, KY
R — INTERNATIONAL STUDENT RECRUITMENT AGENT. RFP151-PSC DUE 01-FEB-2013 Sharolyn Pepper, Phone: (502) 852-6604; 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: 130109/KY/2262
Matching Key Words: age:state!ky; state!ky
University of Louisville, Department of Purchasing, Louisville, KY
T — OFFSET PRINTING & FINISHING SERVICES. RP-57-13 DUE 06-FEB-2013 Terry L. Cutler, Phone: (502) 852-7211; Website: http://louisville.edu/purchasing/bids/bids_rfplisting.htm A Mandatory Pre-Proposal Conference for this project will be held at the University of Louisville, Belknap Campus, Miller Information Technology Center, Room 201, on January 24, 2013 at 9:30 a.m. The purpose of this meeting is to answer questions pertaining to the specifications and conditions of this project. This meeting is to ensure that all bidders will have a complete understanding of the work of the project. ALL VENDORS MUST ATTEND THIS PRE-PROPOSAL CONFERENCE. PROPOSALS WILL ONLY BE ACCEPTED FROM THOSE VENDORS WHO ATTEND THIS CONFERENCE. 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: 130109/KY/2263
Matching Key Words: age:state!ky; state!ky;
Louisville Regional Airport Authority, 4320 Park Boulevard, Louisville, KY 40209
R — TEMPORARY LABOR SERVICES – ADDENDUM #1. DUE 25-JAN-2013 Website: http://bids.flylouisville.com/raa/currentbids.asp Sealed Proposals will be received at the Authority, 4320 Park Boulevard, Louisville, Kentucky 40209, as follows: TEMPORARY LABOR SERVICES. Mandatory Pre-Proposal Meeting on January 15, 2013 at 1:30 p.m. Proposal Opening on January 25, 2013 at 2:00 p.m. The Authority is soliciting proposals from temporary labor agencies that can provide such Services to the Louisville Regional Airport Authority for a term of one year. The successful Proposer(s) will be responsible for providing the Services in the manner and frequency as specified in the Proposal Documents. Proposal Documents may be obtained at the Authority at http://www.flylouisville.com or by fax to Purchasing at (502) 380-8270. The Authority has a No Contact Policy which prohibits contact by proposers or its representatives directed at the Authority, its Board members, employees, consultants, or its other representatives except as permitted by the Proposal Document. 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: 130109/KY/2283
Matching Key Words: age:state!ky; state!ky;
Transportation Cabinet, Division of Purchases, 4th Floor, 200 Mero Street, Frankfort, KY 40622
99 — CONFLICT MONITORS – ADDENDUM. RFB-605-1300000562-2 DUE 18-JAN-2013 Linda Shinn, Phone: (502) 564-4630; 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: 130107/KY/2176
Matching Key Words: age:state!ky; state!ky;
Louisville Regional Airport Authority, 4320 Park Boulevard, Louisville, KY 40209
R — TEMPORARY LABOR SERVICES. DUE 25-JAN-2013 Website: http://bids.flylouisville.com/raa/currentbids.asp Sealed Proposals will be received at the Authority, 4320 Park Boulevard, Louisville, Kentucky 40209, as follows: TEMPORARY LABOR SERVICES. Mandatory Pre-Proposal Meeting on January 15, 2013 at 1:30 p.m. Proposal Opening on January 25, 2013 at 2:00 p.m. The Authority is soliciting proposals from temporary labor agencies that can provide such Services to the Louisville Regional Airport Authority for a term of one year. The successful Proposer(s) will be responsible for providing the Services in the manner and frequency as specified in the Proposal Documents. Proposal Documents may be obtained at the Authority at http://www.flylouisville.com or by fax to Purchasing at (502) 380-8270, beginning January 4, 2013. The Authority has a No Contact Policy which prohibits contact by proposers or its representatives directed at the Authority, its Board members, employees, consultants, or its other representatives except as permitted by the Proposal Document. 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: 130104/KY/2151
Matching Key Words: age:state!ky; state!ky;
Housing Authority of Covington, 2300 Madison Avenue, Covington, KY
R — QUALIFIED DEVELOPER TO REPOSITION THE AUTHORITY’S PUBLIC HOUSING INVENTORY. DUE 18-JAN-2013 The Housing Authority of Covington (HAC) will receive until 4:00 p.m., Friday, January 18, 2013, responses to its Request for Qualifications/Request for Proposals for a Qualified Developer to Reposition the Authority s Public Housing Inventory. The RFQ may be obtained at the administrative office of the Housing Authority of Covington, 2300 Madison Avenue, Covington, KY, Monday-Friday, 8:00 a.m. – 4:00 p.m., or by emailing lstieby@hacov.org. It can also be viewed on our website at http://www.hacov.org. Respondent shall deliver proposals to 2300 Madison Avenue, Covington, KY by 4:00 p.m., Friday, January 18, 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: 130102/KY/2082
Matching Key Words: age:state!ky; state!ky;
Jefferson County Public Schools, 3001 Crittenden Drive, Louisville, KY 40209
T — PRINTING: FOLDERS, POCKET CUSTOM DESIGN (FOR WAREHOUSE DELIVERY). BID #6694 DUE 23-JAN-2013 Purchasing/Bid Department, Phone: (502) 485-3167; Website: 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: 130102/KY/2100
Matching Key Words: age:state!ky; state!ky;
Jefferson County Public Schools, 3001 Crittenden Drive, Louisville, KY 40209
R — MAIL SERVICE (PERCENTAGE). BID #6695 DUE 23-JAN-2013 Purchasing/Bid Department, Phone: (502) 485-3167; Website: http://apps.jefferson.k12.ky.us/financeweb/bidopps.aspx This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 130102/KY/2101
Matching Key Words: age:state!ky; state!ky;
Hardin County Water District No. 1, 1400 Rogersville Road, Radcliff, KY 40160
R — FORT KNOX WATER SYSTEM SCADA PROJECT. DUE 09-JAN-2013 Website: https://www.hcwd.com/getrows.asp?SID=2 Sealed bids will be received by the Hardin County Water District No. 1 (“DISTRICT”), 1400 Rogersville Road, Radcliff, Kentucky 40160 until January 9, 2013 at 10:00 a.m. local time, for the project named Fort Knox Water System SCADA Project. Bid forms and further information may be obtained at the DISTRICT offices or downloaded from http://www.HCWD.com under “Bid Information”. All bids must be in a sealed envelope and clearly marked “Fort Knox Water System SCADA Project”. Electronic bids in the form of Facsimile or email will be accepted per our instructions. The DISTRICT reserves the right to reject any or all bids and to waive any formalities. The DISTRICT invites any qualified Bidder to submit a bid and does not discriminate on the basis of race, creed, color, sex or national origin. Small Businesses or sub-categories of small businesses are encouraged to submit a bid. For any additional information regarding this project please contact Mr. John Thomas at 270-351-3222 ext. 220 or by email at jthomas@hcwd.com. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 130102/KY/2105
Matching Key Words: age:state!ky; state!ky;
Hardin County Water District No. 1, 1400 Rogersville Road, Radcliff, KY 40160
99 — FORT KNOX WATER SYSTEM SCADA PROJECT. DUE 09-JAN-2013 Website: https://www.hcwd.com/getrows.asp?SID=2 Sealed bids will be received by the Hardin County Water District No. 1 (“DISTRICT”), 1400 Rogersville Road, Radcliff, Kentucky 40160 until January 9, 2013 at 10:00 a.m. local time, for the project named Fort Knox Water System SCADA Project. Bid forms and further information may be obtained at the DISTRICT offices or downloaded from http://www.HCWD.com under “Bid Information”. All bids must be in a sealed envelope and clearly marked “Fort Knox Water System SCADA Project”. Electronic bids in the form of Facsimile or email will be accepted per our instructions. The DISTRICT reserves the right to reject any or all bids and to waive any formalities. The DISTRICT invites any qualified Bidder to submit a bid and does not discriminate on the basis of race, creed, color, sex or national origin. Small Businesses or sub-categories of small businesses are encouraged to submit a bid. For any additional information regarding this project please contact Mr. John Thomas at 270-351-3222 ext. 220 or by email at jthomas@hcwd.com. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 130102/KY/2107
Matching Key Words: age:state!ky; state!ky;
PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES
Trackbacks/Pingbacks
[…] PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES […]