Business and Career Opportunities Bids and Purchases

FedBizOpps – Procurements

Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014

R–Avian Influenza/Pandemic Influenza (AI/PI) and Other Emerging Disease Surveillance W81XWH-13-R-0035 072413 Kristen.Trump, 301-619-2346 US Army Medical Research Acquisition Activity The Government requirement is to provide personnel, facilities, materials (except as otherwise provided), and management,Department of the Army preparation, and completion of tasks in support of the Avian Influenza/Pandemic Influenza (AI/IP) and Other Emerging Disease Surveillance at the Armed Forces Health Surveillance Center (AFHSC) / Department of Defense (DoD) Global Emerging Infections Surveillance and Response System (DoD-GEIS), Silver Spring, MD. Tasks outlined in the SOW are required to support the AFHSC/DoD-GEIS to implement research programs and activities to execute the mission of the AFHSC to analyze, interpret, and disseminate information regarding status, trends, and determinants of the health and fitness of U.S. military (and military-associated) populations and to identify and evaluate obstacles to medical readiness. AFHSC is the central epidemiological resource for the U.S. Armed Forces providing regularly scheduled and customer-requested analyses and reports to policy makers, medical planners and researchers. It identifies and evaluates obstacles to medical readiness by linking various databases that communicate information relevant to service members’ experience that has the potential to affect their health. AFHSC conducts surveillance and response for emerging infectious diseases in DoD beneficiaries as well as foreign military and in foreign civilian populations through project-driven proposals which are implemented by its partner institutions and laboratories in CONUS and OCONUS. DoD-GEIS focuses on diseases that threaten U.S. Forces and their families, including newly appearing infectious agents or well-known agents that are increasing in incidence or geographic range. This requirement is a total Small Business Set-Side. The North American Industry Classification System (NAICS) code for this procurement is 541712. The Standard Industrial Classification (SIC) code is 8731. The Government anticipates awarding an IDIQ Contract with a Firm-Fixed Price (FFP), Cost Plus Fixed Fee (CPFF) and Cost CLIN’s. The award will be a 10 month base year with 4 one-year option periods. Estimated date of release of the solicitation is between 19 to 27 June 2013 with an estimated date of award of September 01, 2013. All offerors must provide a written technical proposal discussing specified technical evaluation factors. Award will be made on a best value basis. Requests by phone will not be accepted. No solicitations will be provided by hard copy, fax, or e-mail. All offerors are responsible for checking for amendments to the solicitation from the Internet. It is the responsibility of the vendor to ensure that the RFP is received from the Internet accurately and in its entirety. To be eligible for an award or payment from any DOD activity, offerors must be registered with the System for Award Management (SAM) at https://www.sam.gov. The POC for this action is Kristen Trump at kristen.trump@us.army.mil. No questions will be addressed at this time.
Set-Aside: Total Small Business Place of Performance: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD 21702-5014 US URL:https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-13-R-0035/listing.html
OutreachSystems Article Number: 130525/PROCURE/0061
Matching Key Words: writ*; copy; technical; standard; 


Department of Veterans Affairs, VA Office of Information Service Center, Department of Veterans Affairs Office of Information Service Center, Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131

VAU–Sources Sought Mobile Applications WPS Health Education and Training Support VA70113I0216 060713 Kaylan Grove kaylan.grove@va.gov kaylan.grove@va .gov In response to this Sources Sought, interested contractors shall submit the following information to Kaylan Grove at kaylan.grove@va.gov no later than June 7, 2013 at 1:00 p.m. EST.
At this time, no solicitation exists. Therefore, PLEASE DO NOT REQUEST A COPY OF THE SOLICITATION.
Contractors having the skills and capabilities necessary to perform the below stated requirements should submit a response of no more than 5 pages in length, single spaced, 12 point font minimum, that addresses the below listed information. Please provide the following information:
A. Company Name and Address
B. Company DUNS #
C. Company point of contact, telephone, and email address.
D. Socio-Economic Status – Indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic status, e.g., Small Business, Service-Disabled Veteran Owned SmallBusiness, Veteran Owned Small Business, Woman-Owned Small Business, Disadvantaged Small Business, and Hub Zone. If Service-Disabled or Veteran Owned Small Business, is your company and/or partner(s) registered in VA’s VetBiz repository?
E. If the company holds a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant SINS.
F. Capabilities / Qualifications: Provide a written description of the capabilities/qualifications/skills your company possesses to perform services described in this Sources Sought.
DISCLAIMER
This notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this Sources Sought Notice.
BACKGROUND
The Department of Veterans Affairs has dedicated resources to develop mobile health applications to improve the quality of care the VA provides to its veterans. Mobile applications will assist veterans and their caregivers with ongoing care once he/she leaves the medical center. The VA intends to develop applications for veterans and their veteran caregivers as well as applications to train VA employees. All applications will be accessible through the VA enterprise application store. Office of Training Strategy is tasked with producing the mobile application training material for distribution to veterans, veteran caregivers as well as VA employees. The contractor will be required to develop training and support materials for each of the mobile apps that will be released in 2014.
SCOPE OF WORK
The Contractor shall develop training and support material for 25 mobile applications that will include items targeted for print, electronic reference and will include combination of text and close-captioned multimedia. The contractor shall coordinate with the VA Office of Informatics and Analytics (OIA), Office of Training Strategy and Subject Matter Experts to draft content for electronic and physical training and support materials to bedistributed to the Department of Veterans Affairs’ mobile health participants including VA employees, veterans and veteran caregivers. The Contractor shall supply staff to serve as a full time project manager for mobile application training. This resource will be responsible for the oversight of development of application training and support materials. Other responsibilities include conceptualization and implementation of the trainingplan. Contractor shall participate in meetings with the Office of Training Strategy and required VA staff to ensure on time delivery of materials.
In addition, the contractor shall develop training material. Training materials developed will need to accommodate users of all level of expertise from novice to expert. Training content shall include the following:
– High quality produced training videos – Quick reference guides
– User Guides to functionality
– Frequently Asked Questions
All training material shall be made available to veterans, their caregivers and VA employees via a web portal. Guides and manuals should be in formats suitable for both printing and viewing on-line from a mobile or desktop device. The web portal will be hosted at mobilehealth.va.gov on VA servers The contractor is responsible for developing the content of the website and any databases required to host materials on said webportal. All products delivered will be in compliance with 508 and 6102 regulations.
The contractor shall provide ongoing enhancements and updates to the training materials for duration of the period of performance.
SPECIFIC TASKS AND DELIVERABLES
The contractor shall perform the tasks and complete the associated deliverables as follows by the scheduled dates within the overall period of performance or as may be agreed to with the VA Project Manager (PM) prior to the scheduled delivery dates.
Formal Acceptance or Rejection of Deliverables: Unless otherwise specified, the VA will have a maximum of fourteen (14) calendar days from the day the deliverable is received to review the document, provide comments back to the Contractor, approve or disapprove the deliverable(s).
If for any reason, any deliverable cannot be delivered in the time schedule, the Contractor shall provide a written explanation to the Contracting Officer as soon as late deliverable is anticipated and no less than three working days prior to scheduled delivery. This written transmittal shall include a firm commitment of when the work shall be completed. This notice to the Contracting Officer shall cite the reasons for the delay, and the impact on the overall effort. The Contracting Officer will then review the facts and issue a response in accordance with applicable regulations.
The Contractor shall be responsible for adhering to all pertinent Veterans Affairs (VA) standards including but not limited to ensuring that all documentation and deliverables are stored on appropriate VA servers within one week of their completion and government approval. The Contractor shall use the VA Nationwide Teleconferencing System (VANTS) for all pertinent conference calls, and the VA Exchange server for all pertinent email. Upon assignment of VA email accounts, use of external email accounts for the purpose of VA communications and business will be prohibited. The Contractor shall be responsible for adhering to all pertinent VA information technology policies and procedures, which will be made available at the contractor’s request on award.
Task 1 – Contract Kick Off Meeting to Include Project Management Plan
The contractor shall initiate a “kick-off” meeting with the Acquisition team and COR within 14 calendar days after award to discuss project objectives, scope of work, expectations, and to review project deadlines and deliverable schedules. The contractor shall commence work only when the contracting officer has conducted this “kick-off” meeting with both the contractor and the OIA Training Strategy Team. This meeting will prove beneficial to the success of the project. Various aspects of the work details will be discussed so there is a consistent understanding among all parties. The Contractor shall draft a Project Management Plan (PMP) that lays out the Contractor’s approach, timeline and tools to be used in execution of the contract. The PMP should take the form of both a narrative and graphic format that displays the schedule, milestones, risks and resource support. The PMP shall also include how the Contractor shall coordinate and execute planned, routine, and ad hoc data collection reporting requests as identified within the PWS. The initial baseline PMP shall be concurred upon and updated monthly thereafter. The Contractor shall update and maintain the VA PM approved PMP throughout the period of performance as indicated in Section B.
Deliverable 1.1 – Project Management Plan / Project Schedule
Due Date – Two (2) weeks after Contract Award.
Task 2 – Web Based Portal
2.a. Wire Diagram and Paper Mockup of Web Training Portal
Contractor shall present the VA with a pictorial representation of proposed web portal. The wireframes will show the layouts of the guides, including placement of major page elements such as headers, content areas, navigation menus, and footers. Various types of material will be utilized for training to include written instructions, quick reference guides, video clips, etc. The same framework may be dependent on the individual apps being supported.
Contractor shall provide the VA a user interface mockup of the training web portal. Paper Mockup of the web portal will be based upon the Wireframe diagrams and may be dependent on the individual app. Mockup shall show the design layout of the proposed website, along with all web links and areas that show where content is to be displayed.
The VA’s current capabilities for multimedia and portal development include a Drupal-based CMS at http://mobilehealth.va.gov as well as a requirement for video to be YouTube compatible. The task should integrate with these existing requirements
Deliverable 2.a.1 – Pictorial representation/wire diagram of the web training portal
Due Date – Three (3) weeks after Contract Award Meeting.
Deliverable 2.a.2 – User Interface Mockup
Due Date – One (1) week after Wire Diagram approval.
2.b User Interface Design
Contractor shall provide VA with an initial user interface. This will show the way a user interacts with the web training portal. The interface shall be comprised of screen menus, icons, command language and physical buttons, presentation of static and video training content when applicable. All materials designed must adhere to the Veterans Health Education Health Literacy standards for education material, i.e., appropriate reading and understanding level. OIA’s Usability Program capability is to be coordinated with during development of the UI.
Once the contractor receives approval on the initial User Interface, contractor shall deliver the final interface designs of the training web portal. This content will be delivered on a web portal hosted on the VA development site.
Deliverable 2.b.1 – Initial User Interface Design, Demo, and Prototype
Due Date – Two (2) weeks after Task 2.a approval.
Deliverable 2.b.2 – Final User Interface Design.
Due Date – Two (2) weeks after initial user interface design approval.
2.c Web Training Portal Release and Launch
Contractor shall deliver the initial training web portal for VA to review and provide feedback. At this point the content will be updated on the VA development server. VA Privacy Standards, Section 508 compliance, and 6102 compliance are required before initial release for all materials and design of the web portal. The Initial Web Training Portal Release is based solely on the acceptance of the Final User Interface Design.
Contractor shall release final training web portal to VA for Quality Assurance and approval before LIVE launch.
Contractor shall launch the final web training portal at http://mobilehealth.va.govVideos will be hosted on YouTube and the VA’s streaming media server.
Deliverable 2.c.1 – Release of training web portal to VA for testing.
Due Date – Two (2) weeks after Task 2.b. approval.
Deliverable 2.c.2 – Approval and release of web training portal to production site.
Due Date – Two (2) to four (4) weeks after Testing and Release approval.
2.d Web Training Portal and Application Updates and Support for Content
Once the web training portal and application have been approved and released to production, contractor shall update the web training site twice per month until the conclusion of the contract. Updates shall reflect any changes that take place in the application after initial release. Contractor shall update the website content up to two times per month to keep the information current. The contractor shall provide the content for these updates. The contractor shall respond to “contact us” messages from the website (up to 30 per month).
Deliverable 2.d.1 – Written report of Web training portal and application updates/support
Due Date – Bi-monthly after delivery of Task 2.c.
Task 3 – Mobile Application Training
3.a Develop Mobile Application Training Plan
Contractor shall develop specific Mobile Application Training Plan for each individual application based on target audience, content, etc., which will be approved by the government for implementation. Contractor will develop content for quick reference guides, functionality guide, frequently asked questions, and related multimedia.
Deliverable 3.a.1 – Written Mobile Application Training Plan for each application.
Due Date – One (1) week after delivery of each application.
3.b – Development of Application Training Materials
Contractor shall organize and lead meetings with application web training portal development team. Contractor is responsible for communicating updates and potential delays between development team and VA Program Manager. The contractor shall develop the training materials in accordance with the contractor provided training plan. The government will provide access for each application. Training material development shall include a user functionality guide, frequently asked question sheets, a quick reference guide, and “how to” videos for each application that cover the application functionality.
Deliverable 3.b.1 – Written report of progress of application training material development to VA Program Manager.
Due Date – Bi-monthly for twelve (12) months from date of award.
Deliverable 3.b.2 – Training Materials per Application (User Functionality Guide, Frequently Asked Questions, Quick Reference Guide, and How to Videos)
Due Date – Two (2) weeks after approval of application training plan.
3.c – Implement Mobile Application Training Plan
Contractor shall assist in creating resources to aid in the training of staff (e.g. Helpdesk personnel) who assist customers with mobile application questions. Customers include: Veterans, Veteran Caregivers and VA staff. Contractor shall develop quick reference guides, functionality guides, frequently ask question sheets, and videos for each application when they become available.
Deliverable 3.c.1 – Written report to summarize activity at assigned training events.
Due Date – Monthly for twelve (12) months from date of award.
URL: https://www.fbo.gov/spg/VA/ISC/OISC/VA70113I0216/listing.html
OutreachSystems Article Number: 130525/PROCURE/0334
Matching Key Words: video*; produc*; train*; conference?; website; web; site?; page?; education*; business*; documentation; event?; produce?; production?; distribut*; instruct*; 

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

99 — Emergency Response, Transportation, and Disposal DJD-13-N-0002 010713 Ryan Connally, Phone 202-307-4042, Email ryan.p.connally@usdoj.gov600px-US-DeptOfJustice-Seal.svg GENERAL INFORMATION

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

CONTRACTING OFFICE ADDRESS

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

DESCRIPTION

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

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

PLACE OF PERFORMANCE

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

STATEMENT OF NEED

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

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

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

In general:

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

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

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

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

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

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

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

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

REQUIREMENTS

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

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

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

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

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

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

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

6. A Rough Order of Magnitude (ROM) pricing for one year of services, including item description(s), unit description(s), and rates.
URL: https://www.fbo.gov/spg/DOJ/DEA/OAM/DJD-13-N-0002/listing.html
OutreachSystems Article Number: 130524/PROCURE/1104
Matching Key Words: state!ky; 

150px-AMC_duiDepartment of the Army, Army Contracting Command, ACC – New Jersey, ACC – New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000

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

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

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

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

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

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

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

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

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

Email: gerardo.ilaria.civ@mail.mil
TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.
Set-Aside: Total Small Business Place of Performance: PM Soldier Weapons Building 151 Picatinny Arsenal NJ 07806-5000 US URL: https://www.fbo.gov/notices/b65dbd65d752475d7655a82a45713e2f
OutreachSystems Article Number: 130523/PROCURE/0071
Matching Key Words: writ*; technical; procedure?; 


Department of Veterans Affairs, Hampton VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667

T–Gerofit Documentary VA24613Q1292 Diane Stoskopf Contracting Officer 757-728-3449 diane.stoskopf@va.gov This is a Pre-solicitation notice. This Pre-solicitation notice is not a request for formal proposals or quotes. Formal solicitation will be issued on or about 1June 2013. The Department of Veterans Affairs Durham VAMC, Durham, NC has a requirement for services to film and create a documentary highlighting theGerofit program at the Durham VAMC. Documentary shall include indepthVA interviews and follow longitudinally over several months to document and highlight progress. Proposed solicitation number is VA246-13-Q-1292. All work to be completed within twelve months from date of award. This is a 100% set-aside for small business. NAICS 512110, Size Standard $30.0 m. All correspondence and responses shall be e-mailed to Diane Stoskopf at Diane.Stoskopf@va.gov.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24613Q1292/listing.html
OutreachSystems Article Number: 130523/PROCURE/0098
Matching Key Words: documentar*; naics!512110; 


160px-Special_Operations_Specops_Army.svgOther Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 2, 1300 Helicopter Road Norfolk VA 23521

U — PROVIDE ADVANCED OFF ROAD DRIVING COURSE H92240-13-T-JH14 053113 Jackie D Handley, Phone 757-763-2441, Fax 757-462-2434, Email jacqueline.handley@navsoc.socom.mil ; ;p;
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; quotes are being requested and a written solicitation will not be issued. Solicitation H92240-13-T-JH14 is issued as a request for quotation (RFQ). This is notice Naval Special Warfare Command, Contracting Office, Joint Expeditionary Base (JEB) Little Creek/Ft Story, Virginia Beach, VA 23459 intends to award a firm fixed price contract.

The associated NAICS code is 611692 and the Small Business Size Standard is $7.0 M.

This requirement is 100% set aside for small business.

Clin 0001: Contract Line Item (CLIN) 0001 Provide advanced off road driving course of instruction for a duration of 1 week. Anticipated dates: 23-29 Jun 2013, 0001 GP   See attached statement of objectives (SOO).

Clin 0002: . (Option) Provide advanced off road driving course of instruction for a duration of 1 week.   N otice of the government’s intent to exercise the option shall be given to the contractor 60 days prior to exercise of the option. Anticipated dates : Dates to be determined in September 2013, 0001 GP

Deadline for RFQ Questions: All questions regarding this solicitation  shall be submitted electronically to Jackie Handley, email:   jacqueline.handley@navsoc.socom.mil no later than May 28, 2013 at 10:00 am Eastern time to provide adequate time to prepare a response. Potential quoters must monitor this website for changes to the combined synopsis/solicitation. Amendments to the combined synopsis/solicitation will be posted to this website.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66, effective 01 Apr 2013.

NOTE: THE ATTACHED TWO CLAUSES MUST BE FILLED OUT AND RETURNED WITH THE QUOTE. (See attached PDF file)

DFAR Clause 252.209-7999 (DEV); Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under any Federal Law (JAN 2012)

DFAR CLAUSE 252.209-7998 (DEV); Representations Regarding Convection of a Felony Criminal Violation Under Any Federal or State Law (MAR 2012)

Note that you must be registered in the Central Contractor Registration system to be considered for the award. Registration is free and can be completed on line at http://www.sam.gov

Offerors shall complete the provision at 52.212-3, Offer Representation and Certification-Commercial Items which can be found completed via the ORCA website https://sam.gov 

The above registrations can be completed through the System for Award Management (SAM) @www.sam.gov. The System for Award Management (SAM) is a free web site that consolidates the capabilities that used to be found in CCR/FedReg, ORCA and EPLS.

FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)

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 based on the lowest priced technically acceptable proposal.

The following factors shall be used to evaluate offers: Technical capability, past performance and price. Price quotes should detail contractor’s ability to meet the required training specifications as detailed in SOO.

Provide two (2) examples of orders where same/similar work has been performed or being performed by your company within the past three (3) years.

The following provisions and clauses apply to this acquisition: It is the offeror’s responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil.

FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.204-99 – System for Award Management Registration (August 2012) (Deviation)
FAR 52.209-6 – Protecting the Government’s Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment
FAR 52.212-1- Instructions to Offerors – Commercial Items (FEB 2012)
FAR 52.212-3 Offeror Representations and Certification Commercial Items Alt 1 (DEC 2012)
FAR 52.212-4 – Contract Terms and Conditions — Commercial Items
FAR 52.212-5 – Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Deviation)
FAR 52.217-8 Option to Extend Services- N otice of the government’s intent to exercise the option shall be given to the contractor 60 days prior to exercise of the option

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

Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within   3; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days The preliminary notice does not commit the Government to an extension.

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

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years.

FAR 52.219-6 – Small Business Set-Aside
FAR 52.222-3 — Convict Labor
FAR 52.222-19 – Child Labor, Cooperation with Authorities and Remedies
FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999)
FAR 52.222-26 Equal Opportunity (Mar 2007)
FAR 52.222-36 – Affirmative Action for Workers with Disabilities (Oct 2010)
FAR 52.222-50; Combating Trafficking in Persons (FEB 2009)
FAR 52.223-18 – Encouraging Contractor Policies to Ban Text Messages
FAR 52.225-13 – Restrictions on Certain Foreign Purchases
FAR 52.232-18 Availability of Funds

FAR 52.232-33 Payment by Electronic Funds Transfer Central System for Award Management (Oct 2003)
FAR 52.233-3 – Protest After Award
FAR 52.233-4 – Applicable Law for Breach of Contract Claim
FAR 52.247-34 – F.O.B. Destination
FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
FAR 52.252-2 – Clauses Incorporated By Reference FAR 52.252-5 (DEV) – Terms and Conditions Statues
FAR 52.252-6 – Authorized Deviations in Clauses
FAR 52.217-5 – Evaluation of Options
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).
(End of Provision)

DFARS 252.203-7000 – Requirements Relating to Compensation
DFARS 252.203-7002 – Requirement to Inform Employees
DFARS 252.204-7003 – Control of Government Personnel Work Product
DFARS 252.204-7004 Alt A – Central Contractor Registration
DFARS 252.204-7008 – Export Controlled Item
DFARS 252.212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders
DFARS 252.225-7000 Buy American Act Balance of Payments Program Certificate (Dec 2009)
DFARS 252.225-7001-Buy American Act and Balance of Payments Program
DFAR 252.232-7003 – Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7010 — Levies on Contract Payments and
DFARS 252.243-7001– Pricing of Contract Modifications

SOFAR 5652.204-9003 Disclosure of Unclassified Information (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, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

SOFAR 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000)   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.
SOFAR 5652.233-9000 Independent Review of Agency Protest

Questions are due no later than May 28, 2013 at 12:00pm Eastern time.  E-mail jacqueline.handley@navsoc.socom.mil or fax 757-462-2434.

Set-Aside: Total Small Business Place of Performance: To be determined Virginia Beach, VA 23459 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/NorfolkVA/H92240-13-T-JH14/listing.html
OutreachSystems Article Number: 130523/PROCURE/0106
Matching Key Words: film?; produc*; train*; you; website; web; site?; business*; instruct*; commercial?; 


Department of Labor, Office of the Assistant Secretary for Administration and Management , Office of Procurement Services, 200 Constitution Avenue, NW S-4307 Washington DC 20210-0001

R — MANAGEMENT AND PROFESSIONAL SUPPORT SERVICES DOL131RP21638 060313 Stacy Conaway, CONTRACT SPECIALIST, Email conaway.stacy@dol.gov600px-US-DeptOfLabor-Seal.svg MAY 22, 2013- PLEASE SEE THE THREE (3) ATTACHMENTS PERTAINING TO THE QUESTIONS AND ANSWERS PORTION OF THE RFP.

****************The amendment date for the questions and answers portion has been changed. It will be posted on fbo.gov website on or before May 22, 2013.**********************

AMENDMENT STARTS

Your response time for the solicitation is no later than June 3, 2013 at 3pm EST.

The forthcoming amendment for the questions and answers portion is going to be posted on fbo.gov website on or before May 20th, 2013.
I will not be accepting anymore Past Performance Questionnaires.

AMENDMENT FINISH.

The U.S. Department of Labor(DOL), Occupational Safety and Health Administration(OSHA) is soliciting an Request for Proposal (RFP) for Management/Professional Support Services under DOL 131RP21638.
This procurement is a Total Business Set-Aside. The NAICS code is 541990, with a Small Business Standard of $14 million. All responsible sources that are determined a small business in accordance with the U.S. Small Business Administration and must be registered in the System for Award Management at http://www.sam.gov, in order to be considered for award.

The contract award is intended to provide, a full range of specialized management and professional support services required to meet OSHA’s requirements while complying with applicable laws, regulations, policy and procedures. The offeror shall furnish labor mix categories with proven experience in Technical Writing, Management Systems and Organization, Program Budgeting, Planning and Financial Management and Human Resources. Offerors are encouraged to submit a proposal in the most economic and efficient manner, within the confines of the Performance Wok Statement and the proposed labor mix categories.

All responsible sources may submit a proposal once the solicitation is issued. This solicitation will be posted for your review on Monday April 8, 2013. The solicitation is for commercial items prepared in accordance with the format in FAR 12 and 15 as supplemented with additional information included in this notice.

Your response time for the solicitation is no later than  June 3,  2013 at 3pm EST.

Set-Aside: Total Small Business Place of Performance: OSHA -NATIONAL OFFICE 200 CONSTITUTION AVENUE NW WASHINGTON, DC 20210 US URL:https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL131RP21638/listing.html
OutreachSystems Article Number: 130523/PROCURE/0730
Matching Key Words: writ*; technical; standard; procedure?; 


peostri_org_banner_v09292010Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

69–Virtual Medical Center, Virtual Training Evaluation System W900KK13R1TBD 052213 Leslie Dobson, 407/384-5433 PEO STRI Acquisition Center Update 5/22/13: Location for Industry Day has been changed. Note: The deadline for submitting a Capabilities Statements has passed.

THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.

Description:

This is a combined Sources Sought Notice (SSN) and Industry Day Announcement. The SSN is a Request for Information (RFI) ONLY and is not a Request for Proposals (RFP) or a commitment by the US Government. Interested parties are invited to submit a capabilities statement indicating their ability to provide the products described herein. The US Army, Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) the Assistant Program Manager for Medical Simulations (APM MEDSIM) and the Veterans Health Administration Team is looking for a source to provide a Virtual Medical Center (VMC) virtual training evaluation system, to the Veterans Health Administration (VHA) personnel, in support of the Simulation Learning, Education and Research Network (SimLEARN) Program. The anticipated requirement NAICS Code: 511210 – Packaged Computer Software Publishers. It is anticipated that the contract type will be Firm Fixed Price (FFP).

SECTION I – Sources Sought Notice

A. Requirement Information.

Veterans Health Administration Virtual Medical Center.
The Veterans Affairs (VA) Virtual Medical Center (VMC) will be a continuously available virtual environment accessible to clinical personnel, Veterans and their family members. It will provide Veteran patient access to validated medical materials and resources, in order to get healthcare information by connecting healthcare professionals and patients in a collaborative environment.

VMC Virtual Environment Description.
The VMC will feature Virtual clinics that focus on general health, specific medical conditions, disease management, and well-being. Every area within the VMC will provide services and information including patient and provider meeting and collaboration areas, one-on-one encounters, group appointments, virtual medical advisors, an online pharmacy information source, wellness information, and self-help tools.

B. Critical Requirements.

The following system requirements have been identified as critical and must be demonstrated/addressed during vendor product demonstrations:

1. System must contain at least one fully-functioning virtual clinic.

a. Each virtual clinic shall be customized to address a specific health issue facing Veteran patients.

b. Each clinic shall include an entrance and information desk.

c. Each clinic shall include a collaboration space and education center for patients and providers.

d. Each clinic shall include an auditorium.

e. Each clinic shall include two patient examination rooms.

f. Each clinic shall include a patient conference room.

g. Each clinic shall include a provider conference room.

h. Each clinic shall include a provider lounge.

2. System must allow users to select a pre-configured avatar or configure an avatar to navigate the VMC.

3. System must support an intuitive Frequently Asked Questions (FAQs) feature.

4. System must provide a cyber library.

5. System must provide Video Tele Conference and Electronic-consult capabilities. E-consult must support secure communications.

6. System must be web-based, scalable, and initially support up to 1,000 simultaneous users.

7. System must be accessible to users through the My HealtheVet portal.

8. System must be compatible with currently available, popular operating systems being used on desktops, laptops, and mobile devices.

9. System must be Section 508 Compliant.

C. Assumptions and Expectations.

1. Responders are advised that the US Government will not reimburse any contractor for any information or administrative costs incurred in the response to this RFI: all costs associated with responding to this RFI will be assumed by the interested party. Not responding to this RFI does not preclude participation in any future RFP or other solicitation, if any is issued.

2. This is a market survey, not a pre-solicitation notice. There is no formal solicitation available at this time. No award will be made as a result of this market survey. If a formal solicitation is generated at a later date, a solicitation notice will be published. All product information and hardware samples shall be submitted at no cost or obligation to the government.

3. The government reserves the right to reject, in whole or in part, any private sector input received as a result of this market survey.

4. If your company or organization has an existing commercially available or non-developmental item that meets these requirements, please provide literature or other information relative to the performance and general characteristics of the product to the Contract Specialist listed below.

5. Information Format: Preferred method of submission is electronic mail (email). Please use Microsoft Office 97-2003 compatible (.xls, .doc or .ppt) or Adobe Acrobat 9 Pro (.pdf) formats. Classified material will not be accepted. Material Samples will not be accepted. Information papers may be submitted in a White Paper format. Limit submissions to not more than five (5) pages, excluding pictures, diagrams, and charts.

D. Sources Sought Attachments: N/A at this time

1. Map and Hotel Information (Will be furnished upon request/appointment)

2. Partnership Event Parking Pass (Will be furnished upon request/appointment)

E. Vendor Questionnaire

The purpose of this questionnaire is to obtain information from industry to assist in market research. Firms/companies are invited to indicate their interest and capability to satisfy the above requirements by submitting a capabilities statement limited to 5 pages of text (excluding tables, diagrams, and pictures) identifying and describing the following:

1. Company Name

2. Company Address / Country Represented / Website

3. Company point of contact and phone number

4. Business Size (Small/Large & Number of Employees)

5. If you are a small business, please describe how you would comply with 52.219-14 to include identifying work percentages between yourself and potential subcontractors.

6. NAICS Code / CAGE Code / DUNS Number

7. Commerciality of System

a. ( ) Our product as described above, has been sold, leased or licensed to the general public.

b. ( ) Our product as described above, has been sold in substantial quantities, on a competitive basis to multiple state and local governments.

c. ( ) Neither of the above applies. Explain.

8. Please briefly define your capability as it applies and/or the strategy you would use to meet this requirement.

F. Response Parameters.

1. Capability statements must be submitted as either hard copy or email to the point of contact for this action not later than by 12:00 Noon (EDT) 14 May 2013. The point of contact is: Mr. David Light, Contract Specialist, U.S. Army PEO STRI Acquisition Center/KOP, 12350 Research Parkway, Orlando, FL 32826, e-mail:

2. Respondents will not be notified of the results of this survey or results of information submitted.

SECTION II. – Industry Day

Description:

The PEO STRI, PM CATT, APM MedSim and the VHA team will host a meeting with industry on Tuesday, 28 May 2013 in Orlando, FL. We will have a general session beginning at 0830 until approximately 1000. Following the general session, interested participants may schedule individual product demonstrations from 10:30 until 5:00PM. A specific schedule is To Be Determined with applicable time frames and appointments based on this response. The Government recommends a submittal of questions/concerns NLT 4:00PM (EST), 14 May 2013.

The Industry Day is open to all interested Offerors who possess the technical capabilities and resources to meet the Government’s requirement. Offerors must RSVP to David Light and Felix R Marrero NLT 4:00PM (EST) on 14 May 2013 designating the system they will be demonstrating during the session and the names of and contact information for persons attending/participating.

Industry Meeting Location:

3031 Technology Parkway, Orlando FL
Bldg: Partnership II (PII)
Room: 208
Date: 28 May 2013
Time: 8:00am – 5:00pm (EST)

IMPORTANT NOTE REGARDING PARKING: Due to limited parking in the Partnership II parking lot, all visitors should park in the large parking lot on the corner of Science Drive and Technology Parkway (map attached).

DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products.

Place of Performance: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL 32826-3276 US URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13R1TBD/listing.html
OutreachSystems Article Number: 130523/PROCURE/0823
Matching Key Words: video*; produc*; train*; conference?; you; website; web; page?; education*; business*; event?; 

Department of the Army, National Guard Bureau, National Guard Bureau, Contracting Support, National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231

U–This is a synopsis to provide Technical and Program Management Support Services to the Army National Guard Training Division (ARNG-TR). W9133L-13-R-0016 060413 Linda M. Williams, 703-607-0983 National Guard Bureau, Contracting Support SYNOPSIS:

The National Guard Bureau (NGB) Operational Contracting Office intends to issue a commercial solicitation on/about 4 June 2013 for Technical and Program Management600px-National_Guard_Logo.svg Support Services (TPMSS) in support of the Army National Guard (ARNG) Training Division (ARNG-TR). This will be a full and open competition posted on FedBizOpps. The Government will award a single Indefinite Delivery Indefinite Quantity (IDIQ) contract with a period of performance of a base period and four 12-month option periods. Current period of performance ends 31 August 2013. THE GOVERNMENT WILL NOT ACCEPT ANY PHONE CALLS, EMAILS, OR ANSWER QUESTIONS PRIOR TO THE ISSUANCE OF THE SOLICITATION. The solicitation will be posted under NAICS Code: 611710 – Educational Support Services and Classification Code: U – Educational and TrainingServices. Please note that the government is seeking highly skilled and experienced personnel, therefore, offerors without the skills and experience need not apply. No partial proposals will be accepted. No prior military experience or National Guard experience is required. This will be a firm-fixed price with Cost reimbursable travel and Other Direct Cost (ODCs) CLINs. The estimated value of this contract, base and all option periods, is $50 Million. The primary objective of this contract is to provide a range of independent and objective functional support, for current and future activities and initiatives. Evaluation criteria will be based on BEST VALUE.

SCOPE OF WORK:

This is a requirement for a range of technical and program management support services for current activities and future initiatives of Army National Guard (ARNG) training systems integration in the following functional areas:
Program management, operations, resources, and communications.
Distributed learning content development.
Distributed learning online portal operations.
Distributed learning delivery capabilities management.
Information assurance management.
Training management information system implementation.

FUNCTIONAL SUPPORT AREAS.

Program Management, Program Operations, Resources, and Communications.
The Contractor shall assist the Government to plan, coordinate, and synchronize activities of the Training Systems Integration Branch (ARNG-TRN) and the ARNG DL Program; assist the Government to perform resource management for the Branch and the DL Program through the Army’s Planning, Programming, Budgeting, and Execution (PPBE) process; and assist the Government to perform communications for the DL Program, the Branch’s other activities, and other elements of the Division.
Distributed Learning Content Development.
The Contractor shall assist the Government to produce and sustain DL content for ARNG training requirements, with emphasis on Guard-specific functional and readiness training. Specific tasks to support this function include activities that:
Create Training Support Packages (TSPs) for resident and online learning.
Produce interactive multimedia instruction (IMI), including interactive videos, animations, and simulations.
Produce instructional videos and animations for distribution by CD-ROM, DVD, or online.
Convert resident instruction to blended learning, potentially incorporating IMI and instructor-led online learning with resident learning.
Produce applications for mobile devices, potentially including job aids and references, and instructional videos, animations, and simulations.

Distributed Learning Online Portal Operations.
The Contractor shall assist the Government to manage and operate GuardU, which is a web-based portal that provides Soldiers, units, training institutions, and States with an online environment for directed learning and self-development. GuardU is operated as a domain within the U.S. Army Enterprise Lifelong Learning Center (ELLC). The ELLC currently uses the quote mark Blackboard quote mark learning environment as its learning content management system.
Distributed Learning Delivery Capabilities Management.
The Contractor shall assist the Government to plan, coordinate, and monitor a Federal program that provides States with distributed learning resources and capabilities, which includes fixed and Mobile DL Classrooms (DLCs and MDLCs) connected to the Internet.
Information Assurance Management.
The Contractor shall assist the Government to perform IA management activities for training information systems and applications for which the Division is the proponent ensuring the systems and applications remain compliant with DoD, Army, and ARNG IA policy and regulations. As of March 2013, the Division is proponent for 13 systems and applications
Training Management Information System Implementation.
The Contractor shall assist the Government to plan, coordinate, and conduct activities to implement Digital Training Management System (DTMS) in the ARNG, enabling units-brigade and below-to use the system to plan, resource, and manage unit and individual training at all levels, and enabling staffs-in units, States, and the Directorate-to obtain reports from the system. The Contractor shall assist the Government to coordinate information and activities among the PM DTMS staff, the ARNG-TR and ARNG-TRN staffs, the ARNG DTMS trainers, and the ARNG Regional DTMS Representatives and State DTMS Administrators.
Authorized government representatives, including the Contracting Officer’s Representative (COR) will be identified and/or appointed under the base contract or at the Task Order level.
An update will be provided with the posting of the solicitation scheduled on/or about 4 June 2013.

Place of Performance: National Guard Bureau, Operational Contracting ATTN: NGB-AQ, 111 South George Mason Drive Arlington VA 22204-1373 US URL: https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L-13-R-0016/listing.html
OutreachSystems Article Number: 130522/PROCURE/0083
Matching Key Words: video*; produc*; train*; web; education*; produce?; distribut*; instruct*; commercial?; 


600px-National_Guard_Logo.svgDepartment of the Army, National Guard Bureau, National Guard Bureau, Contracting Support, National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231

R–ALL: Due to unforseen circumstances we are unanble to host industry day as previously scheduled. we must re-schedule to Thursday, May 30, 2013 from 1200-1500 in the auditorium at 111 S. George Mason Drive, Arlington, VA 22204. W9133L-13-R-0019 053013 Ellieth Rodriguez, 703-601-4378 National Guard Bureau, Contracting Support The ARNG National Guard Bureau contracting office intents to issue a commercialsolicitation on/about May 15, 2013 for Traditional Advertising Services in support of the Army National Guard Recruiting and Retention. This will be a Full and Open Competition posted on FedBizOpz. The Government will issue one single award ID/IQ with a period of performance of one year and two option years. Current incumbent is Laughlin and Marinaccio & Owens Inc. Current contract has reached the end of the fourth option year. Current period of performance ends September 30, 2013; the Government intents to have a transition period starting in August 2013.
The Government intents to conduct an industry day at NGB headquarters in Arlington VA on/about May 23, 2013; further details will be posted with the solicitation. No questions will be answered before that date. Solicitation will be posted under NAICS Code 541810, 512110, 541860, 541830, and 541850.
Please note that the government is seeking highly specialized skills and experienced personnel in traditional advertising, therefore, vendors without the skills or experience in traditional advertising need not apply. No partial proposals will be accepted. No prior military experience or National Guard experience is required.
Contract Type:
This will be a firm-fix price with Time and Material (T&M) reimbursable ODCs CLINs. The Army National Guard Bureau will award a single award (ONE) indefinite delivery/indefinite quantity contract for advertisingproducts and services as specified in each individual Task Orders. The contract will have a 12-month base period plus two (2), 12-month option periods. The contract will be awarded to a single prime contractor. Historically, as many as 75 Task Orders over a five-year period have been issued to the awardee for these services. The value of the Task Orders issued under the current contract has ranged from $3,200 to $30 million. The primary objective of this contract is to satisfy current and emerging advertising needs tailored to addressed recruiting and retention target groups. Evaluation criteria will be based on BEST VALUE.

Scope of Work:
Contractor must provide all necessary management, supervision, manpower, materials, supplies and equipment (except as otherwise provided) to plan, schedule, coordinate, and assure effective performance of the National Guard national advertising objectives.

The Contractor shall provide services that support completing requirements set forth in individual Task Orders. These services may include but are not limited to: the preparation of written text, artwork, graphics, radio and television commercials, and other creative work, as well as placing the creative work in magazines, newspapers, pamphlets, and brochures on traditional and emerging media avenues (online and off-line). The Contractor may be required to assess the educational needs of a target audience, compare them to the needs addressed by current public information sources, and address any follow-on efforts that are required. These services may also include providing direct support for the writing and editing of materials, which may include video, radio, television, public service announcements, appropriate voice-over talent, pamphlets, brochures, leaflets and web/social media pages/sites/ad materials

The Contractor shall provide advertising services, on a Task Order basis, that are both national and local in scope. Projects will include, but shall not be limited to: TV and radio materials development and production, web-based media, social media site development and maintenance, web-based applications development and other audiovisual materials production; market and creative research; direct marketing; lead processing/fulfillment/database operations and analysis; print production; placement of paid media; strategies for paid and organic search engine marketing, search engine optimization services, photography and motion filming; public relations; management of marketing sponsorship programs and

tie-ins. Additionally, Contractor shall oversee all aspects of development/production of materials related to marketing sponsorship programs and tie-ins, coordination with other advertising stakeholders and contract holders on an as-needed basis and with respect to application of current campaign style standards and approved photography produced by Contractor. The Contractor shall ensure, to the extent advisable and with the exception of broadcast materials featuring professional talent (typically for voice-over and/or music), all materials developed are the sole intellectual property of the government and can be reproduced, altered, localized, promoted and distributed by the government at will and into perpetuity.
Authorized government representatives, including the Contracting Officer’s Representative (COR), will be identified and/or appointed under the basic contract award or at the Task Order level.

An update will be provided with the posting of the solicitation scheduled on or about May 15, 2013.

Place of Performance: National Guard Bureau, Contracting Support ATTN: NGB-AQC, 111 S. George Mason Drive Arlington VA 22204 US URL: https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L-13-R-0019/listing.html
OutreachSystems Article Number: 130522/PROCURE/0575
Matching Key Words: video*; edit*; produc*; web; site?; page?; education*; produce?; production?; distribut*; commercial?; video; audiovisual; serv*; filming; naics!512110; 


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

69–Centralized data center for Combat Training Center Instrumentation System (CTC-IS) W900KK13RFIDATASTORAGE Phil Davis, 407-384-5335 PEO STRI Acquisition Center UPDATE: 13 February 2013: Attached responses to questions submitted by industry for the Central Data Center for CTC-IS. The Government does notpeostri_org_banner_v09292010 intend to extend the closing date of 15 February 2013 for the RFI responses. Responses shall be submitted, via email, no later than 2:00pm Eastern Standard Time (EST) on 15 February 2013 to the Contract Specialist, Mr. Phil Davis, at phil.b.davis@us.army.mil.

DOCUMENT TYPE: Request for Information (RFI)
TITLE: Centralized data center for Combat Training Center Instrumentation System (CTC-IS)
NAICS Code: 541512

BRIEF DESCRIPTION: CTC- IS is an integrated system of computer software and hardware; workstations; databases; voice, video and data recording; production and presentation equipment; interface devices; and communication networks. Each training center hosts its’ own individual data center which is comprised of 60 servers and 125 desktops each. The instrumentation system software is custom written using the LT2Product baseline (www.lt2portal.org).

The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager for Training Devices (PM TRADE), Product Manager for Combat Training Instrumentation System (CTIS) intends to centralize the data centers that are currently housed at the Combat Training Centers (CTCs). The CTCs are located at the National Training Center (NTC) at Fort Irwin, California and at the Joint Readiness Training Center (JRTC) at Fort Polk, Louisiana.

INTENT OF THIS RFI: PM CTIS is seeking information from industry for available centralized data center solutions for the CTC-IS. Information submitted in response to the RFI will not be utilized for any purpose other than for market research only. The Government requests that all interested offerors submit a response (up to 20 pages including the cover sheet) that addresses the following in relation to centralized data centers:

A description of your firm’s capabilities and size

Demonstrate your ability to determine bandwidth and latency requirements

Previous solutions, the challenges faced, and the customer

Cost comparison between buy/lease/rent

Experience creating Service Level Agreements

Identify the standards used in establishing centralized data centers

Identify the current industry best practices or solutions and emerging technology innovations

Other information that may be relevant

ACQUISITION APPROACH: The Government intends to conduct a study to determine the Government’s infrastructure requirements to support a centralized data center along with the new centralized data center. The Government is currently developing an acquisition strategy for a centralized data center for CTC-IS. The acquisition strategy or contract type for this effort has not yet been determined.

ESTIMATED DOLLAR VALUE: TBD

RESPONSES REQUESTED: Questions with regard to the subject effort shall be submitted, in writing, to the Contract Specialist, Mr. William Jensen, at William.R.Jensen1@us.army.mil before 2:00pm EST on 8 February 2013. Interested offerors shall provide their capability statement via email no later than 2:00pm Eastern Standard Time (EST) on 15 February 2013 to Mr. William Jensen, Contract Specialist, William.R.Jensen1@us.army.mil.

DISCLAIMER: This announcement is published for market research purposes only. This notice does not constitute an invitation for bid or a request for proposal and is not a commitment by the U.S. Government to procure the subject effort. No solicitation documentation exists at this time. Responses in any form are not considered offers and the Government is under no obligation to award a contract as result of this announcement. No funds are available to pay for the preparation of responses to this announcement. The submission of the requested information is for planning purposes only.

URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13RFIDATASTORAGE/listing.html
OutreachSystems Article Number: 130522/PROCURE/0672
Matching Key Words: video*; produc*; train*; page?; documentation; production?; 


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

peostri_org_banner_v0929201069–Centralized data center for Combat Training Center Instrumentation System (CTC-IS) W900KK13RFIDATASTORAGE Phil Davis, 407-384-5335 PEO STRI Acquisition Center UPDATE: 13 February 2013: Attached responses to questions submitted by industry for the Central Data Center for CTC-IS. The Government does not intend to extend the closing date of 15 February 2013 for the RFI responses. Responses shall be submitted, via email, no later than 2:00pm Eastern Standard Time (EST) on 15 February 2013 to the Contract Specialist, Mr. Phil Davis, at phil.b.davis@us.army.mil.

DOCUMENT TYPE: Request for Information (RFI)
TITLE: Centralized data center for Combat Training Center Instrumentation System (CTC-IS)
NAICS Code: 541512

BRIEF DESCRIPTION: CTC- IS is an integrated system of computer software and hardware; workstations; databases; voice, video and data recording; production and presentation equipment; interface devices; and communication networks. Each training center hosts its’ own individual data center which is comprised of 60 servers and 125 desktops each. The instrumentation system software is custom written using the LT2Product baseline (www.lt2portal.org).

The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager for Training Devices (PM TRADE), Product Manager for Combat Training Instrumentation System (CTIS) intends to centralize the data centers that are currently housed at the Combat Training Centers (CTCs). The CTCs are located at the National Training Center (NTC) at Fort Irwin, California and at the Joint Readiness Training Center (JRTC) at Fort Polk, Louisiana.

INTENT OF THIS RFI: PM CTIS is seeking information from industry for available centralized data center solutions for the CTC-IS. Information submitted in response to the RFI will not be utilized for any purpose other than for market research only. The Government requests that all interested offerors submit a response (up to 20 pages including the cover sheet) that addresses the following in relation to centralized data centers:

A description of your firm’s capabilities and size

Demonstrate your ability to determine bandwidth and latency requirements

Previous solutions, the challenges faced, and the customer

Cost comparison between buy/lease/rent

Experience creating Service Level Agreements

Identify the standards used in establishing centralized data centers

Identify the current industry best practices or solutions and emerging technology innovations

Other information that may be relevant

ACQUISITION APPROACH: The Government intends to conduct a study to determine the Government’s infrastructure requirements to support a centralized data center along with the new centralized data center. The Government is currently developing an acquisition strategy for a centralized data center for CTC-IS. The acquisition strategy or contract type for this effort has not yet been determined.

ESTIMATED DOLLAR VALUE: TBD

RESPONSES REQUESTED: Questions with regard to the subject effort shall be submitted, in writing, to the Contract Specialist, Mr. William Jensen, at William.R.Jensen1@us.army.mil before 2:00pm EST on 8 February 2013. Interested offerors shall provide their capability statement via email no later than 2:00pm Eastern Standard Time (EST) on 15 February 2013 to Mr. William Jensen, Contract Specialist, William.R.Jensen1@us.army.mil.

DISCLAIMER: This announcement is published for market research purposes only. This notice does not constitute an invitation for bid or a request for proposal and is not a commitment by the U.S. Government to procure the subject effort. No solicitation documentation exists at this time. Responses in any form are not considered offers and the Government is under no obligation to award a contract as result of this announcement. No funds are available to pay for the preparation of responses to this announcement. The submission of the requested information is for planning purposes only.

URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13RFIDATASTORAGE/listing.html
OutreachSystems Article Number: 130522/PROCURE/0673
Matching Key Words: video*; produc*; train*; page?; documentation; production?; 

FedBizOpps – Awards

Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC – HILL AFB, DEPARTMENT OF THE AIR FORCE; AFNWC PZBA;6014 DOGWOOD AVENUE BLDG 1258; HILL AIR FORCE BASE; UT; 84056-5816

R–Professional, Administrative and Management Support Services FA8204-12-R-7002-0002 Shila F Weese, Phone 801-586-4939, Fax 801-775-2116, Email356px-Seal_of_the_US_Air_Force.svg shila.weese@hill.af.mil FA8204-13-C-0010 $92,698,530 052213 DRS ENVIRONMENTAL SYSTEMS, INC.,7375 INDUSTRIAL RD,FLORENCE KY 41042-2911 No Description Provided
URL: https://www.fbo.gov/spg/USAF/AFMC/OOALC/Awards/FA8204-13-C-0010.html
OutreachSystems Article Number: 130523/AWARDS/0893
Matching Key Words: state!ky; 

FedBizOpps – Special Notes

150px-AMC_duiDepartment of the Army, Army Contracting Command, ACC-APG – Aberdeen Division D, ACC-APG – Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013

R–Request For Information for acquisition planning to support the Office of the Deputy Assistant Secretary of the Army for Cost & Economics (DASA-CE) requirement. W91CRBFMORFI Ralph F. Kaminski, 410-278-4982ACC-APG – Aberdeen Division D Estimated Dollar Value: $9.5 million

Background: Contract W91WAW-08-D-0017 an Indefinite Delivery/Indefinite Quantity (ID/IQ) Labor-Hour (LH) contract issued to Calibre Systems, Inc. 6354 Walker Lane, Metro Park, Alexandria VA 22310-3252 is in its last option year. The Army is in the planning phase and seeks input from industry to prepare a market research report to finalaize an acquisition strategy.

Proposed Type Contract 1: A single Cost-Plus Fixed Fee Term Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract.

Proposed Type Contract 2: A Firm-Fixed-Price (FFP) if respondents can provide examples of workload factors needed to develop a FFP proposal to deliver defined deliverables exclusive of labor categories and full time equivalent information.

Ordering Period: Three-year from date of award.

Business Size Standard: The North American Industrial Classification System (NAICS) code is 541611 Administrative Management and General Management Consulting Services. $14 million.

Scope: The DASA-CE Mission is to provide the Army decision-makers with cost, performance and economic analysis in the form of expertise, models, data, estimates and analyses at all levels.Contractor to provide consulting services in the concentrated areas of 1) the development of methodologies and databases to estimate the cost of services being provided by Army installations for the purpose of supporting the Planning,Programming, Budgeting, and Execution System (PPBES) process, and 2) updates, analysis, and support of the databases supporting the Civilian Rate Execution (CRE), 3) updates, analysis, and support of the databases supporting the Army Military-Civilian Cost System (AMCOS) and 4) the development and implementation of cost management processes, metrics, measures and models for the United States Army and methods for fully integrating of cost management.

Performance Work Statement (PWS): A draft PWS is provided under a separate attachment with this notice under the heading Additional Info. This document provides specific, detailed requirements to fulfill this requirement.

Response Instructions: Respondents to this notice shall provide a capability statement limited to ten (10) pages in a Microsoft Word document. The capability statement shall be inclusive of responding to the following questions.

1. Questions relating to the North American Industrial Classification System (NAICS) code 541611.
a. Provide your business size for (NAICS) code 541611, socioeconomic status as a small business, or other than small.
b. Is another NAICS code more appropriate? Please provide rational for using another NAICS code.

2. What is your firm’s intent on this requirement?
a. Providing a proposal as a Prime____
b. Subcontracting____

3. Follow-up to 2 above. What is the interest in teaming arrangements? Please indicate whether the intent is to propose under a teaming arrangement, and identify the teaming partner, its role, and size status under NAICS 541611.

4. If the described requirement were to be issued as a Small Business set aside, please discuss how your firm would be capable of providing a proposal which complies with FAR clause 52.219-14 quote mark Limitations on Subcontracting quote mark in which your firm must do at least 50% of the work?

5. Questions relating to adequate accounting system for a cost type contract.
a. Does your firm have an accounting system approved by the DCAA for your firm’s Commercial And Government Entity (CAGE) Code? Firms answering no to 5a provide a response to question 5b.
b. Could your firm provide the type and version of accounting software used and documentary support called for in Standard Form 1408, Section II, 2a through 2j to the Contracting Officer for evaluation with the Price Analyst to make a determination on the adequacy of the firm’s accounting system for this particular effort? A blank copy of a Standard Form 1408 Section II is provided under a separate attachment with this notice under the heading Additional Info.

6. Please provide 3 examples of relevant experience representative of your firm’s ability to provide the services cited in the PWS.

7. Provide any addtional information that’s relevenat such as Federal Supply Schedule information, etc.

8. Respond electronically to this sources sought notice by sending the 10-page Microsoft word document attached to electronic mail (email) to email address ralph.f.kaminski.civ@mail.mil with a copy to email address donna.j.bader2.civ@mail.mil. Responses are due by 5:00 P.M. (EDT) 7 June 2013.
URL: https://www.fbo.gov/notices/eca181b9fee4b0e1af7155826c7e4915
OutreachSystems Article Number: 130524/SPECIAL/1556
Matching Key Words: documentar*; 

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

69–Centralized data center for Combat Training Center Instrumentation System (CTC-IS) W900KK13RFIDATASTORAGE Phil Davis, 407-384-5335 PEO STRI Acquisition Center DOCUMENT TYPE: Request for Information (RFI)
TITLE: Centralized data center for Combat Training Center Instrumentation System (CTC-IS)
NAICS Code: 541512

BRIEF DESCRIPTION: CTC- IS is an integrated system of computer software and hardware; workstations; databases; voice, video and data recording; production andpeostri_org_banner_v09292010 presentation equipment; interface devices; and communication networks. Each training center hosts its’ own individual data center which is comprised of 60 servers and 125 desktops each. The instrumentation system software is custom written using the LT2Product baseline (www.lt2portal.org).

The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager for Training Devices (PM TRADE), Product Manager for Combat Training Instrumentation System (CTIS) intends to centralize the data centers that are currently housed at the Combat Training Centers (CTCs). The CTCs are located at the National Training Center (NTC) at Fort Irwin, California and at the Joint Readiness Training Center (JRTC) at Fort Polk, Louisiana.

INTENT OF THIS RFI: PM CTIS is seeking information from industry for available centralized data center solutions for the CTC-IS. Information submitted in response to the RFI will not be utilized for any purpose other than for market research only. The Government requests that all interested offerors submit a response (up to 20 pages including the cover sheet) that addresses the following in relation to centralized data centers:

A description of your firm’s capabilities and size

Demonstrate your ability to determine bandwidth and latency requirements

Previous solutions, the challenges faced, and the customer

Cost comparison between buy/lease/rent

Experience creating Service Level Agreements

Identify the standards used in establishing centralized data centers

Identify the current industry best practices or solutions and emerging technology innovations

Other information that may be relevant

ACQUISITION APPROACH: The Government intends to conduct a study to determine the Government’s infrastructure requirements to support a centralized data center along with the new centralized data center. The Government is currently developing an acquisition strategy for a centralized data center for CTC-IS. The acquisition strategy or contract type for this effort has not yet been determined.

ESTIMATED DOLLAR VALUE: TBD

RESPONSES REQUESTED: Questions with regard to the subject effort shall be submitted, in writing, to the Contract Specialist, Mr. William Jensen, at William.R.Jensen1@us.army.mil before 2:00pm EST on 8 February 2013. Interested offerors shall provide their capability statement via email no later than 2:00pm Eastern Standard Time (EST) on 15 February 2013 to Mr. William Jensen, Contract Specialist, William.R.Jensen1@us.army.mil.

DISCLAIMER: This announcement is published for market research purposes only. This notice does not constitute an invitation for bid or a request for proposal and is not a commitment by the U.S. Government to procure the subject effort. No solicitation documentation exists at this time. Responses in any form are not considered offers and the Government is under no obligation to award a contract as result of this announcement. No funds are available to pay for the preparation of responses to this announcement. The submission of the requested information is for planning purposes only.

URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13RFIDATASTORAGE/listing.html
OutreachSystems Article Number: 130522/SPECIAL/0930
Matching Key Words: video*; produc*; train*; page?; documentation; production?; 

USABID State and Local Purchases

Delaware – State Division of Purchasing http://bids.delaware.gov/default.asp PO Box 299, Grounds of Governor Bacon, Delaware City, DE 19106. Phone: 302-834-4550.

R – Radio Broadcast/Internet Radio Advertising for DSHA Programs SOL 8210 Radio Broadcast/Internet Radio Advertising for DSHA Programs For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130527/BID/0022
Matching Key Words: broadcast*; program?; 

Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

99 – MCPPD UK Hospital HD307 Angio UPSPlans Available from UK Planroo SOL CCK-1883-13 MCPPD UK Hospital HD307 Angio UPSPlans Available from UK Planroom For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130524/BID/0439
Matching Key Words: age:state!ky; state!ky; 

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – Consultation on energy savings performance contracting RFP : 13 SOL Consultation on energy savings performance contracting RFP : 1300000371 Department for Local Government Request for Proposals(RFP) Published On : 5/20/13 Amended On : Closing On : 6/10/13 4:30 PM EDT Time Left: 20 Days, 05:19:19 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130522/BID/0006
Matching Key Words: age:state!ky; state!ky; 

Kentucky State Procurement

Menifee County Fiscal Court, 

R — ARCHITECTURAL SERVICES REQUEST FOR STATEMENT OF QUALIFICATIONS. DUE 14-JUN-2013 The Menifee County Fiscal Court will accept statements of qualifications from architects for plans related to the Menifee County Regional Kitchen/Senior Center Project. This project includes the acquisition of 1.1 acres of land in downtown Frenchburg and the construction of an approximately 7,168 sq. ft. building that will house both the Regional Kitchen and the Menifee County Senior Citizens Center. The funding sources proposed for the implementation of this project include CDBG, ARC and Coal Severance Funds. Note: Preliminary Design plans have been previously developed at the request of the Menifee County Fiscal Court. The consultant hired under this procurement will be asked to perform final design services, construction administration and inspection services. Firms should send five copies of their statement of qualifications, not exceeding 15 single-sided pages, to the Gateway Area Development District, Attention: Mark Collier, MMRC Industrial Park, 110 Lake Park Drive, Morehead, KY 40351. All documents must be sealed and marked on the outside “Request for Qualifications, Architectural Design, Menifee County Regional Kitchen/Senior Center Project”. Questions concerning this Request for Qualifications should be addressed to Mark Collier, Gateway ADD, (606) 780-0090, Ext. 2106. Proposals must be received by 4:30 p.m. local time on Friday, June 14, 2013. The Menifee County Fiscal Court reserves the right to reject any and all responses, to waive any technicalities, and to negotiate with the respondent who most nearly meets the project requirements. The Menifee County Fiscal Court is not responsible or liable for any costs incurred by the consultants replying to this request. The Menifee County Fiscal Court is an equal opportunity employer and encourages responses from all qualified firms. Kentucky Relay Service for the hearing and speech impaired: 1-800-648-6056. Attention is particularly called to the requirements as to conditions of employment to be observed under the contract, Section 3, Segregated Facility, Section 109, Title VI, and EO 11246. Local, minority and female-owned firms are encouraged to respond. This notice is provided courtesy of the Kentucky Cabinet for Economic Development. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 130524/KY/3119
Matching Key Words: age:state!ky; state!ky; 

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES  BIDS AND PURCHASES

pledge-footer_original

 

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

Trackbacks/Pingbacks

  1. Business and Career Opportunities Bids and Purchases | beenetworknews - June 7, 2013

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

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

"What is it that the systems doesn't want me to know about my child's life and or death?"- Mary Couey

Truth- A Right to Fight For...

My Words & Random Videos Exposing TRUE History & Facts, Current News and Info Mainly Relating to Amerikkkan Racism & the Government, Especially Police & the Black Community... RBG...MakaveliTrained

%d bloggers like this: