FedBizOps – Procurements
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
R–Project scheduling services for the Louisville District and Nationwide Army Reserve Program. W912QR-13-R-0077 092013 Heather Bauer, 502-315-6192 USACE District, Louisville This is a Request for Proposal for Professional Scheduling Services. The scope of this contract is to provide professional scheduling services as needed for Military, Civiland Reserve Construction Contracts administered by the Louisville District. The Louisville District is comprised of a five state area to include Kentucky, Indiana, Ohio, Illinois and Michigan. In addition, the Louisville District manages the nationwide Army Reserve Program. Services shall include the review of the contractor’s preliminary construction schedule, review of contractor monthly construction schedule updates, monitoring of on-site construction activities as necessary for schedule evaluation, and schedule analysis associated with Contractor Claims. Contractor shall be proficient in current scheduling software. Scheduling services may be needed on a long-term basis for a particular contract and require a scheduler be onsite full-time or part-time.
It is a Multiple Award Task Order Contract (MATOC). It is anticipated to award no less than 3 but no more than 5 contracts under this umbrella contract.
Total combined contract capacity under the umbrella contract is planned to be $5 million.
The MATOC will consist of one three-year base period and two one-year option periods for a total of five years.
Minimum guarantee is $10,000.00 for the three-year base contract.
Individual task order limit is $750,000 with a typical task order amount of approximately $250,000.
THIS RFP IS 100% SET ASIDE FOR SMALL BUSINESS. The NAICS code for this procurement is 541611. The size standard is $14M. The proposals will be evaluated using a best value/tradeoff source selection process. The selection process will evaluate such factors as Past Performance, Management and Price. Pro Forma information such as bonding and financial capability will also be required to be submitted. All evaluation factors, other than price, when combined are equal to price.
A seed project will be awarded along with the Umbrella contract and is titled Scheduling Services, WPAFB.
The location of the seed project is Wright-Patterson Air Force Base and the estimated price range is between $250,000 and $500,000.
The estimated issue date is 21 August 2013, with an approximate proposal due date of 20 September 2013. This solicitation will be available by downloading from the Internet only. Telephone and Fax requests for this solicitation will not be honored. The project specification files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the files for this project and to register as a plan holder go to Internet site http://www.FBO.gov. AMENDMENTS WILL BE AVAILABLE FROM THE ABOVE WEBSITE BY DOWNLOAD ONLY. To be eligible for contract award, a firm must be registered in the System for Award Management (SAM) system. Lack of accurate registration in the SAM database will make a offeror ineligible for award. Email all questions to heather.d.bauer@usace.army.mil. This announcement serves as the advance notice for this project.
Set-Aside: Total Small Business Place of Performance: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY 40202-2230 US URL: https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-13-R-0077/listing.html
OutreachSystems Article Number: 131009/PROCURE/0026
Matching Key Words: age:state!ky; state!ky;
Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Puget Sound, 467 W STREET BREMERTON WA 98314-5000
R — Protestant Music Director N0040613T0677 092313 Kim Gripp, Phone 4253044005, Email kim.gripp@navy.mil Protestant Music Director for Naval Station Everett in Marysville, WA, in accordance with the Performance Work Statement in the attached solicitation.
Set-Aside: Total Small Business Place of Performance: Marysville, WA 98271 US URL:https://www.fbo.gov/spg/DON/NAVSUP/N00406/N0040613T0677/listing.html
OutreachSystems Article Number: 131009/PROCURE/0029
Matching Key Words: naics!711510;
Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Puget Sound, 467 W STREET BREMERTON WA 98314-5000
R — Catholic Music Director N0040613T0678 092313 Kim Gripp, Phone 4253044005, Email kim.gripp@navy.mil Catholic Music Director for Naval Air Station Whidbey Island in Oak Harbor, WA, in accordance with the Performance Work Statement in the attached solicitation.
Set-Aside: Total Small Business Place of Performance: Oak Harbor, WA 98278 US URL:https://www.fbo.gov/spg/DON/NAVSUP/N00406/N0040613T0678/listing.html
OutreachSystems Article Number: 131009/PROCURE/0030
Matching Key Words: naics!711510;
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, 12501 Ardennes Avenue Suite 400 Rockville MD 20857
R — Environmental Health Services 13-233-SOL-00797PSC 110813 Cleveland S. Alexander, Contract Specialist, Phone 3014437607, Email cleveland.alexander@psc.hhs.gov Amendment 001:
The above referenced Solicitation is modified as follows:
1. The proposal due date has now been extended from October 24, 2013 to November 8, 2013.
2. Proposals must be submitted no later than November 8, 2013 at 12:00p.m., Eastern Standard Time. The Offeror shall submit one (1) original and one (1) copy of the written technical, past performance and business proposal to the Government. Additionally, the Offeror shall provide an electronic version of each propoal on seperate CD’s. The proposal shall be delivered to the Contract Specialist at the following address:
Department of Health and Human Services
Program Support Center, Strategic Acquisition Services
Attn: Cleveland S. Alexander
Ardennes Building
120501 Ardennes Avenue, Suite 400
Rockville, MD 20857
*Zip Code is for UPS/FedEx & Courier services. Please use 20852 for US Postal Services.
Note: Because Ardennes Building is a secure building, Offerors that send proposals by UPS, FedEx or other courier will have to call (301)443-6557 or (301)443-2329 from the first (1st) floor lobby to arrange for pick up. Please allow extra time for your proposal to be delivered to the Contracting Office. Failure to use the specified address or arrange for pick up in sufficient time could result in your propsal being delivered late.
URL: https://www.fbo.gov/spg/HHS/PSC/DAM/13-233-SOL-00797PSC/listing.html
OutreachSystems Article Number: 131009/PROCURE/0467
Matching Key Words: writ*; copy; technical; standard;
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street Suite 1202 Arlington VA 22202-4371
R — OMC-Courtroom Technology Support HQ003414R0001 103113 Keisha Simmons, Phone 703-545-1943, Email Keisha.L.Simmons.civ@mail.mil
This Request for Information (RFI) is being issued by the Washington Headquarters Services Acquisition Directorate (WHS/AD), on behalf of the Office of Military Commissions (OMC). Note that this is not a request for offers. A determination by the Government not to issue a solicitation based upon responses to this notice is solely within the discretion of the Government. This RFI seeks industry comments to assist the Government in locating potential sources with the ability to satisfy its requirement.
The critical elements of this RFI are:
1. A company that possesses an active Top Secret facility clearance, in addition to the ability to provide personnel with an active Top Secret Compartmented Information (TS/SCI) security clearance.
2. Ability for the company to provide 2 full-time Audio/Video Operator/Installers onsite in Guantanamo Bay, Cuba for the duration of the contract.
3. Ability for the company, on an as needed basis, to provide a pool of at least 2 Audio/Video Operator/Installers and Broadcast Audio/Video Engineers, in addition to Remote Help Desk support.
4. Ability for the company to provide Audio/Video Operator/Installers with a minimum of five (5) years of experience in audio/video operation or installation and the use of audio/video hardware and systems in a U.S. federal, military, or state court, in addition to a minimum of three (3) years of experience working with the following vendors’ equipment: Crestron, Biamp, Extron, Tandberg, For The Record, Diamante Writer and all commercially acquired equipment used by courtroom translators.
5. Ability for the company to provide Broadcast Audio/Video Engineer with a minimum of five (5) years of experience as a Broadcast Audio/Video Engineer in implementing commercial audio/video hardware and systems in a U.S. federal, military, or state court, in addition to three (3) years of experience working with the following vendors’ equipment: Crestron, Biamp, Extron, Tandberg, and For The Record.
Small businesses including businesses in all socio-economic categories that are certified and qualified as a small business under NAICS code 541513: Computer Facilities Management Services with a size standard of $25.0 is encouraged to respond.
RFI Guidelines:
Please note that this synopsis is for INFORMATIONAL and PLANNING purposes only and does not constitute a Request for Proposal (RFP). Responses to this RFI will not be accepted by the Government to form a binding contract. The Government will not pay for the information solicited nor recognize any costs associated with the submission of this RFI. The purpose of this RFI is to provide an opportunity for industry to enhance the success of any future procurement to meet this requirement. Any information obtained as a result of this RFI is intended to be used by the Government on a non-attribution basis for program planning and acquisition strategy development. Providing data/information that is limited or restricted for use by the Government for that purpose would be of very little value and such restricted/limited data/information is not solicited. By submitting the information in response to this RFI, submitters of such information consent to the release and dissemination of submitted information to any Government or non-Government entity to which WHS releases and disseminate the information for review. As such, to the extent that any information submitted in response to this RFI is marked as or construed to be proprietary or business-sensitive, submitters are hereby notified (a) about the potentiality that such information may be disclosed to third parties and (b) that submission of information in response to this RFI constitutes consent to such handling and disclosure of submitted information. Responses to this notice are not considered offers and will not be accepted by the Government to form a binding contract.
Potential small business sources are invited to submit a Capabilities Statement addressing the ability of their company to address the five critical elements listed above. Responses shall not exceed five (5) pagesmaximum, as described above, to the “Office of Military Commissions, Courtroom Technology Support.”
All responses should be an attach MS Word/Excel compatible files or Adobe Acrobat PDF files in electronic correspondence. WHS will not acknowledge receipt of responses to this RFI. If you would like to arrange an alternate delivery methods please send an email to the above address. Please NO PHONE CALLS
Set-Aside: Total Small Business Place of Performance: U.S. Naval Station Guantanamo Bay, Cuba US URL: https://www.fbo.gov/spg/ODA/WHS/REF/HQ003414R0001/listing.html
OutreachSystems Article Number: 131002/PROCURE/0270
Matching Key Words: video*; you; page?; business*; commercial?;
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast Seattle WA 98115-6349
T — IDIQ FOR SHOREZONE IMAGING AND MAPPING SERVICES AB133F-13-RQ-0332 070813 Crystina R Elkins, Contract Specialist, Phone (206) 526-6036, Fax (206)527-3916, Email crystina.r.elkins@noaa.gov The National Marine Fisheries Service (NMFS) located in Alaska has a requirement for a contractor to video, photograph, map and catalogue geomorphic and biological shore-zone resources at effective mapping scales of better than 1:10,000 for various locations in Alaska specifically, and potentially other coastal areas of the United States on an Independent Delivery/Independent Quantity (IDIQ) basis. The expected period of performance will commence on/about August 1, 2013 and continue for a period of one year with four (4) one-year option periods.
The objective of this requirement will be to:
1. Collect ShoreZone imagery of the Alaska coastline and potentially other coastlines along the United States,
2. Using this low-tide aerial video and still imagery, map the geologic and biological features and enter the data into a georeferenced data base,
3. Complete the necessary inventory and mapping needed for a continuous dataset for the entire coastline of Alaska following the methodology described in the paper “ShoreZone Mapping Protocol for the Gulf of Alaska” (August 2008) http://alaskafisheries.noaa.gov/shorezone/goa_protocol.pdf (A useful reference tool to use in conjunction with the ShoreZone protocol is the data dictionary. The data dictionary is found at:http://conserveonline.org/static/html/datadictionary0910/index.htm),
4. A georeferenced GIS database which includes shoreline geomorphology, substrates, and biological habitats is required as indicated by research and management activities by federal, state, and local agencies and by nongovernmental organizations.
The vendor must meet minimum requirements consisting of, but not limited to:
A. Capability of providing ShoreZone Imagery Collection performed by qualified personnel using state-of-the-art equipment. Contractor shall also be able to meet the following requirements:
FIELD SURVEY PLANNING – A field survey plan shall be developed for each low-tide window survey. The survey shall be conducted at the lowest daylight tides of the year with tidal elevations of 0.0 meters or lower. Surveys shall only be conducted in the summer months from May through August in order to ensure mapping of aquatic vegetation. Operating bases shall be identified, field survey personnel shall be identified, logistical helicopter support shall be arranged (including fuel caches where required) and accommodations for the survey crew shall be secured. The Field Survey Plan shall be developed in consultation with the Contracting Officer’s Representative (COR) and shall be reviewed by the COR prior to conducting the survey.
FIELD PERSONNEL – Typically a crew of four individuals are needed in the aircraft including a coastal geomorphologist, a coastal biologist, an in-flight navigator, and a pilot. When surveys necessitate using a smaller helicopter (such as a Robinson R-44) which only holds three persons plus necessary equipment, the geomorphologist or biologist may also do the duties of the navigator. The coastal geomorphologist is responsible for designing the survey, operating the video camera, and collecting the video imagery to sufficient resolution for ShoreZone mapping system. The coastal geomorphologist shall provide a continuous audio commentary on the geomorphology including specifics on the substrate character that may not be visible on the videography. The coastal biologist is responsible for working with the geologist to design the survey, operating the still-image camera, and shooting still imagery to sufficient resolution for ShoreZone mapping. The coastal biologist shall provide a continuous audio commentary on the intertidal biota with emphasis on the biological attributes and biobands used in the ShoreZone mapping system. An in-flight navigator is responsible for ensuring that aerial survey coverage is complete, and that the electronic navigation system is recording on second navigation fixes.
FIELD DATA PRODUCTS – The primary products originating from the field program are listed below. As technology changes, data formats change and the suggested specifications below are the minimum standards.
NAVIGATION DATA FILES – The contractor shall provide location of the survey information on second fix marks with associated latitude, longitude of each fix (to four decimal places) and global positioning system (GPS) clock time. The fixes shall be collected to differential correction global positioning system (DGPS) standards (horizontal positioning accuracy typically +/- 5m).
VIDEOGRAPHY – low-tide, oblique aerial video imagery. The contractor shall record videography on media that measures at least 530 lines per inch (LPI) resolution with GPS fix (lat/long) and time burned to each image. In 2006, imagery was recorded on miniDV tapes, which meets this standard, but technology is changing. Filming in HD and recording directly to digital video cards may be viable upgrades if previous standards are maintained at a minimum. In addition, GPS information shall be attached to metadata in the form of geotags: (eg. EXIF: Latitude 55, 44′ 18″, Latitude Reference – North latitude; Longitude 160, 0′ 51″, Longitude Reference – West longitude) and attributed to Alaska ShoreZone program (EXIF copyright: Alaska ShoreZone CC BY 3.0) via metadata. The contractor shall record synchronous geomorphological narration on the left audio channel and biological narration recorded on the right audio channel. In the past, miniDV original tapes (originals) were used to create a master set of DVDs and then archived. A preferred upgrade would be to have all imagery placed on portable hard drives.
PHOTOGRAPHY – The contractor shall ensure that still photography is collected during the over fights and recorded digitally. Minimum 12 megapixel image quality is required. Other file formats must provide the equivalent resolution. Images shall frame from above the higher high water line to below the lower low water line levels unless broad, flat habitats preclude this. In these habitats, maximize image from center halfway between higher high waterline to below the lower low waterline. Zooms of specific features are occasionally collected. The camera clock shall be synchronized to the GPS clock so that the exact time of each photo is recorded in the metadata for each image; this ensures that the exact location of each photo is known. Images shall be geotagged (eg. EXIF: Latitude 55, 44′ 18″, Latitude Reference – North latitude; Longitude 160, 0′ 51″, Longitude Reference – West longitude) and attributed to Alaska ShoreZone program (EXIF copyright: Alaska ShoreZone CC BY 3.0). Photos shall be transferred to DVD or hard drive (or other storage device) and typically archived by day. On average the target is one photo every three seconds (1,200 photos per hour) or a minimum of 1,000 photos per hour. The number of photos taken per hour varies somewhat with habitat and location.
FLIGHTLINE MANUAL – a flight line manual shall be produced to show the flight path associated with each tape or DVD. The path shall be shown in reference to standard maps (either NTS topographic maps, NOAA charts or electronic shorelines derived from one of these two shoreline). Locations of all photos shall be shown on the flight line maps. A log shall be included with each tape to relate geographic features to flight path times and to photo locations.
SHOREZONE DATA ANALYSIS AND MAPPING REQUIREMENTS
ShoreZone mapping and data analysis requires oblique aerial imagery to be converted to repeatable units or classes of data; the data shall include both spatial representation that fixes the information on maps (i.e., a mapping system) and an attribute representation that classifies data into a discrete number of categories (i.e., a classification system). Both geological and biological attributes shall be mapped and classified with quality assurance and quality control (QAQC) procedures throughout the process.
GEOLOGICAL ATTRIBUTE MAPPING
The geomorphology mapper shall review the imagery, as well as other existing maps and air photos, and marks the shore units onto an electronic shoreline. A shore unit is the primary mapping unit which delineates locations of uniform sediment texture, geomorphology and wave exposure. Shore units may be represented as line segments, points or polygons. Each shore unit shall be further characterized by the geologist in terms of a collection of across-shore components. The best shoreline must be used to delineate the shoreline. Where there are large deviations in the digital shoreline, adjustments may be made. This shall be noted in the metadata.
Each shore unit shall be further characterized by the geologist in terms of a collection of across-shore components. The across-shore components are geomorphic features, such as cliffs, beach berms, tidal flats, with associated texture characteristics. The across-shore component attributes shall be entered into the database but are not delineated on maps. The components shall be described in terms of (a) observed forms and substrates (e.g., a cobble berm), (b) a landward to seaward sequence and (c) the tidal zone in which they occur (i.e., supratidal, intertidal or subtidal). Within a unit, there may be primary, secondary or tertiary components. The Component data shall be searchable for particular features (e.g., dunes, pebble beach berms, intertidal structures, mudflats greater than 100m in width).
BIOLOGICAL ATTRIBUTE MAPPING
The biota shall be characterized by a biologist in terms of recognizable and repeatable biotic assemblages that are called biobands. Biobands are attached, epibenthic species, both plants and animals, that are living in the intertidal zone, usually at characteristic across-shore elevations. In most cases, the biobands are named by a single indicator species (e.g., ‘Zostera’ bioband) but in some cases a characteristic color/texture descriptor is used for a combination of indicator species (e.g., the ‘ Dark-Brown Kelps’ bioband that includes the lower intertidal, chocolate-brown, stalked kelps). All of the biobands represent assemblages of biota and are not intended to indicate the occurrence of a single indicator species.
Each bioband shall be classified as absent (not observed in the unit), patchy (occurs within less than 50% of the unit) or continuous (occurs within more than 50% of the unit); biobands shall be nested within across-shore components. The bioband data shall be searchable and linked to both Unit and Component data.
SHORE STATION GROUND SURVEYS – Shore Station ground surveys provide the opportunity for close-up observations of species and substrates identified during aerial observations and therefore the opportunity to clarify the assumptions made regarding the characteristics of the coastal biobands and geologic substrate during aerial observations. The primary objectives of the shore stations investigations are to (1) obtain specific site information to enhance our knowledge and understanding of mapping classifications in a given area; (2) conduct detailed, site specific observations of substrate, morphology and biota at selected shore locations to better understand coastal processes and ecology; (3) collect detailed physical and biological measurements; (4) collect information on species assemblages to complement the aerial perspective of biobands; (5) document regional differences in the biota present in the biobands; and (6) to make this information publically available by adding it to the existing Shore Station data on-line.
Both geomorphologic and biological information is acquired using the ShoreZone classification definitions provided in the ShoreZone protocol. Across-shore profiles are surveyed for width, elevation, sediment composition, geomorphology, and biota. The data shall be systematically recorded in Shore Station databases. Field photos shall be systematically recorded and are linked to the survey notes. Survey profiles shall be plotted to a common datum. Given sufficient funding the geographic extent of the ground survey should reflect the geographic extent of the aerial survey, it should be planned for a similar tide window, and it should include each habitat type within the survey area. Sediment samples may be required to be taken at shore stations to archive for hydrocarbon analyses in the event of a local or regional oil spill.
Transects shall be conducted using the Emery profiling technique. A transect line shall be laid out perpendicular to the shoreline to measure beach length and slope with descriptions of biotic and geomorphic features recorded at points along the transect. Across-shore profiles shall be measured to describe details of the geomorphic features at the shore station. Elevations shall be measured from the uppermost supratidal zone, from the ‘marine limit’, as defined by the edge of terrestrial vegetation, across the shoreline to the waterline. All biological species shall be recorded in the across-shore components and their relative abundance (e.g. rare, few, common, abundant). Complete photo documentation of the beach is a priority and must be georeferenced at a high-resolution.
Substrate categories recorded at ground stations in ShoreZone shall be defined according to the standard size classes and nomenclature of the Wentworth scale. Most substrate definitions are for ‘sediment’ substrates and defined by the sizes of the particles (or ‘clasts’). The two substrate types found at the bottom of the list are ‘biogenic’ and are formed by biological processes. On surveyed transects at the ground station, the substrate observations shall be recorded for each interval along the across-shore profile. Combinations of multiple substrates are often observed and shall be listed on the profile in order of relative abundance. Thin layers or veneers of one substrate or more over top of another can also be observed. These veneers shall be listed as substrates ‘over’ substrates (e.g., boulder, cobble over bedrock).
Shore Station data must be presented as a GIS layer. The data base must provide a list of species observed with representative photos. The data base must also have the capability to query the data by region, locale, station, select ShoreZone attributes (habitat class, biobands, etc.), and by species or species groups at a minimum. Data must include fully FGDC compliant metadata files for all ArcGIS feature classes. The Shore Station datasets shall be combined with the existing datasets and be made accessible to the public on the NMFS website. The contractor shall provide technical support to NMFS for any problems that arise when combining the new datasets with the existing datasets.
Currently the Shore Station database houses over 400 ShoreZone Shore Stations that have been visited since 2002 throughout the Gulf of Alaska (including southeast, Prince William Sound, the outer Kenai Peninsula, Kodiak Island archipelago, Cook Inlet, and the Katmai National Park coast) and in Bering Strait, Kotzebue Sound, the Chukchi Sea and the Beaufort Sea. This online database has been designed to provide easy access to Shore Station data via a query able display of stations at local and regional geographic scales and the ability to download species lists and photos. The ground stations are ‘point features’ that are spatially linked to the Alaska ShoreZone web enabled database. New data collection must be compatible with the existing data formats.
OTHER SHOREZONE PRODUCTS – ShoreZone data can be used to generate products that are relevant to ecosystem, habitat, and fisheries management. The high resolution, attribute rich dataset shall be conducive to habitat modeling. The dataset shall be suitable for development of habitat capability models for various fish, shellfish and invertebrate species. It has been used to predict habitat use by green crab and pacific herring and it was used for sea cumber management applications. The landscape scale of dataset also makes it a useful tool for extrapolation of site data over broader spatial ranges. The ShoreZone data was used for management of marine debris. Various applications of the ShoreZone data have been developed for oil spill response.
ShoreZone has a public outreach component. NMFS maintains the ShoreZone data online and makes it accessible to the public at no cost. NMFS wants this data to be both physically and intellectually available to the public. Task orders may be issued to provide support for making the data physically and intellectually available to the public.
ShoreZone products requested may include the development of habitat capability/suitability models and extrapolation of the data base for specific purposes. Task orders may include: development of oil spill response tools; requests for training, webinars, or presentations; development of reference manuals; development of training materials; development of ShoreZone publications, brochures, posters, or other informational materials; providing mounted ShoreZone photos; providing additional written reports and special analyses; copies of datasets; technical support for the full ShoreZone dataset maintained by NMFS; and developing potentially new applications of the ShoreZone dataset.
In some areas of the state, along the Arctic coast, ShoreZone mapping has been done from existing imagery. The contractor researched the available imagery and collected it from the source. Existing imagery may need to be used for other parts of Alaska as well for areas that are too remote or for areas where a permit cannot be acquired for aerial surveys (potentially Saint George and Saint Paul Islands). Future task orders may also include gathering, analyzing, and mapping ShoreZone habitats from existing imagery.
The proposed contract action is unrestricted. The NAICS code for this procurement is 541360 and the business size standard for this requirement is $14.0 million. Any vendor desiring to be considered for award must be registered in the System for Award Management (SAM) using this NAICS code. Any resulting contract will be awarded as a firm-fixed price single award IDIQ contract. Solicitation documents will be made available for download on or about June 17, 2013 at http://www.fbo.gov/. Paper copies of this solicitation will not be issued. Interested parties should use the FedBizOpps [Add To Watchlist] and [Add Me To Interested Vendors] features which provide a notification when the Request for Quote (RFQ) becomes available for download as well as all postings of information associated with this solicitation, thereafter. Each potential proposer is responsible for checking the FedBizOpps website to gain all current information related to the solicitation. The solicitation and any further announcements regarding the solicitation will be posted only athttp://www.fbo.gov/. The estimated response due date is July 8, 2013; however, the actual date offers are due will be stated within the solicitation documents and will be adjusted based upon the actual release date of the solicitation. All questions of any nature regarding this procurement are to be sent in writing to Contract Specialist, Crystina Elkins at Crystina.R.Elkins@noaa.gov or via fax at (206)527-3916.
All vendors doing business with the Government are required to be registered with the System for Award Management (SAM). NO award can be made unless the vendor is registered in SAM. For additional information and to register in SAM, please access the following web site: http://www.sam.gov. In order to register with the SAM and to be eligible to receive an award from this acquisition office, all offerors must also have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at http://fedgov.dnb.com/webform/pages/CCRSearch.jsp or by phone at (800) 333-0505. This procurement also requires offerors to complete the electronic representations and certifications at the SAM website. All responsible and fully responsive sources may submit a proposal which will be considered by the Agency.
(End of Document)
URL: https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133F-13-RQ-0332/listing.html
OutreachSystems Article Number: 131001/PROCURE/0082
Matching Key Words: filming;
Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
76–Civilian Enterprise (CE) Newspaper Publishing and Distribution of Gold Standard for Fort Knox Public Affairs Office, Fort Knox, Kentucky W9124D-13-R-0029 082213 Karen Keys, 502/624-6853 MICC Center – Fort Knox MICC – Fort Knox intends to issue a request for proposal (RFP) for publishing and distribution of quote mark Gold Standard quote mark . The contractor shall provide all necessary personnel, equipment, labor, supplies, tools, materials, supervision and other items necessary to print and distribute a weekly civilian enterprise newspaper for Fort Knox, Kentucky. The period of performance for the newspaper shall be during the period 1 October 2013 through 30 September 2014 with 5 one-year option periods. The government anticipates single award of a no cost type contract. This acquisition will be conducted using best value evaluation procedures and will require technical proposals and past performance and management factors. The acquisition will be solicited as unrestricted (full and open). NAICS is 511110. Size standard: 500 employees. All responsible sources may submit a proposal which will be considered. The solicitation (SF 1449) will be posted to the Federal Business Opportunities website (FedBizOpps) at http://www.fbo.gov. The solicitation may be downloaded from this website. Solicitation will be issued on or about 8 August 2013 with proposals due on or about 22 August 2013, 2:00 p.m. Fort Knox, KY, (Eastern) local time. Please note these dates are subject to change. All amendments to the solicitation will be likewise posted to this website. Contractors are cautioned to check this website for amendments. All offerors must be registered in System for Award Management (SAM) Environment (https://www.sam.gov) for ORCA data. Paper copies of the solicitation (SF 1449) will not be available. Solicitation must be downloaded at the above listed website. Offerors shall deliver in person or mail completed proposal packages to: MICC – Fort Knox, Attn: CCMI-CKX-KX, Bldg 1109B, Ste 256, 199 6th Ave, Fort Knox, KY 40121-5720. Fax or late proposals WILL NOT be accepted. All offers shall be submitted no later than the date and time specified for receipt (see Block 8 on the SF 1449 or the latest issued amendment).
Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/c3b23dcf7ce98640f6bea09ffa3697b0
OutreachSystems Article Number: 131001/PROCURE/0288
Matching Key Words: age:state!ky; state!ky;
FedBizOps – Awards
Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Puget Sound, 467 W STREET BREMERTON WA 98314-5000
R — Protestant Music Director N0040613T0677 Kim Gripp, Phone 4253044005, Email kim.gripp@navy.mil N0040614P0057 $6900.00 100113 GRAVES, KIM ANDREW
URL: https://www.fbo.gov/spg/DON/NAVSUP/N00406/N0040613T0677/listing.html
OutreachSystems Article Number: 131009/AWARDS/0602
Matching Key Words: naics!711510;
Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Puget Sound, 467 W STREET BREMERTON WA 98314-5000
R — Catholic Music Director N0040613T0678 Kim Gripp, Phone 4253044005, Email kim.gripp@navy.mil N0040614P0056 $37800.00 100113 MANUEL, DIANA A
URL: https://www.fbo.gov/spg/DON/NAVSUP/N00406/N0040613T0678/listing.html
OutreachSystems Article Number: 131009/AWARDS/0603
Matching Key Words: naics!711510;
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
R–Professional Scheduling Services W912QR-13-R-0077 Heather Bauer, 502-315-6192 USACE District, LouisvilleW912QR-13-D-0051 $5,000,000.00 093013 0001 Federal Solutions Group (833026086)
11501 Dublin Blvd STE 200
Dublin, CA 94568-2827 Professional Scheduling Services for the Louisville District and Nationwide Army Reserve Program
URL: https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-13-R-0077/listing.html
OutreachSystems Article Number: 131009/AWARDS/0604
Matching Key Words: age:state!ky;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — OCB Programming BBG50-R-13-0024 Myria Carpenter, Fax 2023827870, Email mecarpen@bbg.gov – Herman P Shaw, Contracting Officer , Fax 202-382-7870, Email hshaw@bbg.gov BBG50C130046 $450,000.00 093013 The Pinyon Foundation , 1712 Canyon Rd, Santa Fe, NM 87501 US
URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-13-0024/listing.html
OutreachSystems Article Number: 131002/AWARDS/0536
Matching Key Words: naics!512110;
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000 Atlanta GA 30341-4146
R — Follow up study of Anniston Community Health Study: Biomarkers of liver inflammation 00HJAAN-2013-57518 Christine Ann Bennett, Phone 7704882066, Email vhk8@cdc.gov – Stephanie Cruz, Contrac Officer, Phone 4123864414, Email scruz@cdc.gov 200-2013-M-57311 $149,115.00 091713 University of Louisville, 2301 S 3rd St, Louisville, KY 40208 US The purpose of this modification is to announce award of Biomarkers of Liver Inflamation to University of Louisville for $149,115.00.
URL: https://www.fbo.gov/spg/HHS/CDCP/PGOA/00HJAAN-2013-57518/listing.html
OutreachSystems Article Number: 131001/AWARDS/0654
Matching Key Words: state!ky;
Department of Veterans Affairs, Wilkes-Barre VAMC, Department of Veterans Affairs Medical Center, 1111 East End Blvd, Wilkes Barre, PA 18711
R–OPTION – Technical Writing Services VA-244-13-Q-1637 Name: Gina Warnagiris, Title: Contract Specialist, Phone: 5708243521, Fax: 5708217277, Email: eugenia.warnagiris@va.gov; VA24413P4430 $80,340.00 093013 ALL FOXWOOD COMMUNICATIONS LLC [DUNS: 020592046],11403 Henderson Road,Clifton VA 20124-2202 No Description Provided
URL: https://www.fbo.gov/spg/VA/WBVAMC693/WBVAMC693/VA-244-13-Q-1637/listing.html
OutreachSystems Article Number: 131001/AWARDS/0706
Matching Key Words: writ*; technical;
Department of the Army, FedBid, FedBid.com — for Department of Army procurements only, BLDG 1109B STE 250, Fort Knox, KY 40121
99–Personal Presentation Items (PPIs) W9124D-13-Q-5832 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; W9124D-13-P-0522 $14,628.28 093013 ALL CHESTER GREEN, LLC [DUNS: 833278141],1201 N Orange St, Suite 792,Wilmington DE 19801 No Description Provided
URL: https://www.fbo.gov/notices/c23ee20948d6ea4c8434ea66f284d89e
OutreachSystems Article Number: 131001/AWARDS/1401
Matching Key Words: age:state!ky;
Environmental Protection Agency, FEDBID, OAMFEDBID, 1200 Pennsylvania Avenue NW, Washington, DC 20460
99–Digital Headed 00841 Name: Genine McElroy, Title: Contracting Officer, Phone: 2025644746, Fax: , Email: mcelroy.genine@epa.gov; EP13H000600 $24,591.43 093013 ALL NICKLESS SCHIRMER & CO INC [DUNS: 785954066],6820 Power Line Dr.,Florence KY 41042 No Description Provided
URL: https://www.fbo.gov/spg/EPA/FEDBIB/WASHFEDBID/00841/listing.html
OutreachSystems Article Number: 131001/AWARDS/1403
Matching Key Words: state!ky;
FedBizOps – Surplus
Department of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598
99 — Sale of Post-Consumer Baled Mixed Recyclable Material QRP14-0010 101613 Bridgette Caico, Shipping, Sales, and Receiving Clerk, Phone 5026245026, Fax 5026245672, Email bridgette.r.caico.naf@mail.mil – Daniel Pearman, Program Manager, Phone 5026245673, Fax 5026245672, Email daniel.pearman@us.army.mil The Fort Knox Qualified Recycle Program is issuing an invitation for non-exclusive sale of Post-Consumer Baled Mixed Recyclable Material. The duration of this is for 1 year.
Please open the attached document on this posting for the sale solicitation/agreement that is required for bidding. Sign, initial each page in the designated field, date and enter all of the required information in your bid. Send your bid to Daniel Pearman or Bridgette Caico by fax: 502-624-5672 or by email at Bridgette.r.caico.naf@mail.mil. Respond due date is 16 Oct 2013 at 2pm Eastern Standard Time.
Please call Fort Knox QRP, if you have any questions or concerns. All Bids are welcome.
The contract performance location is bldg 2951 Frazier Rd. Fort Knox Ky 40121
Thank you
Bridgette Caico
Shipping, Sales, and Receiving Clerk
Fort Knox Qualified Recycle Program
Phone- 502-624-5026
Fax- 502-624-5672
Place of Performance: 309 Frazier Rd. Bldg 2962 Fort Knox, KY 40162 US URL:https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP14-0010/listing.html
OutreachSystems Article Number: 131009/SURPLUS/0740
Matching Key Words: state!ky;
USABIDS State and Local Purchases
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 – Drug Testing Solution RFP : 1400000066 Judicial Departm SOL Drug Testing Solution RFP : 1400000066 Judicial Department Published On : 9/30/13 Amended On : Closing On : 10/30/13 4:00 AM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 131002/BID/0005
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 – KSFB DIRECTORS AND OFFICERS LIABILITY INSURANCE RFB : 140000023 SOL KSFB DIRECTORS AND OFFICERS LIABILITY INSURANCE RFB : 1400000239 Office Of The Controller Published On : 9/27/13 Amended On : Closing On : 10/23/13 1:30 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 131001/BID/0014
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 – CERTIFICATE BINDERS FOR VITAL STATISTICS RFQ : 1400000064 SOL CERTIFICATE BINDERS FOR VITAL STATISTICS RFQ : 1400000064 Department For Public Health Published On : 9/27/13 Amended On : Closing On : 10/11/13 2:00 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 131001/BID/0015
Matching Key Words: age:state!ky; state!ky;
Minnesota – State of Minnesota, Contact information is included with each bid. http://www.mmd.admin.state.mn.us/solicitations.htm
T – REFERENCE NUMBER: PT1708 Nature of Work/Contract Title: SOL REFERENCE NUMBER: PT1708 Nature of Work/Contract Title: Video Services Professional and Technical Contract Description of Work: MSCOD has historical VHS and other media to produce/edit into a short video piece (10-20 minutes) to show at our 40th Anniversary event on October 17, 2013. Estimated Cost: $5,001 – $25,000 Contracting Agency: Minnesota State Council on Disability Location of Work: St. Paul, Minnesota Response to this solicitation is due no later than 10/4/13 at 2:30 PM CENTRAL TIME. To receive a copy of the complete solicitation, contact: Name: Linda Gremillion Phone: 651.361.7805 TTY: 651.361.7800 (For persons with speech or hearing disabilities) Fax: 651.296.5935 Email: linda.gremillion@state.mn.us Date This Solicitation Was Posted: 9/27/2013 4:27:52 PM For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 131001/BID/0024
Matching Key Words: video*; edit*; produc*; event?; produce?;
Colorado – State Purchasing Office https://www.bidscolorado.com/co/portal.nsf/xpPAViewSolOpenbyDate.xsp State Purchasing Office 633 17th Street, Suite 1520 Denver CO 80202-3609 Ph: (303) 866-6100 Fax: (303) 894-7445
T – Audio-Visual Services SOL CU-DT43299352-Q Video Production Services Due Date: Oct 18, 2013 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 131001/BID/0180
Matching Key Words: video*; produc*; production?;
Kentucky State Procurement
Louisville Metro Government, http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646
99 — PROMOTIONAL ITEMS FOR LOUISVILLE FREE PUBLIC LIBRARY IFB-3123-0-2013/LS DUE 08-OCT-2013 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211 Contact: Latrice Smith For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130930/KY/4223
Matching Key Words: age:state!ky; state!ky;
PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES
Related articles
- USACE Galveston District awards $1.1 million small business contract (dvidshub.net)
- 131009 – Scapegoat (silveristhenew.com)
- US Army Corps of Engineers prepare for closure of USACE-operated campgrounds (whas11.com)
- USACE Galveston District awards $5 million contract for GIWW dredging and beach renourishment project (dvidshub.net)
- USACE Galveston District awards $1.8 million Sims Bayou contract (dvidshub.net)
October 9, 2013
Business, Business / Career, Education, Government