FedBizOpps – Procurements
Department of Veterans Affairs, VA Tennessee Valley Health Care System (Murfreesboro), Department of Veterans Affairs Tennessee Valley Health Care System Alvin C. York Campus, 800 Zorn ave, Louisville, KY 40206
R–Staffing Scheduling Software VA249-14-Q-0010 102313 Name: Cinnamon Washington, Title: Purchasing agent, Phone: 5022876732, Fax: 5022876115, Email: cinnamon.washington@va.gov; Bids are being solicited under solicitation number VA249-14-Q-0010. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to http://www.FedBid.com and reference Buy No. 572208.
Set-Aside: Total Small Business Place of Performance: Louisville, KY 40206 40206-1433 US URL:https://www.fbo.gov/spg/VA/MuVAMC626A4/MuVAMC626A4/VA249-14-Q-0010/listing.html
Outreach Systems Article Number: 131019/PROCURE/0044
Matching Key Words: state!ky;
Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD , VICKSBURG, MS 39180-6199
R–Financial, Administrative, Logistical, and Technical Expertise for Operation and Management Integration of the Environmental Laboratory W81EWF32900520 110113 Amanda Andrews, 601-634-5249 USACE ITL, GSL, EL, CHL, Vicksburg This is a REQUEST FOR INFORMATION – SOURCES SOUGHT SYNOPSIS announcement to be used for preliminary market research purposes only. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The type of solicitation issued in the future will depend upon the responses to this sources sought synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.
The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of Small Business community to compete and perform a Service Contract.
The U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC) is issuing this request for information (RFI) announcement as part of a market survey for Financial, Administrative, Logistical, andTechnical Expertise for Operation and Management Integration of the Environmental Laboratory.
This Performance Work Statement (PWS) describes services required by the Environmental Laboratory, US Army Engineer Research and Development Center (ERDC), Vicksburg, Mississippi.
The Environmental Laboratory (EL) is recognized worldwide as the problem solver in environmental science and engineering research for US Army, the Department of Defense, and the Nation. R&D activities address a multitude of environmental issues to support civil works, water resources, military installations, and the warfighter. Research activities include ecosystem restoration, ecological resources, and contaminant management, risk and decision science, environmental sensing, ecological modeling and forecasting, environmental security, and environmentally sustainable material.
The EL maintains core competencies in biological, ecological, and physical sciences and diverse engineering fields for state-of-the-art environmental assessment, evaluation, and engineering capabilities. The EL business lines include both civil and military programs, direct and reimbursable projects. EL provides expertise on virtually every aspect of Corps of Engineers planning, regulatory, or maintenance projects. The EL also addresses environmental mandates affecting defense installations. The EL R&D focuses on emerging technology and innovative solutions for environmental challenges.
To sustain EL’s R&D mission in Vicksburg, MS and remote sites, it is essential that the laboratory maintain an efficient infrastructure for financial budgeting and execution, business office functions, information technology, and human capital initiatives. To accomplish this goal, a contractual vehicle for a broad range of financial, technical, and logistical tasks that contribute to the business operations and the day-to-day functioning of the laboratory is required.
The Contractor shall provide financial, administrative, logistical, and technical expertise necessary for the operation and management integration of the EL research and development.
This contract will consist of a five-year ordering period. The Contractor shall perform tasks as specified on Task Order Performance Work Statements (PWS) that contribute to the day-to-day functioning and business operations of the EL both at the Vicksburg, MS and remote sites as applicable; CORs will be appointed to oversee tasks at all locations. Training may be required for access and use of government network systems, technology advances in computer hardware and software, and databases. Travel to training courses may also be required.
Security Clearance: The Contractor may be asked to possess and maintain a Department of Defense (DOD) Classified Security Clearance. Contractor personnel must be a U.S. citizen and capable of obtaining and maintaining appropriate security clearances up to the SECRET level. If a SECRET level security clearance is required for a Task Order, it will be specified on the Task Order. Contractor must provide their classified CAGE code.
The contractor shall perform financial, administrative, logistical, and technical tasks to advance the EL R&D mission. The contractor shall be capable of performing and understanding all tasks as defined in a Task Order PWS. Example tasks include, but are not limited to: track work unit and project funding for R&D projects, monitor expenditure and obligation rates to meet business unit goals, maintain network servers and Information Technology infrastructure, repair and install hardware and software to maintain network compatibility, design and maintain websites, technical writing, technical reviews of technology transfer tools, track, prepare, and process training requests, process travel orders and vouchers, record time keeping, inventory and maintain Government property lists, maintain copiers, coordinate and schedule conference rooms, and implement Human Capital Initiatives.
A list of training courses that may be required for persons performing financial, administrative, logistical, andtechnical tasks including: ARIMS: Army Records Information Management System, travel processes, correspondence and dictation, payroll processing, user information of USACE databases, processing property, BUTRAN: Budget training, PPBE: Planning, Programming, Budgeting, and Execution training, computer software and hardware training, computer environment training, computer network training, training for multiple operatingsystems, continuing education for computer security certifications, training related to the handling and transportation of hazardous material, first aid and CPR training.
Travel may be required within the Continental United States. This will be identified on an as needed basis at the Task Order level. The contractor will be reimbursed for travel in accordance with FAR 31.205-46.
Place of performance will be specified at the Task Order level.
Contract should begin upon contract award for a period of (5) five years.
Specific deliverables will be outlined in each Task Order issued. A typical deliverable may include, but not be limited to, progress reports, spreadsheets, help tickets, written and edited reports, operational websites and networks, programming and source codes, database updates and reports. Deliverables will typically fall within the listing above and be specifically detailed in individual Task Orders.
The Contractor shall perform work as specified by the Task Orders. Each Task Order will include, as a minimum, a PWS for the work to be performed, any travel, other direct costs, and deliverables as appropriate.
North American Industrial Classification System (NAICS) Code applicable to this sources sought is 541611, Administrative Management and General Management Consulting Services. The Small Business Size Standard for this sources sought is $14.0 million.
Interested organizations having access to demonstrated research and capabilities in this area are invited to submit literature, which describes the general approach, previous related work, and a White Paper per the submission instructions below. After review of the white paper submissions, the Government may contact select respondents to further clarify the candidate materials.
If you have an interest in participating in this type of contract, please provide the following information:
1. Cage code or DUNS number
2. Company information: (small business) Please indicate contact information and email address.
3. Capability Statement: Please include a capability statement not to exceed ten pages.
Interested parties should register on-line and subscribe to receiving procurement announcements related to this sources sought notice at http://www.fbo.gov. Any questions related to this notice shall be submitted in writing to the point of contact listed below.
All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in this response is appreciated. Interested vendors should provide information regarding this announcement no later than 1 November, 2013 at 1:00 pm CST to:
E-mail amanda.andrews@usace.army.mil
Set-Aside: Total Small Business Place of Performance: USACE EL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS 39180-6199 US URL: https://www.fbo.gov/spg/USA/COE/329/W81EWF32900520/listing.html
OutreachSystems Article Number: 131019/PROCURE/0256
Matching Key Words: writ*; technical; standard; operating;
Department of the Army, Army Contracting Command, MICC, MICC – Carlisle Barracks, MICC – Carlisle Barracks, 314 Lovell Avenue, Suite 1, Carlisle Barracks, PA 17013-5072
U–U – Army Heritage Day – Living History at the US Army Heritage Center in Carlisle Pa. W91QF0-14-R-0001 121313 Roger N. Miller, 717-245-3961 MICC – Carlisle Barracks The proposed contract is 100% set aside for small business concerns. This is a non-personnel services contract to provide a weekend educational event covering U.S. Army Soldier history over a timeline of U.S. Army History, entitled quote mark Army Heritage Days. quote mark The Contractor shall furnish all supervision, materials, staff, transportation and program support materials as needed, to fully carry out the requirements set forth in the Performance Work Statement (PWS). The U.S. Army Heritage and Education Center (USAHEC) preserves U.S. Army heritage and educates the Army and the Nation on the role of the Soldier in the development and protection of the Nation. Our vision is to quote mark Tell the Army’s Story One Soldier at a Time. quote mark The office of Research and Education Services (RES) at the USAHEC has the responsibility of carrying out that mission for the USAHEC through education programs for the U.S. Army, education institutions, and the general public. This contract will facilitate the preservation of U.S. Army heritage and provide education through a program of living historical portrayal of the U.S. Army from the pre-Colonial period of American history through present day Army operations. The objectives of this contract are to 1) Educate the students and staff of the U.S. Army War College and the general public on the U.S. Army Soldier from the earliest development of the Army Soldier through current operations today. 2) Promote the history of the Army and the heritage of the American Soldier to the general public, to assist in bridging the civilian/military gap highlighted by senior service leaders. The USAHEC requires professionally trained personnel with experience in providing living history site educational programs. The contractor shall provide station type presentations, reenactments, and other types of educational programs to portray the U.S. Army history on the Army Heritage Trail at the USAHEC. The contractor shall provide planning, coordination, and performance services for the entire period of performance for a period of 1 year from the date of the contract award. There will be two subsequent option years offered that the Government may exercise at their discretion. The actual historical event shall be conducted 17 May 2014 through 18 May 2014, for the base year. The dates of the event for the following option years shall be coordinated with the USAHEC during the planning portion of this contract. The Contractor shall provide professionally trained, experienced staff possessing the skills, knowledge and training to satisfactorily perform the services required by this contract. The work to be performed under this contract will be performed on the Army Heritage Trail located at the U.S. Army Heritage Educational Center, Carlisle Barracks, PA. The NAICS code for this procurement is 711510. The size standard is $7 Million average annual receipts for the past three fiscal years. Prospective vendors must be registered with the System for Award Management (SAM) system, which has replaced the former Central Contractor Registration (CCR) system. Further information to register may be obtained at the website https://www.sam.gov/portal/public/SAM. It is estimated that the solicitation will be released on or about 08 November 2013 with a closing date on or about 09 December 2013. The actual beginning and closing date will be stated on the solicitation itself. It is the contractor’s responsibility to monitor website for the issuance of the RFQ as well as any amendments to the solicitation.
Set-Aside: Total Small Business Place of Performance: MICC – Carlisle Barracks 314 Lovell Avenue, Suite 1, Carlisle Barracks PA 17013-5072 US URL: https://www.fbo.gov/notices/7a4dd341b14bbf446692863c85a87749
OutreachSystems Article Number: 131018/PROCURE/0068
Matching Key Words: naics!711510;
USABID State and Local Purchases
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
R – Language ServicesAddendum #1 Questions & Answers SOL UK-1308-14 Language ServicesAddendum #1 Questions & Answers Due Date: 11-7-13 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 131022/BID/0246
Matching Key Words: age:state!ky; state!ky;
Pennsylvania Public Notices http://pa.mypublicnotices.com/PublicNotice.asp Provides public notice advertisements from newspapers throughout Pennsylvania.
R – REQUEST FOR PROPOSALS BY THE CITY OF POTTSVILLE The CityREQUEST SOL REQUEST FOR PROPOSALS BY THE CITY OF POTTSVILLE The CityREQUEST FOR PROPOSALS BY THE CITY OF POTTSVILLE The City of Pottsville, Schuylkill County, is requesting proposals from qualified community development consulting firms for preparation of and administrative assistance with grant applications for community development activities. A complete proposal packet may be obtained from: City Administrator’s Office, City Hall, 401 N. Centre Street Pottsville, PA 17901 570-628-4417 (TDD Users: PA Telecommunications Center: 7-1-1) All proposals must be received at the above address by 11:00 a.m. on November 7, 2013. All proposals should be clearly marked Response to RFP for Consulting Services. The bidders/offerors must submit documentary evidence of minority and women business enterprises who have been contacted and to whom commitments have been made. Documentation of such solicitations and commitments shall be submitted concurrently with the bid. The City of Pottsville is an Equal Opportunity Employer. Minority and women owned businesses and Section 3 businesses are encouraged to submit proposals. By Order of: John D. W. Reiley, Mayor Appeared in: Republican Herald on Monday, 10/21/2013 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 131022/BID/0491
Matching Key Words: documentar*;
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 – Owsley Co Item No 10-279.51 Appraisals for 46 parcels RFP : 140 SOL Owsley Co Item No 10-279.51 Appraisals for 46 parcels RFP : 1400000076 Transportation – Office Of The Secretary Garrett Duff Pro Services Published On : 10/16/13 Amended On : Closing On : 10/31/13 2:00 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 131018/BID/0003
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 – ROW Appraisal Review Services Owsley Co Item No 10-279.51 RFP : SOL ROW Appraisal Review Services Owsley Co Item No 10-279.51 RFP : 1400000077 Transportation – Office Of The Secretary Laura Stephens Pro Services Published On : 10/16/13 Amended On : Closing On : 10/31/13 2:00 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 131018/BID/0004
Matching Key Words: age:state!ky; state!ky;
New Jersey – County of Essex Purchasing http://www.essex-countynj.org/procure/ Hall of Records RM 333, 465 Dr. Martin Luther King, Jr. Boulevard Newark, NJ 07102. Ph: 973-621-5100. Fax: 973-621-5109.
R – Video Editing Services SOL RFP # 13-187: Video Editing Services Due Date: 10/31/2013 Contact: Leonard Sorge Tel: 973-621-5103 Fax: 973-621-5109 lsorge@admin.essexcountynj.org For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 131016/BID/0435
Matching Key Words: video*; edit*;
Other Federal Procurements (Small)
American Public Transportation Association http://apta.com/passengertransport/Pages/classifieds.aspxAmerican Public Transportation Association;1666 K Street, NW Suite 1100; Washington, DC 20006;Phone: (202) 496-4800
R — Transit Authority of Lexington, Kentucky – RFP SOL REQUEST FOR PROPOSALS PROGRAM MANAGER LEGAL NOTICE Notice is hereby given that the Transit Authority of Lexington, Kentucky (Lextran) is requesting proposals from firms for a program manager to act as liaison with the design-builder of Lextran?s new headquarters complex. Copies of the Request for Proposals are available from the office of Keith Srutowski, Lextran, 109 West Loudon Avenue, Lexington, Kentucky 40508; (859) 255?7756 ext 408. Email requests for electronic copies of the RFPs should be made to KSrutowski@Lextran.com . All proposals must be submitted in accordance with requirements set forth in the RFPs and must be received in the Lextran offices at 109 West Loudon Avenue, Lexington, KY 40508 by or before 3:00 PM local time, on November 27, 2013. There will be a pre-proposal conference held at the Lextran Training Center at 105 Spruce Street, Lexington, KY 40507 at 1:00 PM on Thursday, October 31, 2013. Lextran hereby notifies all proposers that in regard to any contract entered into pursuant to this RFP, advertisement or solicitation, disadvantaged business enterprises will be afforded full opportunity to submit proposals and no one will be subjected to discrimination on the basis of race, color, creed, religion, sex, disability, age, or national origin in consideration for an award. Lextran reserves the right to postpone, accept or reject any and all proposals and to waive any informality in the RFP process as Lextran deems in its own best interest. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 131019/SMALL/0302
Matching Key Words: state!ky;
PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES
FOR MORE NEWS
October 23, 2013
Business, Business / Career, Government, Politics