Business and Career Opportunities Bids and Purchases

FedBizOpps – Procurements

CONTRIBUTING SOURCE:   Kentucky Procurement Assistance Program

Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237

R — Persian Language Non News Show BBG50-R-14-0001 011314 Wayne D Greene, Contract Specialist, Phone 202-382-7860, Fax 202-382-7870, Email wgreene@bbg.gov – Herman P Shaw, Contracting Officer , Fax 202-382-7870, Email hshaw@bbg.gov Solicitation No. BBG50-R-14-0001
Questions and Answers
Extended – January 13, 2014

“Solicitation No. BBG50-R-14-0001 is hereby amended to extend the response deadline to Monday, January 13, 2014. There will be no further questions accepted duringBroadcasting Board of Governors this extension. All previous offerors that submitted a proposal is welcome to re-submit another proposal at your discretion and expense. In response to questions received from vendors on the subject RFQ, the Broadcasting Board of Governors (BBG) is providing responses with the following information cited below:”

Question No. 1:

For the 10 minute demo segment, are you looking for something like a screen test for analyzing the talent’s on-air appearance, language skills and delivery? Or are you looking for an actual story line with the talent, again for analysis, but also including b-roll, graphics, etc. which would be more like 1/3 of an actual program?

Answer: The 10-minute demo segment’s content is at the Offeror’s professional and creative discretion. The on-air talent will be evaluated based on the evaluation criteria outlined in the Statement of Work (SOW).

Question No. 2:

To clarify the production details, are you expecting Farsi-speaking reporters on location in LA, NY, DC London and the Middle East, as news breaks? Or are you expecting to see B-Roll from those locations with the studio host describing the events? We understand there may be two hosts, perhaps a male and a female but the question is whether they (or one of them) is supposed to “on the scene” as events unfold, or simply reporting over the b-roll seen on the studio set’s monitors.

Answer: The show is to be shot on location on the West Coast of the United States (primarily Los Angeles), per the SOW. The Agency is expecting Farsi-speaking reporters on location in Los Angeles, CA. The hosts are expected to be in studio. The episode content is at the Offeror’s professional and creative discretion and that the Offeror shall comply with the SOW.

Question No. 3:

Do you expect to have remote live conversations during the studio shooting using systems such as Skype or Google Hangouts on the Air?

Answer: The episode content is at the Offeror’s professional and creative discretion.

Question No. 4:

Is there an incumbent for this work? Who is the incumbent for this work? Is there an incumbent vendor for previous series of this type that may have worked on politics, but will now simply switch to entertainment angle?

Answer: There is no incumbent for this requirement.

Question No. 5:

What is the expected target range of the contract’s value?

Answer: The contract’s value will be determined by the competitive range of the technically acceptable offerors.

Question No. 6:

What other companies have you worked with to support similar efforts in the past?

Answer: BBG has produced similar programming in-house. BBG is seeking for the Contractor to complete a turnkey requirement in accordance with the SOW.

Question No. 7:

Since the numbers of remotes, and the locations of where relevant events are unfolding, are both extremely variable, is there a way to suggest to prospective vendors a set number of locations and specific target cities we all should use for budgeting? Without a consistent number, and representative target locations, it will be extremely difficult to compare submitted budgets.

Answer: The show is to be shot on location on the West Coast of the United States (primarily Los Angeles, CA), per the SOW. The agency is only requiring Farsi-speaking reporters on location in Los Angeles, CA. The Offeror may, in its discretion, provide remotes and reporters at other locations at its discretion, but BBG is not requiring it. Offerors will not be evaluated on their ability to provide reporters in locations outside of Los Angeles, CA.

Question No. 8:

As an alternative, is there a way to structure the proposal so travel and lodging are managed under a separate contract?

Answer: No. BBG is seeking for the Contractor to complete a turnkey requirement in accordance with the SOW.

Question No. 9:

The contract describes 55 days for production of the first program (45 days for production + 10 days for approval) followed by 4 shows per month for the next three months. This totals 13.
1. Is this the plan for the second series of 13 programs?
2. If so, then should vendors plan for the same 55 days before the 14th show is delivered? This means there will be a two-month gap between show #13 and show #14 and this is repeated on each new 13 part series.

Answer: The second series of programming is in the option period that may or may not be exercised. The deliverable schedule will be determined by the COR prior to performance.

Question No. 10:

Has the BBG considered pulling talent from the existing roster of VOA talent pool?

Answer: Hiring talent for the show that is the subject of this procurement is the responsibility of the Offeror.

US Dept Of LaborDepartment of Labor, Employment Training Administration, Horizons Youth Services, 102 West High Street Glassboro NJ 08028

99 — Food Service – Cafeteria – Culinary Arts FS123013 011414 Annette Osborne, Buyer Horizons Youth Services, Phone 606-433-2258, Fax 606-433-5401, Email osborne.annette@jobcorps.org – Paulena Davis, Finance and Admin Director Horizons Youth Services, Phone 606-433-2259, Fax 606-433-5401, Email davis.paulena@jobcorps.org THIS IS A SUBCONTRACTING OPPORTUNITY

The Carl D. Perkins Job Corps Center, operated by Horizons Youth Services, is requesting bids to supply the center cafeteria and culinary arts class with food and supplies. The products must meet mid-grade level. At a minimum, by-weekly deliveries are required. The award period will be in effect until March 31, 2014

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

Completed bids must be e-mailed to osborne.annette@jobcorps.org by the dealine of January 14, 2014, 4:30pm EST. Late bids will not be accepted.

Place of Performance: 478 Meadows Branch Prestonsburg, KY 41653 US URL:https://www.fbo.gov/spg/DOL/ETA/perkinsjcc/FS123013/listing.html
OutreachSystems Article Number: 131231/PROCURE/0195
Matching Key Words: state!ky;

National Aeronautics and Space Administration, Glenn Research Center, Office of Procurement, NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

R–TECHNICAL INFORMATION ADMINISTRATION AND LOGISTICS SERVICES TIALS 2 NNC14ZCH011L 011614 Michelle A. Mader, Contracting Officer,300px-NASA_logo.svg Phone 216-433-2765, Fax 216-433-2480, Email Michelle.A.Mader@nasa.gov – Joseph Dorsey, Contract Specialist, Phone 216-433-8153, Fax 216-433-5093, Email Joseph.C.Dorsey@nasa.gov Michelle A. Mader NASA/GRC is hereby soliciting information about potential sources for a cost plus fixed fee, follow-on, onsite support services contract for the following: 1.0 LOGISTICS SERVICES Property/Equipment Management receives, tracks, stores, screens, redistributes, and disposes of Glenn property. This area maintains the system that tracks equipment; produces and maintains records for lost, damaged, or destroyed equipment; conducts annual physical inventories; tracks and documents loans of Government property; and tracks capitalized equipment. Staff members pick up, receive, inspect, redistribute, warehouse, and maintain records for all excess property, including scrap material; prepare computing equipment for reuse; process requests for the reuse or donation of excess and surplus property; conduct Internet auctions of surplus property; manage Glenns Hold Storage system for stock items; conduct an annual inventory; and maintain a website. Supply Management identifies, documents, and physically controls all inventory items by identifying storage space; managing, warehousing, and maintaining stores stock, program stock, and standby stock (including hazardous chemicals); shipping and receiving hazardous drums and cylinders; and managing returnable containers. Staff members also provide standard and clean-room laundry services and monitor, track, and control the tool cribincluding machining and fabrication test equipment, hardware, and software. Freight Traffic encompasses traffic management, shipping, and receiving. This includes ensuring custody and centralized control over inbound and outbound shipments, packing items and completing shipping documents, maintaining forms and documentation, processing and distributing freight bills, and resolving overdue notices for collect freight bills. Transportation conducts studies for proposed transportation activities; provide bus transportation for personnel; and load, unload, pick up, and deliver instruments, machinery, office equipment, printed matter, and interoffice and U.S. Postal Service mail. In addition, recyclable materials and hazardous materials and waste are picked up and transported to designated locations. Staff members maintain Glenns vehicles, operate the motor vehicle dispatch service, and operate, manage, and keep records for motor pool vehicles, other Government vehicles, fuels, and the garage. Move Operations provides technical leadership, guidance, and logistics for all Glenn personnel moves and analyzing all move requests in accordance with guidelines. 2.0 STOCK PURCHASES Stock Purchases uses the NASA Glenn Supply Management Systems to administer the Glenn supply management program consisting of stores stock and program stock. 3.0 MEDIA SERVICES Media Services helps Glenns researchers document and publish their results and achievements. Staff members provide publishing, duplicating, imaging, and educational program services for Glenn as well as computer application support for the Logistics and TechnicalInformation Division and editing and proposal support for the Research and Technology Directorate. Publishing services include editing; the preparation and manipulation of photographs, illustrations, and drawings; electronic document formatting; and information management services and a customer interface for scientific and technical documents as well as publishing not related to research. This includes illustrations and design for printing, projected visuals, exhibits, displays, presentations, three-dimensional models, and Web pages. The Imaging Technology Center provides photographic, imaging, and animation support for aeronautical research, engineering, physical science, and other programsboth to document technical research and events and to inform the public of research advances. Educational Services develops NASAs next-generation workforce by creating projects and opportunities that attract and retain students in science, technology, engineering, and mathematics disciplines. Other staff members support the Research and Technology Directorate with technical writing and editing, award nomination coordination and package preparation, and new proposal coordination and publication support. Duplicating Services duplicates, assembles, binds, addresses, and prepares documents for distribution; repairs and maintains Government-owned office equipment; sends out orders for printing by the Government Printing Office. Forms Management creates and maintains all Glenn forms. 4.0 RECORDS MANAGEMENT AND HISTORY OFFICE Records Management provides a variety of services to ensure that Glenns functions are documented adequately in accordance with regulation and business needs. The core of this function is the understanding and application of National Archives regulations as they pertain to records creation, maintenance, storage, accessibility, safeguarding, and disposition. Staff members maintain and manage their own inactive records storage facility, which requires preparing boxes for storage, tracking through a database, and retrieval whenever necessary. Records management is a customer-service-focused organization that assists employees with understanding and applying records retention schedules, developing file plans and inventories, and assisting with records clean-up activities. Records search and retrieval for Freedom of Information Act requests, audit activities, and research projects are other key services. The mission of the History Office and archives area is to ensure that the Glenn community can use and interpret historical resources to better understand current programs and culture. Responsibilities include the oversight and management of the Centers archives through collection development, appraisal of materials, description of materials, and ensuring accessibility through the creation of finding aids. The History Office provides both a basic reference service and more in-depth research of historical topics. This is done through the exploration of current archival holdings, materials held by records management, and interaction with retirees through oral history interviews. Research is documented through historical writing ranging from essays to peer-reviewed books, exhibits, and Web applications. Of particular focus is the documentation of historic facilities as required by the Historic Preservation Act. The History Office works closely with the Centers historic preservation officer and the State Historic Preservation Office to ensure that mitigation requirements are met when a historic facility is demolished or altered. 5.0 LIBRARY AND LEARNING CENTER The Glenn Science & Engineering Library provides librarians and clerical support for Glenns library, including participation on NASA teams for operating the NASA Digital Library. This includes charging and discharging materials, issuing late and recall notices, preparing materials, and routing to successive requestors, as well as receiving, processing, shelving, or filing books, journals, research reports, specifications, microfiche, and other library materials. The area acquires books, subscriptions, specifications and standards, documents, audiovisual materials, microforms, and CDROMs and other electronic materials for the Library. This involves purchasing subscriptions and maintaining library copies and records: ordering books, other documents, and audiovisual materials; and processing interlibrary loan requests to other libraries and from other NASA libraries. New and previously uncatalogued library collection materials are catalogued, and comprehensive reference services are provided. This area also provides local computer support for electronic library systems, administers Glenns Bibliographic Web database, and conducts outreach activities to promote the library and its services. The Learning Center provides about 1200 individual instruction classes for civil service and support service contractor personnel in many different disciplines. 6.0/7.0 ADMINISTRATIVE AND CLERICAL SERVICES The administrative and clerical services area is essential to the daily operations of Glenn. Services offered include standard support positions, as well as organizational-specific roles. Administrative support staff members facilitate efficient operations through exceptional customer service in allstandard business practices. Administrative Services provides qualified candidates for a wide range of support positions, enabling organizations to perform optimally. General tasks include, but are not limited to, project coordination, database and spreadsheet maintenance, data analysis, Web content maintenance, and configuration management. Clerical Services provides branch, division, and office support to accomplish an organizations clerical tasks and requirements. Clerical support candidates are proficient in the processes needed to complete tasks including, but not limited to expense reports, acquisition support, meeting support and minutes, correspondence preparation, workshop coordination, calendar management, and office coverage. 8.0 METROLOGY The Calibration Lab inspects, repairs, and calibrates instrumentation used for test and measurement. It uses standards that are traceable to the National Institute of Standards and Technology and that are derived from natural physical constants, radio measurements, or comparison to consensus standards. This service includes metrology-oriented engineering consultation, metrology networking, leveraging other Government laboratories, and maintaining compliance with NASA standards. [End Description] The contractor will required to provide an approximate workforce of 270 employees to cover the above functions. The estimated period of performance is five (5) years, with one (1) two-year base and three (3) one-year options. The estimated total contract value is $125 million. The National Aeronautics and Space Administration (NASA) Glenn Research Center is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. A link to the current contract will be provided in said synopsis. Therefore, interested offerors/vendors are asked not to request a copy at this time. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. Interested offerors/vendors having the required specialized capabilities to meet the above requirements should submit a capability statement of ten (10) pages or less indicating the ability to perform all aspects of the effort described herein. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, or any category of small business, number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact – address and phone number). List any contract transition experiences that your company has had with contracts of this size. Explain to us how you would go about transitioning. Describe any experiences that your business has had with Collective Bargaining Agreements (CBAs) and the Service Contract Act. The requirement is not considered to be a commercial-type service. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. All responses shall be submitted to Joseph Dorsey (Joseph.C.Dorsey@nasa.gov) no later than 4:30P.M, EST, January 16, 2014. Please reference NNC14ZCH011L in any response. Any referenced notes may be viewed at the following URLs linked below.
URL: https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC14ZCH011L/listing.html
OutreachSystems Article Number: 131231/PROCURE/0208
Matching Key Words: writ*; copy; technical; standard; operating;

Broadcasting Board of GovernorsBroadcasting Board of Governors, Director, Office of Contracts, Office of Cuba Broadcasting, Office of Administration (OCB/A), 4201 NW 77th Avenue Miami FL 33166

R — Radio, Television and Multi-Media Services BBG45-S-14-OCB0001(A) 011414 Mary A. Amps, Contracting Officer, Phone 305-437-7031, Fax 305-437-7037, Email mamps@ocb.ibb.gov (i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Solicitation No. BBG45-S-14-OCB0001(A) is issued as a Request For Proposal (RFP) and a contract will be awarded using simplified acquisition procedures in FAR Part 13.

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-071, dated November 25, 2013.

(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $29.5M.

(v) The contractor shall provide a Firm Fixed Price proposal showing an assignment for a base period of three (3) months and two (2) option periods of three (3) months each. Multiple awards will be considered for this requirement at the discretion of the Government.

(vi) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with Independent Contractors for Radio, Television and Multimedia services as described in the attached Statements of Work (SOW) for Office of Cuba Broadcasting (OCB) in Miami, Florida.

(vii) The period of performance is February 1, 2014 through April 30, 2014. The Contractor shall submit a monthly invoice electronically for services provided the preceding month.

(viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a proposal identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.

Offeror qualifications shall include but not be limited to:
1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent past performance that can be easily and quickly validated by the OCB. Dates (months/years) and locations for all field experience must also be detailed.

2. Contractors shall submit their price proposals for base and option periods on an assignment basis. Assignments will be equivalent to either four (4) or eight (8) hours of work. Price proposals should include pricing for both timeframes. Assignments will be on an as-needed basis, subject to availability of funds and mission consideration.

(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services contract resulting from this RFP to the responsible offeror whose offer conforming to the RFP will be most advantageous to the Government, based on technical, past performance, and price in the solicitation. When combined, technical evaluation factors are significantly more important than cost/price. The following factors listed in order of importance shall be addressed in the technical proposals and shall be used to evaluate proposals:

1) Contractor Qualifications – The Offeror shall provide their resume that includes work experience, education and specialized training. The Offeror must be able to demonstrate proficiency in writing and speaking Spanish and English;

2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract;
(iii) term of the contract; and
(iv) brief description of the work performed.
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, and

3) A separate Price Proposal showing a breakdown of the price by the following price factors: a) 8-hour assignment; b) 4-hour assignment; and c) other costs, if applicable to the requirement. Prices for all of the listed CLIN shall be noted in English and United States dollars.

(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/. Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. OFFERORS MUST BE REGISTERED WITH SAM PRIOR TO CONTRACT AWARD.

(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract. THE RESULTANT CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE COR TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER, MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED CHANGES. (End of Clause)

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332)

(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.

(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.

(xv) Failure to provide any of the above-required CLIN may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Oral proposals will not be accepted.

Questions must be submitted in writing and only via email to Brian Clark at bwclark@bbg.gov. Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on December 30, 2013.

ALL TECHNICAL AND PRICE PROPOSALS MUST BE SUBMITTED ELECTRONICALLY TO OCBTALENT@BBG.GOV BEFORE THE CLOSING DEADLINE BELOW. Proposals are due to Mary Amps, Contracting Officer, Broadcasting Board of Governors, Office of Cuba Broadcasting, 4201 NW 77th Avenue, Miami, Florida 33166 before 12:00 p.m. Eastern Daylight Time on January 14, 2014.

(xvi) Contact: Mary Amps, Contracting Officer, email: mamps@bbg.gov. All responsible sources may submit an offer that will be considered by the Agency.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/BBG/ADM/OCBAMIAMIFL/BBG45-S-14-OCB0001(A)/listing.html
OutreachSystems Article Number: 131224/PROCURE/0051
Matching Key Words: naics!711510;

Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237

R — Persian Language Non News Programming BBG50-R-14-0004 123013 Wayne D Greene, Contract Specialist, Phone 202-382-7860, Fax 202-382-7870, EmailBroadcasting Board of Governors wgreene@bbg.gov – Herman P Shaw, Contracting Officer , Fax 202-382-7870, Email hshaw@bbg.gov ; sp;

Solicitation No. BBG50-R-14-0004 is hereby amended to extent the response deadline to Monday, December 30, 2013 and in response to questions received from vendors on the subject RFQ, the Broadcasting Board of Governors (BBG) is providing responses with the following information cited below:

Question No. 1: Who will be responsible for payment of musical guest Andranik Madadian?
Answer No. 1: The Contractor is responsible.

Question No. 2: What is his fee?
Answer No. 2: The Contractor negotiates his fee.

Question No. 3: Has Andranik Madadian’s availability for Norwuz been confirmed?
Answer No. 3: The Contractor confirms his availability.

Question No. 4: Will the concert be broadcast live or taped live and re-broadcast at a later date?
Answer No. 4: The event will be taped live and re-broadcast on Norwuz, March 20, 2014.

Question No. 5: Where will the concert take place? LA, New York, DC? Multiple locations?
Answer No. 5: Los Angeles

Question No. 6: Will the contractor be responsible for identifying and paying for additional talent?
Answer No. 6: The Contractor will propose any additional talent and will be responsible for negotiating and paying for any additional fees.

Question No. 7: Since this request has a specified LA location with a specific person already selected as the talent, we are unclear as to what the 10-minute demo should include.
Answer No. 7: The 10-minute demonstration video may be a newly or previously taped event. BBG is requesting the video should show the ability to perform the requirement.

Question No. 8: Can you elaborate on where this is to be televised?
Answer No. 8: This event will be broadcast on VOA Persian TV in Iran.

Question No. 9: Are you expecting a fiber or satellite feed to the Middle East, an internet broadcast or possibly a live recording distributedlater on DVD?
Answer No. 9: BBG has not determined its method of delivery for this requirement.

Question No. 10: If this is a live televised event can you confirm that no editing is required and that this will be switched live during the telecast?
Answer No. 10: This event will be recorded live, edited and taped on Nowruz, March 20, 2014.

Question No. 11: Can you describe the titles or lower thirds required for the end product?
Answer No. 11: BBG will do the lower thirds.

Question No. 12: Are you certain that this should be shot in SD?
Answer No. 12: Yes.

Question No. 13: What frame rate is this to be shot in? PAL (625 lines @ 25 frames per second) is the format required for Iranian television. In HD there is also a 25 Frame per second option.
Answer No. 13: The frame rate BBG wants is NTSE HD.

Question No. 14: Is there an incumbent for this work?
Answer No. 14: No. This is a new requirement.

URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-14-0004/listing.html
OutreachSystems Article Number: 131224/PROCURE/0350
Matching Key Words: video*; edit*; produc*; you; event?; distribut*; broadcast*; naics!512110;

USABID State and Local Purchases

Comm-Pass : Commonwealth of Massachusetts; Help Desk 888-627-8283 http://www.comm-pass.com

T – Massachusetts Tiered System of Supports: Massachusetts Tiered System of Supports Video Production SOL null Document Title: Massachusetts Tiered System of Supports: Massachusetts Tiered System of Supports Video Production Document Status: OPEN Version: 00000 Estimated Value (US$): 320,000.00 Estimated Units: Not Available Open Date: 12/31/2013 01:00PM Close Date: 01/22/2014 05:00PM Amendment Deadline: 01/22/2014 04:00PM Last Changed Date: 12/31/2013 01:01PM Comm-PASS Category: Office, Recreation, Education – Related Equipment, Services & Supplies / SERVICES-All Other Not Shown or Combinations Issuing Organization: Department of Education / Department of Elementary and Secondary Education Procurement Type: Restricted To Use By Issuing Entity Only Applicable Procurement Law: MGL c. 7, 22, 22N; c. 30, 51, 52; 801 CMR 21.00 and 808 CMR 1.00. For Statewide Contract: No Contains Federal Stimulus: No Contains EPP: No Contains SDP : No Contains Prompt Pay: No Contains MBE/WBE/DBE Goal: No For Statewide Contract: No Contains Federal Stimulus: No Contains EPP: No Contains SDP : No Contains Prompt Pay: No Contains MBE/WBE/DBE Goal: No Search Key Words: adeline Levine, Marcia Mittnacht, Linda Tarmy, Media, Media Production, Filming, OTSS, SEPP Description: The Department of Elementary and SecondaryEducation is seeking a vendor to film activities in schools and classrooms across Massachusetts documenting the implementation of elements of the Massachusetts Tiered System of Supports (MTSS). This vendor will be responsible for editing and producing video case studies of varying length. This vendor will also be expected to film and produce video records of training activities that can be used to help educators develop a tiered system of supports. This RFQ is only open to those vendors currently awarded a contract under the Departmental Master Agreement RFR # 14OTSLT1 in category 5.3 ONLY. Related Contract Number: 14RFQOTSLT3 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140103/BID/0011
Matching Key Words: video*; film?; edit*; produc*; train*; education*; produce?; production?; filming;

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 – Neurovascular ProductsAttachment A (.xlsx)Addendum #1 SOL UK-1322-14 Neurovascular ProductsAttachment A (.xlsx)Addendum #1 Due Date: New Date1-10-14 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140103/BID/0256
Matching Key Words: age:state!ky; state!ky;

Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211

99 – Methadose Oral Concentrate SOL IFB-3166-0-2014/KBM Methadose Oral Concentrate Due Date: 1/8/2014 3:00 PM Eastern Contact: Kim Henry For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140101/BID/0112
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 NOTICE TO NON-PROFIT COMMUNITYREQUEST FOR SOL REQUEST FOR PROPOSALS NOTICE TO NON-PROFIT COMMUNITYREQUEST FOR PROPOSALS NOTICE TO NON-PROFIT COMMUNITY HOUSING DEVELOPMENT ORGANIZATIONS (CHDO) 2012 HOME PROGRAM The City of Scranton, Office of Economic and Community Development (OECD), issues a public notice that it is requesting proposals from eligible non-profit Community Housing Development Organizations (CHDO) to develop, sponsor, own or revitalize affordable housing for income eligible households in the City of Scranton, Federal Funding form the U.S. Department of Housing and Urban Development’s HOME Investment Partnership Program will be used for this program. Please contact 348-4216 to receive a copyof the written Request for Proposal application. The minimum CHDO funding amount for 2012 is $65,000.00 and will be made available for an eligible housing related project. Sealed proposals must be received by the City of Scranton’s Controller’s Office, 2nd Floor, City Hall, 340 North Washington Avenue, Scranton, PA 18503 until 2:00 p.m. on Wednesday, January 15, 2014 at which time will be opened in the Controller’s Office. The City of Scranton’ Office of Economic and Community Development reserves the right to reject any or all bids or any part of any bid in connection with said project. Linda B. Aebli Executive Director Office of Economic and Community Development Appeared in: Scranton Times on Monday, 12/23/2013 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 131224/BID/0450
Matching Key Words: writ*; copy;

Kentucky State Procurement

Jarboe Construction, Inc., 1017 South Broadway, Lexington, KY 40504

99 — POTENTIAL CONSTRUCTION SUBCONTRACTING OPPORTUNITIES. POC Jarboe Construction, Inc. is actively seeking MBE/WBE/DBE participation for RFB-156-14 The Council of State Governments Building Complex Renovation – Fayette County – Lexington. Opportunities exist for: Plumbing, Concrete, HVAC, Casework, Doors/Frames/Hardware, Painting, Commercial Windows, Window Blinds, Electrical, Sprinklers, Casework, Epoxy Painting, Signage, Sprayfoam Insulation, Asphalt Paving and Landscaping. Project is Scale. Bids Due THURSDAY, JANUARY 23rd, 2014 By 1pm. Plans and specifications available from http://www.lynnimaging.com/distribution/. Contact Jim Tudor by phone 859-277-2403 ext. 24, email jtudor@jarboeconstruction.com, or fax 859-277-9109. This notice is provided courtesy of the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization. This notice is provided courtesy of the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 140102/KY/4715
Matching Key Words: age:state!ky; state!ky;

TEM Group, Inc., 3560 Bashford Avenue, Louisville, KY 40218

R — POTENTIAL CONSTRUCTION SUBCONTRACTING OPPORTUNITIES FOR DBE SUBCONTRACTORS. PH: 502-454-0101; Fax 502-454-0492 We will be bidding as a prime contractor to the Frankfort Plant Board, Frankfort, KY on the Generator Building project bidding January 16, 2014. Prevailing Wage Rates Apply. We are interested in receiving subcontract and supplier bids on the following categories of work: Earthwork, Hauling, Precast concrete, Retaining Wall, Paving, Sidewalks, Landscaping, Seeding, Re-steel Installation, Foundations, Miscellaneous fabricated metals, Plumbing, HVAC, Painting, Electrical, Generators, Fuel storage tanks, diesel fuel delivery, Paralleling switchgear, Electrical distribution equipment, Light fixtures and lamps, Sheet metal duct work, Surveying and Construction Staking The bidding documents for this project were prepared by GRW Engineers and may be seen at the following locations: The Frankfort Plant Board, 317 W. Second St, Frankfort, KY 40601; GRW Engineers, Inc., 801 Corporate Drive, Lexington, KY 40503; McGraw-Hill Construction Dodge, http://www.construction.com/projectcenter/, dodge_document_ca@mcgraw-hill.com, Jennifer Johnson, jennifer.hohnson@mhfi.com; Cabinet for Economic Development, Office of Entrepreneurship – Government Procurement, Old Capitol Annex, 300 West Broadway, Frankfort, KY 40601, Attn: Marilyn LeBourveau, Marilyn.LeBourveau@ky.gov, 502-782-1959, 1-800-838-3266; Builders Exchange of KY, Inc., 2300 Meadow Drive, Louisville, KY 40205, Attn: Mary Beth Hewett, (502) 459-9800, Laura Willette, lwillette@bxkentucky.com, Mary Beth Hewett, mhewett@bxkentucky.com. We would appreciate your indicating your interest in this project by Monday January 13, 2014. Please check the appropriate space and return to us by fax 502-454-0492 or by e-mail to Patrick Adams; pabrams@temelectric.com Yes, I am interested _____ No, I am not interested _____ If you are interested in some portion of the project, please contact us to discuss.
OutreachSystems Article Number: 131231/KY/4702
Matching Key Words: age:state!ky; state!ky;

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

FOR MORE NEWS

BeeNetwork

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

Comments are closed.

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: