BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

SOURCE:  Kentucky Procurement Assistance Program / Kentucky Small Business Development Center (KSBDC) 

NOTE:  all information relating to this specific contracting opportunity should be verified with the issuing agency. For any other assistance, contact the KSBDC via email at bidmatch@ksbdc.org

FedBizOpps – Procurements

Department of the Air Force, Air Force Global Strike Command, 2 CONS, 41 Vandenburg Ave Barksdale AFB LA 71110-2271

R — Contemporary Service Musician FA4608-14-Q-S075_CSM 082014 Paul R. Morales, Contracting Specialist,356px-Seal_of_the_US_Air_Force.svg Phone 3184563493, Fax 318 456 1246, Email paul.morales.3@us.af.mil – James Moore, Phone 318 456 1102, Email james.moore.45@us.af.mil See attached combined synopsis/ solicitation for Chapel Contemporary Service Musician.
Place of Performance: Barksdale AFB Barksdale AFB, LA 71110 US URL: https://www.fbo.gov/notices/7cfa26ba79d4c002517f62633839a6a5

OutreachSystems Article Number: 140801/PROCURE/0109 Matching Key Words: naics!711510;

Department of the ArmyDepartment 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

U–Master Resilience Training Courses Levels 3 & 4 W9124D14R0025 081514 Leslie Vessels, 502-624-3127 MICC Center – Fort Knox This requirement is to provide support to the Headquarters Department of the Army (HQDA) G1 Comprehensive Soldier & Family Fitness (CSF2) Master Resilience Training Levels 3 and 4 courses during the period 25 August 2014 through 24 August 2015 with a one-year option period. The contract shall provide all labor, material, supplies, facilities, and supervision necessary to provide the services. This solicitation is unrestricted. NAICS 611430 ($10.0M) applies to this procurement. All responsible sources may submit an offer. The solicitation will be posted to the Federal Business Opportunities website at http://www.fbo.gov on or about 4 August 2014 with offers due on or about 15 August 2014. These dates are subject to change. All amendments to the solicitation will be likewise posted to these websites. Contractors are cautioned to check website periodically for amendments. A solicitation mailing list will not be compiled and amendments will not be sent out in paper copy. All contractors must be registered in System for Awards Management (SAM) to be eligible for award of a contract. Faxed or emailed offers and amendments will not be accepted. All questions must be submitted in writing to the Contracting Officer and may be faxed to MICC Knox, ATTN: Leslie (Lucy) Vessels at (502) 624-7165, or emailed to leslie.m.vessels.civ@mail.mil.
Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL:https://www.fbo.gov/notices/30d59a4398e37d7bc9bf53bab079286a

OutreachSystems Article Number: 140801/PROCURE/0135 Matching Key Words: age:state!ky; state!ky;

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

R–SOLDIER FOR LIFE TRANSITION ASSISTANCE PROGRAM – FORMERLY ARMY CAREER AND ALUMNI PROGRAM (ACAP) IN SUPPORT OF THE UNITED STATES ARMY HUMAN RESOURCES COMMAND FORT KNOX, KY W9124D14R0020 Catherine Padgett, 502-624-4205 MICC Center – Fort Knox This Special Notice is not a request for proposals and the Government is not committed to award a contract pursuant to thisDepartment of the Army announcement. Included in this notice are:

1. A Draft Performance Work Statement (PWS) for a potential requirement in support of the Soldier for Life Transition Assistance Program (SFL TAP) – formerly Army Career and Alumni Program/ACAP, with attachments;
2. Responses to questions previously received from industry regarding Draft PWS and Solicitation Number W9124D-13-R-0041;
3. Notification of an Industry Day Event;
4. Request for Information (RFI)/Sources Sought

Mission and Installation Contracting Command (MICC) Knox is seeking information regarding services required by the Human Resources Command (HRC). The SFL TAP requirement is to provide transition services to Soldiers and meet Career Readiness Standards (CRS), operate established transition locations, and to provide pre-separation and transition assistance counseling and training services. Locations are both Continental United States (CONUS) and Outside Continental United States (OCONUS) and may change based on mission and needs.

The Request for Proposal (RFP) and any documents relating to this procurement will be posted on the FedBizOpps (FBO) website at http://www.fbo.gov on or about 12 November 2014 and will have an approximate 45-day response period. The period of performance will be 16 July 2015 through 15 July 2016, with a 60 day phase-in, 10 month base, and two one-year option periods. Option periods will be exercised at the government’s discretion. There will be an opportunity for offerors to submit questions after the solicitation is issued. Answers will be provided by amendment. Amendments, if any, will also be posted to the FBO website. It is the potential offerors responsibility to monitor the FBO site for the release of the final RFP and amendments (if any). Potential offerors are responsible for downloading the solicitation and any amendments. The due date for submission of proposals will be contained in the solicitation.

1. DRAFT PERFORMANCE WORK STATEMENT (PWS): MICC Knox is releasing a draft PWS for the SFL TAP. This draft PWS is not a solicitation and the Government is not requesting proposals.

This draft PWS is for planning and information purposes only. It is not to be construed as a commitment by the Government nor will the Government pay for any information solicited. The draft PWS is being provided to industry for receipt of comments only. All requirements documents are preliminary, and the Government reserves the right to make any changes deemed appropriate.

2. RESPONSES TO QUESTIONS: Responses to questions previously submitted from industry regarding W9124D-13-R-0041 (Draft PWS of April 2014 and cancelled solicitation) are included as an attachment to this Special Notice.

3. TAP INDUSTRY DAY EVENT: This is an opportunity for interested potential offerors to attend an Industry Day hosted by MICC Knox and HRC. This session will include an overview of the SFL TAP mission, and will provide an opportunity for contractors to understand requirements and business processes, network with other contractors and build partnering opportunities. The purpose of this event is to obtain input from industry experts and facilitate a networking environment for potential offerors. Contractors will be afforded the opportunity to briefly meet with the contracting officer following the event.

Date and Time: 19 August 2014, 9:00 AM – 3:00 PM Eastern time. This includes briefing and meeting time with the contracting officer. Lunch is not provided.

Location: TAP Industry Day Event will be held at Hansen Community Center Facility, 1053 Spearhead Division Road, Fort Knox KY 40121. Directions to the site will be provided to contractors following registration.

Registration: Interested contractors MUST register by contacting Cat Padgett, at catherine.l.padgett.civ@mail.mil, and Gloria Ritter at gloria.r.ritter.civ@mail.mil; no later than 2:00 PM Eastern time on Thursday, 14 August 2014. Registration will be by email only and a confirmation will be provided. Please provide the following information when registering: name and address of company, name of each individual attending (limit to a maximum of two per company), an email address for each attendee, and whether or not a meeting with the contracting officer is requested.

4. REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT: Interested contractors are requested to provide a response to this RFI that includes: (1) General contractor information; (2) RFI/Sources Sought Response. The information gained from this RFI will be for Government use and consideration. The Government does not intend to provide written responses to comments submitted.

Requested Information:

Section 1: General Contractor Information – limited to one page and will include the following: Organization Name, mailing address, name and e-mail address of designated point of contact, Contractor and Government Entity (CAGE) Code and Data Universal Numbering System ( DUNS) Number, business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB-Zone certified small business, woman-owned small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541612, with a size standard of $15M.

Section 2: Response to RFI. Responses must include Government requested information, followed by the contractor’s response. Contractors may respond to as many of the following as appropriate.

1. Provide your company’s capability to execute the current draft PWS (attached) in a Firm-Fixed-Price contract vehicle.

Definition: A firm-fixed-price contract, which best utilizes the basic profit motive of business enterprise, shall be used when the risk involved is minimal or can be predicted with an acceptable degree of certainty. (See Federal Acquisition Regulation (FAR) 16.202)

2. Provide your company’s capability to execute the current draft PWS (attached) in a Fixed-Price Incentive contract vehicle.

Definition: Fixed-Price Incentive Contract: A fixed-price incentive contract is a fixed-price contract that provides for adjusting profit and establishing the final contract price by application of a formula based on the relationship of total final negotiated cost to total target cost. (See FAR 16.403).

3. Small Business: Provide your company’s capability to perform services as defined in the draft PWS as a small business or as part of a joint venture/teaming partner agreement with another small business or a large business.

4. Large Business: Provide your company’s capability to perform services as defined in the draft PWS, with opportunities for small business participation identified, or as part of a joint venture/teaming partner agreement with a small business.

5. Contractors are invited to submit written comments regarding the draft PWS. Comments must indicate the page number and section related to the comment.

Response Due Date: Comments shall be submitted no later than 12 August 2014, at 2:00 PM Eastern time. Responses shall be submitted electronically via email (only) to gloria.r.ritter.civ@mail.mil, and catherine.l.padgett.civ@mail.mil. All emails should be identified in the subject line: ‘SFL TAP RFI, W9124D-14-R-0020’.

URL: https://www.fbo.gov/notices/c8b3fb31bad4a5e810cafa7681905e38

OutreachSystems Article Number: 140801/PROCURE/0888 Matching Key Words: age:state!ky; state!ky;

Department of the ArmyDepartment 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

R–SOLDIER FOR LIFE TRANSITION ASSISTANCE PROGRAM – FORMERLY ARMY CAREER AND ALUMNI PROGRAM (ACAP) IN SUPPORT OF THE UNITED STATES ARMY HUMAN RESOURCES COMMAND FORT KNOX, KY W9124D14R0020 Catherine Padgett, 502-624-4205 MICC Center – Fort Knox This Special Notice is not a request for proposals and the Government is not committed to award a contract pursuant to this announcement. Included in this notice are:

1. A Draft Performance Work Statement (PWS) for a potential requirement in support of the Soldier for Life Transition Assistance Program (SFL TAP) – formerly Army Career and Alumni Program/ACAP, with attachments;
2. Responses to questions previously received from industry regarding Draft PWS and Solicitation Number W9124D-13-R-0041;
3. Notification of an Industry Day Event;
4. Request for Information (RFI)/Sources Sought

Mission and Installation Contracting Command (MICC) Knox is seeking information regarding services required by the Human Resources Command (HRC). The SFL TAP requirement is to provide transition services to Soldiers and meet Career Readiness Standards (CRS), operate established transition locations, and to provide pre-separation and transition assistance counseling and training services. Locations are both Continental United States (CONUS) and Outside Continental United States (OCONUS) and may change based on mission and needs.

The Request for Proposal (RFP) and any documents relating to this procurement will be posted on the FedBizOpps (FBO) website at http://www.fbo.gov on or about 12 November 2014 and will have an approximate 45-day response period. The period of performance will be 16 July 2015 through 15 July 2016, with a 60 day phase-in, 10 month base, and two one-year option periods. Option periods will be exercised at the government’s discretion. There will be an opportunity for offerors to submit questions after the solicitation is issued. Answers will be provided by amendment. Amendments, if any, will also be posted to the FBO website. It is the potential offerors responsibility to monitor the FBO site for the release of the final RFP and amendments (if any). Potential offerors are responsible for downloading the solicitation and any amendments. The due date for submission of proposals will be contained in the solicitation.

1. DRAFT PERFORMANCE WORK STATEMENT (PWS): MICC Knox is releasing a draft PWS for the SFL TAP. This draft PWS is not a solicitation and the Government is not requesting proposals.

This draft PWS is for planning and information purposes only. It is not to be construed as a commitment by the Government nor will the Government pay for any information solicited. The draft PWS is being provided to industry for receipt of comments only. All requirements documents are preliminary, and the Government reserves the right to make any changes deemed appropriate.

2. RESPONSES TO QUESTIONS: Responses to questions previously submitted from industry regarding W9124D-13-R-0041 (Draft PWS of April 2014 and cancelled solicitation) are included as an attachment to this Special Notice.

3. TAP INDUSTRY DAY EVENT: This is an opportunity for interested potential offerors to attend an Industry Day hosted by MICC Knox and HRC. This session will include an overview of the SFL TAP mission, and will provide an opportunity for contractors to understand requirements and business processes, network with other contractors and build partnering opportunities. The purpose of this event is to obtain input from industry experts and facilitate a networking environment for potential offerors. Contractors will be afforded the opportunity to briefly meet with the contracting officer following the event.

Date and Time: 19 August 2014, 9:00 AM – 3:00 PM Eastern time. This includes briefing and meeting time with the contracting officer. Lunch is not provided.

Location: TAP Industry Day Event will be held at Hansen Community Center Facility, 1053 Spearhead Division Road, Fort Knox KY 40121. Directions to the site will be provided to contractors following registration.

Registration: Interested contractors MUST register by contacting Cat Padgett, at catherine.l.padgett.civ@mail.mil, and Gloria Ritter at gloria.r.ritter.civ@mail.mil; no later than 2:00 PM Eastern time on Thursday, 14 August 2014. Registration will be by email only and a confirmation will be provided. Please provide the following information when registering: name and address of company, name of each individual attending (limit to a maximum of two per company), an email address for each attendee, and whether or not a meeting with the contracting officer is requested.

4. REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT: Interested contractors are requested to provide a response to this RFI that includes: (1) General contractor information; (2) RFI/Sources Sought Response. The information gained from this RFI will be for Government use and consideration. The Government does not intend to provide written responses to comments submitted.

Requested Information:

Section 1: General Contractor Information – limited to one page and will include the following: Organization Name, mailing address, name and e-mail address of designated point of contact, Contractor and Government Entity (CAGE) Code and Data Universal Numbering System ( DUNS) Number, business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB-Zone certified small business, woman-owned small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541612, with a size standard of $15M.

Section 2: Response to RFI. Responses must include Government requested information, followed by the contractor’s response. Contractors may respond to as many of the following as appropriate.

1. Provide your company’s capability to execute the current draft PWS (attached) in a Firm-Fixed-Price contract vehicle.

Definition: A firm-fixed-price contract, which best utilizes the basic profit motive of business enterprise, shall be used when the risk involved is minimal or can be predicted with an acceptable degree of certainty. (See Federal Acquisition Regulation (FAR) 16.202)

2. Provide your company’s capability to execute the current draft PWS (attached) in a Fixed-Price Incentive contract vehicle.

Definition: Fixed-Price Incentive Contract: A fixed-price incentive contract is a fixed-price contract that provides for adjusting profit and establishing the final contract price by application of a formula based on the relationship of total final negotiated cost to total target cost. (See FAR 16.403).

3. Small Business: Provide your company’s capability to perform services as defined in the draft PWS as a small business or as part of a joint venture/teaming partner agreement with another small business or a large business.

4. Large Business: Provide your company’s capability to perform services as defined in the draft PWS, with opportunities for small business participation identified, or as part of a joint venture/teaming partner agreement with a small business.

5. Contractors are invited to submit written comments regarding the draft PWS. Comments must indicate the page number and section related to the comment.

Response Due Date: Comments shall be submitted no later than 12 August 2014, at 2:00 PM Eastern time. Responses shall be submitted electronically via email (only) to gloria.r.ritter.civ@mail.mil, and catherine.l.padgett.civ@mail.mil. All emails should be identified in the subject line: ‘SFL TAP RFI, W9124D-14-R-0020’.

URL: https://www.fbo.gov/notices/1eee5b88f6d1b376533ad20a2b1a90cf

OutreachSystems Article Number: 140801/PROCURE/0889 Matching Key Words: age:state!ky; state!ky;

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

R–SOLDIER FOR LIFE TRANSITION ASSISTANCE PROGRAM – FORMERLY ARMY CAREER AND ALUMNI PROGRAM (ACAP) IN SUPPORT OF THE UNITED STATES ARMY HUMAN RESOURCES COMMAND FORT KNOX, KY W9124D14R0020 Catherine Padgett, 502-624-4205 MICC Center – Fort Knox This Special Notice is not a request for proposals and the Government is not committed to award a contract pursuant to thisDepartment of the Army announcement. Included in this notice are:

1. A Draft Performance Work Statement (PWS) for a potential requirement in support of the Soldier for Life Transition Assistance Program (SFL TAP) – formerly Army Career and Alumni Program/ACAP, with attachments;
2. Responses to questions previously received from industry regarding Draft PWS and Solicitation Number W9124D-13-R-0041;
3. Notification of an Industry Day Event;
4. Request for Information (RFI)/Sources Sought

Mission and Installation Contracting Command (MICC) Knox is seeking information regarding services required by the Human Resources Command (HRC). The SFL TAP requirement is to provide transition services to Soldiers and meet Career Readiness Standards (CRS), operate established transition locations, and to provide pre-separation and transition assistance counseling and training services. Locations are both Continental United States (CONUS) and Outside Continental United States (OCONUS) and may change based on mission and needs.

The Request for Proposal (RFP) and any documents relating to this procurement will be posted on the FedBizOpps (FBO) website at http://www.fbo.gov on or about 12 November 2014 and will have an approximate 45-day response period. The period of performance will be 16 July 2015 through 15 July 2016, with a 60 day phase-in, 10 month base, and two one-year option periods. Option periods will be exercised at the government’s discretion. There will be an opportunity for offerors to submit questions after the solicitation is issued. Answers will be provided by amendment. Amendments, if any, will also be posted to the FBO website. It is the potential offerors responsibility to monitor the FBO site for the release of the final RFP and amendments (if any). Potential offerors are responsible for downloading the solicitation and any amendments. The due date for submission of proposals will be contained in the solicitation.

1. DRAFT PERFORMANCE WORK STATEMENT (PWS): MICC Knox is releasing a draft PWS for the SFL TAP. This draft PWS is not a solicitation and the Government is not requesting proposals.

This draft PWS is for planning and information purposes only. It is not to be construed as a commitment by the Government nor will the Government pay for any information solicited. The draft PWS is being provided to industry for receipt of comments only. All requirements documents are preliminary, and the Government reserves the right to make any changes deemed appropriate.

2. RESPONSES TO QUESTIONS: Responses to questions previously submitted from industry regarding W9124D-13-R-0041 (Draft PWS of April 2014 and cancelled solicitation) are included as an attachment to this Special Notice.

3. TAP INDUSTRY DAY EVENT: This is an opportunity for interested potential offerors to attend an Industry Day hosted by MICC Knox and HRC. This session will include an overview of the SFL TAP mission, and will provide an opportunity for contractors to understand requirements and business processes, network with other contractors and build partnering opportunities. The purpose of this event is to obtain input from industry experts and facilitate a networking environment for potential offerors. Contractors will be afforded the opportunity to briefly meet with the contracting officer following the event.

Date and Time: 19 August 2014, 9:00 AM – 3:00 PM Eastern time. This includes briefing and meeting time with the contracting officer. Lunch is not provided.

Location: TAP Industry Day Event will be held at Hansen Community Center Facility, 1053 Spearhead Division Road, Fort Knox KY 40121. Directions to the site will be provided to contractors following registration.

Registration: Interested contractors MUST register by contacting Cat Padgett, at catherine.l.padgett.civ@mail.mil, and Gloria Ritter at gloria.r.ritter.civ@mail.mil; no later than 2:00 PM Eastern time on Thursday, 14 August 2014. Registration will be by email only and a confirmation will be provided. Please provide the following information when registering: name and address of company, name of each individual attending (limit to a maximum of two per company), an email address for each attendee, and whether or not a meeting with the contracting officer is requested.

4. REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT: Interested contractors are requested to provide a response to this RFI that includes: (1) General contractor information; (2) RFI/Sources Sought Response. The information gained from this RFI will be for Government use and consideration. The Government does not intend to provide written responses to comments submitted.

Requested Information:

Section 1: General Contractor Information – limited to one page and will include the following: Organization Name, mailing address, name and e-mail address of designated point of contact, Contractor and Government Entity (CAGE) Code and Data Universal Numbering System ( DUNS) Number, business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB-Zone certified small business, woman-owned small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541612, with a size standard of $15M.

Section 2: Response to RFI. Responses must include Government requested information, followed by the contractor’s response. Contractors may respond to as many of the following as appropriate.

1. Provide your company’s capability to execute the current draft PWS (attached) in a Firm-Fixed-Price contract vehicle.

Definition: A firm-fixed-price contract, which best utilizes the basic profit motive of business enterprise, shall be used when the risk involved is minimal or can be predicted with an acceptable degree of certainty. (See Federal Acquisition Regulation (FAR) 16.202)

2. Provide your company’s capability to execute the current draft PWS (attached) in a Fixed-Price Incentive contract vehicle.

Definition: Fixed-Price Incentive Contract: A fixed-price incentive contract is a fixed-price contract that provides for adjusting profit and establishing the final contract price by application of a formula based on the relationship of total final negotiated cost to total target cost. (See FAR 16.403).

3. Small Business: Provide your company’s capability to perform services as defined in the draft PWS as a small business or as part of a joint venture/teaming partner agreement with another small business or a large business.

4. Large Business: Provide your company’s capability to perform services as defined in the draft PWS, with opportunities for small business participation identified, or as part of a joint venture/teaming partner agreement with a small business.

5. Contractors are invited to submit written comments regarding the draft PWS. Comments must indicate the page number and section related to the comment.

Response Due Date: Comments shall be submitted no later than 12 August 2014, at 2:00 PM Eastern time. Responses shall be submitted electronically via email (only) to gloria.r.ritter.civ@mail.mil, and catherine.l.padgett.civ@mail.mil. All emails should be identified in the subject line: ‘SFL TAP RFI, W9124D-14-R-0020’.

URL: https://www.fbo.gov/notices/f55a675f6fd8a75e1ee6321ac71fe0c6

OutreachSystems Article Number: 140801/PROCURE/0890 Matching Key Words: age:state!ky; state!ky;

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

Department of the ArmyR–SOLDIER FOR LIFE TRANSITION ASSISTANCE PROGRAM – FORMERLY ARMY CAREER AND ALUMNI PROGRAM (ACAP) IN SUPPORT OF THE UNITED STATES ARMY HUMAN RESOURCES COMMAND FORT KNOX, KY W9124D14R0020 Catherine Padgett, 502-624-4205 MICC Center – Fort Knox This Special Notice is not a request for proposals and the Government is not committed to award a contract pursuant to this announcement. Included in this notice are:

1. A Draft Performance Work Statement (PWS) for a potential requirement in support of the Soldier for Life Transition Assistance Program (SFL TAP) – formerly Army Career and Alumni Program/ACAP, with attachments;
2. Responses to questions previously received from industry regarding Draft PWS and Solicitation Number W9124D-13-R-0041;
3. Notification of an Industry Day Event;
4. Request for Information (RFI)/Sources Sought

Mission and Installation Contracting Command (MICC) Knox is seeking information regarding services required by the Human Resources Command (HRC). The SFL TAP requirement is to provide transition services to Soldiers and meet Career Readiness Standards (CRS), operate established transition locations, and to provide pre-separation and transition assistance counseling and training services. Locations are both Continental United States (CONUS) and Outside Continental United States (OCONUS) and may change based on mission and needs.

The Request for Proposal (RFP) and any documents relating to this procurement will be posted on the FedBizOpps (FBO) website at http://www.fbo.gov on or about 12 November 2014 and will have an approximate 45-day response period. The period of performance will be 16 July 2015 through 15 July 2016, with a 60 day phase-in, 10 month base, and two one-year option periods. Option periods will be exercised at the government’s discretion. There will be an opportunity for offerors to submit questions after the solicitation is issued. Answers will be provided by amendment. Amendments, if any, will also be posted to the FBO website. It is the potential offerors responsibility to monitor the FBO site for the release of the final RFP and amendments (if any). Potential offerors are responsible for downloading the solicitation and any amendments. The due date for submission of proposals will be contained in the solicitation.

1. DRAFT PERFORMANCE WORK STATEMENT (PWS): MICC Knox is releasing a draft PWS for the SFL TAP. This draft PWS is not a solicitation and the Government is not requesting proposals.

This draft PWS is for planning and information purposes only. It is not to be construed as a commitment by the Government nor will the Government pay for any information solicited. The draft PWS is being provided to industry for receipt of comments only. All requirements documents are preliminary, and the Government reserves the right to make any changes deemed appropriate.

2. RESPONSES TO QUESTIONS: Responses to questions previously submitted from industry regarding W9124D-13-R-0041 (Draft PWS of April 2014 and cancelled solicitation) are included as an attachment to this Special Notice.

3. TAP INDUSTRY DAY EVENT: This is an opportunity for interested potential offerors to attend an Industry Day hosted by MICC Knox and HRC. This session will include an overview of the SFL TAP mission, and will provide an opportunity for contractors to understand requirements and business processes, network with other contractors and build partnering opportunities. The purpose of this event is to obtain input from industry experts and facilitate a networking environment for potential offerors. Contractors will be afforded the opportunity to briefly meet with the contracting officer following the event.

Date and Time: 19 August 2014, 9:00 AM – 3:00 PM Eastern time. This includes briefing and meeting time with the contracting officer. Lunch is not provided.

Location: TAP Industry Day Event will be held at Hansen Community Center Facility, 1053 Spearhead Division Road, Fort Knox KY 40121. Directions to the site will be provided to contractors following registration.

Registration: Interested contractors MUST register by contacting Cat Padgett, at catherine.l.padgett.civ@mail.mil, and Gloria Ritter at gloria.r.ritter.civ@mail.mil; no later than 2:00 PM Eastern time on Thursday, 14 August 2014. Registration will be by email only and a confirmation will be provided. Please provide the following information when registering: name and address of company, name of each individual attending (limit to a maximum of two per company), an email address for each attendee, and whether or not a meeting with the contracting officer is requested.

4. REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT: Interested contractors are requested to provide a response to this RFI that includes: (1) General contractor information; (2) RFI/Sources Sought Response. The information gained from this RFI will be for Government use and consideration. The Government does not intend to provide written responses to comments submitted.

Requested Information:

Section 1: General Contractor Information – limited to one page and will include the following: Organization Name, mailing address, name and e-mail address of designated point of contact, Contractor and Government Entity (CAGE) Code and Data Universal Numbering System ( DUNS) Number, business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB-Zone certified small business, woman-owned small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541612, with a size standard of $15M.

Section 2: Response to RFI. Responses must include Government requested information, followed by the contractor’s response. Contractors may respond to as many of the following as appropriate.

1. Provide your company’s capability to execute the current draft PWS (attached) in a Firm-Fixed-Price contract vehicle.

Definition: A firm-fixed-price contract, which best utilizes the basic profit motive of business enterprise, shall be used when the risk involved is minimal or can be predicted with an acceptable degree of certainty. (See Federal Acquisition Regulation (FAR) 16.202)

2. Provide your company’s capability to execute the current draft PWS (attached) in a Fixed-Price Incentive contract vehicle.

Definition: Fixed-Price Incentive Contract: A fixed-price incentive contract is a fixed-price contract that provides for adjusting profit and establishing the final contract price by application of a formula based on the relationship of total final negotiated cost to total target cost. (See FAR 16.403).

3. Small Business: Provide your company’s capability to perform services as defined in the draft PWS as a small business or as part of a joint venture/teaming partner agreement with another small business or a large business.

4. Large Business: Provide your company’s capability to perform services as defined in the draft PWS, with opportunities for small business participation identified, or as part of a joint venture/teaming partner agreement with a small business.

5. Contractors are invited to submit written comments regarding the draft PWS. Comments must indicate the page number and section related to the comment.

Response Due Date: Comments shall be submitted no later than 12 August 2014, at 2:00 PM Eastern time. Responses shall be submitted electronically via email (only) to gloria.r.ritter.civ@mail.mil, and catherine.l.padgett.civ@mail.mil. All emails should be identified in the subject line: ‘SFL TAP RFI, W9124D-14-R-0020’.

URL: https://www.fbo.gov/notices/34f76e76ccfaaa559f6de7b6de25309d

OutreachSystems Article Number: 140801/PROCURE/0891 Matching Key Words: age:state!ky; state!ky;

Department of the Air Force, Air Force Global Strike Command, 2 CONS, 41 Vandenburg Ave Barksdale AFB LA 71110-2271

R — Contemporary Service Music Director FA4608-14-Q-S076_CSMD 082014 James Moore, Phone356px-Seal_of_the_US_Air_Force.svg 3184563493, Email james.moore.45@us.af.mil Please see attached combined synopsis/solicitation for Chapel Contemporary Service Music Director.
Place of Performance: Barkdale AFB, LA Barksdale AFB, LA 71110 US URL: https://www.fbo.gov/notices/df227609ea402ef150c05568f9df2dd5

OutreachSystems Article Number: 140731/PROCURE/0113 Matching Key Words: naics!711510;

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

R — Ukrainian Non-Personal Services Blanket Purchase Agreements BBG5014IQ00399 080814 ADRIENNE R. WASHINGTON, Contracting Officer, Phone 202-382-7867, Email awashington@bbg.gov Request for Quote #: BBG50-RFQ-14-IQ-00399
(I) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 , AND SUBPART 13 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; REQUEST FOR QUOTES IS BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Request for Quote No BBG50-RFQ-14-IQ-00399 is issued as a Request for Quote (RFQ) and Multiple Blanket Purchase Agreement(s) will be awarded using simplified acquisition procedures in FAR Part 13 Subpart 13.303.
(iii) This request for quote document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-074, dated effective July 1, 2014
(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 $7.0M.
(v) Contract Line item number(s) and items, (SEE SOW FOR CLIN
CLIN 001 Ukrainian Service (399) Assignment Rate
Qty – No Minimum or Maximum working assignments are guaranteed @ per assignment @______ assignment rate
Multiple Award(s) 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 Blanket Purchase Agreements with Independent Contractors for Multimedia reporting, as described in the Statement of Work(s). (SOW) for The Voice of America’s Eurasia Division, Washington, DC.
(vii) The period of performance is August 15, 2014 through August 14, 2015. Delivery, and Acceptance shall be at the IBB Voice of America Headquarters Building (330 Independence Avenue, SW, Cohen Building) unless otherwise mutually agreed to be the Contracting Officer.
a. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7.0M. This is 100% total small business set-aside.
b. Submission of Offers: Submit signed and dated offers to the office specified in this Request For Quote at or before the exact time specified in this Request for Quote. Offers may be submitted on letterhead stationery, or as otherwise specified in the Request for Quote. As a minimum, offers must show-
(1) The Request for Quote number;
(2) The time specified in the Request for Quote for receipt of offers
(3) The name, address, and telephone number of the offeror
(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the Request for Quote. This may include product literature, or other documents, if necessary:
(viii) Instruction to Offerors
The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this Request for Quote.
FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/farlindexhtml. 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.
Submit signed and dated offers/quotes to the office specified in this Combined Synopsis/Solicitation at or before the exact time specified in this solicitation. Offers/quotes may be submitted on the SF18, letterhead stationery, Offerors/ quote(s) shall include but not be limited to:
(a). Contractors shall submit their price quotes for base year. Hour(s) will be equivalent to either four (4) or eight (8) hours of work. Price quotes should include pricing for both time frames. Hours will be on an as-needed basis, subject to availability of funds and mission consideration. (see Attachment ASSIGNMENT RATE(s) SERVICES AND PRICE)
(b). A Price(separate )quote showing a breakdown of the price by the following price factors:
1) 8 hour rate;
2) 4 hour rate;
and other costs, if applicable to the requirement. Prices for all of the listed CLIN shall be noted in English and United States dollars.
(c). Contractor Qualifications (Technical)
Technical: (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 VOA. Dates (months/years) and locations for all field experience must also be detailed.
The Offeror shall provide their resume that includes work experience, education and specialized training
(d) 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.
Offers shall provide the three (3) references with the following information:
reference’s name and address, email and telephone number of contact person;
(i) dollar amount of the contract;
(ii) term of the contract; and
(iii) 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
When combined, technical evaluation factors are significantly more important than cost/price.
(ix) 52.212-2 Evaluation – Commercial Items,
Evaluation — Commercial Items (Jan 1999)
(a) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal Services Blanket Purchase Agreement resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in the quote. When combined, technical evaluation factors are significantly more important than cost/price. The following factors shall be used to evaluate offers:
(ix) EVALUATION FACTORS
Used to determine the competitive ranking of qualified applicants in comparison to other applicants. The factors are listed in priority order from highest to least.
The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services Blanket Purchase Agreement(s) resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on :
The evaluation factors that will be used to determine award will be (1) technical capability, to include a resume that meets the qualifications listed in the Statement of Work (SOW) Requirements paragraph, (2) price, and (3) past performance. For past performance Vendors shall provide at least two – three (2-3) relevant past performance references with their quote(s). Reference information shall include agency or business name, contract number, dollar amount, point of contact (include phone number and email address), for which your firm has provided the same or similar relevant services. Firms without a record of relevant past performance shall affirmatively state that no relevant past performance is available. Such firms will receive a neutral rating that will be evaluated neither positively nor negatively. Relevant past performance is defined as performance of contracts of similar size scope and complexity as this requirement performed within the past three (3) years. The Government reserves the right to obtain and use past performance information from sources other than those listed in the quote, to include prior dealing with the government and personal knowledge of the company. All evaluation factors other than price, when combined, will be evaluated as significantly more important than price.
Offers will not be accepted from agents; from principals only.
The following factors shall be used to evaluate offers:
1. Technical ability to include work experience, education and specialized training
2. price,
3. pasts performance
Basis for Award:
The procurement is being conducted under FAR Subpart 13. Best value is defined as the expected outcome of an acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement, in accordance with FAR 2.101.
(x) Offeror Representations and Certifications – Commercial Items
FAR Subpart 52.212-3 (Offeror Representations and Certifications – Commercial Items) shall include a completed copy of the provisions at FAR Subpart 52.212-3 (Offeror Representations and Certifications – Commercial Items) with its offer.
This provision can be found at the following website https://www.acquisition.gov/Far/; if requested by an offeror, a copy of FAR subpart 52.212-3 can be obtained by contacting the Contracting Officer.
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 htips://www.sam.gov/portal/public./SAM. Quotes 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 purchase order. 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; 52219-6 – Notice of Total Small Business Set (15 U.S.C. 644); 52219-8 – 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; 52222-21 – Prohibition of Segregated Facilities; 52222-26 – Equal Opportunity (E.O. 11246); 52222-35 – 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;
52.237-3 – 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.
(xiv) Failure to provide any of the above-required Request for Quote 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.ametgovffar). 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.
(xv)ALL TECHNICAL AND PRICE PROPOSALS MUST BE SUBMITTED ELECTRONICALLY TO awashington@bbg.gov BEFORE THE CLOSING DEADLINE BELOW. Request for Quotes are due to Adrienne R. Washington, Contracting Officer, Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW, Washington, D.C., 20237, 8:00 am. Eastern Standard Time (Washington, D.C. Time) on August 8, 2014.
(xiv) Contact Adrienne R. Washington, Contracting Officer, email: awashington@bbg.gov, 202 382 -7867.
All responsible sources may submit an offer that will be considered by the Agency.
Questions must be submitted in writing and only via Adrienne R. Washington at awashington@bbg.gov. Written questions must be submitted before 09:00 a.m.. Eastern Standard Time (Washington, D.C. Time) on August 4, 2014.
52.252-1 — Solicitation Provisions Incorporated by Reference. Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):http://acquisition.gov/farlindexhtml
52.252-2 — Clauses Incorporated by Reference.
Clauses Incorporated by Reference (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):https://www.acquisition.gov/Far/

Principles only, no agents

Set-Aside: Total Small Business Place of Performance: Ukraine UA URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG5014IQ00399/listing.html

OutreachSystems Article Number: 140731/PROCURE/0117 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 — VOA Indonesian Service Contractors BBG50-R-14-00908AM 081214 Alisa Martine, Contract Specialist,Broadcasting Board of Governors Phone 202-203-4176, Fax 202-382-7877, Email amartine@bbg.gov BBG50-R-14-00908-AM
Broadcasting Board of Governors

VOA Indonesian Service – Non-Personal Service
1.) Multimedia TV-Video Combination Services (Full Time)
2.) Digital Media (Web) – Combination Services (Full Time)
3.) Multimedia TV-Video Combination Services (Part Time)

Synopsis:
(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. This combined synopsis/solicitation is issued as a Request for Proposals (RFP) to establish Blank Purchase Agreement. There will be no guaranteed minimum quantities purchased and the Government will be obligated only to the extent of authorized calls placed against the resulting Agreement. The Government intends to make awards for these requirements as outlined below:

A. Multimedia TV-Video Combination Services (Full Time – 3)
B. Digital Media (Web) Combination Services (Full Time – 1)
C. Multimedia TV-Video Combination Services (Part Time -1)

(ii) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. anticipates establishing a Blank Purchase Agreement for Non-Personal Services with Independent Contractors for Multimedia TV-Video Combination Services and Digital Media (Web) Combination Services as described in the attached Statements of Work (SOW) for the Voice of America’s East Asia and Pacific Division -Indonesia Service, in Washington, DC. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) part 13.
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076, dated July 25, 2014.
(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 period of performance is September 1, 2014 through August 31, 2015. The Contractor shall submit a bi-monthly invoice electronically for services provided.
(vi) 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.
(vii) The Government will award a Commercial Item, Firm-Fixed-Price, Blank Purchase Agreement(s) resulting from this RFP to the responsible offeror(s)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/CV that includes work experience, education and specialized training along with two (2) production samples . The Offeror must be able to demonstrate proficiency in writing and speaking Indonesian 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 that will be negotiated with the BBG. Prices for all of the listed CLIN shall be noted in English and United States dollars.
(a) Multimedia TV-Video Combination Services – 2,080 hours per annum (Full Time)
(b) Digital (Web) Combination Services – 2,080 hours per annum (Full Time)
(c) Multimedia TV-Video Combination Services – 1,040 hours per annum (Part Time)

Proposal Submission:

Interested independent contractors are required to submit two (2) separate written documents (proposals) to the BBG. Please be sure to clearly identify which position you are submitting a proposal for.

1. Technical Proposal
• (Resume/CV) 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 BBG. Dates (months/years) and locations for all field experience must also be detailed.

• Two production samples of work
• Copy of US Citizenship, work permit, photo ID and/or visa.
• References (three)
• Copy of active Registration in SAM.gov. https://www.sam.gov

2. Price Proposal
• that states the Offeror’s proposed annual Total Price based on a 2,080 hours per annum for Full Time or 1,040 hours for Part -Time. This rate may be negotiated with the BBG.

(viii) 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.

(ix) 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)

(x) 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)

(xi) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.203-10 Contractor Code of Business Ethics and Conduct (Apr 2010); 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. 52.252-1 — Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer.

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

(xiii) 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 Alisa Martine at amartine@bbg.gov . Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on Tuesday, August 5, 2014.

ALL TECHNICAL AND PRICE PROPOSALS MUST BE SUBMITTED ELECTRONICALLY BEFORE THE CLOSING DEADLINE BELOW to: Alisa Martine at amartine@bbg.gov . Proposals are due to Alisa Martine, Contracting Officer, Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW Suite 4300 Washington, DC 20237 before 4:00 p.m. Eastern Daylight Time on Tuesday, August 12, 2014.
(xiv) Contact: Alisa Martine, Contracting Officer, email: amartine@bbg.gov . All responsible sources may submit an offer that will be considered by the Agency.

Place of Performance: Voice of America 330 Independence Avenue, SW Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-14-00908AM/listing.html

OutreachSystems Article Number: 140731/PROCURE/0118 Matching Key Words: naics!711510;

dept of health and human servicesDepartment of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive Room 1B59 Bethesda MD 20892

R — Linking function and structure: the relationship between brain activity and white matter integrity HHS-NIH-NIDA(SSSA)-SBSS-14-307 080614 Hunter A. Tjugum, Phone 301 435 8780, Email hunter.tjugum@nih.gov – , Email NIDASSSAPurchaseRequ@mail.nih.gov INTRODUCTION
This is a Small Business Sources Sought (SBSS) notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.

This notice is issued to help determine the availability and type of qualified Small Business companies technically capable of meeting this potential government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. The notice is strictly for research and information purposes only.
The information requested will assist the Government in determining the appropriate acquisition method including small business socio-economic set-aside possibilities and to determine the availability of qualified Small Business companies technically capable of meeting the Government’s potential requirement. All Small Business companies with the capability and availability to perform the requirement under the applicable NAICS code are invited to submit a response to this notice.

NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE
The NAICS code applicable to this requirement is 541990 All Other Professional, Scientific and Technical Services with associated small business size standard $14.0 million.

Background
The National Institute on Aging (NIA), one of the 27 Institutes and Centers of NIH, leads a broad scientific effort to understand the nature of aging and to extend the healthy, active years of life. The Laboratory of Behavioral Neuroscience (LBN) enhances understanding of age associated physical and biological changes in health and disease. The LBN investigates structural and functional brain changes and how they relate to age-associated changes in cognition, and factors that modify cognitive and brain aging.

The Baltimore Longitudinal Study of Aging (BLSA) at the NIA studies age-related changes in medical, physiological, cognitive and physical functioning across the adult life span. The LBN studies age-related changes, including development of a variety of medical conditions and the effects of these comorbidities on physical and psychological health and resilience. Data from the BLSA is used by many of the NIA laboratories in the preparation of analyses, presentations and manuscripts.

Purpose and Objectives
This Small Business Sources Sought notice seeks to determine eligible sources with the capability and expertise to provide the required services stated in this announcement. The purpose of this potential requirement is to provide the knowledge and expertise necessary to perform the functions as stated in this notice. The LBN has a potential requirement for a contractor to provide the government with state-of-the art statistical approaches and analysis of white matter correlates of alterations in functional connectivity as well as functional connectivity correlates of white matter alterations. This project will use resting state fMRI and diffusion tensor imaging (DTI) acquired by the government. Together, these imaging sequences provide new avenues for mapping human brain activity, including investigation of the functional connectivity and white matter integrity to better understand how networks of brain activity underlying cognitive processing change with aging and disease. The Contractor will develop new statistical approaches, including massively univariate analyses, for the combined rsfMRI and DTI data. The Contractor will provide the government with results of statistical analyses of the combined rs-fMRI and DTI data.
The LBN has established a database and image processing pipeline to perform customized processing of structural and functional brain images of participants in the BLSA, which utilize 3T MRI data acquired on the NIA 3T scanner. Customized script was developed for analysis of BLSA images and for further investigation of structure-function associations that will allow mapping of functional connections in the human brain. Project requirements consist of analysis and development of methods for statistical analysis of structure function relationships of longitudinal NIA BLSA images. The LBN continues collecting longitudinal BLSA MRI data on an ongoing basis, with approximately 300 sets of imaging data annually. In addition, tools for analysis of structure-function relationships including both temporal and spatial analysis are limited and require customization for longitudinal analysis. Such tools will continue to be developed and validated under any potential requirement resulting from this announcement.

Project Requirements
This Small Business Sources Sought notice seeks to determine eligible sources with the capacity, capability and experience to perform the work cited in this notice. Such innovative methods include model II regression and regression calibration, for use in massively univariate inference with imaging data and the design matrix paradigm accounting for both random and non-random imaging regressors. Any potential requirement may utilize customized scripts previously developed in the pre-processing and statistical analysis of the multi-modal longitudinal imaging data, as well as other customized scripts written for BLSA data, and continuing work on BLSA multi-modal longitudinal image analysis. Work will consist of processing longitudinal multi-modal images for investigation of structure-function relations that are critical to the mapping of human brain activity and networks. The anticipated period of performance of any resulting contract is one base year, including four (4) option years, to be effective on or around September 30, 2014.

Capability statements sought
Interested parties are expected to review this notice to familiarize itself with the requirements of this project. Failure to do so will be at your firm’s own risk.

Respondents must provide clear and convincing evidence of published manuscripts of research conducted in the area described in this notice as part of their responses. Respondents must provide clear and convincing documentation of their capability in providing the other requirements and services specified in this notice. Respondents must provide a general overview of the respondents’ opinions about the difficulty and /or feasibility of the potential requirement, and any information regarding innovative ideas or concepts.

The Respondent must also provide information in sufficient details of the respondents’ (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information.

The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc.) pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements.

All responses to this small business sources sought notice must reference solicitation number HHS-NIH-NIDA(SSSA)-SBSS-14-307 and be submitted electronically (via email) to Hunter Tjugum, Contract Specialist at hunter.tjugum@nih.gov and NIDASSSAPurchaseRequ@mail.nih.gov on or before the closing date specified in this announcement. Facsimile responses will be accepted at 301-480-1358.

Responses must not exceed 15 pages in total length in a Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2″ x 11″ paper size, with 1″ top, bottom, left and right margins, and with single or double spacing.

CONCLUDING STATEMENTS
Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.

Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technicalinformation in any resultant solicitation(s).

URL: https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA(SSSA)-SBSS-14-307/listing.html

OutreachSystems Article Number: 140731/PROCURE/0686 Matching Key Words: writ*; script?; technical; standard;

United States Postal Service, Supplies and Services Purchasing, Headquarters Purchasing, 475 L’Enfant Plaza SW Room 1021 Washington DC 20260-6258

R — Intellectual Property Rights Research and Clearance CPFCMC-Research 080514 Jeremy B. Hancock, Purchasing & SM Specialist, Phone (303) 743-1387, Fax (651) 456-6299, Email jeremy.b.hancock@usps.gov ; sp;

Request For Information/Sources Sought Notice
Intellectual Property Rights Research and ClearanceUnited_States_Postal_Service_Logo.svg
Requesting Organization
United States Postal Service
Customer Products & Fulfillment CMC
Printing and Fulfillment Purchasing Team

Purpose of This Notice
This is a Sources Sought Notice and Request for Information. This is not a formal solicitation – respondents to this notice may be invited to one or more future solicitations for the specified services. Any such solicitations will be separately announced and posted. The information provided to the U.S. Postal Service as a result of this posting is strictly voluntary and given with no expectation of compensation, and is at no cost to the U.S. Postal Service.

Sources Sought
USPS is seeking to locate experienced suppliers capable of and interested in providing rights and permission research support services. Suppliers must have extensive and demonstrable experience in major projects requiring photo, text, and rights/permissions research and verification including but not limited to: stamps, textbooks, documentary films, and commercial products through an extensive, accessible, secure database of consultants and experts in a variety of disciplines.

Req uired Expertise and Experience
1. Research and identification of quality visual reference and material from both a content and creative standpoint.
2. Established research standards relative to subject, visual, estate and licensing issues.
3. Sustained management of multiple projects over a period of time.
4. Negotiating and paying rights permissions and fees for intellectual and other property rights.
5. Superior communications skills and working relationships with art directors; high profile and/or celebrity clients.
6. Analyzing and identifying elements, content and proofing a variety of visuals and materials.
7. Documenting, organizing (for access and ready retrieval) and maintaining information relative to multiple projects assigned spanning over several years.
8. Writing and editing copy from historical research for a variety of mediums to commercial product and advertising.
9. Standard office management procedures with regard to trafficking material, invoicing and billing.
10. Social Media messaging, including but not limited to the use of Facebook, Google+, Pinterest, Instagram, and Twitter, and other social media platforms
11. Ability to meet the requirements for a sensitive security clearance

Responses
Responses should be submitted to the Point of Contact listed below. Your responses must include:
• Contact name and title
• Company name
• Address, phone number, email address, and web site address
• Basic information about your company’s experience and capabilities. This should be brief – detailed capability information will be reviewed only during specific solicitations.

Point of Contact
Jeremy B. Hancock, Purchasing & SM Specialist
USPS – Customer Products & Fulfillment CMC
3300 S Parker Rd, #400
Aurora CO 80014-3520
Jeremy.B.Hancock@USPS.gov 

FedBizOpps – Awards

600px-US-DeptOfNavy-Seal.svgDepartment of the Navy, Space and Naval Warfare Systems Command, SPAWAR Systems Center Pacific, 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001

76 — SSC Pacific Command Reference Document N66001-14-R-0011 Point of Contact – Cassi J Newman, Contract Specialist, 619-553-7504; Andrea L Eckenrode, Contracting Officer, 619-553-5283 Contract Specialist N66001-14-C-0011 $210,000.00 080114 StratComm, Inc., 24 Prime Park Way Suite 103, Natick, MA 01760 US No Description Provided
URL: https://www.fbo.gov/notices/2e55a7965baf8d91d36cc539d53697b2

OutreachSystems Article Number: 140801/AWARDS/1482 Matching Key Words: naics!711510;

FedBizOpps – Special Notes

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

R–SOLDIER FOR LIFE TRANSITION ASSISTANCE PROGRAM – FORMERLY ARMY CAREER AND ALUMNI PROGRAM (ACAP) IN SUPPORT OF THE UNITED STATES ARMY HUMAN RESOURCES COMMAND FORT KNOX, KY W9124D14R0020 Catherine Padgett, 502-624-4205 MICC Center – Fort Knox This Special Notice is not a request for proposals and the Government is not committed to award a contract pursuant to this Department of the Armyannouncement. Included in this notice are:

1. A Draft Performance Work Statement (PWS) for a potential requirement in support of the Soldier for Life Transition Assistance Program (SFL TAP) – formerly Army Career and Alumni Program/ACAP, with attachments;
2. Responses to questions previously received from industry regarding Draft PWS and Solicitation Number W9124D-13-R-0041;
3. Notification of an Industry Day Event;
4. Request for Information (RFI)/Sources Sought

Mission and Installation Contracting Command (MICC) Knox is seeking information regarding services required by the Human Resources Command (HRC). The SFL TAP requirement is to provide transition services to Soldiers and meet Career Readiness Standards (CRS), operate established transition locations, and to provide pre-separation and transition assistance counseling and training services. Locations are both Continental United States (CONUS) and Outside Continental United States (OCONUS) and may change based on mission and needs.

The Request for Proposal (RFP) and any documents relating to this procurement will be posted on the FedBizOpps (FBO) website at http://www.fbo.gov on or about 12 November 2014 and will have an approximate 45-day response period. The period of performance will be 16 July 2015 through 15 July 2016, with a 60 day phase-in, 10 month base, and two one-year option periods. Option periods will be exercised at the government’s discretion. There will be an opportunity for offerors to submit questions after the solicitation is issued. Answers will be provided by amendment. Amendments, if any, will also be posted to the FBO website. It is the potential offerors responsibility to monitor the FBO site for the release of the final RFP and amendments (if any). Potential offerors are responsible for downloading the solicitation and any amendments. The due date for submission of proposals will be contained in the solicitation.

1. DRAFT PERFORMANCE WORK STATEMENT (PWS): MICC Knox is releasing a draft PWS for the SFL TAP. This draft PWS is not a solicitation and the Government is not requesting proposals.

This draft PWS is for planning and information purposes only. It is not to be construed as a commitment by the Government nor will the Government pay for any information solicited. The draft PWS is being provided to industry for receipt of comments only. All requirements documents are preliminary, and the Government reserves the right to make any changes deemed appropriate.

2. RESPONSES TO QUESTIONS: Responses to questions previously submitted from industry regarding W9124D-13-R-0041 (Draft PWS of April 2014 and cancelled solicitation) are included as an attachment to this Special Notice.

3. TAP INDUSTRY DAY EVENT: This is an opportunity for interested potential offerors to attend an Industry Day hosted by MICC Knox and HRC. This session will include an overview of the SFL TAP mission, and will provide an opportunity for contractors to understand requirements and business processes, network with other contractors and build partnering opportunities. The purpose of this event is to obtain input from industry experts and facilitate a networking environment for potential offerors. Contractors will be afforded the opportunity to briefly meet with the contracting officer following the event.

Date and Time: 19 August 2014, 9:00 AM – 3:00 PM Eastern time. This includes briefing and meeting time with the contracting officer. Lunch is not provided.

Location: TAP Industry Day Event will be held at Hansen Community Center Facility, 1053 Spearhead Division Road, Fort Knox KY 40121. Directions to the site will be provided to contractors following registration.

Registration: Interested contractors MUST register by contacting Cat Padgett, at catherine.l.padgett.civ@mail.mil, and Gloria Ritter at gloria.r.ritter.civ@mail.mil; no later than 2:00 PM Eastern time on Thursday, 14 August 2014. Registration will be by email only and a confirmation will be provided. Please provide the following information when registering: name and address of company, name of each individual attending (limit to a maximum of two per company), an email address for each attendee, and whether or not a meeting with the contracting officer is requested.

4. REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT: Interested contractors are requested to provide a response to this RFI that includes: (1) General contractor information; (2) RFI/Sources Sought Response. The information gained from this RFI will be for Government use and consideration. The Government does not intend to provide written responses to comments submitted.

Requested Information:

Section 1: General Contractor Information – limited to one page and will include the following: Organization Name, mailing address, name and e-mail address of designated point of contact, Contractor and Government Entity (CAGE) Code and Data Universal Numbering System ( DUNS) Number, business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB-Zone certified small business, woman-owned small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541612, with a size standard of $15M.

Section 2: Response to RFI. Responses must include Government requested information, followed by the contractor’s response. Contractors may respond to as many of the following as appropriate.

1. Provide your company’s capability to execute the current draft PWS (attached) in a Firm-Fixed-Price contract vehicle.

Definition: A firm-fixed-price contract, which best utilizes the basic profit motive of business enterprise, shall be used when the risk involved is minimal or can be predicted with an acceptable degree of certainty. (See Federal Acquisition Regulation (FAR) 16.202)

2. Provide your company’s capability to execute the current draft PWS (attached) in a Fixed-Price Incentive contract vehicle.

Definition: Fixed-Price Incentive Contract: A fixed-price incentive contract is a fixed-price contract that provides for adjusting profit and establishing the final contract price by application of a formula based on the relationship of total final negotiated cost to total target cost. (See FAR 16.403).

3. Small Business: Provide your company’s capability to perform services as defined in the draft PWS as a small business or as part of a joint venture/teaming partner agreement with another small business or a large business.

4. Large Business: Provide your company’s capability to perform services as defined in the draft PWS, with opportunities for small business participation identified, or as part of a joint venture/teaming partner agreement with a small business.

5. Contractors are invited to submit written comments regarding the draft PWS. Comments must indicate the page number and section related to the comment.

Response Due Date: Comments shall be submitted no later than 12 August 2014, at 2:00 PM Eastern time. Responses shall be submitted electronically via email (only) to gloria.r.ritter.civ@mail.mil, and catherine.l.padgett.civ@mail.mil. All emails should be identified in the subject line: ‘SFL TAP RFI, W9124D-14-R-0020’.

URL: https://www.fbo.gov/notices/9b460439525cb1e566f741991d8f8c76

OutreachSystems Article Number: 140801/SPECIAL/1545 Matching Key Words: age:state!ky; state!ky;

VADepartment of Veterans Affairs, VA Center for Acquisition Innovation (Washington), VA CAI Washington, Department of Veterans Affairs;Acquisition Service DC; Office of Acquisition Operations (003B));810 Vermont Avenue, NW;Washington DC 20420

99–FY 2015 VA OAO Non-Information Technology Advanced Planning Briefing for Industry (Non-IT APBI) VA10115I0191 Iris Hall Email Address: Iris.Hall@va.gov Phone: 202-461-6906 Daniel Centeno Email Address for Registrat: Daniel.Centeno@va.gov Phone:202-461-6809 Iris.Hall@va.gov FY 2015 VA Office of Acquisition Operations
Non-Information Technology Advanced Planning Briefing for Industry (Non-IT APBI)
October 22, 2014
Solicitation Number VA101-15-I-0191 Agency US Department of
Veterans Affairs
Notice Type Special Notice Office Office of Acquisition Operations
Synopsis
Date August 01, 2014 Agency Location 810 Vermont Ave NW Washington, DC 20420
This announcement is released by the Department of Veterans Affairs (VA), Office of Acquisition Operations (OAO), to notify Industry of a Non-Information Technology Advanced Planning Briefing for Industry (Non-IT APBI) on October 22, 2014, between 08:00 AM to 05:00 PM. The briefing will be held at the Fredericksburg Hospitality House & Event Center, 2801 Plank Road, Fredericksburg, VA 22401. The objective of the Non-IT APBI is to brief Industry on acquisition opportunities from the various offices within the VA and to brief other relevant topics.
In addition, the Office of Small and Disadvantaged Business Utilization (OSDBU) will be holding a Networking Roundtable event on October 21, 2014, from 05:00 PM to 07:00 PM. Thisevent will take place at the Fredericksburg Hospitality House, Fredericksburg Room. There is no fee to attend either event. The finalized agenda can be accessed online under the ‘Non-IT APBI Library FY15’ at https://www.voa.va.gov. Updates will be posted accordingly.
Registration for the Non-IT APBI event and Networking Roundtable is required and must be completed no later than September 15, 2014. To register online, click the ‘Non-IT APBI Registration Form’ link below. Registration issues or inquiries may be sent to VA-OAO-APBI@va.gov.
Attendance is limited to two (2) persons per company. Registration is accepted on a first-come, first-served basis, until capacity. Presentation of registration confirmation/acknowledgement will be required at check-in.
The Networking Roundtable and early check-in for the event will be held on October 21, 2014 from 05:00 PM to 07:00 PM. On October 22, 2014, doors will open at 07:00 AM for check-in and networking prior to the event starting at 08:00 AM.
A block of hotel rooms has been reserved at the Fredericksburg Hospitality House until October 10, 2014. For hotel reservations, contact the hotel at (540) 736-1006 and identify yourself as a Non-IT APBI attendee or reserve online at Frederick Hospitality House.
OAO has assigned a reference number of VA101-15-I-0191 to be utilized for informational purposes only and is not associated with a solicitation. Updates will be posted accordingly.
This event will be videotaped by the Department of Veterans Affairs. Registration and attendance constitutes your consent and release for public and/or online viewing.
Online
Registration Non-IT APBI
Registration Form
Event
Website
Non-IT APBI Library FY15
https://www.voa.va.gov
Registration
E-mail VA-OAO-APBI@va.gov
Points of Contact Iris Hall
Daniel Centeno
Registration
Phone (202) 632-5497
URL: https://www.fbo.gov/spg/VA/VAAOAS/VADC/VA10115I0191/listing.html

OutreachSystems Article Number: 140801/SPECIAL/1592 Matching Key Words: video*; website; business*; event?;

USABID 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 – PERSONNEL – DEFERRED COMP FIDUCIARY LIABILITY INSURANCE RFB : 1 SOL PERSONNEL – DEFERRED COMP FIDUCIARY LIABILITY INSURANCE RFB : 1500000067 Office Of The Controller Michael Gustafson Published On : 7/30/14 Amended On : Closing On : 8/14/14 1:30 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140801/BID/0001 Matching Key Words: age:state!ky; state!ky;

Iowa – Department of Transportation http://www.iowadot.gov/purchasing/lettingschedule.htm Iowa Department of Transportation; 800 Lincoln Way; Ames, IA 50010 Phone 515-239-1414

T – Young Driver Video Production SOL 12663 Young Driver Video Production Due Date: 9/3/2014 Contact: Laurie Hoing For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140801/BID/0228 Matching Key Words: video*; produc*; production?;

Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211

99 – Police Predictive Analytics Solution SOL RFP-3266-0-2015/KBM Police Predictive Analytics Solution Due Date: 8/13/2014 3:00 PM Eastern Contact: Kim Henry For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140801/BID/0272 Matching Key Words: age:state!ky; state!ky;

State of Connecticut http://www.biznet.ct.gov/SCP_Search/Default.aspx?AccLast=2 State of Connecticut Procurement, DAS State Contracting Portal, 165 Capitol Avenue, Hartford, CT 06106. (860) 713-5095, (860) 713-7484 (fax).

T – Charter Oak State College (COSC) is seeking quotations for Video Production Services SOL COSC-072814 Charter Oak State College (COSC) is seeking quotations for a supplier to assist in the creation of a series of videos to help expand awareness of Prior Learning Assessment opportunities in the fields of Health and Life Sciences. Due Date: 08/18/2014 Contact: David Emerick, C.P.M. For more information about this opportunity please contact the buyer directly.

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

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

Trackbacks/Pingbacks

  1. BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES | beenetworknews - August 13, 2014

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

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

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

Truth- A Right to Fight For...

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

%d bloggers like this: