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 Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway – MC3 Boulder CO 80305-3328
T — Rockfish Recovery Outreach & Education Videos RA-133F-14-RQ-1146BS 090514 Brenda S. Summers, Purchasing Agent, Phone (303) 497-5588, Fax (303) 497-3163, Email brenda.s.summers@noaa.gov COMBINED SYNOPSIS/SOLICITATION
Rockfish Recovery Outreach & Education Videos
(I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
(II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number
RA-133F-14-RQ-1146BS.
(III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76.
(IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 512110. The small business size standard is $32.5M.
(V) This combined solicitation/synopsis is for purchase of the following commercial services:
Line Item 0001 – Base Year; Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for development of two (2) videos on the history of rockfish, in accordance with the Statement of Work. Period of Performance: Date of Award through August 31, 2015.
(VI) Description of requirements is as follows:
See attached Statement of Work.
(VII) Period of performance shall be: Date of Award through August 31, 2015.
(VIII) FAR 52.212-1, Instructions to Offerors — Commercial Items (Apr 2014), applies to this acquisition.
IMPORTANT NOTES:
VENDOR SHALL HAVE AN ACTIVE REGISTRATION IN SYSTEM FOR AWARD MANAGEMENT (SAM) FOUND AT SAM.GOV IN ORDER TO BE ELIGIBLE FOR CONTRACT AWARD. IN ADDITION, VENDOR SHALL ALSO COMPLETE REPRESENTATIONS AND CERTIFICATIONS ELECTRONICALLY IN SAM. REPS AND CERTS SHOULD INCLUDE THE NAICS CODE APPLICABLE TO THIS SOLICITATION.
NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror.
1. Quotes shall be fully executed and returned on the Standard Form (SF) 18 and any acknowledgements of solicitation amendments on the SF 30.
2. Submit quotations to the office specified in this solicitation at or before the time specified in the solicitation. E-mail quotes are acceptable and can be sent to Brenda.S.Summers@noaa.gov .
3. At a minimum the contractor shall provide the following information:
a) Point of contact name, telephone and E-mail address.
b) DUNS Number
4. Provide all evaluation criteria in accordance with 52.212-2 in this package.
5. Complete and return Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) with quote.
(IX) FAR 52.212-2 Evaluation-Commercial Items (Jan 1999)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Evaluation will be based on:
1) Technical Capability, Knowledge and Experience:
a. Demonstrate experience producing videos of marine life in the Puget Sound/Georgia Basin area, including bottomfish species such as rockfish.
b. Demonstrate ability to professionally film interviews, edit and produce films on marine life.
c. Demonstrate past experience filming deepwater areas where species such as yelloweye rockfish, canary rockfish or bocaccio typically live.
d. Demonstrate diving certification
e. Demonstrate knowledge and experience filming rockfish in their natural habitats of the Puget Sound/Georgia Basin.
f. Demonstrate excellent underwater filming skills
g. Demonstrate knowledge of where to film rockfish and their habitats in Puget Sound/Georgia Basin
h. Demonstrate ability to professionally edit film
i. Demonstrate ability to professionally conduct or coordinate voice-overs & interviews
2) Past Performance – quote shall include at least two references for similar services including the phone number, full address and E-mail address (if available), and contractor’s past performance will be based on responsiveness, quality, and customer services, and
3) Price – The Government intends to award a best value, firm fixed-price purchase order on an all or none basis.
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of provision)
(X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (May 2014), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. SEE (X) IN ATTACHED CLAUSES.
The offeror shall complete the annual representations and certifications electronically in System for Award Management at https://www.sam.gov/portal/public/SAM/.
(XI) The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items (May 2014), applies to this acquisition.
(XII) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2014) applies to this acquisition. SEE (XII) IN ATTACHED CLAUSES.
(XIII) The following clauses are also applicable to this acquisition: SEE (XIII) IN ATTACHED CLAUSES.
(XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply.
(XV) Quotes are required to be received in the contracting office no later than 4:00 P.M. MT on September 5, 2014. All quotes must be E-mailed or faxed to the attention of Brenda Summers. The E-mail address is Brenda.S.Summers@noaa.gov and the fax number is (303) 497-3163.
(XVI) Any questions regarding this solicitation should be directed to Brenda Summers by E-mail to Brenda.S.Summers@noaa.gov or by fax at (303) 497-3163.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOC/NOAA/MASC/RA-133F-14-RQ-1146BS/listing.html
OutreachSystems Article Number: 140830/PROCURE/0148 Matching Key Words: video*; film?; edit*; produc*; website; education*; business*; produce?; instruct*; commercial?; filming; naics!512110;
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W. Washington DC 20535
U — The Hard Way 30 minute video RFQ14-3150-PR-0013428 091714 Deborah F. Chin, Contracting Officer, Phone 202-324-5723, Fax 202-324-3491, Email deborah.chin@ic.fbi.gov This is a combined synopsis/solicitation for commercial video production services prepared in accordance with the format in FAR Subpart 12.6 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This is a “Bid to Budget” request for quote with a not to exceed budget of $150, 000. All filming is to take place in the city of Chicago, Illinois. Interested vendors are expected to provide their own space and equipment for production. Any travel expenses are to be included in the budget of $150,000. This is firm fixed price contract type. No calls will be accepted. Answers to any questions submitted will be posted by 2:00 p.m. September 10, 2014.
Set-Aside: Total Small Business Place of Performance: 2111 West Roosevelt Road Chicago, IL 60608 US URL: https://www.fbo.gov/spg/DOJ/FBI/PPMS1/RFQ14-3150-PR-0013428/listing.html
OutreachSystems Article Number: 140830/PROCURE/0155 Matching Key Words: video*; produc*; business*; production?; commercial?; filming; naics!512110;
Department of the Army, Army Contracting Command, ACC-APG – Aberdeen Division C, ACC-APG – Aberdeen Division C , 6001 COMBAT DRIVE 6001 COMBAT DRIVE 6001 COMBAT DRIVE , Aberdeen Proving Ground, MD 21005-1846
R–Request for Information for Central Technical Support Facility (CTSF) Site Support Operations W56KGYMRC0044 091214 Tyler Restrick, 443-861-5394 ACC-APG – Aberdeen Division CRequest for Information (RFI) for Central Technical Support Facility (CTSF) Site Support Operations.
Overview: The Army is conducting market research to determine the best acquisition strategy for this effort.
At present, the period of performance will be twelve (12) months from contract award with two (2) twelve (12) month options. This is subject to change. For the purposes of this RFI, the contractor should assume the work being conducted will occur at CONUS locations.
Description of services:
The Central Technical Support Facility (CTSF) is responsible for three (3) primary missions: Army Interoperability Certification (AIC) Testing, Configuration Management (CM) of the Army’s LandWarNet Mission Command software baselines, and providing technical engineering support to System of Systems Engineering, Information Awareness (IA) and Information Technology (IT) efforts as directed. The application of the processes and procedures needed to execute these roles on Army LWN systems are also used, as directed, on Joint systems, often within a Coalition Environment.
The requirements are as follows:
FACILITIES MANAGEMENT
The contractor shall perform plumbing, electrical, general carpentry, Heating, Ventilating, and Air Conditioning (HVAC) maintenance and repair support. Ensure safety and compliance with Occupational Safety & Health Administration (OSHA), environmental and other regulatory requirements. Respond to safety or health related issues immediately; respond to other maintenance issues within one duty day. Monthly status reports shall be delivered IAW CDRL B001.
The contractor shall establish, retain and/or maintain-in-force leases for infra structure support for modular buildings and government owned buildings, and the government has the right to terminate the lease agreements. Develop and execute plan to conduct turn-in and/or disposal to include leased modular buildings, office equipment (copiers, faxes, etc), unique support vehicles (forklifts, etc); establish and maintain purchase agreements for telephone service (land-line and cellular), and other materials, supplies, and services not available through government channels Government Furnished Equipment (GFE); provide analysis data for costs and expenditures; coordinate with Director of Logistics (DOL) for support and fuel; monitor installation support funded with Materials Expenditure Notification (MENs); verify execution of funds and timeliness of obligations; track execution and disbursements in Supply, Non-standard and manual systems for local transactions and all satellite location or overseas transactions annually (contractor will not require access to Planning, Programming and Budgeting System documentation or databases). Contractor shall comply with Army Records Information Management Criteria for official government documents. Monthly status reports shall be delivered IAW CDRL B001.
CUSTODIAL SERVICES
The custodial services to be performed by the contractor will include sweeping, vacuuming, stain removal and shampooing carpet, polishing floors, clean and restock restrooms, and emptying waste cans which are conducted during the normal Monday thru Friday work week. The Cleaning Team does not clean customer’s personal space, but does clean vacant desks, prepare rooms and furniture for new occupants. Frequency varies depending on the needs of the buildings and customers. The Government reserves the right to change the types of custodial services to be performed, and the frequency of the performance of such custodial services. Monthly status reports shall be delivered IAW CDRL B001.
PHYSICAL SECURITY
The contractor shall maintain one external access control point during duty day hours (0800-1600) during weekdays and one internal Security access control point 24 hours/7 days a week; maintain access data base and visitor access request information; produce and issue access badges; coordinate security clearances with installation, higher government echelons, and numerous contract companies/corporations. Contractor shall supervise the security force and coordinate security issues with installation provost marshal’s office and/or other agencies. Monthly status reports shall be delivered IAW CDRL B001
PROPERTY ACCOUNTABILITY/LOGISTICS SUPPORT
Provide property management, which includes support to the Property Book Office (PBO) with accountability for equipment; process turn-in or lateral transfer actions as needed; process additions/deletions to property book as needed; conduct annual 100% inventory for all CTSF, PM, and IPBO (Installation Property Book Office) items; maintain accountability for all items on hand receipt from Program Managers, CTSF and IPBO (Installation Property Book Office). The contractor shall assist in pack/wrap and ship all outbound shipments each month; receive and inventory all inbound shipments each month; pack/wrap, prepare pallets for shipment and deliver with appropriately prepared documentation to Central Receiving Point Second-Destination-Transport (SDT); maintain 100% tracking and accountability on outbound shipments. Plan/coordinate/ oversee preparation of assets for shipment to and from the PM’s. Monthly reports shall be delivered IAW CDRL A001, B001, and E001.
GENERATOR MANAGEMENT/MAINTENANCE SUPPORT
Maintain on-site backup power generators. Provide maintenance services for the repair of power interruption within two hours of notification.
TELECOMMUNICATIONS
The contractor shall provide Information Technology (IT) personnel to provide help desk services, server system administration, Voice over Internet Protocol (VOIP) services and CTSF campus network services.
The help desk will maintain desktop/laptop computers and peripherals for approximately 600 users, ensure connectivity for domain and group, email and VPN accounts and manage mobile devices for selected individuals. The help desk will interface with the Network Enterprise Center (NEC) to ensure compliance with Information Assurance Vulnerability Management (IAVM) scans and directed scans of network computers. The help desk will maintain Video Telephone Conference (VTC) suites, perform scheduling and connection for all on-site CTSFconferences and respond immediately to VTC outages/problems. The help desk will image and administer Non-Classified Internet Protocol Router Network (NIPRnet) and Secret Internet Protocol Router network (SIPRnet) IAW NEC policies.
The server systems administrator will provide enterprise application analysis and implementation, promptly respond to network/server outages, maintain the Common Access Card (CAC) Physical Server and CAC readers for entry to the facility, Printer Server, SharePoint Server, Web-based Servers, and off site backup servers and backup applications support. The VOIP services ensure the call manager is operational and maintain VOIP drop lines and connections. The network devices will be maintained to provide CTSF campus network connectivity. The offsite backup facility must be network operational and maintained and ensure daily data backups.
Status reports are to be delivered IAW CDRL B001 and C001 and should include information on equipment operational, non-operational and items out for repair or on order for replacement.
RFI Administrative Information: This is a Request for Information (RFI) only. Do not submit a proposal or quote. After reviewing the above overview and requirements, interested capable contractors are invited to provide responses to the following questions. Responses should follow this format and be submitted electronically as one complete document. This RFI is for informational purposes only and is not to be construed as a commitment by the Government to procure any items/services, or for the Government to pay for the information received.
1. Please provide the following Point of Contact information:
Company:
Address:
Point of Contact:
Phone Number:
Fax Numbers:
Email Address:
2. Please identify your company’s small business size standard based on the applicable NAICS code of 561210 Facilities Support Services. The Small Business Size Standard for this NAICS code is 561210 $38,500,000.00. For more information refer to http://www.sba.gov/content/table-small-business-size-standards.
Large Business Concern
Small Business Concern
8(a)
Small Disadvantaged Business (SDB)
Woman-Owned Small Business
Historically Underutilized Business Zone (HUBZone)
Veteran-Owned Small Business
Service-Disabled Veteran-Owned Small Business
3. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question # 2, then is your company interested in a prime contract for the above stated requirements?
4. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under NAICS Code 561210 Facilities Support Services? If you are a SB answer questions 4A.through 4C. All others skip to Question #5.
A. If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work required in house?
B. If you are a small business can you go without a payment for 90 days?
5. Does your company have experience as a prime contractor administering Multiple
Award Contracts (MACs)?
6. If you answered quote mark yes quote mark to Question # 5, please provide as much of the following information as possible;
A. MAC contract number(s);
B. aggregate dollar value of entire MAC contract;
C. aggregate dollar value of task orders you prime on each MAC;
D. number of task orders you prime on MAC;
E. Is the work on each MAC similar in scope to that of the description of requirement?
7. Does your company possess the capabilities to independently provide the entire range of hardware or services called for in the description of requirement?
______ YES _______ NO
8. If you answered YES to Question # 7, what hardware and/or services called for in the description of requirement can your company provide? Please provide specific examples.
9. If you answered NO to Question # 7, what hardware and/or services called for in the description of requirement can your company provide? Please provide specific examples.
10. Can you acquire enough space to perform this task prior to contract award or within 15 calendar days after contract award?
11. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy requirements of the entire description of requirement. Offerors are encouraged to identify teams, indicating each team member’s size status based upon the North American Industrial Classification System (NAICS) code of the work that the team member may be doing.
12. Is your company currently providing similar services to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer’s identity, please address whether your company offers the same or similar services commercially
13. Describe any experience operating in hostile, contingency or combat environment, in support of military operations worldwide.
14. Does your company needs to have a TOP SECRET facility or access to one should it be required?
15. If you are planning on teaming with other companies, Please list the process used in selecting the members?
16. Does your company have a DCAA approved accounting system?
17. Does your company have habitual relationships with commercial IT industry leaders?
18. If you answered quote mark yes quote mark to Question # 18, please provide as much of the following information as possible;
A. Relational Industry Leader;
B. Aggregate dollar value of relationship;
C. Length of time your organization has been in this relationship;
D. How does the relationship you have identified impact the TSD effort;
19. Interested companies may also provide a quote mark White Paper quote mark (no more than 10 pages in length) describing how its products and technical expertise could produceand deliver such a capabilities as described in the description of requirement. Also, identify your company’s past and current customers to which you provided similar products, including a customer/company name and point of contact, phone number and address/e-mail where they can be contacted.
***All information should be provided via electronic mail to the Contracting Officer, Gregory Kaiser, email: Gregory.f.kaiser3.civ@mail.mil, and the Contracting Specialist, Tyler Restrick, email: tyler.j.restrick.civ@mail.mil at no later than close of business, 12 September 2014.
Place of Performance: ACC-APG – Aberdeen Division C 6001 COMBAT DRIVE6001 COMBAT DRIVE6001 COMBAT DRIVE, Aberdeen Proving Ground MD 21005-1846 US URL:https://www.fbo.gov/notices/8480cb6ef1d0e52d07a63a98efefb57c
OutreachSystems Article Number: 140830/PROCURE/0541 Matching Key Words: video*; produc*; conference?; you; web; site?; page?; business*; documentation; produce?; commercial?;
Department of the Army, Army Contracting Command, MICC, MICC – Fort Campbell, MICC – Fort Campbell, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
U–Combined Synopsis/Solicitation for Special Forces Combatives Program W9124814T0054 090914 Brad Davis, 2707987833 MICC – Fort Campbell This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
1. Combined Synopsis/Solicitation for Special Forces Combatives Program
2. Solicitation Number: W91248-14-T-0054
3. Classification Code: U099 – Education/Training-Other
4. Set-Side: 100% Set-aside for Small Business Concerns
5. Closing Response Date: 9 September 2014; 2:00 PM CST
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
Solicitation number W91248-14-T-0054 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, dated 25 July 2014. This is a 100% small business set aside requirement. The NAICS Code is and 611620, quote mark Sports and Recreation Instruction, quote mark and the small business size standard is $7M. The complete Offer Schedule, Performance Work Statement, Wage Determination, and any other associated documents can be located at the end of this FedBizOpps announcement under Additional Documentation.
This solicitation is a request for quote for non-personnel services to provide Special Operations Combatives Program (SOCP), Modern Army Combatives Program (MACP), and knife and stick fighting training. The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and services necessary to perform Special Operations Combatives Program (SOCP), Modern Army Combatives Program (MACP), and knife and stick fighting as defined in the attached Performance Work Statement.
The provision at 52.212-1 Instructions to Offerors-Commercial Items is applicable and is tailored as follows: Paragraphs (b)(5), (d), (e), (h), and (i) are deleted. Paragraph (a), Inspection and Acceptance, is deleted and replaced with Contract Clause 52.246-4, Inspection of Services – Fixed Price. This provision is amended to incorporate the following: 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in information with http://farsite.hill.af.mil); 52.204-7 System for Award Management; 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting; 52.216-1 Type of Contract (Fill-in information with Firm Fixed Price). The successful offer must be registered on the System For Award Management (SAM). Offerors shall include their CAGE Code, DUNS, and TIN with their quote.
The provision at 52.212-2 Evaluation – Commercial Items, is applicable; evaluation factors are Technical Acceptability, Past Performance, and Price. To be considered Technically Acceptable, the offeror must receive a quote mark Technically Acceptable quote mark rating for both Technical and Past Performance evaluation factors as defined herein. Pricing will be evaluated for reasonableness in accordance with FAR 15.404-1. As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding six (6) months of the offeror’s final option period price to the offeror’s total price. Offerors are required only to price the base and option periods. The Government may choose to exercise the Extension of Services at the end of any performance period (Base or Option Periods), utilizing the rates of that performance period. Specifics regarding the basis for Contract Award are at the end of this document.
The provision at FAR 52.212-3 with its Alternate I, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Offerors shall include a completed copy at the time of submission. As opposed to submitting the provision at 52.212-3, the offeror may elect to complete the Representations and Certifications at the System for Award Management (SAM) website. SAM may be accessed at https://www.sam.gov/portal/public/SAM/. Pursuant to FAR 9.1, Responsible Prospective Contractor, offerors may be required to provide the name of the financial institution where an applicable business bank account is located, supplier names where accounts are established, account numbers, names of customers, points of contact, and telephone numbers, as well as a brief description of previous contract services, providing the length of the contract or agreement, the dollar value, point of contact, and telephone number. The information will be used to determine responsibility of an offeror.
The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, and is amended to incorporate the following clauses: 52.203-3 Gratuities; 52.203-12 Limitation on Payments to Influence Certain Federal Transactions; 52.204-13 System for Award Management Maintenance; 52.209-7 Information Regarding Responsibility Matter; 52.228-5 Insurance — Work on a Government Installation; 52.232-23 Assignment of Claims; 52.232-39 Unenforceability of Unauthorized Obligations; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.246-25 Limitation of Liability – Services; 52.252-2 Clauses Incorporated by Reference (Fill-in information with http://farsite.hill.af.mil).
The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following FAR clauses cited within are applicable: 52.203-6 with its Alternate I Restrictions on Subcontractor Sales to the Government; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government’s Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-14 Limitations on Subcontracting; 52.219-16 Liquidated Damages-Subcontracting Plan; 52.219-28 Post-Award Small Business Representation; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-41 Service Contract Act; 52.222-42 Statement of equivalent Rates for Federal Hires (Fill-in information with 15090, Technical Instructor, $18.54); 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards — Price Adjustment (Multiple Year and Option Contracts); 52.222-54 Employment Eligibility Verification; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-System for Award Management.
The following FAR clauses are also applicable to this solicitation: 52.217-5 Evaluation of Options; 52.217-8 Option to Extended Services (Fill-in information with 30 days ); 52.217-9 Option to Extend the Term of the Contract (Fill-in information with 60 days, 30 days).
The following DFARS clauses are applicable to this solicitation: 252.201-7000 Contracting Officer’s Representative; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 Control of Government Personnel Work Product; 252.204-7008 Export-Controlled Items; 252.209-7001 Disclose of Ownership or Control by the Government of a Terrorist Country; 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7031 Secondary Arab Boycott of Israel; 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; 252.243-7001 Pricing of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment; 252.244-7000 Subcontracts for Commercial Items; 252.247-7023 Transportation of Supplies by Sea.
The following provisions are applicable to this solicitation:
5152.209-4000 DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (LOCAL CLAUSE)
(a) Pursuant to Department of Defense Instruction Number 2000.16, quote mark DoD Antiterrorism (AT) Standards, quote mark dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer’s Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system.
(b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract.
(c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections.
(End of clause);
5152.233-4000 AMC-LEVEL PROTEST PROGRAM (NOV 2008) (LOCAL CLAUSE)
If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution.
HQ Army Material Command
Office of Command Counsel
9301 Chapek Rd, Room 2-1SE3401
Ft. Belvoir, VA 22060-5527
Facsimile number (703) 806-8866 or 8875
Packages sent by FedEx or UPS should be addressed to:
HQ Army Material Command
Office of Command Counsel
Room 2-1SE3401
1412 Jackson Loop
Ft. Belvoir, VA 22060-5527
The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp.
If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures.
(End of Provision);
SCHEDULE OF INSURANCE:
a. The Contractor shall, at its own expense, provide and maintain during the entire performance period of this contract at least the kinds and minimum amounts of insurance required below:
Workmen’s Compensation and Employer’s Liability Insurance $100,000.00
General Liability Insurance for Bodily Injury Liability:
Minimum Per Occurrence $500,000.00
Automobile Liability Insurance:
Minimum Per Person $200,000.00
Minimum Per Occurrence for Bodily Injury $500,000.00
Minimum Per Occurrence for Property Damage $ 20, 000.00
b. Before commencing work under this contract, the Contractor shall certify to the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government’s interest shall not be effective (1) for such period as the laws of the State in which this contract is to be performed or prescribed (2) until 30 days after the insurer or the Contractor give written notice to the Contracting Officer, whichever period is longer.
c. The Contractor shall insert the substance of the clause entitled quote mark Insurance – Work on a Government Installation (FAR 52.228-5), quote mark in subcontracts under this contract that requires work on a Government installation and shall require subcontractors to provide and maintain the insurance required above.;
Wage Determination 05-2187, Revision 14, dated 25 July 2014, is applicable to this procurement.
BASIS FOR CONTRACT AWARD:
Source selection for this procurement will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 12.602, quote mark Streamlined Evaluation of Offers, quote mark and FAR Part 13.106-2, quote mark Evaluation of Quotations or offers. quote mark For an offer’s submission to be determined quote mark Technically Acceptable quote mark and receive consideration for award based upon lowest price submitted, the offer must receive a rating of quote mark Acceptable quote mark for both Technical Acceptability and Past Performance. The Government will award the contract to the offeror that meets all the evaluation criteria with an quote mark Acceptability quote mark rating, and has the lowest price. Trade-offs between cost/price and non-cost/price factors will not be permitted.
As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding six (6) months of the offeror’s final option period price to the offeror’s total price. Offerors are required only to price the base and option periods. Offerors shall not submit a price for the potential six month extension of services period. The Government may choose to exercise the Extension of Services at the end of any performance period (base or option periods), utilizing the rates of that performance period. Pricing must be provided for all line items in order for an offeror to be considered for award. Those offerors not providing pricing for all line items will be removed from consideration for award.
In the event of an unacceptable Past Performance evaluation rating for an otherwise Technically Acceptable low price offeror, the Small Business Administration (SBA) will be contacted for a Certificate of Competency (COC) determination in accordance with procedures in FAR 19.601. In the event an offeror receives a rating of quote mark Unacceptable quote mark for both the Technical Acceptability Factor and Past Performance Factor, a COC determination will not be requested as the offeror would remain quote mark Unacceptable quote mark based on the evaluation of the Technical Acceptability Factor.
Discussions or Negotiations: The offeror’s initial offer should contain its best terms from a price and technical standpoint. Discussions, if any, will be conducted in accordance with FAR 12.602 and final offers will be evaluated in accordance with factors as were initial offers.
Award for All of the Work: The Government intends to award one contract as a result of this solicitation. Offers received with less than the stated number of items listed in the Bid Schedule will be considered non- responsive and therefore, not considered for award.
Evaluation Criteria.
(1) Evaluation criteria consist of factors and elements as listed below. Offers will be evaluated under three (3) evaluation factors:
Factor I: Technical Acceptability
1. Acceptability Standard 1: Experience
2. Acceptability Standard 2: Capability
Factor II: Past Performance
Performance evaluation will assess the relative risks associated with an offeror’s likelihood of success in performing the solicitation’s requirements as indicated by that offeror’s record of past performance. In evaluating Past Performance, Quality of Services, Timeliness of Performance, and Business Relations will be evaluated.
Factor III: Price
(2) Factor I: Technical Acceptability: The Technical Acceptability Factor evaluation provides an assessment of the offeror’s capability to satisfy the Government’s minimum requirements.
Acceptability Standard 1: Experience: The offeror demonstrates experience in providing Combatives instruction. The offeror shall submit a list of recent (within the past 5 years) and relevant contracts/subcontracts that demonstrate an ability to perform the work described in the solicitation.
Acceptability Standard 2: Capability: Offeror shall provide evidence of their ability to provide personnel in accordance with paragraphs 1.4.3 and 1.4.4 of the attached PWS. Offeror shall provide requisite certifications for all proposed instructors to be utilized to meet the effort.
The Technical Acceptability Factor will receive one (1) of the adjectival ratings defined below. The individual standards will not receive an adjectival rating.
Table 1. Technical Acceptable/Unacceptable Ratings
Rating Description
Acceptable Offer clearly meets the minimum requirements of the solicitation.
Unacceptable Offer does not clearly meet the minimum requirements of the solicitation.
(3) Factor II: Past Performance: The offeror shall submit a list of recent and relevant past contracts/subcontracts as defined below. The past performance evaluation will assess the offeror’s probability of meeting the solicitation’s requirements as indicated by that offeror’s record of past performance. Past Performance is assessed at the factor level after evaluating aspects of the offeror’s recent past performance and focusing on past performance that is relevant to the services being procured under this solicitation. Offerors are cautioned that in conducting the performance risk assessment, the Government may use data provided in the offeror’s submission and data obtained from other sources, such as the Contractor Past Performance Reporting System (CPARS), Past Performance Information Retrieval System (PPIRS) or similar systems and State Department Watch Lists.
There is no minimum or maximum number of references required; however, the offeror shall submit sufficient past performance information to demonstrate the depth and breadth to successfully satisfy all areas of the proposed effort. It is incumbent upon the contractor to present the past performance information in such a manner and in sufficient detail to ensure the Government clearly understands the information provided.
Each offeror will receive a past performance rating of acceptable or unacceptable based on the Offeror’s recent past performance, focusing on performance that is relevant to the contract requirements.
Recency Assessment: An assessment of the past performance information will be made to determine if it is recent. To be recent, the effort must be ongoing or must have been performed during the past five (5) years from the date of issuance of this solicitation. Past performance information that fails this condition will not be evaluated.
Relevancy Assessment: To be relevant, the effort must be similar in nature of work, size, and complexity. The Government will conduct an in depth evaluation of all recent performance information obtained to determine if it is the same or similar in nature, size, and complexity to the services being procured under this solicitation. A relevancy determination of the offeror’s (including joint venture partner(s) and major and critical subcontractor(s)) past performance will be made. In determining relevancy for individual contracts, consideration will be given to the effort, or portion of the effort, being proposed by the offeror, teaming partner, or subcontractor whose contract is being reviewed and evaluated. In establishing what is relevant for the acquisition, consideration should be given to what aspects of an offeror’s contract history would give the most confidence that the offeror will satisfy the current procurement. The past performance information provided in the offer and obtained from other sources will be used to establish the relevancy of past performance.
The Past Performance Evaluation Team will review past performance information and determine the quality and usefulness as it applies to past performance rating.
The Past Performance Factor will receive one (1) of the adjectival ratings defined below.
Table 2: Past Performance Evaluation Ratings
Rating Description
Acceptable Based on the offeror’s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror’s performance record is unknown.
Unacceptable Based on the offeror’s performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort.
Offerors without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, quote mark unknown quote mark shall be considered acceptable.
(4) Factor III: Price: The Price factor will not be scored or rated. Evaluation of price will be performed using one or more price analysis techniques in FAR 15.404-1(b). Through these techniques the Government will determine whether prices are reasonable, complete and balanced.
Options. Pricing submitted for the Offeror Schedule, will be evaluated for price reasonableness. The Government will evaluate the Offeror’s total price, to include the base period, first option period, second option period, and one-half of the second option period, using price analysis techniques (See FAR Clause 52.217-8). Pricing must be provided for all line items in order for an offeror to be considered for award. Those offerors not providing pricing for all line items will be removed from consideration for award. The Government will award a single contract to the offeror whose offer represents the Lowest Price Technically Acceptable offer.
Unbalanced Pricing. Unbalanced pricing may be evaluated in accordance with FAR 15.404-1(g), as applicable, to assess potential performance risk which could result in unreasonably high prices.
Offers are due no later than 9 September 2014; 2:00 PM CST. All responsible sources may submit an offer, which will be considered by the agency. In accordance with 52.212-1, Instructions to Offerors, paragraph (f), quotes received after the established closing date will be viewed as late, and therefore not considered. Offers may be submitted via email (preferred) to mark.b.bentley.mil@mail.mil or via mail to MICC – Fort Campbell, ATTN: SSG Mark Bentley, 6923 38th and Desert Storm Ave, Fort Campbell, KY 42223-5355. Point of contact for this solicitation is SSG Mark Bentley, 270-798-7833, mark.b.bentley.mil@mail.mil.
Set-Aside: Total Small Business Place of Performance: MICC – Fort Campbell 6923 38th and Desert Storm Ave Fort Campbell KY 42223-1100 US URL:https://www.fbo.gov/notices/c1c3732a1ccebe31882c538073809b27
OutreachSystems Article Number: 140829/PROCURE/0170 Matching Key Words: age:state!ky; state!ky;
Department of the Army, FedBid, FedBid.com — for Department of Army procurements only, USPFO for KY, Frankfort, KY 40601
69–Target Transceivers PR10582444 091514 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is PR10582444 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 339999 with a small business size standard of 500.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on http://www.FedBid.com will start on the date this solicitation is posted and will end on 2014-09-15 11:30:00.0 Eastern Time or as otherwise displayed at http://www.FedBid.com.FOB Destination shall be Frankfort, KY 40601 Place of Performance: Frankfort, KY 40601 40601-6192 US URL: https://www.fbo.gov/notices/627a63cf664ca96584557fcd12446164
OutreachSystems Article Number: 140829/PROCURE/0591 Matching Key Words: age:state!ky; state!ky;
Office of Personnel Management, Facilities, Security and Contracting, Contracting, 1900 E Street, N.W., Room 1342 Washington DC 20415-7710
99 — Opportunity to Purchase a “Virtual” Booth at 2014 Virtual Federal Benefits Seminar OPM-BOTD-0001 091214 Clyde Bronson, Human Resources / OPM Contracting Officer, Phone 2026062529, Email Clyde.Bronson@opm.gov Synopsis:
The Office of Personnel Management’s (OPM), Retirement Services, Benefits Officers Training and Development (BOTD) is hosting a 1-day Virtual Federal Benefits Seminar on November 5, 2014, which will provide a day of plenaries and breakouts on Retirement, Insurance, Financial Education, and Thrift Savings Plan Administration. As an integral part of the online, seminar, there will be an opportunity for vendors to showcase their services with a “virtual exhibit booth”. The following information is for vendors who may wish to showcase their products and services on our web site for both the live viewing day and the one year period that the archived seminar will be available to all registered participants. That’s right; you’ll be buying space on a landing page along with up to 30 other vendors with links to your own webpages.
To purchase a virtual booth for your organization, please contact Brandon Mitchell of Power Train, at BMitchell@PowerTrain.com , or 301-731-0900 ext 110.
Subject: 2014 Virtual Federal Benefits Seminar Exhibits
The U.S. Office of Personnel Management, Retirement Services, Benefits Officers Training and Development (BOTD) will hold its 2014 Virtual Federal Benefits Seminar on November 5, 2014. The purpose of the seminar is to update the participants on initiatives in the benefits area, share information on best practices in the agencies, and to address crosscutting issues in retirement, insurance, and Thrift Savings Plan administration. The event will also feature information on OPMs Retirement Audit initiative and how to provide a healthy retirement case to OPM, as well as tips on developing an effective Financial Education program for Federal agency employees. The virtual seminar will be held online (parts of it live) on November 5, 2014.
This will be our first ever virtual event with online registration of up to 500 participants for the 1 day live seminar, and an anticipated 1,500 to 2,500 additional registrations for the achievedevent. The participants are Federal Human Resources professionals who administer the various Retirement and Benefits programs of the Federal government, to include DOD and the U.S. Post Office. This year we will offer up to 30 virtual exhibit booths to vendors, which is basically like buying ad space (with links to your web pages), not just for the day of the event, but for 364 days after the event, during which participants who view the event will be stopping by your virtual exhibit booth if properly enticed to do so. That’s right, you’ll be buying space on a landing page (your virtual space) along with up to 30 other vendors with links to your own webpages – this is you virtual exhibit booth.
Vendors can obtain further information and register for space directly from Power Train Inc., who is acting on OPM’s behalf to manage vendor registration and payment. The virtual vendor spaces will be allocated on a first come first served basis.
The registration deadline is September 12, 2014. The cost of a virtual vendor space is $750.00
This fee includes the following:
1. A virtual exhibit booth that can have graphics, text, links, animation, video, and audio. The vendors will provide the info for PowerTrain to setup their booth. Note the virtual seminar booth will have a relatively limited amount of info, but it can have links back to the vendor’s site that showcase anything the vendor wants to include on their own site.
2. There will be a chat function. During the live seminar day vendors can chat with the conference participants in real-time.
3. The vendor will have the ability to include a “link to a learn-more” form where a seminar participant asks for more info, a visit, call or materials.
4. The seminar schedule will have time allotted for the participants to visit the virtual exhibit booths before, during and after the seminar.
5. The virtual booth will be available and accessible online for one full year after the date of the event and participants may return to the booth as many times as they wish.
Participation as a virtual vendor does not mean that the U.S. Office of Personnel Management in any way endorses or approves the vendor or its products or services. Vendors may not represent in any way that their participation at this Virtual Seminar represents any endorsements or approval by the U.S. Office of Personnel Management.
To purchase a virtual booth for your organization, please contact Brandon Mitchell of Power Train, at BMitchell@PowerTrain.com , or 301-731-0900 ext 110.
Place of Performance: (Virtual Event Hosted by OPM) Broadcasted from OPM, 1900 E Street, N.W., Room SB427 Washington, DC 20415 US URL:https://www.fbo.gov/spg/OPM/OCAS/CD/OPM-BOTD-0001/listing.html
OutreachSystems Article Number: 140829/PROCURE/0735 Matching Key Words: broadcast*; event?; program?; education*; train*;
FedBizOpps – Awards
Department of Labor, Employment Training Administration, Muhlenberg Career Dev. Center, 3875 State Route, Highway, 181 North Greenville KY 42345
99 — electrical service 14-electric James R. Hill, Buyer, Phone 270-377-3253, Fax 270-338-6853, Email hill.ralph@jobcorps.org B21480 $170,899.98 080114 Kentucky Utilities, PO Box9001954, louisville, KY 40290 US Award was made for a six month period only and will expire on 1-31-15.
URL: https://www.fbo.gov/spg/DOL/ETA/Muhlenbergjcc/14-electric/listing.html
OutreachSystems Article Number: 140829/AWARDS/1517 Matching Key Words: age:state!ky; state!ky;
Department of Labor, Employment Training Administration, Muhlenberg Career Dev. Center, 3875 State Route, Highway, 181 North Greenville KY 42345
99 — solid waste service 14-trash James R. Hill, Buyer, Phone 270-377-3253, Fax 270-338-6853, Email hill.ralph@jobcorps.org B21475 $21,600.00 080114 Republic Services of Ky., 100 Ellis Smeathers Road, Owensboro, KY 42303 US Award was made for a six month period only and will expire on 1-31-15.
URL: https://www.fbo.gov/spg/DOL/ETA/Muhlenbergjcc/14-trash/listing.html
OutreachSystems Article Number: 140829/AWARDS/1518 Matching Key Words: age:state!ky; state!ky;
Department of Labor, Employment Training Administration, Muhlenberg Career Dev. Center, 3875 State Route, Highway, 181 North Greenville KY 42345
99 — potable water service 14-water James R. Hill, Buyer, Phone 270-377-3253, Fax 270-338-6853, Email hill.ralph@jobcorps.org B21481 $24,665.99 080114 Muhlenberg County Water, PO Box 348, Greenville, KY 42345 US Award was made for six months only and will expire on 1-31-15.
URL: https://www.fbo.gov/spg/DOL/ETA/Muhlenbergjcc/14-water/listing.html
OutreachSystems Article Number: 140829/AWARDS/1519 Matching Key Words: age:state!ky; state!ky;
Department of Labor, Employment Training Administration, Muhlenberg Career Dev. Center, 3875 State Route, Highway, 181 North Greenville KY 42345
99 — municipal sewer service 14-sewer James R. Hill, Buyer, Phone 270-377-3253, Fax 270-338-6853, Email hill.ralph@jobcorps.org B21456 $22,370.04 080114 Utilities Commission, PO Box 283, Greenville, KY 42345 US Award was made for six months only and will expire on 1-31-15.
URL: https://www.fbo.gov/spg/DOL/ETA/Muhlenbergjcc/14-sewer/listing.html
OutreachSystems Article Number: 140829/AWARDS/1520 Matching Key Words: age:state!ky; state!ky;
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
U – Statewide Certification Program for Environmental Educators RFP SOL Statewide Certification Program for Environmental Educators RFP : 1500000057 Kentucky Environmental Education Council Pro Services Published On : 8/28/14 Amended On : Closing On : 9/22/14 2:00 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140830/BID/0002 Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
U – CDL Examiner Region 2(Somerset) RFB : 1500000151 Office SOL CDL Examiner Region 2(Somerset) RFB : 1500000151 Office Of The Controller Daniel Salvato Published On : 8/28/14 Amended On : Closing On : 9/8/14 1:30 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140830/BID/0007 Matching Key Words: age:state!ky; state!ky;
New Jersey Press Association http://www.publicnoticeads.com/NJ/search/searchnotices.asp NJPA – New Jersey Press Association; 840 Bear Tavern Rd.; STE 305; West Trenton, NJ 08625 Phone: 609-406-0600 FAX 609-406-0300
R – CUMBERLAND COUNTY IMPROVEMENT AUTHORITY NEW JERSEY Request f SOL Public Notice ID: 21688265.HTM CUMBERLAND COUNTY IMPROVEMENT AUTHORITY NEW JERSEY Request for Proposal for Marketing and Design Consultant Services Proposals for Marketing and Communications Services required by the Cumberland County Improvement Authority, 2 N. High Street, Millville, New Jersey 08332 are being sought through the fair and open process in accordance with the requirements of N.J.S.A 19:44A-20.4. Proposals will be received until 3 p.m. on Tuesday, September 16, 2014. Late submittals will be returned unopened. Cumberland County Improvement Authority invites your firm to submit a Proposal for Marketing and Design Consultant Services pertaining to Economic Development and Environmental Improvement in Cumberland County. This project consists of elements such as: Marketing, Brand Management, Copy Writing and Reporting, Graphic Design and Photography, Media Relations Management and Training, Social Media and Electronic Communication Management and Advertising Design and Placement. A copy of the RFP and detailed requirements may be obtained contacting James Watson at (856) 825-3700 ext. 1233 or by emailing your request to jwatson@ccia-net.com Please include your name, your company name, address, telephone number and email address. All firms submitting proposals must include with their proposal, a Business Registration Certificate as required by N.J.S.A 52:32-44. The Cumberland County Improvement Authority assumes no liability for the cost proposal preparation incurred by any firm submitting a proposal. Printer Fee: $30.60 #0090857285 Pub Date: August 29, 2014 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140830/BID/0198 Matching Key Words: writ*; copy;
New Jersey Press Association http://www.publicnoticeads.com/NJ/search/searchnotices.asp NJPA – New Jersey Press Association; 840 Bear Tavern Rd.; STE 305; West Trenton, NJ 08625 Phone: 609-406-0600 FAX 609-406-0300
R – > PUBLIC NOTICE CUMBERLAND COUNTY IMPROVEMENT AUTHORITY NEW SOL Public Notice ID: 21687429.HTM > PUBLIC NOTICE CUMBERLAND COUNTY IMPROVEMENT AUTHORITY NEW JERSEY Request for Proposal for Marketing and Design Consultant Services Proposals for Marketing and Communications Services required by the Cumberland County Improvement Authority, 2 N. High Street, Millville, New Jersey 08332 are being sought through the fair and open process in accordance with the requirements of N.J.S.A 19:44A-20.4. Proposals will be received until 3 p.m. on Tuesday, September 16, 2014. Late submittals will be returned unopened. Cumberland County Improvement Authority invites your firm to submit a Proposal for Marketing and Design Consultant Services pertaining to Economic Development and Environmental Improvement in Cumberland County. This project consists of elements such as: Marketing, Brand Management, Copy Writing and Reporting, Graphic Design and Photography, Media Relations Management and Training, Social Media and Electronic Communication Management and Advertising Design and Placement. A copy of the RFP and detailed requirements may be obtained contacting James Watson at (856) 825-3700 ext. 1233 or by emailing your request to jwatson@ccia-net.com Please include your name, your company name, address, telephone number and email address. All firms submitting proposals must include with their proposal, a Business Registration Certificate as required by N.J.S.A 52:32-44. The Cumberland County Improvement Authority assumes no liability for the cost proposal preparation incurred by any firm submitting a proposal. Cost $49.68 (2684744) 8/29/ 2014 1t For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140830/BID/0203 Matching Key Words: writ*; copy;
New Jersey Press Association http://www.publicnoticeads.com/NJ/search/searchnotices.asp NJPA – New Jersey Press Association; 840 Bear Tavern Rd.; STE 305; West Trenton, NJ 08625 Phone: 609-406-0600 FAX 609-406-0300
R – CUMBERLAND COUNTY IMPROVEMENT AUTHORITY NEW JERSEY Request f SOL Public Notice ID: 21689058.HTM CUMBERLAND COUNTY IMPROVEMENT AUTHORITY NEW JERSEY Request for Proposal for Marketing and Design Consultant Services Proposals for Marketing and Communications Services required by the Cumberland County Improvement Authority, 2 N. High Street, Millville, New Jersey 08332 are being sought through the fair and open process in accordance with the requirements of N.J.S.A 19:44A-20.4. Proposals will be received until 3 p.m. on Tuesday, September 16, 2014. Late submittals will be returned unopened. Cumberland County Improvement Authority invites your firm to submit a Proposal for Marketing and Design Consultant Services pertaining to Economic Development and Environmental Improvement in Cumberland County. This project consists of elements such as: Marketing, Brand Management, Copy Writing and Reporting, Graphic Design and Photography, Media Relations Management and Training, Social Media and Electronic Communication Management and Advertising Design and Placement. A copy of the RFP and detailed requirements may be obtained contacting James Watson at (856) 825-3700 ext. 1233 or by emailing your request to jwatson@ccia-net.com Please include your name, your company name, address, telephone number and email address. All firms submitting proposals must include with their proposal, a Business Registration Certificate as required by N.J.S.A 52:32-44. The Cumberland County Improvement Authority assumes no liability for the cost proposal preparation incurred by any firm submitting a proposal. ptr fee $45.96 #1667599 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140830/BID/0216 Matching Key Words: writ*; copy;
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 – Investigator RFP : 1500000056 Board Of Accountancy SOL Investigator RFP : 1500000056 Board Of Accountancy Pro Services Published On : 8/27/14 Amended On : Closing On : 9/10/14 4:30 PM ED For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140829/BID/0006 Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
R – Investigate CPAs for violations of the statues & regulation RFP SOL Investigate CPAs for violations of the statues & regulation RFP : 1500000055 Board Of Accountancy Pro Services Published On : 8/27/14 Amended On : Closing On : 9/10/14 4:30 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140829/BID/0007 Matching Key Words: age:state!ky; state!ky;
Arizona Newspapers Association http://www.publicnoticeads.com/AZ/search/searchnotices.asp?A=N 1001 N. Central Ave., Suite 670, Phoenix, AZ 85004; (602)261-7655
R – REQUEST FOR PROPOSAL AGENDA MANAGEMENT TOWN OF PARADISE VALLEY SOL Public Notice ID: 21685557.HTM REQUEST FOR PROPOSAL AGENDA MANAGEMENT TOWN OF PARADISE VALLEY The Town of Paradise Valley requests proposals for a public meeting agenda / workflow management software system with live and on-demand website videointegration. The system should include an automated workflow process to prepare, track, modify, monitor, and approve individual agenda items for specific meeting dates. The system should also be able to accommodate multiple meeting types, i.e. council, planning commission, and board of adjustment. The Town’s preference is to implement a vendor-hosted solution. Full scope of work, submittal form, content and evaluation criteria are available for download at http://www.paradisevalleyaz.gov. The submittal deadline is 3:00 PM, September 24, 2014. Published August 28; September 4, 2014 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140829/BID/0089 Matching Key Words: video*; website;
Florida – Hillsborough Community College https://www.myvendorlink.com/common/searchsolicitations.aspx District Administration Center, Purchasing Department; 39 Columbia Drive, 6th Floor Tampa, FL 33606-3584
R – Marketing Services – Video Production SOL 2680-15 Due Date: 9/18/2014 10:00 AM Contact: Rebecca Morrison For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140829/BID/0233 Matching Key Words: video*; produc*; production?;
Kentucky – Fayette County Public Schools https://fcps.economicengine.com The Purchasing Office Louie Mack Building Room 101 460 Springhill Drive Lexington, Kentucky 40503
69 – Calculators SOL 37-14 Calculators Due Date: 09/25/2014 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140829/BID/0313 Matching Key Words: age:state!ky; state!ky;
Kentucky – City of Lexington https://lfucg.economicengine.com 200 East Main Street; Lexington, KY 40380; (859) 258-3320
R – Temporary Labor SOL 133-2014 Temporary Labor for General Services-Facilities Management Due Date: 09/11/2014 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140829/BID/0315 Matching Key Words: age:state!ky; state!ky;
PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES
Trackbacks/Pingbacks
[…] PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES […]