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

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

R — SOCIAL MEDIA REPORTER – VOA PERSIAN SERVICE – BASED IN WASHINGTON, DC BBG39-Q-14-PERSIAN-036 092014 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com 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; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Solicitation No. BBG39-Q-14-PERSIAN-036 is issued as a Request For Quotation (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076 effective 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 $7M.

(v) The contractor shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30Broadcasting Board of Governors pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The contractor shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of four(4) months from September 24, 2014 through January 24, 2015 with two (4) month options from January 25, 2015-September 23, 2015. Multiple awards may be considered for this requirement at the discretion of the Government.

(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Social Media Reporter services as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) In Washington, DC. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

(vii) The period of performance is anticipated to start September 24, 2014 through
January 24, 2015 with options to extend services one year from date of award.
(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of 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 quotation identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.

Offeror qualifications and Quotation Submission shall include but not be limited to:

1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).

2. Past Performance. See attachment B (Past Performance Reference).

3. Contractors shall submit their quotation on an hourly basis. Work willl be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal.

In addition, the offeror must agree to undergo a security background check. If the contractor fails to pass a security background check, the contract shall be immediately terminated. To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.

(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order 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 this quotation. When combined technical and past performance are more important than price (best value).

1) Technical – Must be fluent in the Persian Language and have working knowledge of English, Experienced in using analytics to track audience growth and engagement across social platforms; knowledgeable about trends in online news and curious about things that might work for VOA Persian content; proficient in maintain the official VOA Persian social media accounts: Facebook, Twitter, Google+, etc. Able to engage readers in comments sections on-site, as well as on social platforms; demonstrated experience building audience through social networks (Twitter, Facebook and beyond) preferably through branded (non-personal) accounts, Demonstrated experience on other social networks like Pinterest, Yelp, etc. knowledge of domestic Iranian news and social trends; Working knowledge of HTML and, quite simply, how the Internet works; ability to investigate and verify claims on social media; responsible for coordination of and social interaction during live editorial events online and in real life – live chats, panel discussions, etc.

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 or pay rate of employment;
(iii) term of the contract or employment; 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 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.

3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period.

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

(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract.

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition 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-System for Award Management (SAM) (31 U.S.C. 3332)

(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.
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. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far).

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

(xv) Questions must be submitted in writing and only via email to Cheryl Nixon at CFAUNTLE@VOANEWS.COM. Written questions must be submitted before 11:59 p.m. Eastern Daylight Time on September 10, 2014. Responses to questions will be posted to FedbizOps by COB September 12, 2014.

Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral quotations will not be accepted.

ALL TECHNICAL AND PRICE QUOTATIONS, AND PAST PERFORMANCE MUST BE SUBMITTED ELECTRONICALLY TO CFAUNTLE@VOANEWS.COM BEFORE THE CLOSING DEADLINE BELOW to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1450, 330 Independence Ave., SW, Washington, DC 20237. CLOSING DEADLINE is before 11:59 p.m. Eastern Daylight Time on September 20, 2014.

(xvi) Contact: Cheryl Nixon, Contracting Officer, email:CFAUNTLE@VOANEWS.COM. All responsible sources may submit an offer that will be considered by the Agency

Set-Aside: Total Small Business Place of Performance: VOA Persian Service 330 Independence Ave, S.W. Washington, DC 20237 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-14-PERSIAN-036/listing.html

OutreachSystems Article Number: 140906/PROCURE/0130 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 — Radio Music Programmer and Production Specialist BBG50-Q-14-00013_SB 091214 Seneca B. Belinfontie, Contract Specialist, Phone (202) 203-4944, Fax (202) 382-7854, Email sbelinfo@voanews.com – Rachel Johnson, Contracting Officer, Phone (202) 382-7847, Fax (202) 382-7854, Email rjohnson@bbg.gov ;
p;
Solicitation for Creative Services

Non Personal Services

Broadcasting Board of Governors

BBG50-Q-14-00013

Radio Music Programmer and Production Specialist

(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 Quote (RFQ) to establish a Blanket Purchase Agreement (BPA). 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 award one (1) Blanket Purchase Agreement for one year.

(ii) The Broadcasting Board of Governors (BBG), Office of Contracts located in Washington, D.C. anticipates establishing a Blanket Purchase Agreement for Non-Personal Services with Independent Contractor for Radio Music Programmer and Production Specialist as described in further detail below for VOA Language Programming Office in Washington D.C., (see attached SOW.).

(iii) The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7,000,000 in average receipts for the past three (3) years. This is 100% total small business set-aside.

(iv) The period of performance is one year from the date of Award. The Contractor shall submit a monthly invoice electronically (email) for services provided the preceding month.

(v) 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.

(vi) The Government will award a Commercial, Firm-Fixed-Price, 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 solicitation. When combined, technical evaluation factors are significantly more important than cost/price.

EVALUATION FACTORS
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. Must be highly motivated, independent, self-starter to serve as a Radio Music Programmer and Production specialist in its new FM Programming Office.   Must have a minimum of 1-year experience as a Radio Music Programmer or Radio Show Host.   Experience with music scheduling software, specifically Powergold and/or RCS Selector, preferred.   Responsible for scheduling and editing music logs (In Powergold and Dalet).
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 based on 2, 080 hours per annum that will be negotiated with the BBG. Prices shall be valid for 30 days.   In addition, the Offeror must agree to undergo a security background check. If the contractor fails to pass a security background check, the contract shall be terminated.
The contract labor categories are considered administrative and professional labor and generally exempt from the Service Contract Act.

BASIS FOR AWARD
The procurement is being conducted under the authority of Federal Acquisition Regulation (FAR) part 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.
The Government reserves the right to make a selection based upon the initial proposals submissions so the Offeror should submit its best terms in the initial proposal. The Government also reserves the right to consider multiple awards for this requirement.

PROPOSAL SUBMISSION

Interested independent contractors are required to submit two (2) separate written documents (proposals) to the BBG.

1. A Price Proposal that states the Offeror’s proposed annual Total Price based on 2,080 hours per year that will be negotiated with the BBG.

2. 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.
– Copy of US Citizenship, work permit, photo ID and/or visa.
– References (three)
– Copy of active Registration in SAM.gov. https://www.sam.gov

To ensure consideration for the intended position, please reference the solicitation number on your proposal.

(vii) 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.

(viii) 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)

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

Questions must be submitted in writing and only via email to Seneca Belinfontie at sbelinfo@voanews.com. Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on Tuesday, Sept 9, 2014.
ALL TECHNICAL AND PRICE PROPOSALS MUST BE SUBMITTED ELECTRONICALLY BEFORE THE CLOSING DEADLINE BELOW to: Seneca Belinfontie at sbelinfo@voanews.com. Proposals are due to Seneca Belinfontie, Contract Specialist, 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 Friday, Sept 12, 2014.

Set-Aside: Total Small Business Place of Performance: Broadcasting Board of Governors/VOA Headquarters Building 330 Independence Avenue, S.W., Washington, DC 20237 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-14-00013_SB/listing.html

OutreachSystems Article Number: 140906/PROCURE/0131 Matching Key Words: naics!711510;

Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Norfolk Philadelphia Office, N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA

U–Visual Information Production Services N0018914TZ363 091014 Cathy Kelly Cathy.kely@navy.mil This announcement constitutes a Sources Sought Synopsis for information and planning purposes to identify the availability of potential small business sources capable of providing services to the Center for Personal and Professional Development (CPPD) Virginia600px-US-DeptOfNavy-Seal.svg Beach, VA in support of the Navy’s Sexual Assault Prevention and Response Program. Required services include Visual Information (VI) production services.
The Center for Personal and Professional Development (CPPD) requires Visual Information (VI) production services for development of a sustainment training video and accompanying facilitation materials in support of the Navy’s Sexual Assault Prevention and Response (SAPR) program.
This video requires high-end, broadcast-quality, high-definition video production to bring a sense of realism and Fleet relevance to the Navy message. The contractor shall provide VIproduction services and products to include on-site digital recording with broadcast-quality cameras and professional camera operators, production and direction services, audio support, lighting, technical direction, and digital sound and video recording media. Production shall consist of an edited, approximately 50-minute high-end, broadcast-quality, high-definition video, with a major story-telling component and shall include interviews, introductions, and potential pre and postscripts from Navy leaders.
A firm fixed price contractual vehicle is anticipated that will consist of an approximate 6 month period of performance.
The North American Industrial Classification System (NAICS) code for this acquisition is 512110 and the standard is $30 million. Small business firms possessing the requisite skills, resources and capabilities necessary to perform the stated requirement are invited to respond to this sources sought notice via the submission of an executive summary, no more than three (3) pages in length.
The submission should include the following information and reference N00189-14-T-Z363:
1. Company name, address, and point of contact with corresponding phone number and e-mail address
2. DUNS number, Cage Code, business size and classification
3. Capability statement displaying the contractor’s ability to provide the services to include past performance information.
If past performance information is provided, please include only relevant past performance on the same/similar work within the last five (5) years. This relevant past performance information should identify the applicable contract number; total contract dollar amount; capacity performed (Prime or Sub); contract period of performance; description of the relevant services provided AND the relevancy of the services to the proposed CPPD requirement; and a customer point of contact with corresponding telephone number and e-mail address (up to two references)
Standard brochures and/or paraphrasing of the Source Sought Notice will not be considered sufficient to demonstrate the capabilities of an interested party.
All submissions are required to be submitted via e-mail to cathy.kelly@navy.mil no later than 3:00pm (local time/Philadelphia, PA) on 10 Sept 2014.
Please direct any questions concerning this Sources Sought Notice to Cathy Kelly at cathy.kelly@navy.mil
This announcement constitutes a sources sought synopsis for written information only and is not to be construed in any way as a commitment by the Government. This is not a solicitation announcement for quotes and a contract will not be awarded from this announcement, nor will the Government pay for the information received in response to this announcement. Respondents will not be notified of the results. Please note the information contained within this sources sought synopsis will be updated and/or may change prior to issuance of an official Pre-Solicitation synopsis notice.
URL: https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018914TZ363/listing.html

OutreachSystems Article Number: 140906/PROCURE/0678 Matching Key Words: video*; edit*; produc*; train*; site?; page?; business*; production?; naics!512110;

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 — Combination Services and Video Journalism Reporter BBG50-Q-14-0100 091014 Adiatu Sahid-Karim, Contracting Officer, Phone 2022034022, Email askarim@bbg.gov Mandarin Service-Non Personal Service
Broadcasting Board of Governors
BBG50-Q-14-0100
Combination Services
Video Journalism Reporter

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. This combined synopsis/solicitation is issued as a Request for Proposals (RFP) to establish Blanket 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 award one Blanket Purchase Agreement; however, the Government reserves the right not to award any Blanket Purchase Agreement. Any resultant Blanket Purchase Agreement will be for one year.

The Broadcasting Board of Governors, Office of Contracts intends to establish a Blanket Purchase Agreement for Combination Services and Video Journalism Reporter as described in further detail below for the East Asia and Pacific Division (Mandarin Service) in Washington D.C. see attachments. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.
SAM: System for Award Management (SAM) applies to this procurement. You must be registered in SAM in order to be eligible to receive an award from this solicitation. Information on SAM registration and annual confirmation requirements may be obtained via the Internet at http://www.sam.gov. Prospective contractors must be registered in SAM database prior to award. Lack of registration in SAM database will make an offeror ineligible for award. CONTRACTORS MUST COMPLY WITH FAR 52.204-99 System for Award Management (SAM) Registration (August 2012) (DEVIATION).
NAICS Code: The North American Industry Classification System (NAICS) code for this acquisition is 711510, 541840 and 51930 with a small business size standard of $7, 000,000.00 in average annual receipts for the past 3 years. Please identify your business size in your response based upon this standard. This requirement will be a 100% Total Small Business.
Period of Performance:
Base: 9/15/2014 – 9/14/2015

Contract Type:
Firm- Fixed Price

Applicable Clauses:
**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.
*FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.
Applicable Provisions: See Attached
Proposal Submission:
Interested independent contractors are required to submit two (2) separate written documents (proposals) to the BBG.
1. A Price Proposal that states the Offeror’s proposed annual Total Price based on a 2,080 hours work-year that will be negotiated with the BBG.
2. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent past performance that can be easily and quickly validated by the BBG. Dates (months/years) and locations for all field experience must also be detailed.
3. Copy of US Citizenship, work permit, photo ID and/or visa.
4. References (three)
5. Copy of active CCR Registration in SAM. https://www.sam.gov
6. In the event offerors did not complete the responsibility and certification portion of the SAM registration they shall include completed copy of the provision 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.
To ensure consideration for the intended position, please reference the solicitation number on your proposal.
Proposal must be submitted electronically to askarim@bbg.gov. The due date is Wednesday, September 10, 2014 at 5PM EST. All proposals as well as inquiries should be sent electronically to Adiatu Sahid-Karim at askarim@bbg.gov

Contracting Office Address:
300 C St. SW
Switzer Bldg. Rm. 4300
Washington DC 20237
United States
Provision at 52.212-2 — Evaluation — Commercial Items. (Jan 1999) The Government will award a Purchase Order 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 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.).
Factor #1 – Technical ability to include work experience, education and specialized training
Factor #2 – Price
Factor #3 – Past Performance
Basis for Award
The procurement is being conducted under FAR Part 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.

The Government reserves the right to make a selection based upon the initial proposal submissions so the offeror should submit its best terms in the initial proposal. The Government may also determine to make no award.
A single offeror will be selected who is deemed responsible in accordance with FAR 9.104-1 and whose offer provides the Government with a best value solution.
Deadline to submit question: September 5, 2014, 12 noon.
Responses to questions will be posted on September 5, 2014.

Set-Aside: Total Small Business Place of Performance: Voice of America – Chinese Branch 330 Independence Ave, SW, Cohen 2600A Washington, DC 20237 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-14-0100/listing.html

OutreachSystems Article Number: 140905/PROCURE/0126 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 — Editorial Writer Contractor BBG50-QS-14-0010 091614 Michelle S. Mathis, Contract Specialist, Phone 2023827848, Fax 2023827854, Email mimathis@bbg.gov The Broadcasting Board of Governors Office of Policy is seeking to fulfill (1) Editorial Writer Position as a Contractor.  This will be done as a Firm Fixed Price Blanket Purchase Agreement, Not to Exceed $150, 000.00 per year, for (1yr.).

This Position will be paid on Assignment bases with one to two Assignment per week, SOW attached.  Period of Performance: 09/22/2014 – 09/21/2015.

The combined Synopsis/Solicitation is issued as a Request for Proposals for interested Independent Contractor.  The Contractor Broadcasting Board of Governorsmost be register in http://www.sam.gov system in order to work for the Federal Government.

Contractor must submit their Price Proposal, Capability Statement/Resume w/three References.  Please provide documents by e-mail to mimathis@bbg.gov or fax 202-382-7854, if faxing please call first by closing date 09/16/2014 @ 12:00noon Eastern Standard Time.

Once Selected, Contractor must provide Copy of US Citizenship, Work Permit, Photo ID and or Visa, prior to working.  Contractor also will have to be able to pass a Security Clearance before starting to work.

Evaluation Factors:

Factor #1: Technical ability to include Work Experience, Education and Specialized Training

Factor #2: Price

Factor #3: Past Performance
Set-Aside: Total Small Business Place of Performance: 330 Independence Ave., S.W., Rm 2139, Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-QS-14-0010/listing.html

OutreachSystems Article Number: 140905/PROCURE/0127 Matching Key Words: naics!711510;

Department of the ArmyDepartment of the Army, National Guard Bureau, USPFO for Kentucky, USPFO for Kentucky, Boone National Guard Center, Building 120, 120 Minuteman Parkway, Frankfort, KY 40601-6192

R–Non-Personal Services support for KY Army National Guard W912KZ-14-R-0011 091814 Diane Hutchinson, 502-607-1390 USPFO for Kentucky 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.

Provide non-personal service Medical Speciality Support Professional for base and one option year to the KY Army National Guard.
See attached docuemnts for additional information.
Set-Aside: Competitive 8(a) Place of Performance: USPFO for Kentucky Boone National Guard Center, Building 120, 120 Minuteman Parkway Frankfort KY 40601-6192 US URL:https://www.fbo.gov/spg/USA/NGB/DAHA15/W912KZ-14-R-0011/listing.html

OutreachSystems Article Number: 140905/PROCURE/0130 Matching Key Words: age:state!ky; state!ky;

National Archives and Records Administration, NAA, Acquisitions Division, 8601 Adelphi Road, Room 3340 College Park MD 20740-6001

T — Preservation Duplication of Small Gauge Films NAMA-14-Q-0129 091714 Evelyn Dean, Contract Specialist, Phone 301-837-0736, Fax 301-837-3227, Email evelyn.dean@nara.gov – Ana D. Camacho, Supervisor Contracting Officer, Phone 301-837-3229, Fax 301-837-3227, Email ana.camacho@nara.gov This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes720px-US-NARA-Seal.svg the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is NAMA-14-Q-0129 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76 effective August 25, 2014.  CONTRACT LINE ITEM NUMBERS : See Attachment 1, Schedule of Prices. REQUIREMENT : The National Archives and Records Administration (NARA) requires the services of a contractor to provide the following photographic services in accordance with Attachment 2, Statement of Work: create archival-quality 16mm duplicates of original film (8mm and Super 8mm formats). DATES/PLACE OF DELIVERY : See Attachment 2, Statement of Work, for pick-up and delivery instructions. F.O.B. : Destination. The following Federal Acquisition Regulation (FAR) clauses are incorporated and are to remain in full force in any resultant fixed price contract, with the exception of FAR provisions which will be removed prior to award : FAR 52.212-1 ,Instructions to Offerors – Commercial Items (Apr 2014). Addenda: (1) Change paragraph (c) to read: Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (2) Delete paragraph (h), Multiple Awards. See Attachment 3, Quotation Submission Instructions, for additional quotation submission instructions. EVALUATION (In lieu of FAR 52.212-2) : See Attachment 4, Evaluation Factors. The firm-fixed unit prices must include the fully burdened cost for delivering the supplies required by this contract. See Attachment 1, Schedule of Prices. Exceptions taken to any terms and conditions stated in the RFQ must be clearly outlined on a separate page of the Contractor’s quotation entitled, “Exceptions.” The Contractor must also include complete rationale, justification, and the cost impact of each exception noted. The Government reserves the right to make an award on the initial quotation without discussions of this procurement. For evaluation purposes, the fixed price for each Contract Line Item Number (CLIN) will be determined by multiplying the firm-fixed unit price by the maximum quantity of units, and the evaluated price will be determined by summing the ceiling price of all CLINs. FAR 52.212-3 , Offeror Representations and Certifications – Commercial Items (May 2014) – 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; FAR 52.212-4 , Contract Terms and Conditions – CommercialItems (May 2014) — see Attachment 6, Additional NARA Terms and Conditions (Addenda to FAR clause 52.212-4). FAR 52.212-5 , Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (Jul 2014) – see Attachment 5, FAR Clauses for the full text of this clause and for additional applicable FAR clauses. QUESTIONS : Questions regarding this RFQ must be submitted in writing to Mrs. Evelyn Dean no later than 5:00 PM E.T. on September 10, 2014 to be considered. Questions submitted at a later date will not be answered. The Government will answer questions or requests for clarification via a written RFQ amendment. RFQ CLOSE DATE : Quotations should be received by 5:00 PM E.T. on September 17, 2014 . Failure to submit quotations in accordance with Attachment 3, Quotation Submission Instructions, by the due date may result in rejection of the quotation as untimely.
URL: https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-14-Q-0129/listing.html

OutreachSystems Article Number: 140905/PROCURE/0151 Matching Key Words: film?; duplicat*; website; page?; instruct*; commercial?;

600px-US-DeptOfJustice-Seal.svgDepartment of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex 346 Marine Forces Drive Grand Prairie TX 75051

U — AOE/VT Programs – FCI Manchester, KY RFQP01101400010 Doug Fear, Phone (972) 352-4530, Fax (972) 352-4545, Email rdfear@bop.gov The Federal Bureau of Prisons, Field Acquisition Office in Grand Prairie, Texas intends to make a single or multiple award to a post-secondary institution, or industry based school that will be responsible for providing instruction in a Masonry/Bricklayer and Culinary Arts Program. The training program must prepare inmates for at least an entry level employment position upon release. The program is to be provided to the inmate population at the Federal Correctional Institution, located at 805 Fox Hollow Road, Manchester, Kentucky.

The contractor shall provide an educational program that is accredited by an accrediting college or vocational training school, state or other recognized accreditation association or agency. The courses shall be instructed utilizing one (1) hour sessions of classroom instruction. Typically, the contractor will provide services four days per week (Monday through Thursday) between the hours of 7:30 a.m. to 3:00 p.m. excluding Federal Holidays. Estimated annual sessions are 2940 for Culinary Arts and 1470 for Masonry/Bricklayer per 12-month period.

The contract shall consist of a base year with four (4) twelve (12) month option periods for renewal. The solicitation will be made available on or about July 3, 2014 and will be distributed solely through the General Administrations Federal Business Opportunities website at http://www.fedbizopps.gov/. Hard copies of the solicitation will not be available. The site provides downloading instructions. All future information regarding this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The anticipated date for receipt of quotes is July 24, 2014. Anticipated date of award is in August of 2014. This will be a full and open competitive procurement. All responsible sources may submit a quote which will be considered. Faith-Based and Community-Based Organizations have the right to submit offers/bids equally with other organizations for contracts for which they are eligible.

Place of Performance: 805 Fox Hollow Road Manchester, KY 40962 US URL: https://www.fbo.gov/spg/DOJ/BPR/70032/RFQP01101400010/listing.html

OutreachSystems Article Number: 140905/PROCURE/0153 Matching Key Words: state!ky;

Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave MacDill AFB FL 33621-5119

76 — Leased Library Books for MacDill AFB, Fl F2V30X4190AW01 091814 Donald H. Mills, Phone 8138281672, Email donald.mills.1@us.af.mil ; sp;

This is a combined synopsis/solicitation for commercial services and/or supplies prepared in accordance with the format in FAR356px-Seal_of_the_US_Air_Force.svg 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. This is a Request For Quote (RFQ) and the solicitation number for this requirement is F2V30X4190AW01 . The 6th Contracting Squadron, MacDill AFB, Florida, requires the following:

DESCRIPTION OF REQUIREMENT:

1. Shall provide a minimum of 100 books per month for a total of 1200 for the year.

2.   Shall allow customer selection of titles.

3.   Shall be able to provide pre-publication data up to five months prior to publication.

4.   Shall have online ordering process.

5.   Shall replace at least 10% of annual book shipments at no cost to the government to cover lost, stolen, or damaged items.

6.   Shall roll over unused book allowance into next subscription year if subscription is renewed.

7.   Shall allow transfer of 30% of books from loaned to permanent collection at no extra charge.

8.   Shall allow transfer of at least 30% of books loaned to permanent collection at two to four dollars per book twice a year.

9.   Shall be shelf ready with Mylar jackets, MacDill barcodes, and full MARC record cataloging.

10.   Shall be shipped at no cost to the requestor.

11.   Shall be available in seven days by order by toll free number.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76 effective 25 Aug 2014, DFAR DPN 20140828 , and AFFAR AFAC 2014-0421 . The North American Industry Classification System code (NAICS) is 424920 , with a Small Business Size Standard of 100 employees . A firm fixed price contract will be awarded.

Specific Instructions:

a. This requirement is unrestricted and will not be set aside for small business.

b. All offerors are required to complete and submit Attachment 1 of this solicitation IAW 252.209-   7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law.

c. In accordance with Contract Clause FAR 52.232-18, Availability of Funds: Funds are not presently available for this requirement. The Government’s obligation under this requirement is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.

BASIS FOR AWARD: 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: Price and Technical capability. Reference below Addenda to 52.212-2 , Evaluation — Commercial Items for more information.

DELIVERY ADDRESS: MacDill AFB (Tampa), FL   33621

PROVISIONS/CLAUSES: Provisions and clauses may be obtained via the internet through the following websites:   http://farsite.hill.af.mil http ://www.arnet.gov/far/ , orhttp://safaq.hq.af.mil/contracting .

The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by full text:

ADDENDA TO 52.212-1, Instructions to Offerors — Commercial Items (Jul 2013)

(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in this combined synopsis solicitation under the description of requirement.

(b) Submission of offers . Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. As a minimum, offers must show —

(1) The solicitation number;

(2) The time specified in the solicitation 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 solicitation. This may include product literature, or other documents, if necessary;

(5) Terms of any express warranty;

(6) Price and any discount terms;

(7) “Remit to” address, if different than mailing address;

(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);

(9) Acknowledgment of Solicitation Amendments;

(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and

(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

(c) Period for acceptance of offers . The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.

(d) Product samples . When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender’s request and expense, unless they are destroyed during preaward testing.

(e) Multiple offers . Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.

(f) Late submissions, modifications, revisions, and withdrawals of offers .

(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.

(2)

(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-

(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or

(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or

(C) It was the only offer received.

(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.

(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.

(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.

(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.

(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.

(h) Multiple awards . The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.

(i) Availability of requirements documents cited in the solicitation.

(1)

(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to–

GSA Federal Supply Service Specifications Section

Suite 8100
470 L’Enfant Plaza, SW
Washington, DC 20407
Telephone (202) 619-8925)

Facsimile (202 619-8978).

(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.

(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites —

(i) ASSIST ( http://assist.daps.dla.mil ).

(ii) Quick Search ( http://assist.daps.dla.mil/quicksearch/ ).

(iii) ASSISTdocs.com ( http://assistdocs.com ).

(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-

(i) Using the ASSIST Shopping Wizard ( http://assist.daps.dla.mil/wizard );

(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or

(iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462.

(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.

(j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “DUNS” or “DUNS+4” followed by the DUNS or DUNS+4 number that identifies the offeror’s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet athttp://fedgov.dnb.com/webform . An offeror located outside the United States must contact the local Dun and Bradstreet office for DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office.

(k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition .gov .

(l) Debriefing . If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:

(1) The agency’s evaluation of the significant weak or deficient factors in the debriefed offeror’s offer.

(2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror.

(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.

(4) A summary of rationale for award;

(5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.

(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.

(End of Provision)

ADDENDA TO 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 this solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

•1)        Price

2)     Technical capability of the item offered to meet the Government requirement

Price – Received quotes will be ranked and arranged by price (lowest first) before the Government assesses technical capability.   Rankings/arrangement will be based on total price inclusive of transportation charges from the shipping point of the supplier to the delivery destination .

Technical – An offeror must provide specific evidence that they are capable of fulfilling the requirement. Technical criteria will be evaluated by a technical advisor for compatibility/functionality review and rated IAW Table A-1 (as provided below). Documents submitted in response to this solicitation must be fully responsive to and consistent with the following (if applicable): (1) Requirements of the solicitation, Statement of Need and government standards and regulations pertaining to this requirement. If this solicitation has been designated as Brand Name or Equal IAW FAR 52.211-6, the technical advisor will compare an offerors proposed product/service against the brand names salient physical, functional, or performance characteristics to determine technical acceptance.

Table A-1. Technical Acceptable/Unacceptable Ratings
OutreachSystems Article Number: 140905/PROCURE/0754 Matching Key Words: documentar*;

140px-US-GeneralServicesAdministration-Logo.svgGeneral Services Administration, Public Buildings Service (PBS), GSA, PBS, Design & Construction Division (9P2PC), 50 UNITED NATIONS PLAZA, 1ST FL San Francisco CA 94102-4912

R — Expansion & Reconfiguration Project at San Ysidro Land Port of Entry, Phase 3 Art In Architecture SYLPOEPhase3AIA 100614 Donald Douglass, Regional Fine Arts Officer, Phone 415-522-3145, Email don.douglass@gsa.gov – Nicole Avila, Fine Arts Specialist, Art in Architecture Program, Phone 202-219-0411, Email nicole.avila@gsa.gov ART IN ARCHITECTURE PROJECT
GSA Synopsis for Artist Services

FBO Classification: R499
NAICS: 711510

Description:

The General Services Administration (GSA) Art in Architecture Program commissions American artists (citizens and Lawful Permanent Residents or Permanent Workers of the United States) to create publicly scaled and permanently installed artworks for federal buildings nationwide.

GSA announces an opportunity for a federal art commission in conjunction with the modernization and expansion of the San Ysidro Land Port of Entry in San Diego, California.

GSA will modernize and expand the San Ysidro Land Port of Entry to better meet the needs of its tenants: U.S. Customs and Border Protection, Immigration and Customs Enforcement, U.S. Border Patrol, and the U.S. Department of Agriculture. The project entails the phased reconfiguration and expansion of the existing facility to improve pedestrian and vehicular processing, increase operational efficiency, provide greater officer and public safety, decrease operational and maintenance costs, and improve the traveler’s experience of crossing the border. The full build-out consists of the demolition and construction of the new port, including primary and secondary inspection areas, administration building, pedestrian building, and other supporting structures.

The project is being implemented in three phases, as follows: Phase 1 – Northbound vehicle throughput with associated inspection facilities and southbound pedestrian facilities; Phase 2 – Northbound pedestrian facilities and the historic customs house; Phase 3 – Southbound Interstate-5 realignment with associated inspection facilities and employee parking structure. Phase 1 is nearing completion and Phase 2 is yet-to-be funded. This announcement is specifically for Phase 3.

GSA allocates one-half of one percent of the estimated construction costs of new or modernized federal buildings for art commissions. The art budget for Phase 3 of the San Ysidro Land Port of Entry project is estimated at $500,000. One or more artists will be awarded a fixed-price contract for a commission.

Artists who wish to be considered for this and all future GSA art commissions must submit application materials to GSA’s National Artists Registry (Registry). The Registry constitutes the qualified list of artists for this and all GSA commissions. Instructions on how to join the Registry are available on the following Web site:

http://www.gsa.gov/artinarchitecture

All artists who wish to be considered as candidates for a commission at the San Ysidro Land Port of Entry in San Diego, California, must have their application materials submitted and received by GSA by 3:00 PM Eastern Time on Monday, October 6, 2014. Artists’ submissions received after the deadline will not be considered for this project, but will be eligible for consideration on future GSA commissions alongside the other artists on the Registry. Artists already on the Registry need not resubmit, but may elect to update their information prior to the deadline.

GSA evaluates artists based on the following criteria: the media, materials, content, style, and scope of the artist’s past work, along with the artist’s past performance and experience with commissions or projects similar to the one described in this synopsis. Short-listed artists will be contacted and asked to submit additional information including a statement that he or she can perform the work associated with the GSA commission within the identified budget. GSA will count the combined weight of all the selection criteria as significantly more important than price.

At a minimum, the scope of services for this commission will require: collaboration with the lead designer selected for the building project; development of preliminary and final concepts; fabrication of the artwork; participation in meetings and conservation reviews as necessary; and the installation of the artwork at the project site.

Place of Performance: San Ysidro Land Port of Entry, CA US URL: https://www.fbo.gov/spg/GSA/PBS/9PCS/SYLPOEPhase3AIA/listing.html

OutreachSystems Article Number: 140905/PROCURE/0850 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 — Broadcaster/Combination Services BBG50-Q-14-0095 090814 LaKeisha S. Washington, Contract Specialist, Phone 2023827869, Fax 2023827877, Email lkwashin@bbg.gov – J.R. HILL, Contracting Officer, Phone 202.382.7846, Fax 202.382.7877, Email chill@bbg.gov 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 constitutesBroadcasting Board of Governors 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 Blanket 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 award a Blanket Purchase Agreement; however, the Government reserves the right not to award any Blanket Purchase Agreement. Any resultant Blanket Purchase Agreement will be for one year.
The Broadcasting Board of Governors, Office of Contracts intends to establish a Blanket Purchase Agreement for Combination Services as described in further detail below for the South and Central Asia Division (Kurdish Services) in Washington D.C. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.
SAM: System for Award Management (SAM) applies to this procurement. You must be registered in SAM in order to be eligible to receive an award from this solicitation. Information on SAM registration and annual confirmation requirements may be obtained via the Internet at http://www.sam.gov. Prospective contractors must be registered in SAM database prior to award. Lack of registration in SAM database will make an offeror ineligible for award. CONTRACTORS MUST COMPLY WITH FAR 52.204-99 System for Award Management (SAM) Registration (August 2012) (DEVIATION).

NAICS Code: The North American Industry Classification System (NAICS) code for this acquisition is 711510, 541840 and 51930 with a small business size standard of $7,000,000.00 in average annual receipts for the past 3 years. Please identify your business size in your response based upon this standard. This requirement will be a 100% Total Small Business.

Period of Performance:
One year from award

Contract Type:
Firm- Fixed Price

Applicable Clauses:
**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.

*FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.

Applicable Provisions: See Attachment

Proposal Submission:
Interested independent contractors are required to submit two (2) separate written documents (proposals) to the BBG.
1. A Price Proposal that states the Offeror’s proposed hourly rate. The rate will be negotiated with the BBG. Base your proposed hourly rate on the Statement of Work (SOW). Indicate the SOW in your proposal.

2. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent past performance that can be easily and quickly validated by the BBG. Dates (months/years) and locations for all field experience must also be detailed.

3. Copy of US Citizenship, work permit, photo ID and/or visa.

4. References (three)

5. Copy of active CCR Registration in SAM. https://www.sam.gov

To ensure consideration for the intended position, please reference the solicitation number on your proposal. Also, indicate the Statement of Work (SOW) you are applying for in your proposal. The SOW’s are named as the following:

Statement of Work VOA Kurdish

Proposal must be submitted electronically to lkwashin@bbg.gov. The due date is September 8, 2014 at 12:30pm noon EST. All proposals as well as inquiries should be sent electronically to La’Keisha Washington at lkwashin@bbg.gov

Deadline to submit questions: September 4, 2014

Contracting Office Address:
Broadcasting Board of Governor/ International Broadcasting Bureau
300 Independence Avenue SW
Switzer Bldg. Rm. 4003
Washington DC 20237
United States

Provision at 52.212-2 — Evaluation — Commercial Items. (Jan 1999) The Government will award a Blanket Purchase Order 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 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.).

Factor *1 – Technical ability to include work experience, education and specialized training.

Factor #2 – Price

Basis for Award
The procurement is being conducted under FAR Part 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.
The Government reserves the right to make a selection based upon the initial proposal submissions so the offeror should submit its best terms in the initial proposal. The Government may also determine to make no award.

Offeror will be selected who is deemed responsible in accordance with FAR 9.104-1 and whose offer provides the Government with a best value solution.

Set-Aside: Total Small Business Place of Performance: Broadcasting Board of Governors 330 Independence Ave. SW Washington , DC 20237 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-14-0095/listing.html

OutreachSystems Article Number: 140904/PROCURE/0150 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 — Special Assignments combination Services BBG50-Q-14-0099 091514 Cynthia C. Sugg, Contracting Officer, Phone 2023827858, Email ccsugg@bbg.gov – Diane Sturgis, Contract Specalist, Phone 202-382-7849, Fax 202-382-7854, Email dsturgis@bbg.gov ;
p;
SOLICITATION FOR VIETRNAMESE SERVICE

NON PERSONAL SERVICES

BROADCASTING BOARD OF GOVERNORS

VOICE OF AMERICA

Special Assignments Combination Services

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.   This combined synopsis/solicitation is issued as a Request for Proposals (RPF) to establish Blanket Purchase Agreement.   There will be no guaranteed minimum quantities purchased and the Government will be obligated only to the extent of authorized call orders placed against the resulting Agreement.   The Government intends to award several Blanket Purchase Agreements; however, the Government reserves the right not to award any Blanket Purchase Agreement.   Any resultant Blanket Purchase Agreement will be for one year.

The Broadcasting Board of Governors, Office of Contracts intends to establish a Blanket Purchase Agreement for Multimedia services as described in further detail below for the East Asia and Pacific Division (Burmese Service) in Washington D.C. see Attachments.    This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

SAM:   System for Award Management (SAM) applies to this procurement.   You must be registered in SAM in order to be eligible to receive an award from this solicitation.   Information on SAM registration and annual confirmation requirements may be obtained via the Internet at http://www.sam.gov .   Prospective contractors must be registered in SAM database will make an offeror ineligible for award.   CONTRACTORS MUST COMPLY WITH FAR 52.204-99 System for Award Management (SAM) Registration (August 2012) (Deviation).

NAICA Code:   The North American Industry Classification System (NAICS) code for this acquisition is 711510, Independent   Artists, Writers, and Performers,   with a small business size standard of $7,000,000.00 in average annual receipts for the past 3 years.   Please identify your business size in your response based upon this standard.   This requirement will be a 100% Total Small Business.

Period of Performance:   09/22/2014 – 09/21/015

Contract Type:   Firm-Fixed Price

Applicable FAR Clauses:   **52.252-1, Solicitation Provisions Incorporated by Reference.   *52.212-4, Contract Terms and Conditions-Commercial Items and also see attached additional clauses.

Proposal Submission:

Interest independent contractors are required to submit two (2) separate written documents (proposals) to the BBG.

•1.       A Price Proposal that states the Offeror’s proposed annual Total Price based on the Assignments worked per year that will be negotiated with the BBG.

•2.       Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and e3vidence 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 be detailed.

•3.       Copy of U. S. Citizenship, Work Permit, photo ID and/or visa.

•4.       References (Three)

•5.       Copy of Active CCR Registration in SAM. HTTPS://www.sam.gov 

•6.       In the event offerors did not complete the responsibility and certification portion of the SAM registration they shall include completed copy of the provision 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 oferor, a copy of FAR subpart 52.212-3 can be obtained by contacting the Contracting Officer.

To ensure consideration for the intended position, please reference the solicitation number on your proposal.

Proposal must be submitted electronically ccsugg@bbg.gov .   The due Date is Monday, September 15, 2014 at 2:00 PM EST.   All Proposals as well as inquiries should be sent electronically to Cynthia C. Sugg at ccsugg@bbg.gov .

Evaluation Factors

Lowest price technically acceptable to include work experience, education, specialized training and   past performance.

The Government reserves the right to make a selection based upon the initial proposal submissions so the offeror(s) should submit its best terms in the initial proposal.   The   government may also determine to make no award(s).

Set-Aside: Total Small Business Place of Performance: BBG, International Broadcasting Bureau, Office of Contracts, 330 Independence Ave., SW, Room 4007B Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-14-0099/listing.html

OutreachSystems Article Number: 140904/PROCURE/0151 Matching Key Words: naics!711510;

Nuclear Regulatory Commission, Top Level, Region II, Financial Management Branch, Marquis One Tower 245 Peachtree Center Avenue NE Suite 1200 Atlanta GA 30303

U — Request for Quote(RFQ) for French Language Training RG2-14-444 072814 Vanessa A. Lamb, Purchasing Agent, Phone 404-997-4477, Email vanessa.lamb@nrc.gov REQUEST FOR QUOTATION

Date Issued: July 21, 2014

Closing Date: July 28, 2014 by 5:00 p.m. Eastern Standard Time

Issued by: U.S. Nuclear Regulatory Commission (NRC)
Attn: Vanessa Lamb
Email: Vanessa.Lamb@nrc.gov

The U.S. Nuclear Regulatory Commission (NRC) has a requirement for the services described in the enclosed Statement of Work600px-US-NuclearRegulatoryCommission-Seal (SOW). The NRC is requesting proposals and may potentially issue a contract for the effort described in the SOW. The scope of this requirement is below. To respond to this request, please submit your written proposal by the closing date listed above.

Background
The U.S. Nuclear Regulatory Commission (NRC), Region II Office, Division of Reactor Projects is sending an NRC staff member to work for the American Nuclear Society (ANS) in Paris, France for a period of one year as a liaison providing analysis and development of regulatory policy. In order to accomplish this task, the NRC staff member will need to learn how to speak, listen and interpret, read, and write standard as well as technical French in order to work with the nuclear agency and engineers. The NRC staff member requires intensive and immersive French language training in the areas of speaking, listening, reading and writing to support relocation to Paris, France, beginning in January 2015.

STATEMENT OF WORK

The contractor shall provide training which at minimum shall meet the requirements:

• The Contractor shall train a NRC employee from a beginner/Interagency Language Roundtable (ILR) rating of zero (0) to an ILR rating of 2+ to 3 in the French language.

• A training plan shall be provided via email by the Contractor to the Contracting Officer (CO) and to the individual during the first week of training which outlines the objectives and milestones that need to be reached.

• The Contractor shall provide customized curriculum to meet need for work related vocabulary.

• The Contractor shall provide intensive French language training for a minimum of 600 hours, excluding any independent study.

• The Contractor shall provide training which includes 6 hours of private instruction (30 hours per week for approximately 20 weeks) with 2 qualified instructors. Contractor shall provide all necessary resources and training materials.

• The Contractor shall provide a pre-test to assess the needs of the NRC employee.

• The Contractor shall provide 2 to 3 hours of daily independent study (homework), Monday thru Friday.

• The Contractor shall provide monthly progress reports on the individual and internal level checks on how they are progressing in learning the language.

• The Contractor shall provide training in speaking, listening and reading the French language to support a competency rating of ILR 2+ to 3.

The Contractor shall provide basic training and vocabulary to support professional and personal discussions on business, scientific, and nuclear power topics.
• The Contractor shall provide counseling sessions, phone lessons and one-on-one teaching to ensure that the staff member is learning the language at a reasonable pace.

• The Contractor shall provide evaluation at the end of the course of instruction and shall provide certification of the competence level achieved.

• The Contractor shall complete all training prior to December 31, 2014.

• The Contractor Shall perform these services onsite or at a site within a reasonable commute time from the student’s office location at Marquis One Tower 245 Peachtree Center Avenue, NE
Suite 1200 Atlanta, Georgia 30303-1257.

• The Contractor shall provide traditional classroom instruction.

Instructions to Quoters

1. To respond to this request, your organization will be required to provide an electronic or hard copy quote which consists of a written technical proposal and a firm fixed price quote.

• Provisions that apply to this solicitation: FAR 52.212-3

• Clauses that apply to this solicitation: 52.212-4 and 52.212-5

2. Quote Submission

(a) Quotes must be submitted by e-mail to Vanessa.Lamb@nrc.gov no later than the time and date established for submission.

NRC is not responsible for electronic difficulties and/or administrative problems associated with the transmission of any files to the NRC.

3. Closing Date and Time- No later than 5:00 EST on July 28, 2014.

4. North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition is 611630.

Contract Type: Firm-Fixed-Price

Evaluation Factors for Award: The Government will award a purchase order under FAR13, Simplified Acquisition Procedures, to the vendor whose quote offers the best value to the Government. The Government will award a contract to the offeror that submits an offer that is the Lowest Price Technically Acceptable. The purchase order will be awarded to the offeror with the best price after technical requirements are met. Technically acceptable is defined as quoters having the capability to provide all of the services specified in the Statement of Work. Offerors that are not registered in SAM (www.Sam.gov) at time of award may be excluded from consideration.

Place of Performance: Atlanta , GA US URL: https://www.fbo.gov/notices/27c528c5951dbafac7e28a3d03c16747

OutreachSystems Article Number: 140904/PROCURE/0202 Matching Key Words: writ*; copy; technical; standard;

FedBizOpps – Awards

600px-US-DeptOfJustice-Seal.svgDepartment of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex 346 Marine Forces Drive Grand Prairie TX 75051

U — AOE/VT Programs – FCI Manchester, KY RFQP01101400010 Doug Fear, Phone (972) 352-4530, Fax (972) 352-4545, Email rdfear@bop.gov DJBP011000000044 $178,178.70 082014 Base Year Estimated Maximum KCTCS dba Somerset Community College, 808 Monticello Street, Somerset, KY 42501 US Notice of award.  Base and four option years estimated maximum total $938,080.50
URL: https://www.fbo.gov/spg/DOJ/BPR/70032/RFQP01101400010/listing.html

OutreachSystems Article Number: 140905/AWARDS/1171 Matching Key Words: state!ky;

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

R — Ukrainian Non-Personal Services Blanket Purchase Agreements BBG5014IQ00399 ADRIENNE R. WASHINGTON, Contracting Officer, Phone 202-382-7867, Email awashington@bbg.gov BPA BBG50-A-14-0498 BLANKET PURCHASE AGREEMENT NOT TO EXCEED $150,000, TOTAL CALL ORDERS 090314 O-UL
URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG5014IQ00399/listing.html

OutreachSystems Article Number: 140904/AWARDS/1445 Matching Key Words: naics!711510;

Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street Butler Square 5TH Floor Minneapolis MN 55403

T — Spotlight On educational short AG-6395-P-14-0558 Nathan Johnson, Email nathan.d.johnson@aphis.usda.gov AG-6395-P-14-0558 $30,000.00 090314 Trivue Entertainment Awarded 9/3/2014
URL: https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-P-14-0558/listing.html

OutreachSystems Article Number: 140904/AWARDS/1466 Matching Key Words: naics!512110;

600px-US-DeptOfJustice-Seal.svgDepartment of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex 346 Marine Forces Drive Grand Prairie TX 75051

U — AOE/VT Programs – FCI Manchester, KY RFQP01101400010 Doug Fear, Phone (972) 352-4530, Fax (972) 352-4545, Email rdfear@bop.gov DJBP011000000044 $178,178.70 082014 Base Year Estimated Maximum KCTCS dba Somerset Community College, 808 Monticello Street, Somerset, KY 42501 US Notice of award.  Base and four option years estimated maximum total $938,080.50
URL: https://www.fbo.gov/spg/DOJ/BPR/70032/RFQP01101400010/listing.html

OutreachSystems Article Number: 140904/AWARDS/1469 Matching Key Words: 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 – Y15 KET Childcare Moodle Course Developer RFP : 1500000038 SOL Y15 KET Childcare Moodle Course Developer RFP : 1500000038 Kentucky Educational Television Published On : 9/3/14 Amended On : Closing On : 9/10/14 4:30 PM EDT Time Left: 6 Days, 04:48:21 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140905/BID/0130 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: 21706136.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: 140905/BID/0201 Matching Key Words: video*; website;

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

R – Title Services SOL IFB-3283-0-2015/KBM Title Services Due Date: 9/17/2014 3:00 PM Eastern Contact: Kim Henry For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140905/BID/0429 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 – Mowing SOL 145-2014 Single Pass Loose Leaf Collection Services Due Date: 09/23/2014 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140905/BID/0434 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 – Midway Operations for the Kentucky State Fair RFP : 1500000065 SOL Midway Operations for the Kentucky State Fair RFP : 1500000065 Office Of The Controller Jodyi Hall Services NPS Published On : 9/2/14 Amended On : Closing On : 9/17/14 3:30 PM EDT Time Left: 14 Days, 04:24:57 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140904/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 – Criminal Justice Executive Development (CJED) Instructor RFP : SOL Criminal Justice Executive Development (CJED) Instructor RFP : 1500000049 Department Of Criminal Justice Training Published On : 9/2/14 Amended On : Closing On : 9/12/14 4:30 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 140904/BID/0005 Matching Key Words: age:state!ky; state!ky;

Kentucky State Procurement

Walsh Construction, 100 Witherspoon, Louisville, KY 40202

R — INVITATION TO BID DATE: Wednesday August 20, 2014 Project Information: Owner: Kentucky Transportation Cabinet Project: Ohio River Bridges Downtown Crossing Goal: 8% DBE Participation Walsh Construction welcomes quotes from qualified DBE subcontractors for services on the Ohio River Bridges Downtown Crossing. Scope of services: Walsh is requesting an event planner to plan three (3) events on three (3) separate dates. Details are: Tuesday September 9, 2014 7A Walsh is requesting chairs set classroom style outside for 150 people and an outside audio system (microphone and speakers) for a project presentation. Tuesday September 16, 2014 7A Walsh is requesting chairs set classroom style outside for 50 people and an outside audio system (microphone and speakers) for a project presentation. Tuesday September 23, 2014 7A Walsh is requesting chairs set classroom style outside for 50 people and an outside audio system (microphone and speakers) for a project presentation. If you company is interested in submitting a quote for this scope of work, Walsh requests that you complete the information below and return with your quote and restrictions. Walsh will endeavor to work with all qualified DBE firms to encourage project participation, including consideration for any quotes for any item of work, portion of item or combination thereof. Please respond to this ITB through email: mljackson@walshgroup.com. Submit the following information: FIRM NAME; CONTACT NAME; CONTACT PHONE; EMAIL; FIRM SCOPE OF SERVICE; DBE CERTIFICATION STATE AND AGENCY. This notice is provided by the Kentucky Small Business Development Center. The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 140904/KY/6905 Matching Key Words: age:state!ky; state!ky;

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

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

Comments are closed.

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

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

Truth- A Right to Fight For...

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

%d bloggers like this: