SOURCE: Kentucky Procurement Assistance Program / Kentucky Small Business Development Center (KSBDC)
NOTE: all information relating to this specific contracting opportunity should be verified with the issuing agency. For any other assistance, contact the KSBDC via email at bidmatch@ksbdc.org
FedBizOpps – Procurements
Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
R–ONLINE CPI FORM 434 TESTS IN SUPPORT OF USAREC AT FORT KNOX, KY W9124D-14-R-0046 091614 Tiffany Moody, 5026244268 MICC Center – Fort Knox The Mission and Installation Contracting Command-Fort Knox (MICC-Fort Knox) intends to issue a request for proposal (RFP) for CPI Form 434 tests. The NAICS Code 541720, with a size standard of $19M, applies to this requirement. This requirement is being procured in accordance with FAR Part 12, Acquistion of Commercial Items. The RFP will be posted to ASFI/FedBizOpps on or about 16 Sept 2014. All amendments to the solicitation will be likewise posted to this website. Contractors are cautioned to check the website periodically for amendments. Faxed offers and amendments will not be accepted. Solicitation mailing list will not be compiled. The solicitation and amendments will not be sent out in paper copy. A firm fixed price purchase order will be awarded. This action is unrestricted; all responsible and responsive businesses may submit an offer for consideration. Prospective contractors shall be registered in the System for Award Management (SAM) database (www.SAM.gov) prior to the closing date listed in the solicitation. Prior to registering in SAM, contractors must obtain a DUN and Bradstreet number at 1-800-333-0505. All questions shall be received, in writing, no later than 2:00 p.m., Fort Knox local time, on 16 Sept 2014 via e-mail to Tiffany Moody at tiffany.a.moody.civ@mail.mil. Any firm or individual submitting questions shall identify their firm name, point of contact, title, address and telephone number. NO PHONE CALLS WILL BE ACCEPTED.
Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/e5db777dd0253475eb16c5db405ce3cf
OutreachSystems Article Number: 140917/PROCURE/0129 Matching Key Words: age:state!ky; state!ky;
Department of Justice, Federal Prison Industries/UNICOR, Contracting Office/Manchester, P.O. Box 3000 Manchester KY 40962
R — TEXTILE MANUFACTURING/ENGINEERING SERVICES CT2177-14 101014 Tina Jeffery, Phone 606-598-1900 ext 4151, Fax 606-599-5115, Email Tina.Jeffery@usdoj.gov FPI has a need for a contractor to provide engineering, new product design, and operational services for the Clothing & Textiles Group (CTG). The contractor is required to have a working knowledge and textile manufacturing experience. Hourly rate is anticipated not to exceed $45.00.
Performance Location: Butner, NC
Set-Aside: Total Small Business Place of Performance: UNICOR Butner Butner, NC 27509 US URL: https://www.fbo.gov/spg/DOJ/FPI-UNICOR/MAN/CT2177-14/listing.html
OutreachSystems Article Number: 140917/PROCURE/0143 Matching Key Words: age:state!ky;
Agency for International Development, Washington D.C., USAID/Washington, 1300 Pennsylvania Avenue, NW Room 7.10-006 Washington DC 20523
R — USPSC – Strategic Communications Officer – Overseas SOL-OCR-14-000007 100314 Kyndra Short, Phone 2025675297, Email kshort@usaid.gov Request for Personal Service Contractor USAID Office of Crisis Surge Support Staff
Position Title: Strategic Communications Officer (Multiple Positions)
Solicitation Number: SOL-OCR-14-000007
Salary Level: GS-14 Equivalent Hourly Rate: $40.99 – $53.28 (Equivalent Daily Rate: $327.92-$426.24)
Issuance Date: September 16, 2014
Closing Date: October 3, 2014
Closing Time: 5:00 P.M. EDT
Dear Prospective Applicants:
The United States Government (USG), represented by the U.S. Agency for International Development (USAID), is seeking applications from qualified U.S. citizens to provide personal services overseas as a Strategic Communications Officer under a personal services contract, as described in the attached solicitation.
The Office of Crisis Surge Support Staff (CS3), formerly the Office of Civilian Response (OCR), is hiring a Strategic Communications Officer who will be U.S. Personal Services Contracts (USPSCs) on intermittent contracts providing support when changed circumstances in a country necessitate an increase in staffing or additional specialized skills. The USPSCs will be a part of CS3’s “Firehouse” and those serving in the Firehouse must be prepared to work abroad in USAID missions and embassies, often with little time for preparations. Deployments can be for any period of time from 2 months to almost a full year.
Submittals must be in accordance with the attached information at the place and time specified. Applicants interested in applying for this position MUST submit the following materials:
1 Complete resume. In order to fully evaluate your application, your resume must include:
(a) All full time paid positions, job title, location(s), and dates held (month/year), for each position. Dates (month/year) and locations for all overseas field experience must also be detailed. Please specify unpaid or part time work. Unless stated otherwise, part-time hours will be prorated at 20 hours worked per week. Unpaid, part-time and any experience that does not include dates (month/year) and locations will not be counted towards meeting the solicitation requirements.
(b) Specific duties performed that fully detail the level and complexity of the work.
(c) Names and contact information (phone and email) for all supervisors within the last 10 years.
(d) Education and any other qualifications including job-related training courses, job-related skills, or job-related honors, awards or accomplishments.
(e) Country of Citizenship.
2 A one page narrative demonstrating how you are qualified for the position. The narrative should take into consideration the selection criteria, describing your experience, training, education and/or awards you have received that are relevant to the position. If the narrative exceeds one page the additional pages will NOT be reviewed or evaluated.
Additional documents submitted will not be accepted. Incomplete or late applications will not be considered. Your complete resume and one page narrative addressing the selection criteria must be mailed, delivered, faxed, or emailed to:
GlobalCorps
529 14th Street, NW, Suite 807
Washington, DC 20045
E-Mail Address: kshort@usaid.gov
Facsímile: (202) 280-1184
Applicants can expect to receive a confirmation email when application materials have been received. Applicants should retain for their records copies of all enclosures which accompany their applications. Any questions on this solicitation may be directed to:
Kyndra Short
Telephone Number: (202) 567-5297
E-Mail Address: kshort@usaid.gov
Website: http://www.globalcorps.com
Facsímile: (202) 280-1184
Sincerely,
Stéphane Bright
Contracting Officer
Solicitation for U.S. Personal Service Contractor (USPSC) Strategic Communications Officer (Multiple Positions)
1. SOLICITATION NO.: SOL-OCR-14-000007
2. ISSUANCE DATE: September 16, 2014
3. CLOSING DATE/TIME FOR RECEIPT OF APPLICATIONS: October 3, 2014, 5:00 pm EDT
4. POSITION TITLE: Strategic Communications Officer
5. MARKET VALUE: GS-14 equivalent hourly/daily rate ($40.99 – $53.28/$327.92 – $426.24 – not eligible for locality pay). Final compensation will be negotiated within the listed market value based upon the candidate’s past salary, work history and educational background. Salaries over and above the top of the pay range will not be entertained or negotiated.
6. PERIOD OF PERFORMANCE: One (1) year, with four (4) option years
STATEMENTS OF LIMITATIONS ON PERIOD/PLACE OF PERFORMANCE AND BENEFITS:
The purpose of this contract is to establish an employee/employer relationship with the contractor to perform services overseas on a temporary, on-call basis as part of the Bureau for Democracy, Conflict, and Humanitarian Assistance (DCHA) / Office of Crisis Surge Support Staff (CS3), formerly the Office of Civilian Response (OCR), “Firehouse.” The Personal Services Contractor(s) hired under this contract will provide up to a maximum of 250 workdays of services on an annual basis.
The specific projects, as well as dates, number of days and locations to be worked will be determined by mutual agreement between the contractor and his/her CS3 supervisor according to requests made to CS3 by USAID overseas missions. This is an intermittent USPSC. There is no obligation by CS3 to provide assignments for a minimum number of days, and the contractor will be free to provide “blackout” dates during which he/she will not be available to accept assignments.
Upon identification of a temporary need within the scope of work, CS3 will contact the contractor and provide the following information:
1. Date contractor is needed to report to CS3 or assignment in the field
2. Duration of Assignment
3. Place of Performance
The contractor will notify CS3 whether he/she is available for the assignment within two business days. At the time the contractor accepts the assignment, he/she is expected to commit for the duration of the assignment. While the contractor will be required to commit to a certain time period, it is understood that the exigencies of a crisis may require the assignment to be curtailed or extended (not to exceed 250 days per year). The contractor shall notify CS3 at the time of commitment if his or her existing schedule would preclude an extension. Notification of schedule conflicts shall not necessarily disqualify the contractor from the assignment, but will simply assist CS3 in recruiting a replacement. Subsequently, if unforeseen circumstances arise, and the contractor needs to curtail the assignment and leave post, the contractor must receive approval from CS3 and the Mission prior to departure.
As services provided by the contractor are on a temporary, on-call basis, health and life insurance reimbursements will be provided on a prorated basis based on the number of days during which the contractor actually provides services.
7. PLACE OF PERFORMANCE: Overseas
There may be an initial orientation and training program in Washington, D.C. This may include formal classroom training, online training, on-the-job training and security training. After completion of appropriate training, the Strategic Communications Officer will be considered available for overseas assignment.
8. STATEMENT OF WORK
POSITION DESCRIPTION
BACKGROUND
USAID’s Office of Crisis Surge Support Staff (CS3), formerly the Office of Civilian Response (OCR), is seeking highly motivated, highly qualified individuals who want the opportunity to help support USAID missions abroad when faced with a natural disaster, political crisis, internal conflict or otherwise in need of surge staff support due to some unforeseen circumstance. Created in 2008, CS3 provides crisis staffing to USAID missions throughout the world with a full range of specialized expertise. Since then this office has provided over 20,000 days of mission support in deployments to countries such as Libya, Tunisia, Kyrgyzstan, Sri Lanka, Burma, Honduras, Somalia, South Sudan, Democratic Republic of Congo, and many other countries. As a member of CS3’s team of crisis responders, you would be available at short notice to bring to USAID missions your specialized skills in support of a mission’s response to a crisis.
USAID is striving to become an even more nimble and agile organization when responding to crises. Countries experiencing a significant political transition in the midst of a crisis or emerging from civil conflict have unique needs that cannot always be fully addressed by a traditional USAID mission staffing. Yet timely and effective assistance to promote and consolidate peaceful, democratic advances can make the difference between a successful or a failed state. CS3 plays a unique role in USAID by ensuring the USAID mission has sufficient staff with the right skills during those critical golden hours.
To respond quickly and effectively and meet USAID mission needs, CS3 retains a group of high level professionals and experts under (USPSCs intermittent contracts) as part of a “Firehouse”. These knowledgeable and skilled professionals are rapidly available to missions to expand their capacity, augment their existing capability, fill in gaps, replace evacuated staff, or in some cases project USAID presence to field sites or non-presence countries. CS3 staff provide specialized skills in a range of areas from contracting to communications, program design, election monitoring, project management, development outreach, reporting, strategic planning, and others. As a member of the “Firehouse” you would play a crucial role in supporting USAID programs at a time when their success is most critical.
USPSCs are considered employees of USAID for all purposes except programs administered by the Office of Personnel Management (OPM) – such as federally sponsored health insurance, life insurance, and retirement benefits. However, there are several other similar benefits that USPSCs may participate in, such as partial reimbursement for health and life insurance costs, as well as full coverage of workers’ compensation, among other benefits. For more complete information on USPSC benefits, please see page 14 of this solicitation.
INTRODUCTION
This senior level position calls for an experienced communications professional with the presence, knowledge and the leadership skills to serve for the Office of Crisis Surge Support Staff, DCHA, and USAID/Washington. While each deployment is different the Strategic Communication Officer is responsible for the following types of activities and/or programs at USAID missions abroad: developing and/or implementing a clear, consistent, proactive public information and messaging strategy that promotes the USAID Mission program to both internal and external audiences, facilitates information access and sharing within the Mission, and strengthens the Mission’s reporting to USAID Washington, Embassy, Congressional committees, etc.
9. CORE FUNCTIONAL AREAS OF RESPONSIBILITY
DUTIES AND RESPONSIBILITIES
The incumbent will be responsible for coordinating USG and USAID strategic communications and ensuring that USG and USAID communications policy is properly and consistently implemented. The incumbent may manage external and internal communications and be responsible for developing guidelines and policies for reporting, advising and assisting with development of reports and other communications, training of mission staff, and oversight of external communications. The incumbent will likely be a principal liaison with local and international media and will be expected to advise and assist the mission in monitoring the output of the print, online and broadcast media, managing mission interaction with media and assisting in the design and implementation of media development activities. Leadership, oversight, administrative duties and backstopping of other Mission portfolios may be encountered.
The incumbent will also be responsible to liaise with senior management officials of the State Department, the US Regional Missions and with the U.S. Ambassador or his/her Representative, other agencies of the US Government, international organizations, and the non-government community abroad. The incumbent may be responsible to visit program sites, outside the primary office setting and to act according to USG protocol and regulations. The Strategic Communications Officer must be prepared to work or collaborate with senior officials from other international organizations, bilateral donors, and non-governmental organization as well as local government entities who may be important to the Mission’s programs and objectives.
The incumbent must be able to make sound, independent judgments with little supervision once given the general framework within which to work. Incumbent will have formal decision making authority and independently plans, develops and manages activities or changes to existing activities. The incumbent will provide authoritative advice and guidance to resolve, implement and manage policy issues within his/her area of development expertise and oversee local and international technical experts in a broad range of technical areas outside of his/her direct expertise. He/she will advise the agency, Mission, and other development collaborators about the range and relative effectiveness of Mission programs and contribute to overall mission planning. She/he must have the ability to quickly assimilate to different working environments and will typically take on formal responsibility for leading teams, guiding the work of other professional or technical staff.
The Strategic Communications Officer may be required to:
• Promote the USAID Mission program to both internal and external audiences, facilitate information access and sharing within the Mission, and strengthen the Mission’s reporting to USAID Washington, Embassy, Congressional committees, etc.
• Advise USAID staff and implementing partners on developing appropriate public information programs and initiatives.
• Serve as resident expert on USAID branding and style guidelines, ensuring regulations are followed by recommending revisions and appropriate application as outlined in the USAID ADS 320 and the Agency’s Graphic Standards Manual.
• Establish and maintain contacts with donor representatives, implementing partners and other USG agencies.
• Oversee the drafting, editing, and dissemination of timely and accurate information, fact sheets, talking points, press releases, newsletters, brochures, presentations, responses for requests for information, and all other public information materials relating to USAID activities in the country of deployment. These must be written in clear, concise English, and to the extent possible, other local languages; prepared with both the media and general audiences in mind; and designed for print, PowerPoint, social media, and web use.
• Oversee the use of social media platforms as an engagement tool with a focus on digital advocacy and outreach; a social media plan (strategy) will be developed to complement the broader communications plan. Enhance the use of technology tools (GPS mapping, digital photography, video production and computer graphics).
• Maintain a good working relationship with USAID Legislative and Public Affairs Bureau, Embassy Public Diplomacy staff, and outside NGOs and external partners.
• Organize and coordinate press events for USAID projects in conjunction with the Embassy Public Affairs Section, USAID Mission Director and Deputy Director, technical teams, and implementing partners. This could include conferences, openings, ribbon-cuttings, and other ceremonies. Write press releases, speeches, and talking points; organize background briefings.
• Create visual communications, in particular photography, infographics, and video production.
SUPERVISORY RELATIONSHIP:
The Strategic Communications Officer will take direction from and will report to the Deputy Director of CS3 or his/her designee, and while on assignment, to a mission-based supervisor designated by the CS3 Deputy Director.
SUPERVISORY CONTROLS:
During deployment, the supervisor at the USAID mission will set overall objectives and provide technical direction and day-to-day supervision. The employee and the supervisor together will develop deadlines, projects, and work to be accomplished subject to mission approval and consistent with mission objectives, policies, and protocols. The incumbent is expected to take initiative, act independently, and manage his/her tasks with minimal supervision while remaining in line with agreed upon work plans and overall mission objectives. For the purpose of contract, personnel, training or general administrative matters, the CS3 Deputy Director (Washington, DC) or his/her designee will provide direction and oversight.
10. PHYSICAL DEMANDS
Firehouse members must obtain a Class 1 State Department medical clearance. CS3 Firehouse members may be in positions overseas that lead to unusual mental stress, and may require arduous physical exertion, by prolonged standing, by riding in and getting out of vehicles, and by operating manual or stick-shift motor vehicles. The duties may require: entering and maneuvering in facilities accessible only by stairs, long flight times, and carrying heavy baggage and items (over 30 pounds). The incumbent must be able to operate in an environment that requires endurance and ability to evaluate surroundings. Applicants must be physically and mentally capable of performing these functions efficiently and safely.
11. WORK ENVIRONMENT
Work is primarily performed in an office setting, though the contractor is likely to be assigned to areas where site visits and extraordinary travel time is involved and that may entail working out of temporary duty residences or hotel rooms. The contractor will travel as a U.S. government employee and is subject to Chief of Mission authority. As such, the contractor will be expected to conform to all embassy and/or USAID mission policies and procedures at his or her assignment location regarding housing, work hours, diplomatic protocols, and security. The contractor may be required to staff field offices or other locations off-site of the USAID mission or embassy. Many of the overseas environments in which the contractor may be required to work present a health risk such as: extreme air pollution, lack of potable water, or presence of waterborne and other communicable diseases. Special safety and/or security precautions, wearing of protective equipment, exposure to severe weather conditions, working in non-permissive environments, restrictions on movement and/or evacuations of a USAID mission or embassy may occur.
12. START DATE: Immediately, once necessary clearances are obtained.
13. POINT OF CONTACT: See Cover Letter.
14. REQUIREMENTS FOR THE POSITION
Determines basic eligibility for the position. Applicants who do not meet all of the below requirements, including education and experience factors, are considered NOT qualified for the position.
This position requires ability to work independently and autonomously dependent on Mission needs. Superior organizational skills, journalism skills, and the ability to understand and describe international development programs are desired. It is expected that the incumbent will have broad experience in the job requirements and will not need further training in any aspect of the position. Knowledge of the objectives and operations of the US government and the program activities of other international donor organizations.
At a minimum, the applicant must have:
• U.S. Citizen;
• English Fluency;
• Ability to obtain a SECRET level security clearance provided by USAID and a TOP SECRET clearance as designated and provided by USAID. A Top Secret clearance may be required for certain activations based on programmatic needs;
• Ability to obtain a Department of State Class 1 worldwide medical clearance;
Education & Experience Requirements
(1) Bachelor’s degree in Communications, Media, Journalism or related field with at least nine (9) years of proven journalism or communications experience, four (4) of which with an international development organization. A minimum of two (2) years of relevant overseas experience, preferably in developing or conflict prone countries. Exceptional command of English with regional expertise and fluency in Arabic, French, Spanish, or Russian is preferred but not required
OR
(2) Graduate degree in the field of Communications, Media, Journalism or a related field with seven (7) years of proven journalism or communications experience, three (3) of which with an international development organization. A minimum of two (2) years of relevant overseas experience, preferably in developing or conflict prone countries. Exceptional command of English with regional expertise and fluency in Arabic, French, Spanish, or Russian is preferred but not required
Other Requirements
● Complete resume submitted. See cover page for resume requirements. Experience that cannot be quantified will not be counted towards meeting the solicitation requirements;
● A one page narrative submitted. See cover page for narrative requirements;
● Satisfactory verification of academic credentials.
15. SELECTION CRITERIA (100 Total)
(Used to determine the competitive ranking of qualified applicants.)
Criteria 1: Education (10 Points) Points will be scored proportionally to relevance and level. Desired degree specialization is ranked in order of preference.
• A Bachelor’s Degree in Communications, Media, Journalism, Public Relations, Marketing, English, International Affairs, Political Science, History, Psychology, Sociology, Anthropology.
• A Graduate Degree in Communications, Media, Journalism, Public Relations, Marketing.
Criteria 2: Experience (30 Points)
• Demonstrated experience in overseeing the development and execution of a strategic communication plan for an international organization, including the use of social media and other forms of digital outreach using the full range of current technology tools.
• Demonstrated ability to manage internal and external communications for an international organization, including, but not limited to, reporting, information sharing and briefings.
• Demonstrated ability in overseeing the production of fact sheets, talking points, press releases, newsletters, brochures, presentations and similar activities.
• Demonstrated experience in managing media relations, including media monitoring, building relationships with media outlets, organizing and coordinating press events, drafting responses to press inquiries and similar activities.
• Demonstrated experience in managing or advising on the design and execution of media development projects.
Criteria 3: General Skills and Abilities (15 Points)
• Demonstrated ability to function with minimal supervision and to exercise leadership in the development and execution of strategic communication plans.
• Demonstrated ability to engage with senior United States and foreign government officials, as well as senior officials of international organizations, diplomatic missions, the private sector and NGOs.
• Demonstrated ability to function effectively in a demanding, fast paced and rapidly changing environment.
• Demonstrated ability to live and work in sometimes austere, conflict prone environments.
• Demonstrated analytical and independent decision making skills.
• Demonstrated ability to lead diverse multi-disciplinary teams.
Criteria 4: Regional, Cross-Cultural and Language Abilities (15 Points)
• Familiarity with the politics, economics, history and cultural mores of at least one region of the developing world gained through education and/or experience. Demonstrated ability to utilize a major foreign language (French, Spanish, Arabic, Russian) in the course of conducting business with local partners (FSI 3 equivalent or better).
Interview and writing test: (30 Points)
Applicants may be asked to perform one writing task during the application period. Internet access for at least an hour may be required. The applicant must be the sole author.
Satisfactory Professional Reference Checks – Pass/Fail
Total Possible Points: 100
BASIS OF RATING: Applicants who meet the Minimum Requirements for the position (Education/Experiences and Other Requirements) will be further evaluated by applying the selection criteria to the submitted resume and narrative. Those applicants determined to be competitively ranked will also be evaluated on interview performance and satisfactory professional reference checks.
Applicants are required to submit a one page narrative demonstrating how they are qualified for the position. The narrative should take into consideration the selection criteria describing your experience, training, education and/or awards they have received that are relevant to each criteria. Be sure to include your name and the announcement number at the top of the page.
The applicants determined to be competitively ranked will be interviewed and may be required to provide a writing sample. Face-to-face interviews will be conducted in Washington D.C. CS3 will not pay for expenses associated with the interviews but will conduct telephone or videoconference interviews for those not available in Washington D.C. Professional references and academic credentials will be evaluated for applicants being considered for selection.
APPLYING:
Applications must be received by the closing date and time at the address specified in the cover letter.
Qualified individuals are required to submit:
1. Complete resume. In order to fully evaluate your application, your resume must include:
(a) All full time paid positions, job title, location(s), and dates held (month/year), for each position. Dates (month/year) and locations for all overseas field experience must also be detailed. Please specify unpaid or part time work. Unless stated otherwise, part-time hours will be prorated at 20 hours worked per week. Unpaid, part-time and any experience that does not include dates (month/year) and locations will not be counted towards meeting the solicitation requirements.
(b) Specific duties performed that fully detail the level and complexity of the work.
(c) Names and contact information (phone and email) for all supervisors within the last 10 years.
(d) Education and any other qualifications including job-related training courses, job-related skills, or job-related honors, awards or accomplishments.
(e) Country of Citizenship.
2. A one page narrative demonstrating how you are qualified for the position. The narrative should take into consideration the selection criteria, describing your experience, training, education and/or awards you have received that are relevant to the position. If the narrative exceeds one page the additional pages will NOT be reviewed or evaluated.
Additional documents submitted will not be accepted.
By submitting your application materials, you certify that all of the information on and attached to the application is true, correct, complete, and made in good faith. You agree to allow all information on and attached to the application to be investigated. False or fraudulent information on or attached to your application may result in you being eliminated from consideration for this position, or being terminated after award, and may be punishable by fine or imprisonment.
To ensure consideration of applications for the intended position, please reference the solicitation number on your application, and as the subject line in any email.
DOCUMENT SUBMITTALS
Via mail: GlobalCorps, 529 14th Street, NW, Suite 807, Washington, DC 20045
Via facsímile: (202) 280-1184
Via email: kshort@usaid.gov
NOTE: If the full security application package is not submitted within 30 days after the Office of Security determines eligibility, the offer may be rescinded. If a Secret security clearance is not obtained within nine months after offer acceptance, the offer may be rescinded. If Top Secret clearance is not obtained within nine months after receipt of the Secret security clearance and award, USAID may terminate the contract at the convenience of the government.
NOTE: If the full medical clearance package is not submitted within 30 days after offer acceptance, the offer may be rescinded. If a Class 1 Department of State medical clearance is not obtained within six months after offer acceptance, the offer may be rescinded.
NOTE REGARDING GOVERNMENT OBLIGATIONS FOR THIS SOLICITATION
This solicitation in no way obligates USAID to award a PSC contract, nor does it commit USAID to pay any cost incurred in the preparation and submission of the application.
NOTE REGARDING DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBERS
All individuals contracted as USPSCs are required to have a DUNS Number. In this instance, USAID will provide a generic DUNS Number, and USPSCs are not required to register with CCR.
For general information about DUNS Numbers, please refer to Federal Acquisition Regulation (FAR) Clause 52.204-6, Data Universal Numbering System (DUNS) Number (10/2003)
https://www.acquisition.gov/far/current/html/52_200_206.html
LIST OF REQUIRED FORMS FOR PSCs
Forms outlined below can found at:
http://www.usaid.gov/forms/ or at http://www.forms.gov/bgfPortal/main.do
1. Optional Form 612.
2. Medical History and Examination Form (DS-6561).
3. Questionnaire for Sensitive Positions (for National Security)
(SF-86), or
4. Questionnaire for Non-Sensitive Positions (SF-85).
5. Finger Print Card (FD-258).
Forms 1 through 5 shall be completed ONLY upon the advice of the Contracting Officer that an applicant is the successful candidate for the job.
CONTRACT INFORMATION BULLETINS (CIBs) and ACQUISITION & ASSISTANCE POLICY DIRECTIVES (AAPDs) PERTAINING TO PSCs
CIBs and AAPDs contain changes to USAID policy and General Provisions in USAID regulations and contracts. Please refer to http://www.usaid.gov/work-usaid/aapds-cibs#psc to determine which CIBs and AAPDs apply to this contract.
AAPD 06-10 – PSC MEDICAL PAYMENT RESPONSIBILITY
AAPD No. 06-10 is hereby incorporated as Attachment 1 to the solicitation.
FAR 52.222-50 – COMBATING TRAFFICKING IN PERSONS
FAR clause 52.222-50 is hereby incorporated as Attachment 2 to the solicitation.
As a matter of policy, and as appropriate, a USPSC is normally authorized the following benefits and allowances:
BENEFITS:
Employer’s FICA Contribution
Contribution toward Health & Life Insurance
Pay Comparability Adjustment
Annual Increase (pending a satisfactory performance evaluation)
Eligibility for Worker’s Compensation
Annual & Sick Leave
ALLOWANCES (if Applicable).*
(A) Temporary Lodging Allowance (Section 120).
(B) Living Quarters Allowance (Section 130).
(C) Post Allowance (Section 220).
(D) Supplemental Post Allowance (Section 230).
(E) Post Differential (Chapter 500).
(F) Payments during Evacuation/Authorized Departure (Section 600), and
(G) Danger Pay (Section 650).
* Department of State Standardized Regulations (Government Civilians Foreign Areas).
FEDERAL TAXES: USPSCs are required to pay Federal Income Taxes, FICA, and Medicare
ALL QUALIFIED APPLICANTS WILL BE CONSIDERED REGARDLESS OF AGE, RACE, COLOR, SEX, CREED, NATIONAL ORIGIN, LAWFUL POLITICAL AFFILIATION, NON-DISQUALIFYING DISABILITY, MARITAL STATUS, SEXUAL ORIENTATION, AFFILIATION WITH AN EMPLOYEE ORGANIZATION, OR OTHER NON-MERIT FACTOR.
ATTACHMENT 1
Acquisition & Assistance Policy Directive (AAPD) No. 06-10
PSC Medical Expense Payment Responsibility
General Provision 22, MEDICAL EXPENSE PAYMENT RESPONSIBILITY
(OCTOBER 2006)
(a) Definitions. Terms used in this General Provision are defined in 16
FAM 116 available at http://www.state.gov/m/a/dir/regs/fam/c23002.htm.
Note: Personal services contractors are not eligible to participate in the Federal Employees Health Programs.
(b) The regulations in the Foreign Affairs Manual, Volume 16, Chapter 520 (16 FAM 520), Responsibility for Payment of Medical Expenses, apply to this contract, except as stated below. The contractor and each eligible family member are strongly encouraged to obtain health insurance that covers this assignment. Nothing in this provision supersedes or contradicts any other term or provision in this contract that pertains to insurance or medical costs, except that section (e) supplements General Provision 25. “MEDICAL EVACUATION (MEDEVAC) SERVICES.”
(c) When the contractor or eligible family member is covered by health insurance, that insurance is the primary payer for medical services provided to that contractor or eligible family member(s) both in the United States and abroad. The primary insurer’s liability is determined by the terms, conditions, limitations, and exclusions of the insurance policy. When the contractor or eligible family member is not covered by health insurance, the contractor is the primary payer for the total amount of medical costs incurred and the U.S. Government has no payment obligation (see paragraph (f) of this provision).
(d) USAID serves as a secondary payer for medical expenses of the contractor and eligible family members who are covered by health insurance, where the following conditions are met:
(1) The illness, injury, or medical condition giving rise to the expense is incurred, caused, or materially aggravated while the eligible individual is stationed or assigned abroad;
(2) The illness, injury, or medical condition giving rise to the expense required or requires hospitalization and the expense is directly related to the treatment of such illness, injury, or medical condition, including obstetrical care; and
(3) The Office of Medical Services (M/MED) or a Foreign Service medical provider (FSMP) determines that the treatment is appropriate for, and directly related to, the illness, injury, or medical condition.
(e) The Mission Director may, on the advice of M/MED or an FSMP at post, authorize medical travel for the contractor or an eligible family member in accordance with the General Provision 10, Travel and Transportation Expenses (July 1993), section (i) entitled “Emergency and Irregular Travel and Transportation.” In the event of a medical emergency, when time does not permit consultation, the Mission Director may issue a Travel Authorization Form or Medical Services Authorization Form DS-3067, provided that the FSMP or Post Medical Advisor (PMA) is notified as soon as possible following such an issuance. The contractor must promptly file a claim with his or her medevac insurance provider and repay to USAID any amount the medevac insurer pays for medical travel, up to the amount USAID paid under this section. The contractor must repay USAID for medical costs paid by the medevac insurer in accordance with sections (f) and (g) below. In order for medical travel to be an allowable cost under General Provision 10, the contractor must provide USAID written evidence that medevac insurance does not cover these medical travel costs.
(f) If the contractor or eligible family member is not covered by primary health insurance, the contractor is the primary payer for the total amount of medical costs incurred. In the event of a medical emergency, the Medical and Health Program may authorize issuance of Form DS-3067, Authorization for Medical Services for Employees and/or Dependents, to secure admission to a hospital located abroad for the uninsured contractor or eligible family member. In that case, the contractor will be required to reimburse USAID in full for funds advanced by USAID pursuant to the issuance of the authorization. The contractor may reimburse USAID directly or USAID may offset the cost from the contractor’s invoice payments under this contract, any other contract the individual has with the U.S. Government, or through any other available debt collection mechanism.
(g) When USAID pays medical expenses (e.g., pursuant to Form DS-3067, Authorization for Medical Services for Employees and/or Dependents), repayment must be made to USAID either by insurance payment or directly by the contractor, except for the amount of such expenses USAID is obligated to pay under this provision. The Contracting Officer will determine the repayment amount in accordance with the terms of this provision and the policies and procedures for employees contained in 16 FAM 521. When USAID pays the medical expenses, including medical travel costs (see section (e) above), of an individual (either the contractor or an eligible family member) who is covered by insurance, that individual promptly must claim his or her benefits under any applicable insurance policy or policies. As soon as the individual receives the insurance payment, the contractor must reimburse USAID for the full amount that USAID paid on the individual’s behalf or the repayment amount determined by the Contracting Officer in accordance with this paragraph, whichever is less. If an individual is not covered by insurance, the contractor must reimburse USAID for the entire amount of all medical expenses and any travel costs the contractor receives from his/her medevac provider.
(h) In the event that the contractor or eligible family member fails to recover insurance payments or transfer the amount of such payments to USAID within 90 days, USAID will take appropriate action to collect the payments due, unless such failure is for reasons beyond the control of the USPSC/dependent.
(i) Before departing post or terminating the contract, the contractor must settle all medical expense and medical travel costs. If the contractor is insured, he or she must provide proof to the Contracting Officer that those insurance claims have been submitted to the insurance carrier(s) and sign a repayment agreement to repay to USAID any amounts paid by the insurance carrier(s).
ATTACHMENT 2
FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS (FEB 2009).
(a) Definitions. As used in this clause-
“Coercion” means-
(1) Threats of serious harm to or physical restraint against any person;
(2) Any scheme, plan, or pattern intended to cause a person to believe that failure to perform an
act would result in serious harm to or physical restraint against any person; or
(3) The abuse or threatened abuse of the legal process.
“Commercial sex act” means any sex act on account of which anything of value is given to or
received by any person.
“Debt bondage” means the status or condition of a debtor arising from a pledge by the debtor of
his or her personal services or of those of a person under his or her control as a security for debt, if
the value of those services as reasonably assessed is not applied toward the liquidation of the debt
or the length and nature of those services are not respectively limited and defined.
“Employee” means an employee of the Contractor directly engaged in the performance of work
under the contract who has other than a minimal impact or involvement in contract performance.
“Forced Labor” means knowingly providing or obtaining the labor or services of a person-
(1) By threats of serious harm to, or physical restraint against, that person or another person;
(2) By means of any scheme, plan, or pattern intended to cause the person to believe that, if the
person did not perform such labor or services, that person or another person would suffer
serious harm or physical restraint; or
(3) By means of the abuse or threatened abuse of law or the legal process.
“Involuntary servitude” includes a condition of servitude induced by means of-
(1) Any scheme, plan, or pattern intended to cause a person to believe that, if the person did not
enter into or continue in such conditions, that person or another person would suffer serious
harm or physical restraint; or
(2) The abuse or threatened abuse of the legal process.
“Severe forms of trafficking in persons” means-
(1) Sex trafficking in which a commercial sex act is induced by force, fraud, or coercion, or in
which the person induced to perform such act has not attained 18 years of age; or
(2) The recruitment, harboring, transportation, provision, or obtaining of a person for labor or
services, through the use of force, fraud, or coercion for the purpose of subjection to involuntary
servitude, peonage, debt bondage, or slavery.
“Sex trafficking” means the recruitment, harboring, transportation, provision, or obtaining of a
person for the purpose of a commercial sex act.
(b) Policy. The United States Government has adopted a zero tolerance policy regarding trafficking in persons. Contractors and contractor employees shall not-
(1) Engage in severe forms of trafficking in persons during the period of performance of the contract;
(2) Procure commercial sex acts during the period of performance of the contract; or
(3) Use forced labor in the performance of the contract.
(c) Contractor requirements. The Contractor shall-
(1) Notify its employees of-
(i) The United States Government’s zero tolerance policy described in paragraph (b) of this
clause; and
(ii) The actions that will be taken against employees for violations of this policy. Such
actions may include, but are not limited to, removal from the contract, reduction in benefits,
or termination of employment; and
(2) Take appropriate action, up to and including termination, against employees or
subcontractors that violate the policy in paragraph (b) of this clause.
(d) Notification. The Contractor shall inform the Contracting Officer immediately of-
(1) Any information it receives from any source (including host country law enforcement) that
alleges a Contractor employee, subcontractor, or subcontractor employee has engaged in
conduct that violates this policy; and
(2) Any actions taken against Contractor employees, subcontractors, or subcontractor
employees pursuant to this clause.
(e) Remedies. In addition to other remedies available to the Government, the Contractor’s failure to comply with the requirements of paragraphs (c), (d), or (f) of this clause may result in-
(1) Requiring the Contractor to remove a Contractor employee or employees from the
performance of the contract;
(2) Requiring the Contractor to terminate a subcontract;
(3) Suspension of contract payments;
(4) Loss of award fee, consistent with the award fee plan, for the performance period in which
the Government determined Contractor non-compliance;
(5) Termination of the contract for default or cause, in accordance with the termination clause of
this contract; or
(6) Suspension or debarment.
(f) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (f), in all subcontracts.
(g) Mitigating Factor. The Contracting Officer may consider whether the Contractor had a Trafficking in Persons awareness program at the time of the violation as a mitigating factor when determining remedies. Additional information about Trafficking in Persons and examples of awareness programs can be found at the website for the Department of State’s Office to Monitor and Combat Trafficking in Persons at http://www.state.gov/g/tip.
Place of Performance: Overseas US URL: https://www.fbo.gov/spg/AID/OP/WashingtonDC/SOL-OCR-14-000007/listing.html
OutreachSystems Article Number: 140917/PROCURE/0147 Matching Key Words: video*; edit*; produc*; train*; conference?; you; website; web; site?; page?; education*; business*; entertain*; event?; production?; commercial?;
Department of the Army, Army Contracting Command, ACC – Warren (ACC-WRN)(DTA), ACC – Warren (ACC-WRN)(DTA), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
99–Original Artwork by Samuel Woolf W56HZV14TA408 091914 Brad Zemke, 586-282-6473 ACC – Warren (ACC-WRN)(DTA) The Army Contracting Command – Warren intends to solicit, negotiate and award a purchase order with Hirschl & Adler Galleries, Inc for 23 pieces of artwork by Samuel Woolf. The army is procuring the following paintings:
– One of the Marines
– Courtyard of an Evacuation Hospital
– A Trench Ambulance on the Firing Line
– Soldier Smoking – Half Length,
– Military Procession at Mailly le Camp
– Portrait of General John Joseph Pershing (1860-1948)
– Battle Scene with Barbed Wire
– A Machine-Gun Nest
– Through the Wall – Marines at Bouresches
– A Night March
– Soldiers at Camp
– Observation Post Near Verdun
– Protecting the First Aid Station
– Soldiers in Bombed-Out Town
– A Grave on the Marne
– Crucifix and Dead Soldier
– Hospital Scene
– Scene with Medics
– The Intelligence Section
– First Aid Station at Seicheprey [In a Front-Line Dressing Station at Seicheprey],
– quote mark Carry On quote mark
– Battle Scene with Barbed Wire, and
– Battle Scene
All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.
Place of Performance: ACC – Warren (ACC-WRN)(DTA) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI 48397-5000 US URL: https://www.fbo.gov/notices/90f51eff4d4f42100549e66e713eb11a
OutreachSystems Article Number: 140917/PROCURE/0663 Matching Key Words: naics!711510;
Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway Kendall Square Cambridge MA 02142-1093
99 — Licence for Source Selection Software DTRT57-14-Q-80088 091814 Carl Chin, Email carl.chin@dot.gov This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued; Solicitation No. DTRT57-14-Q-80088 is issued as a Request for Quotation (RFQ). This solicitation is being conducted in accordance with the policies and procedures prescribed in FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76 dated August 25, 2014. This procurement is being conducted as Full and Open competition. The NAICS Code is 541511, Custom Computer Programming Services, for which the Small Business size standard is $25 million.
The U.S. Department of Transportation, Research and Innovative Technology Administration, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, is seeking to acquire one license for Source Selection Software and Maintenance and Help Desk service to assist the Office of Acquisitions with its’ contracting functions. The requirement for the software license and the maintenance and help desk service is described in detail in the attached Statement of Work (SOW) (Attachment No. 1).
The Government intends to award one purchase order on a firm-fixed price basis as a result of this solicitation. The period of performance, including Options, will be 36 months from date of contract award (i.e., the effective date). This RFQ is expected to result in a single award to a qualified small business, subject to receipt of an acceptable proposal. An award will be made to the offeror whose responsive and responsible offer, provides best value to the Government based on price.
Pricing:
The contractor shall provide a firm-fixed price quote on the following CLIN items:
CLIN 0100 – Base: One (1) License for Source Selection Software; tiny_mce_marker_____________
CLIN 0200 – Base: Train Designated Staff; tiny_mce_marker_____________
CLIN 0300 – Base: Travel for Training Services; tiny_mce_marker_______________
CLIN 0400 – Base: Consultant Services; tiny_mce_marker________________
CLIN 0500 – Option: One (1) License for Source Selection Software; tiny_mce_marker_____________
CLIN 0600 – Option: One (1) Web Based License for Source Selection Software; tiny_mce_marker__________
CLIN 0700 – Option: Train Designated Staff; tiny_mce_marker___________
CLIN 0800 – Option: Travel for Training Services; tiny_mce_marker___________
CLIN 0900 – Option: Consultant Services; tiny_mce_marker_____________
CLIN 1000 – Option: Purchase one (1) License for Source Selection Software; tiny_mce_marker__________
CLIN 1100 – Option: One (1) Web Based License for Source Selection Software; tiny_mce_marker__________
CLIN 1200 – Option: Train Designated Staff; tiny_mce_marker____________
CLIN 1300 – Option: Travel for Training Services; tiny_mce_marker___________
CLIN 1400 – Option: Consultant Services; tiny_mce_marker___________
Instructions to Vendors:
FAR provision 52.212-1, Instructions to Offerors-Commercial Items (APR 2014) is hereby incorporated by reference. All responsible sources may submit a quote which shall be considered by the Agency. In addition to the quote, Vendors shall submit a written quote which includes a technical description in sufficient detail to enable the Government to evaluate compliance with the requirements of the solicitation. This technical description consists of providing the following information in the specified format:
1. Technical Capability: A written description of the Offeror’s approach for successfully accomplishing the minimum requirements in the Statement of Work, including information describing in detail and description of the proposed source selection software. Offerors’ proposal shall not exceed the maximum page limit of ten (10) pages, in Times New Roman twelve 12 font, double-spaced.
The Government intends to award a purchase order without discussions and advises all Vendor’s to present their best quote in response to the solicitation. NOTE: All contractors must be registered in System for Award Management (SAM), https://www.sam.gov/index.html/#1, in order to receive an award from the Government. The Vendor’s signed quote shall be prepared as either a PDF or Microsoft Word 2007 version or earlier file document and submitted electronically via email to Carl Chin, Contracting Officer (CO), at the following email address: Carl.Chin@dot.gov, to arrive no later than 12:00 p.m., Eastern Time, on September 16, 2014. All clarifications must be submitted to the CO via email. Phone inquiries will not be accepted. Quotes submitted via facsimile, U.S. Mail or by private carrier is not authorized and late responses will not be considered. The Government will not pay for any information received.
Evaluation of Offers:
FAR Provision 52.212-2, Evaluation-Commercial Items (JAN 1999) is hereby incorporated by reference. The Government will award a purchase order resulting from this solicitation to the responsible small business Vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Vendor’s technical description will be evaluated in accordance with the evaluation criteria described below:
1. Technical Capability: The offeror’s proposal will be evaluated on its capability to meet the minimum requirements in the statement of work CLINs 0100-1400. Proposals will be evaluated in accordance with the Government’s evaluation criteria of lowest-priced/technically acceptable.
Price:
The offeror’s quoted price will be evaluated based on the total firm fixed price proposed for CLINs 0100 -1400.
Solicitation Provisions:
All Vendors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2014) with its offer. A Vendor shall complete only paragraph (b) of this provision if the Vendor has completed the annual Representations and Certifications Application in SAM electronically at https://www.sam.gov/index.html/#1. If a Vendor has not completed the annual representations and certifications electronically at SAM, the Vendor shall complete paragraphs (c) through (n) of this provision.
Contract Terms and Conditions:
FAR Clause 52.212-4, Contract Terms and Conditions – Commercial Items (MAY 2014) is hereby incorporated by reference. Additionally, paragraph (v) is added to incorporate a Payment clause as follows:
(v) PAYMENTS (APR 2014)
The invoicing and payment office for all contract actions issued by the DOT/RITA/Volpe National Transportation Systems Center is located at the Enterprise Services Center (ESC), Office of Financial Operations, Federal Aviation Administration (FAA) in Oklahoma City, Oklahoma.
The Contractor must submit all invoices, including supporting documentation, electronically (e.g., PDF format) to the ESC at FAA in Oklahoma City by e-mail at the following address: volpeinvoices@faa.gov (all lower case). A cover email must accompany each invoice and provide the applicable information in the fields listed below.
Invoice Date:
Supplier Name:
Invoice Amount:
Invoice Number:
Contract No.:
Modification No.:
Terms/Discount:
Performance Period:
Notes:
The following additional Contract Terms and Conditions are incorporated into this solicitation:
FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JULY 2014), is hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: (b) 4, 8, 10, 14, 18, 22, 26, 28, 29, 30, 31, 32, 33, 34, 42, 43, 46, and 52.
Attention:
The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with interest at the prime rate. For further information, call 800-532-1169. Internet address: http://www.dot.gov/osdbu. Any document(s) related to this procurement will be available on the Internet; these documents will be available on a WWW server, which may be accessed using Web browsers. The WWW address, or URL, of the Volpe Center Acquisition Management Division home page is: http://www.volpe.dot.gov/. Telephone requests will not be honored. The above FAR clauses can be accessed at http://www.acqu isition.gov/FAR/ . For information concerning the acquisition, contact the contracting official above.
URL: https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-14-Q-80088/listing.html
OutreachSystems Article Number: 140917/PROCURE/0671 Matching Key Words: writ*; copy; technical; standard;
Department of the Interior, National Park Service, NPS – All Offices, NPS, WASO – WCP ContractingP.O.Box 25287 MS WCPDenverCO80225US
T–NPS Fundamentals Videos P14PS02708 091714 Jennifer Dansby NPS Fundamentals Videos IAW attached SOW
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS02708/listing.html
OutreachSystems Article Number: 140917/PROCURE/0787 Matching Key Words: naics!512110;
Department of the Interior, National Park Service, NPS – All Offices, NPS, WASO – WCP ContractingP.O.Box 25287 MS WCPDenverCO80225US
T–NPS Fundamentals Videos P14PS02708 091714 Jennifer Dansby NPS Fundamentals Videos IAW attached SOW
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS02708/listing.html
OutreachSystems Article Number: 140917/PROCURE/0788 Matching Key Words: naics!512110;
Department of the Interior, National Park Service, NPS – All Offices, NPS, WASO – WCP ContractingP.O.Box 25287 MS WCPDenverCO80225US
T–NPS Fundamentals Videos P14PS02708 091714 Jennifer Dansby NPS Fundamentals Videos IAW attached SOW
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS02708/listing.html
OutreachSystems Article Number: 140916/PROCURE/0109 Matching Key Words: naics!512110;
FedBizOpps – Awards
Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Norfolk, 1968 Gilbert Street, Norfolk, VA 23511
T–OPTION – Technical Writer/Editor N00189-14-T-0349 Name: Candace Reid, Title: Contract Specialist, Phone: 7574431347, Fax: 7574431424, Email: candace.reid@navy.mil; N00189-14-P-1517 $24,720.00 091514 ALL ROSEMARY CICCARELLI [DUNS: 196902576],444 W. Broad Street, Unit 729,Falls Church VA 22046-3358 No Description Provided
URL: https://www.fbo.gov/spg/DON/NAVSUP/N00189/N00189-14-T-0349/listing.html
OutreachSystems Article Number: 140916/AWARDS/1007 Matching Key Words: writ*; technical;
USABID State and Local Purchases
Minnesota – State of Minnesota, Contact information is included with each bid. http://www.mmd.admin.state.mn.us/solicitations.htm
U – REFERENCE NUMBER: PT1990 SWIFT Event ID: 2000003238 Versi SOL REFERENCE NUMBER: PT1990 SWIFT Event ID: 2000003238 Version: 1 Nature of Work/Contract Title: MnDOT P/T RFP: Clear Roads Training Video & Manual Contracting Agency: Transportation Department Response to this solicitation is due no later than 10/16/14 at 02:00 PM CENTRAL TIME. This Solicitation Event is being conducted in the SWIFT system. Log in to the Supplier Portal to view this event. You will need to search for Event ID 2000003238. Date This Solicitation Was Posted: 9/16/2014 10:20:01 AM For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140917/BID/0013 Matching Key Words: video*; train*; you; event?;
Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100
99 – Tree Inventory SOL UK-1408-15 Tree Inventory Due Date: 10-15-14 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 140917/BID/0231 Matching Key Words: age:state!ky; state!ky;
Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100
R – Banking ServicesAppendix AAppendix BAppendix CAppendix DAppendix SOL UK-1404-15 Banking ServicesAppendix AAppendix BAppendix CAppendix DAppendix EAppendix FAppendix G Addendum #1 Due Date: 10-21-14 For more information about this opportunity please contact the buyer directly.
September 18, 2014
Business / Career, Education, Government