BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

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

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

FedBizOpps – Procurements

Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000

R–Court Reporting Services for Fort Knox Kentucky W9124D-15-T-0006 111914 Amy Perkins,Department of the Army 502-624-8045 MICC Center – Fort Knox Requirements type contract for court room reporting services in support of the Fort Knox Equal Employment Opportunity Office during the period of 12 December 2014 through 11 December 2015, with two one-year option periods.
Set-Aside: Total Small Business Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/fd95849d9da391d072671d66d9f00b50

OutreachSystems Article Number: 141105/PROCURE/0048 Matching Key Words: age:state!ky; state!ky;

500px-FCC_New_Logo.svgFederal Communications Commission, Office of the Managing Director, Contracts and Purchasing Center, 445 12th Street, SW Washington DC 20554

R — EAC Contract Support FCC14R0022 100314 Sunny Diemert, Special Projects Contracting Officer, Phone 2024180594, Email Sunny.Diemert@fcc.gov – Timothy G. Smith, Chief of Contracts and Purchasing Center, Phone 2024180469, Email timothy.smith@fcc.gov The contractor shall provide support to the Federal Communications Commission Enterprise Acquisition Center (EAC) for technical writing and business analysis projects related to the acquisition of information technology (IT) business and technical processes. Analytical business reports regarding the EAC shall be delivered, as directed by the COR. The contractor shall be responsible for producing, writing and assisting in the review of policy and compliance documents.
The FCC EAC requires technical writing services to draft and develop, draft, and finalize various business and technical documents/templates in order to institute repeatable business processes and models. The contractor’s efforts shall result in producing high quality documents and deliverables in support of the FCC EAC work operations.

Set-Aside: Service-Disabled Veteran-Owned Small Business Place of Performance: Federal Comimunications Commission 445 12th St. SW Washington, DC 20554 US URL: https://www.fbo.gov/spg/FCC/FCCOMD/FCCCPC/FCC14R0022/listing.html

OutreachSystems Article Number: 141105/PROCURE/0055 Matching Key Words: writ*; technical;

Agency for International Development, Overseas Missions, Uganda USAID-Kampala, Dept. of State Washington DC 20521-2190

R — Supervisory Development Outreach and Communications 617-14-0005 070514 Grace W. Nakaddu, Executive Specialist, Phone 256-41-4306-001, Fax 2546-41-4306-661, Email gnakaddu@usaid.gov – Grace Muntu, Executive Assistant, Phone 256-41-4306-001, Fax 256-41-4306-661, Email gmuntu@usaid.gov 1. Position Title: Supervisory Development Outreach and Communications 2. Market Value: GS-14 Equivalent $85,544 to $111,203. Final compensation720px-USAID-Identity.svg will be based upon the candidate past salary and work history, experience, and educational background of the successful candidate. 3. Place of Performance: Kampala, Uganda 4. Period of Performance: Two year Contract. 5. The U.S. Agency for International Development Mission in Uganda seeks to employ a U.S. (U.S. and Resident Aliens) Personal Services Contractor who will implement development, outreach, and communications efforts to increase awareness of USAID assistance programs in Uganda for a variety of audiences within and outside of Uganda. 6. Education: It is preferred, but not required, that the candidate hold a Master’s degree with significant coursework in relevant fields. Relevant fields include – but are not limited to – journalism, communications, public relations or affairs, international relations, international development, public administration, Development/area studies, and social studies. Eight to 10 years’ experience as a journalist, in public affairs or international relations is required. 7. Work Experience: At least five years’ relevant experience in a developing country. Relevant experience is defined as work in journalism, public relations, communications, and/or outreach. 8. Language Proficiency: The candidate must be fluent in both spoken and written English. 9. Skills and Abilities: The candidate must have a demonstrated capacity in the following skills and abilities: Demonstrated ability to exercise sound, independent, professional judgment; Excellent organizational and critical thinking skills; Excellent written and verbal communication skills with a demonstrated ability to translate highly technical material into easy to understand narrative; Exceptional interpersonal skills with the ability to influence relationships positively; Superior project management skills and the ability to take initiative working with the direction of management; must be able to take ownership of projects, creatively problem solve and see through to completion; Strong and demonstrated knowledge of the principles and practices of public relations, media relations, and journalistic writing and reporting techniques; Knowledge of technical aspects involved in the production of different public outreach activities, such as production of televised programs; Superior levels of professionalism while working under pressure in a fast-paced and sometimes difficult or dangerous environment; Willingness to assume duties and responsibilities in all communications areas, as needed; Strong, working knowledge of Microsoft Word, Excel, Power Point, and Internet applications; Familiarity using a digital camera and videotaping equipment; 10. Clearance: U.S. Secret clearance (or the ability to attain one) is required. 11. Applicants who meet the minimum qualifications will be evaluated and ranked based on the selection criteria. Applicants are strongly encouraged to address each of the criteria on a separate sheet describing specifically and accurately what experience, training, education, and/or awards that are relevant to each factor. 12. Notice to Applicants: USAID reserves the right to obtain from previous employers relevant information concerning the applicant’s past performance, technical knowledge, required skills, including teamwork and team-building experience and may consider such information in its evaluation. Shortlisted candidates may be required to submit writing samples and/or do a written test. USAID/Uganda shall not pay for any expenses associated with the interviews. Introduction: The S/DOC is an essential member of the Office of Program and Policy Development, responsible for producing and disseminating public information about mission activities for Ugandan and American consumption and to educate and promote a better understanding of USAID/Uganda programs. In this capacity, the incumbent is responsible for strategically planning, developing, implementing, and administering the DOC program to promote better awareness and understanding of U.S. foreign assistance to Uganda. S/he guides, coordinates, and oversees the mission’s communication practices and outreach efforts, helping to ensure that they reflect the U.S. Government’s (USG) priorities and promote USAID’s accomplishments to key audiences. S/he is also responsible for relaying related policies and achievements to key audiences of the host country, in the United States, and other countries. Major duties and responsibilities: The S/DOC will manage the full range of public information and outreach activities in support of USAID/Uganda’s programs and objectives, targeting information to specific audiences in both the US and (country), in accordance with the Mission’s public strategy and evolving circumstances. Specific duties include but are not limited to the following: Supervisory and Coordination: Lead the Mission’s Development Outreach and Communications (DOC) team comprised of one to two Foreign Service Nationals to ensure overall quality and coherence of the team’s communications and outreach products and initiatives. Lead the development and implementation of the Mission’s communications strategy and outreach plan. Represent the Mission at the senior level in all matters pertaining to public affairs and outreach activities with other branches of the USG, the Government of Uganda, implementing partners, other donor nations, the UN, World Bank and other groups or institutions. Train USAID’s technical staff in Uganda/Kampala and the regional offices in support of their public speaking and media outreach roles. Oversee the integration of communications in the project design and implementation processes. Serve as the senior advisor to Mission management regarding all public information, media relations, and outreach matters. Maintain up-to-date knowledge of all USAID/Uganda activities and processes, as well as a keen awareness of political and policy issues. Advise USAID staff and implementing partners on developing appropriate public information programs and initiatives. Serve as a resident expert on USAID branding and style guidelines, ensuring regulations are followed by recommending revisions and appropriate application as outlined in ADS 320 and the Agency’s Graphic Standards Manual. Oversee and provide regular trainings to USAID staff and implementing partners on the appropriate use of branding and marking; work closely with Contracting/Assistance Officer Representatives (C/AOR) to ensure adherence to branding in the field; and, seek guidance from LPA on any disputes or waiver requests. Coordinate with the PAO, U.S. Military, other USG agencies (e.g. CDC, USDA), and USAID implementing partners to achieve maximum exposure and understanding of U.S. development and humanitarian assistance efforts and initiatives in Uganda, as defined by the Chief of Mission and USAID Mission Director. Establish and maintain contacts with donor representatives, implementing partners, and other USG agencies to collect information for reports. Public Information and Publicity Materials: Coordinate information dissemination, media outreach, and public events within the Mission; with the Mission’s offices, units and technical staff; and with all non-USG organizations. Oversee the drafting, editing, and dissemination of timely and accurate information, fact sheets, press releases, newsletters, brochures, presentations, responses for requests for information, and all other public information materials relating to USAID/Uganda’s activities. These must be written in clear, concise English, prepared with both the media and general audiences in mind, and designed for print, power points, and web use. Oversee the preparation of submissions for USAID Frontlines and other USAID public information platforms including the Administrator’s Blog, USAID Facebook, Twitter, YouTube and other new or emerging social media sites. Oversee the use of social media platforms as an engagement tool with a focus on digital advocacy and outreach; a social media strategy will be developed to align with the broader communications strategy. Oversee the submission of all social media materials to PAO for posting on the U.S. Embassy Facebook and Twitter sites. Manage the preparation and maintenance of an updated standard information package on the USAID program in Uganda for briefings and for distribution to the public and the media; and for USAID/W, LPA, State, Congress, etc.; including scene setters, program briefing papers, project status reports, maps, photos, information about other donors, and general information about Uganda. Oversees the content and posting of Uganda specific English-language materials on the USAID website to ensure they are accurate and up-to-date/he works closely with LPA webmaster to ensure the Uganda specific pages are creative and informative. Oversee the writing and distribution of press releases on program successes, project inaugurations, significant developments, etc. Follow up with media to encourage and support coverage of public events. Coordinate with technical offices, Embassy’s PAO, and LPA to produce and release timely, accurate, and useful written information to local and international media. Media and Public Relations: Promote separate, pro-active, targeted, information and media outreach activities. These activities are specifically designed to push accurate information about USAID programs deep into local, regional and national markets, through the selective use of radio, television, newspapers, magazines, public service announcements, advertisements, billboards, and traditional communications. This necessitates a close and transparent relationship with Mission implementing partners’ communication and outreach staff. Oversee all international and local media relations. Work closely with PAO on press relations and maintain contacts with high-level Western and local journalists from all media outlets. Advise and work with Embassy PAO to expand opportunities to keep media abreast of USAID/Uganda programs, including TV, radio and other media. This may include arranging interviews, briefings, media tours of USAID projects, etc. In collaboration with PAO, advise the Mission Director and USAID staff on press and media relations. Ensure a targeted, coherent, and consistent message from all USAID staff and implementing partners. Coordinate with Government of Uganda public relations offices, maintaining good relations and advising on working with Uganda and international media. Coordinate with PAO to monitor local and international press coverage, awareness, and attitudes concerning USAID programs and monitor effectiveness of the communications strategy. Provide feedback to inform ongoing activities and future programming. As directed by the Mission Director, Deputy Director, and Supervisory Program Officer and in collaboration with PAO, respond to inquiries from the general public, media, and other sources about USAID programs and projects. Publicity Events: Organize and coordinate press events for USAID projects in conjunction with the PAO, USAID Mission Director, USAID staff and implementing partners. This includes conferences, openings, ribbon-cuttings, and other ceremonies. Write press releases, speeches, and talking points; organize background briefings for media; compile and disseminate press packets; deal with protocol issues, site selection, staging, and logistical issues; identify and schedule speakers; liaise with U.S. and local government officials; write or edit Briefing Checklists (BCLs), scene setters, briefing materials and memorandums to the Ambassador or his/her deputies when participation in events is warranted; write or edit BCLs and Scene Setters for USAID’s Front Office when participation in events is warranted; provide on-site coordination of media. Follow up with media to ensure coverage of public events. Manage the posting of all event information and materials to the Mission website. Review and edit press releases, speeches, and talking points drafted by implementing partners for USAID events; review and edit BCLs and Scene Setters drafted by implementing partners for USAID events. Submit all press releases and interview requests – in-house and those drafted by implementing partners – to PAO (and LPA, when appropriate) for review and approval. Oversee the maintenance of a calendar of USAID program events and its distribution within USAID/Uganda, to Embassy stakeholders, and LPA in Washington. Photograph and/or shoot video of USAID events for the USAID and Embassy websites and for USAID/Uganda’s archives. Serve as the Mission’s primary point of contact for publicity events and site visits by official visitors from the U.S. Embassy, USAID/Washington, Congress, and other USG agencies or entities. Coordinate VIP site visits as necessary. Coordinate with Embassy on schedules and logistics. Lead the preparation of briefing materials, scene setters, and other information products and processes to support these visits. Maintain a diverse list of potential site visit locations appropriate for a variety of CODEL, STAFFDEL, and other high-level visitors to USAID/Uganda, coordinating closely with partners in advance. Perform other duties/activities that the US Ambassador, USAID Mission Director, Deputy Director, Supervisory Program Officer, USAID/Washington and circumstances may dictate. Supervision: The S/DOC will report to the Supervisory Program Officer/ Team Leader. For detailed scope of work and evaluation criteria, please send email to gnakaddu@usaid.gov

Place of Performance: Kampala, Uganda US Embassy Compound – South Wing Plot 1577 Ggaba Road P.O. Box 7856 Kampala UG URL: https://www.fbo.gov/spg/AID/OM/UGA/617-14-0005/listing.html

OutreachSystems Article Number: 141105/PROCURE/0057 Matching Key Words: video*; edit*; produc*; train*; conference?; website; web; site?; page?; education*; event?; produce?; production?; distribut*;

720px-USAID-Identity.svgAgency for International Development, Overseas Missions, Uganda USAID-Kampala, Dept. of State Washington DC 20521-2190

R — READVERTIZED – Supervisory Development Outreach and Communications 617-15-0001 112414 Grace W. Nakaddu, Executive Specialist, Phone 256-41-4306-001, Fax 2546-41-4306-661, Email gnakaddu@usaid.gov – Grace Muntu, Executive Assistant, Phone 256-41-4306-001, Fax 256-41-4306-661, Email gmuntu@usaid.gov 1. Position Title: READVERTIZED – Supervisory Development Outreach and Communications 2. Market Value: GS-14 Equivalent $85,544 to $111,203. Final compensation will be based upon the candidate past salary and work history, experience, and educational background of the successful candidate. 3. Place of Performance: Kampala, Uganda 4. Period of Performance: Two year Contract. 5. The U.S. Agency for International Development Mission in Uganda seeks to employ a U.S. (U.S. and Resident Aliens) Personal Services Contractor who will implement development, outreach, and communications efforts to increase awareness of USAID assistance programs in Uganda for a variety of audiences within and outside of Uganda. 6. Education: It is preferred, but not required, that the candidate hold a Master’s degree with significant coursework in relevant fields. Relevant fields include – but are not limited to – journalism, communications, public relations or affairs, international relations, international development, public administration, Development/area studies, and social studies. Eight to 10 years’ experience as a journalist, in public affairs or international relations is required. 7. Work Experience: At least seven years’ relevant experience in a developing country. Relevant experience is defined as work in journalism, public relations, communications, and/or outreach. 8. Language Proficiency: The candidate must be fluent in both spoken and written English. 9. Skills and Abilities: The candidate must have a demonstrated capacity in the following skills and abilities: Demonstrated ability to exercise sound, independent, professional judgment; Excellent organizational and critical thinking skills; Excellent written and verbal communication skills with a demonstrated ability to translate highly technical material into easy to understand narrative; Exceptional interpersonal skills with the ability to influence relationships positively; Superior project management skills and the ability to take initiative working with the direction of management; must be able to take ownership of projects, creatively problem solve and see through to completion; Strong and demonstrated knowledge of the principles and practices of public relations, media relations, and journalistic writing and reporting techniques; Knowledge of technical aspects involved in the production of different public outreach activities, such as production of televised programs; Superior levels of professionalism while working under pressure in a fast-paced and sometimes difficult or dangerous environment; Willingness to assume duties and responsibilities in all communications areas, as needed; Strong, working knowledge of Microsoft Word, Excel, Power Point, and Internet applications; Familiarity using a digital camera and videotaping equipment; 10. Clearance: U.S. Secret clearance (or the ability to attain one) is required. 11. Applicants who meet the minimum qualifications will be evaluated and ranked based on the selection criteria. Applicants are strongly encouraged to address each of the criteria on a separate sheet describing specifically and accurately what experience, training, education, and/or awards that are relevant to each factor. 12. Notice to Applicants: USAID reserves the right to obtain from previous employers relevant information concerning the applicant’s past performance, technical knowledge, required skills, including teamwork and team-building experience and may consider such information in its evaluation. Shortlisted candidates may be required to submit writing samples and/or do a written test.
USAID/Uganda shall not pay for any expenses associated with the interviews. Introduction: The S/DOC is an essential member of the Office of Program and Policy Development, responsible for producing and disseminating public information about mission activities for Ugandan and American consumption and to educate and promote a better understanding of USAID/Uganda programs. In this capacity, the incumbent is responsible for strategically planning, developing, implementing, and administering the DOC program to promote better awareness and understanding of U.S. foreign assistance to Uganda. S/he guides, coordinates, and oversees the mission’s communication practices and outreach efforts, helping to ensure that they reflect the U.S. Government’s (USG) priorities and promote USAID’s accomplishments to key audiences. S/he is also responsible for relaying related policies and achievements to key audiences of the host country, in the United States, and other countries. Major duties and responsibilities: The S/DOC will manage the full range of public information and outreach activities in support of USAID/Uganda’s programs and objectives, targeting information to specific audiences in both the US and (country), in accordance with the Mission’s public strategy and evolving circumstances. Specific duties include but are not limited to the following: Supervisory and Coordination: Lead the Mission’s Development Outreach and Communications (DOC) team comprised of one to two Foreign Service Nationals to ensure overall quality and coherence of the team’s communications and outreach products and initiatives. Lead the development and implementation of the Mission’s communications strategy and outreach plan. Represent the Mission at the senior level in all matters pertaining to public affairs and outreach activities with other branches of the USG, the Government of Uganda, implementing partners, other donor nations, the UN, World Bank and other groups or institutions. Train USAID’s technical staff in Uganda/Kampala and the regional offices in support of their public speaking and media outreach roles. Oversee the integration of communications in the project design and implementation processes. Serve as the senior advisor to Mission management regarding all public information, media relations, and outreach matters. Maintain up-to-date knowledge of all USAID/Uganda activities and processes, as well as a keen awareness of political and policy issues. Advise USAID staff and implementing partners on developing appropriate public information programs and initiatives.
Serve as a resident expert on USAID branding and style guidelines, ensuring regulations are followed by recommending revisions and appropriate application as outlined in ADS 320 and the Agency’s Graphic Standards Manual. Oversee and provide regular trainings to USAID staff and implementing partners on the appropriate use of branding and marking; work closely with Contracting/Assistance Officer Representatives (C/AOR) to ensure adherence to branding in the field; and, seek guidance from LPA on any disputes or waiver requests. Coordinate with the PAO, U.S. Military, other USG agencies (e.g. CDC, USDA), and USAID implementing partners to achieve maximum exposure and understanding of U.S. development and humanitarian assistance efforts and initiatives in Uganda, as defined by the Chief of Mission and USAID Mission Director. Establish and maintain contacts with donor representatives, implementing partners, and other USG agencies to collect information for reports. Public Information and Publicity Materials: Coordinate information dissemination, media outreach, and public events within the Mission; with the Mission’s offices, units and technical staff; and with all non-USG organizations. Oversee the drafting, editing, and dissemination of timely and accurate information, fact sheets, press releases, newsletters, brochures, presentations, responses for requests for information, and all other public information materials relating to USAID/Uganda’s activities. These must be written in clear, concise English, prepared with both the media and general audiences in mind, and designed for print, power points, and web use. Oversee the preparation of submissions for USAID Frontlines and other USAID public information platforms including the Administrator’s Blog, USAID Facebook, Twitter, YouTube and other new or emerging social media sites. Oversee the use of social media platforms as an engagement tool with a focus on digital advocacy and outreach; a social media strategy will be developed to align with the broader communications strategy. Oversee the submission of all social media materials to PAO for posting on the U.S. Embassy Facebook and Twitter sites. Manage the preparation and maintenance of an updated standard information package on the USAID program in Uganda for briefings and for distribution to the public and the media; and for USAID/W, LPA, State, Congress, etc.; including scene setters, program briefing papers, project status reports, maps, photos, information about other donors, and general information about Uganda. Oversees the content and posting of Uganda specific English-language materials on the USAID website to ensure they are accurate and up-to-date/he works closely with LPA webmaster to ensure the Uganda specific pages are creative and informative. Oversee the writing and distribution of press releases on program successes, project inaugurations, significant developments, etc. Follow up with media to encourage and support coverage of public events. Coordinate with technical offices, Embassy’s PAO, and LPA to produce and release timely, accurate, and useful written information to local and international media. Media and Public Relations: Promote separate, pro-active, targeted, information and media outreach activities. These activities are specifically designed to push accurate information about USAID programs deep into local, regional and national markets, through the selective use of radio, television, newspapers, magazines, public service announcements, advertisements, billboards, and traditional communications. This necessitates a close and transparent relationship with Mission implementing partners’ communication and outreach staff. Oversee all international and local media relations. Work closely with PAO on press relations and maintain contacts with high-level Western and local journalists from all media outlets. Advise and work with Embassy PAO to expand opportunities to keep media abreast of USAID/Uganda programs, including TV, radio and other media. This may include arranging interviews, briefings, media tours of USAID projects, etc. In collaboration with PAO, advise the Mission Director and USAID staff on press and media relations. Ensure a targeted, coherent, and consistent message from all USAID staff and implementing partners. Coordinate with Government of Uganda public relations offices, maintaining good relations and advising on working with Uganda and international media. Coordinate with PAO to monitor local and international press coverage, awareness, and attitudes concerning USAID programs and monitor effectiveness of the communications strategy. Provide feedback to inform ongoing activities and future programming. As directed by the Mission Director, Deputy Director, and Supervisory Program Officer and in collaboration with PAO, respond to inquiries from the general public, media, and other sources about USAID programs and projects. Publicity Events: Organize and coordinate press events for USAID projects in conjunction with the PAO, USAID Mission Director, USAID staff and implementing partners. This includes conferences, openings, ribbon-cuttings, and other ceremonies. Write press releases, speeches, and talking points; organize background briefings for media; compile and disseminate press packets; deal with protocol issues, site selection, staging, and logistical issues; identify and schedule speakers; liaise with U.S. and local government officials; write or edit Briefing Checklists (BCLs), scene setters, briefing materials and memorandums to the Ambassador or his/her deputies when participation in events is warranted; write or edit BCLs and Scene Setters for USAID’s Front Office when participation in events is warranted; provide on-site coordination of media. Follow up with media to ensure coverage of public events. Manage the posting of all event information and materials to the Mission website. Review and edit press releases, speeches, and talking points drafted by implementing partners for USAID events; review and edit BCLs and Scene Setters drafted by implementing partners for USAID events. Submit all press releases and interview requests – in-house and those drafted by implementing partners – to PAO (and LPA, when appropriate) for review and approval. Oversee the maintenance of a calendar of USAID program events and its distribution within USAID/Uganda, to Embassy stakeholders, and LPA in Washington. Photograph and/or shoot video of USAID events for the USAID and Embassy websites and for USAID/Uganda’s archives. Serve as the Mission’s primary point of contact for publicity events and site visits by official visitors from the U.S. Embassy, USAID/Washington, Congress, and other USG agencies or entities. Coordinate VIP site visits as necessary. Coordinate with Embassy on schedules and logistics. Lead the preparation of briefing materials, scene setters, and other information products and processes to support these visits. Maintain a diverse list of potential site visit locations appropriate for a variety of CODEL, STAFFDEL, and other high-level visitors to USAID/Uganda, coordinating closely with partners in advance. Perform other duties/activities that the US Ambassador, USAID Mission Director, Deputy Director, Supervisory Program Officer, USAID/Washington and circumstances may dictate. Supervision: The S/DOC will report to the Supervisory Program Officer/ Team Leader. For detailed scope of work and evaluation criteria, please send email to gnakaddu@usaid.gov

Place of Performance: U.S. Embassy Compound – South Wing Plot 1577 Ggaba Road P. O. Box 7856 Kampala UG URL: https://www.fbo.gov/spg/AID/OM/UGA/617-15-0001/listing.html

OutreachSystems Article Number: 141105/PROCURE/0058 Matching Key Words: video*; edit*; produc*; train*; conference?; website; web; site?; page?; education*; event?; produce?; production?; distribut*;

Department of Veterans Affairs, VA National Cemetery Administration Centralized Contracting Division, Department of Veterans Affairs National Cemetery Administration, Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556

99–QUANTICO FIELD SUPPORT FACILIT, To furnish Kentucky Veterans Cemetery-West with replacement marble niche covers (I1) VA78615Q0016 111814 Anna Bzdyr Contract Specialist 540-658-7232 Anna.Bzdyr@va.gov The National Cemetery Administration is soliciting offersVA under Solicitation VA-786-15-R-0016 for the following:
Submittal by Potential Offerors
” Potential offerors will submit at their expense one (1) blank marble niche cover according to the specifications listed in Section 3.0 above.
” Sample shall be representative of the stone to be used, the finish to be attained and the placement and diameter of the holes to be drilled.
” Testing results for the sample will be submitted per Section 6.0. The sample and testing results should be submitted by the closing date of the solicitation.
” The sample shall be marked clearly on the back with indelible marker, showing contractor name, solicitation number, quarry source of stone and name of stone.
” Any sample which arrives damaged may not be acceptable.
” Samples must be accompanied by a statement identifying the brand name and grit rating for the pad or stone used to produce the final finish.
” All potential offerors who have submitted and received approval notification for a sample of the same type within the last 12 months may submit a copy of that approved sample review and a 6″ x 6″ finished sample representative of the stone to be used.
Sample shall be received by Memorial Programs Service (MPS) prior to closing date. If the sample is disapproved by MPS, you will receive notification by the Contracting Officer and you have until the closing date of solicitation to resubmit samples.
NO samples shall be accepted after closing date.
Once submitted, samples become the property of the Department of Veterans Affairs and will not be returned. Submit sample and test results to the following address:
Department of Veteran Affairs
Memorial Programs Service
Program Support Unit, Rm. 650
1575 Eye Street, NW
Washington, DC 20005
5.1 Full size copies of drawings are available upon request at no additional charge to potential vendors. The request should be e-mailed to the NCA Memorial Programs Service (MPS) Program Support Unit at MPSProgSupport@va.gov and should include the contractor’s name, mailing address, phone number, e-mail address and the name and drawing number of the drawing(s) being requested. It is recommended that such a request be forwarded to ensure that the specifications are current and accurate. Once the request is received, the drawings will be mailed directly to the vendors.
A potential vendor should e-mail the request for drawings to MPS within a timely manner to ensure sufficient time for the drawings to be mailed. An extension to the solicitation closing date will not be granted under any circumstances.
This procurement is for Lowest Price Technically Acceptable (LPTA). Evaluation criteria for this award will be the following: 1) Price; 2) Technical Qualifications and 3) Past Performance. This acquisition is 100% set-aside for Small Business (SB). The NACIS Code is 327991. Size standard is 500 employees. Electronic solicitation will be available for download from http://www.fbo.gov on or about November 04, 2014. Responses to the solicitation are due on or about 2:00PM on November 18, 2014. Any amendments to the solicitation will also be available at http://www.fbo.gov. Offerors are advised they are responsible for obtaining any amendments.
NOTE: ALL PROPOSALS ARE TO BE SENT THRU THE VENDOR PORTAL. IF YOU ARE NOT REGISTERED IN THE VENDOR PORTAL PLEASE DO SO AT https://vendorportal.ecms.va.gov.
Set-Aside: Total Small Business Place of Performance: KENTUCKY VETERANS CEMETERY WEST;5817 FORT CAMPBELL BLVD;HOPINSVILLE, KY 42240 USA URL: https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78615Q0016/listing.html

OutreachSystems Article Number: 141105/PROCURE/0677 Matching Key Words: state!ky;

190px-United_States_Army_Corps_of_Engineers_logo.svgDepartment of the Army, U.S. Army Corps of Engineers, USACE District, New Orleans, USACE District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267

R–Real Estate Acquisition for Regional Title Services: Contract Area of Operaton: Louisiana, Mississippi, Arkansas, Tennessee, Missouri, Illinois & Kentucky W912P8-15-R-0003 120414 Veronica F. Garner, 504-862-1515 USACE District, New Orleans The USACE, Mississippi Valley Division, Real Estate Region South has a requirement for two (2) contracts to furnish all labor, supplies and material to deliver title services within the Real Estate Region South Area of Operation which encompasses the following states: Louisiana, Mississippi, Arkansas, Tennessee, Missouri, Illinois and Kentucky. This solicitation is for a regional contract by which title search can be ordered in all of the aforementioned states. The Government will contract with an individual firm who will have subcontractors in each of the aforementioned States. The firm under contract as well as each subcontractor may be a title insurance company or a licensed attorney. For an attorney to qualify for this contract, he or she must be licensed in the State where the title search will be performed and must be associated with a title insurance company. Each attorney must submit a written commitment from a title insurance company authorized and qualified to issue such policies in the state where the search would be conducted. Unless the title insurance company is authorized to insure property title in all of the states included in the area of operation, the offeror must submit a written commitment for each individual state within the area of operation.

The solicitation is UNRESTRICTED procurement. The North American Industry Classification System Code (NAICS) is 541191. All responsible business sources may submit a proposal which shall be considered. It is the Government’s intent to award two (2) Firm Fixed Priced contracts for a base year with four one-year option periods. Award will be made to the responsible offerors whose proposals are determined to provide the best value to the Government, considering technical experience, key personnel and ability to perform, past performance and cost evaluation factors. It is the Governments intent to make award without discussions. If award is not made on initial offers, discussion will be conducted with all offerors in the competitive range in accordance with FAR Part 15. Solicitation Number W912P8-15-R-0003 intends to award two (2) indefinite delivery, indefinite quantity title services contracts will be available on the Federal Business Opportunities (FedBizOps) website at http://www.fbo.gov on or about October 30, 2014. It is the potential offerors’ responsibility to monitor the FedBizOps website for any solicitations, amendments, updates, offerors’ library, and responses to questions as the government will not be maintaining a mailing list of potential offerors. If interested in submitting a proposal for a posted solicitation, it is incumbent upon all potential offerors to download the solicitation from the FedBizOps website. Details of this solicitation will be published in Federal Business Opportunities (FedBizOps) or in the Corps of Engineers, New Orleans District web site http://www.mvn.usace.army.mil. When accessing the Corps’ web site, click: Contracting, Procurement Opportunities, and select the solicitation number that will take you to FedBizOps to view and download solicitations and amendments. All potential sources must obtain a DUNS number and register in System for Award Management (SAM) at http://www.sam.gov. Any communications with the Corps’ Contracting Division must identify the RFP number, company name, address, phone number including area code, facsimile number and point of contact. No phone call requests will be accepted. Paper copies of the solicitation will not be available.

Place of Performance: USACE District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA 70160-0267 US URL: https://www.fbo.gov/spg/USA/COE/DACA29/W912P8-15-R-0003/listing.html

OutreachSystems Article Number: 141105/PROCURE/0779 Matching Key Words: state!ky;

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

R — VOA Thai Service -Multimedia Contractors BBG50-R-15-00108AM 110714 Alisa Martine, Contract Specialist, Phone 202-203-4176, Fax 202-382-7877, Email amartine@bbg.gov BBG50-R-15-00108AM
Broadcasting Board of Governors
VOA Thai Service – Non-Personal Service
Multimedia Combination Services
Synopsis:

(i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOTBroadcasting Board of Governors BE ISSUED. This combined synopsis/solicitation is issued as a Request for Proposals (RFP) to establish Blank Purchase Agreement. There will be no guaranteed minimum quantities purchased and the Government will be obligated only to the extent of authorized calls placed against the resulting Agreement. The Government intends to award (2) Blanket Purchase Agreements for one year.
(ii) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. anticipates establishing a Blank Purchase Agreement for Non-Personal Services with Independent Contractors for Multimedia services as described in the attached Statement of Work (SOW) for the Voice of America’s East Asia and Pacific Division -Thai Service, in Washington, DC. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) part 13.
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-077, dated October 14, 2014.
(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $29.5M.
(v) The period of performance of the BPA is November 10, 2014 through November 9, 2015; however, the authorized call orders are effective November 10, 2014 – December 31, 2014. Subsequent call orders are subject to the availability of funds per FAR 52.232-19. The Contractor shall submit a bi-monthly invoice electronically for services provided.
(vi) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html Interested contractors who are capable of providing these services should submit a proposal identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.
(vii) The Government will award a Commercial Item, Firm-Fixed-Price, Blank Purchase Agreement resulting from this RFP to the responsible offeror whose offer conforming to the RFP will be most advantageous to the Government, based on technical, past performance, and price in the solicitation. When combined, technical evaluation factors are significantly more important than cost/price. The following factors listed in order of importance shall be addressed in the technical proposals and shall be used to evaluate proposals:
1) Contractor Qualifications – The Offeror shall provide their resume/CV that includes work experience, education and specialized training. The Offeror must be able to demonstrate proficiency in writing and speaking Thai and English.
2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract;
(iii) term of the contract; and
(iv) brief description of the work performed.
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, and
3) A separate Price Proposal showing a breakdown of the price based on a 2,080 hours per annum that will be negotiated with the BBG. Prices for all of the listed CLIN shall be noted in English and United States dollars.
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/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.
3. Copy of US Citizenship, work permit, photo ID and/or visa.
4. References (three)
5. Copy of active Registration in SAM.gov. https://www.sam.gov

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

(ix) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract. THE RESULTANT CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE COR TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER, MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED CHANGES. (End of Clause)
(x) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332)
(xi) AVAILABILITY OF FUNDS (APR 1984)
52.232-18 Funds are not presently available for this contract. The Government’s obligation under this contract 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.
(End of clause)
52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) Funds are not presently available for performance under this contract beyond December 31, 2014. The Government’s obligation for performance of this contract beyond that date 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 for performance under this contract beyond December 31, 2014 until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer.
(xii) 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.

(xiii) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.
(xiv) Failure to provide any of the above-required CLIN may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Oral proposals will not be accepted.
Questions must be submitted in writing and only via email to Alisa Martine at amartine@bbg.gov . Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on Tuesday, November 4, 2014.
ALL TECHNICAL AND PRICE PROPOSALS MUST BE SUBMITTED ELECTRONICALLY BEFORE THE CLOSING DEADLINE BELOW to: Alisa Martine at amartine@bbg.gov . Proposals are due to Alisa Martine, Contracting Officer, Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW Suite 4300 Washington, DC 20237 before 12:00 p.m. Eastern Daylight Time on Friday, November 7, 2014.
(xv) Contact: Alisa Martine, Contracting Officer, email: amartine@bbg.gov . All responsible sources may submit an offer that will be considered by the Agency.

Place of Performance: Voice of America 330 Independence Avenue, SW Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-15-00108AM/listing.html

OutreachSystems Article Number: 141104/PROCURE/0050 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: 141104/PROCURE/0051 Matching Key Words: naics!711510;

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

R — Translation Interpretation BBG50-Q-14-00044 092414 Seneca B. Belinfontie, ContractBroadcasting Board of Governors Specialist, Phone 2022034944, 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 Number:

BBG50-Q-14-00044

Translation Interpretation

Notice Type:

Combined Synopsis/Solicitation

Synopsis:

(i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AND SUBPART 13 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; REQUEST FOR QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

(ii) Request for Quote No BBG50-Q-14-00044, Translation Interpretation for International Broadcasting Bureau (IBB), Office of Performance Review (OPR), is issued as a Request for Quote (RFQ) and Multiple Blanket Purchase Agreement(s) will be awarded using simplified acquisition procedures in FAR Part 13 Subpart 13.303, Blanket Purchase Agreements.

(iii) This RFQ documents and incorporates provisions and clauses that are in effect from the Federal Acquisition Circular (FAC) 2005-074, dated effective July 1, 2014

(iv) This is 100% total small business set-aside.   The North American Industry Classification Systems (NAICS) code for this acquisition is 541930 with a small business size standard of $ 7.0 M.

(v) Contract Line item number(s) and items, Combination of Transcription and Translation Rates (See Attachment B, Price Schedule). The contractor shall provide a Firm Fixed Price (FFP) rate per foreign language on Attachment B, for the base period and each of three (3) option periods. Multiple Award(s) will be considered for this requirement at the discretion of the Government.

(vi) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C., anticipates establishing Non-Personal Services Blanket Purchase Agreements with Independent Contractors   to provide transcription and translations of multiple and various foreign language media products, required by the International Broadcasting Bureau (IBB) Office of Performance Review (OPR), in support of scheduled program reviews, spot-checks, and qualitative inquiries involving content produced by any of the U.S. International Media services under the BBG umbrella. The Contractor shall furnish all personnel, equipment, materials, supplies, services, and otherwise do all things necessary to perform requirements in accordance with Attachment C, Statement of Work (SOW).

(vii) Place of Performance: Multiple locations within and outside the Continental United States.   Contractor may perform the above work at any location that is mutually agreeable to the contracting officer, using digital files exchanged electronically through e-mail, web sites, and/or FTP.

(viii) The period of performance is one (1) year from date of award, with the option to exercise 3-one year options. The total period of performance is not-to exceed 4 years.

a.   Submission of Offers: Submit signed and dated offers to the office specified in this RFQ at or before the exact time specified in this RFQ. Offers may be submitted on letterhead stationery, or as otherwise specified in the RFQ. As a minimum, offers must show-
(1) The RFQ number
(2) The time specified in the RFQ 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 RFQ.

(ix) Instruction to Offerors
The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this Request for Quote.
FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/farlindexhtml. Interested contractors who are capable of providing these services should submit a proposal identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.
Submit signed and dated offers/quotes to the office specified in this Combined Synopsis/Solicitation at or before the exact time specified in this solicitation. Offers/quotes may be submitted on the SF18, letterhead stationery, Offerors/ quote(s) shall include but not be limited to:
(a). Contractors shall submit their firm fixed labor rates in accordance with the Attachment   B., Price Schedule. Prices for all of the listed CLINs shall be noted in English and United States dollars.
(b). Contractor Qualifications (Technical)
The Offeror shall provide a company profile that includes the following:

(i) Number of translators/linguists available; (ii) List of languages translated, including regional dialects (indicate any particular regional or linquistic strengths); (iii) Estimated turnaround time for a 30-minute audio/video file; (iv) Years in business; (v) Certifications by recognized professional translator organizations,  (e.g., American Translators Association (ATA), National Association of Judiciary Interpreters and Translators (NAJIT)

(c) Past Performance – The Offeror is required to provide no more than three (3) references from previous Customers for same or similar services to the requirement. Offers shall provide the three (3) references with the following information:   (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) (v), in the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror may not be evaluated favorably or unfavorably on past performance, and   when combined, technical evaluation factors are significantly more important than cost/price.

(x) 52.212-2 Evaluation – Commercial Items,
Evaluation — Commercial Items (Jan 1999)
(a) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal Services Blanket Purchase Agreement resulting from this RFQ to the responsible Offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on past performance, technical, and price in the quote. When combined, technical evaluation factors are significantly more important than cost/price. The following factors shall be used to evaluate offers:

(xi) EVALUATION FACTORS
Used to determine the competitive ranking of qualified applicants in comparison to other applicants. The factors are listed in priority order from highest to least.   The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services Blanket Purchase Agreement(s) resulting from this RFQ to the responsible Offeror whose offer conforming to the RFQ will be most advantageous to the Government, based   the following evaluation factors:

1) 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 on Attachment D, Past Performance:   (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.

2) Contractor Qualifications – The Offeror shall provide a company profile that includes              the following:

Number of translators/linguists available; (ii) List of languages translated, including regional dialects (indicate any particular regional or linguistic strengths); (iii) Estimated turnaround time for a 30-minute audio/video file; (iv) Years in business; (v) Certifications by recognized professional translator organizations,  (e.g., American Translators Association (ATA), National Association of Judiciary Interpreters and Translators (NAJIT)

3) A Separate Price Proposal showing a price breakdown by language to support the requirements in the SOW.   Price should be given for each language as:   A. Price per minute for transcription and translation (audio or video); and B. Price per thousand words of translation (text only).   The prices shall be provided in English and United States dollars. The Price Proposal must contain a signed copy of Attachment B, SF 18 filled out by the Offeror and Attachment B.1, Price Schedule.

(xii) Offeror Representations and Certifications – Commercial Items
FAR Subpart 52.212-3, Offeror Representations and Certifications – Commercial Items.   Offerors shall include a completed copy of the provisions at FAR Subpart 52.212-3 (Offeror Representations and Certifications – Commercial Items) with its offer.   This provision can be found at the following website https://www.acquisition.gov/Far/; if requested by an Offeror, a copy of FAR subpart 52.212-3 can be obtained by contacting the Contracting Officer.   Prospective Offerors must be registered on the System for Award Management (SAM) website at http://www.sam.gov 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. Please provide contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address.

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

The resultant contractor is hereby forewarned that absent the requisite authority of the COR to make any such changes, it may be held fully responsible for any changes not authorized in advance, in writing, by the contracting officer may be denied compensation or other relief for any additional work performed that is not so authorized, and may also be required, at no additional cost to .the government, to take all corrective action necessitated by reason of the unauthorized changes. (end of clause)

(xiv) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 – Reporting Executive compensation and First-Tier Subcontract Awards; 52219-6 – Notice of Total Small Business Set (15 U.S.C. 644); 52219-8 – Utilization of Small Business Concerns; 52.219-28 – Post Award Small Business Program Representation; 52.222-3 – Convict Labor, 52.222-19 – Child Labor-Cooperation with Authorities and Remedies; 52222-21 – Prohibition of Segregated Facilities; 52222-26 – Equal Opportunity (E.O. 11246); 52222-35 – Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 – Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 – Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 – Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 – Combating Trafficking in Persons; 52.223-18 – Contractor Policy to Ban Text Messaging with Driving; 52.225-13 – Restrictions on Certain Foreign Purchases and 52.232-33 – Payment by Electronic Funds Transfer-System for Award Management.

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

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

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

(xviii)ALL TECHNICAL AND PRICE PROPOSALS MUST BE SUBMITTED ELECTRONICALLY TO sbelinfo@voanews.com BEFORE THE CLOSING DEADLINE BELOW. Request for Quotes are due to Seneca Belinfontie, Contracting Specialist, Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW, Washington, D.C., 20237,   2:00 p.m. Eastern Standard Time (Washington, D.C.) on September 24, 2014.

(xix) Contact Seneca Belinfontie, Contracting Specialist, email sbelinfo@voanews.com.
All responsible sources may submit an offer that will be considered by the Agency. Questions must be submitted in writing and only via email to sbelinfo @voanews.com .      Written questions must be submitted before 2:00 p.m.   Eastern Standard Time (Washington, D.C. ) on September 12,   2014.

(xx) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text (see Attachment B, FAR Clauses). Upon request, the Contracting Officer will make their full text available. The Offeror is cautioned that the listed provisions may include blocks that must be completed by the Offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the Offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):http://acquisition.gov/far.

Attachments:

Attachment A, FAR Clauses

Attachment B, Price Schedule

Attachment C, Statement of Work

Attachment D, Past Performance

Set-Aside: Total Small Business Place of Performance: 330 Independence Ave., S.W. Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-14-00044/listing.html

OutreachSystems Article Number: 141104/PROCURE/0052 Matching Key Words: video*; produc*; website; web; site?; business*; produce?; instruct*; commercial?;

FedBizOpps – Awards

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 Seneca B. Belinfontie, Contract Specialist, Phone (202) 203-4944, Fax (202) 382-7854, Email sbelinfo@voanews.com – Herman Shaw, Contracting Officer, Phone 202-382-7856, Fax (202) 382-7854, Email hshaw@bbg.gov BBG50-P-14-1092 $68016.00 093014 Richard William Rudel Jr, 6289 Sandpiper Ct , Elkridge, MD 21075-5395 US
URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-14-00013_SB/listing.html

OutreachSystems Article Number: 141104/AWARDS/0566 Matching Key Words: naics!711510;

FedBizOpps – Special Notes

Agency for International Development, Overseas Missions, Haiti USAID-Port Au Prince, Dept. of State Washington DC 20521-3400

R — SPECIAL NOTICE FOR HAITIAN ORGANIZATIONS AND BUSINESSES. INDUSTRY DAY: HOW TO DO BUSINESS WITH USAID SOL-521-14-000027 090914 Amy McQuade, Phone 50922298917, Email amcquade@usaid.gov SPECIAL NOTICE for HAITIAN ORGANIZATIONS and BUSINESSES
INDUSTRY DAY: HOW TO DO BUSINESS WITH USAID
USAID/Haiti will hold a workshop on Friday, September 12, 2014 and invites local development partners (ONGs, civil society organizations, and Haitian businesses) to learn more about “How to Do Business with USAID in Haiti”.

Why does USAID/Haiti want to work with local organizations? Local organizations are well-positioned to address key development challenges in innovative ways through their first-hand720px-USAID-Identity.svg knowledge of the Haitian economy. USAID strongly believes that a key to sustainable development lies in strengthening the capacity of local organizations.

What is “Industry Day”? Industry Day is a one-day workshop at which USAID/Haiti will inform local organizations on how to do business with USAID in Haiti. At this workshop, USAID will: 1) present past organizations experiences; 2) inform the audience about upcoming bidding opportunities; 3) review the upcoming solicitations’ components in detail; 4) discuss the required format and content of the applications; and 5) provide an overview of the application evaluation process. USAID/Haiti’s Industry Day is designed to assist prospective bidders in successfully competing on USAID activities.

Important to note: USAID has limited funding and only the most successful applications will be considered in future solicitations. During the upcoming year, only five local organizations are expected to receive awards from USAID/Haiti.

Logistics: The conference will be held on September 12, 2014 from 8:00 am to 5:00 pm, at the Karibe Convention Center located at Juvenat, Port-au-Prince.

The workshop is free but participants must cover all personal costs of attending. Coffee, lunch, and refreshments will be provided to all participants. Participation is limited to two individuals per organization and USAID reserves the right to limit participation based on space availability. If an applicant is unable to attend this conference, USAID will videotape the event and will post the video on http://www.usaid.gov, http://www.fbo.gov and http://www.grants.gov.

To register for the conference, or to submit questions regarding conference logistics, please e-mail Amy McQuade at amcquade@usaid.gov. Please indicate your name, your guest’s name, contact information, title, and organization. Register now! Conference space is limited and requests must be received by September 9, 2014. Only individuals who register in advance will be permitted to attend the event.

Place of Performance: Karibe Convention Center Port au Prince HT URL: https://www.fbo.gov/spg/AID/OM/HAI/SOL-521-14-000027/listing.html

OutreachSystems Article Number: 141105/SPECIAL/1087 Matching Key Words: video*; conference?; business*; event?;

USABID State and Local Purchases

Kentucky – City of Lexington https://lfucg.economicengine.com 200 East Main Street; Lexington, KY 40380; (859) 258-3320

R – Consultants SOL RFP60-2014 Third Party Evaluation of Housing First Program Due Date: 11/05/2014 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141105/BID/0033 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 – RFI State Hub for CHFS RFI : 1500000006 CHFS – Office O SOL RFI State Hub for CHFS RFI : 1500000006 CHFS – Office Of The Secretary Services NPS Published On : 11/3/14 Amended On : Closing On : 11/19/14 2:00 PM EST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141105/BID/0102 Matching Key Words: age:state!ky; state!ky;

Kentucky – Community and Technical College System , Kentucky Community and Technical College System Kentucky Community and Technical College System 300 North Main Street, Versailles, KY 40383 Phone (859) 256-3100 Toll-Free (Kentucky only) (877) 528-2748 http://www.kctcs.edu/en/Vendor%20Information/Opportunities%20to%20Bid.aspx

R – RFP-0147 Annual Independent Audit 11/7/2014 SOL RFP-0147 Annual Independent Audit 11/7/2014 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141105/BID/1488 Matching Key Words: age:state!ky; state!ky;

Kentucky – Community and Technical College System , Kentucky Community and Technical College System Kentucky Community and Technical College System 300 North Main Street, Versailles, KY 40383 Phone (859) 256-3100 Toll-Free (Kentucky only) (877) 528-2748 http://www.kctcs.edu/en/Vendor%20Information/Opportunities%20to%20Bid.aspx

R – RFP-0148 Strategic Enrollment Management Consulting 11/20/2014 SOL RFP-0148 Strategic Enrollment Management Consulting 11/20/2014 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141105/BID/1489 Matching Key Words: age:state!ky; state!ky;

Kentucky – Jefferson County Public Schools , Jefferson County Public Schools -Barbara Raley Coordinator of Purchasing/Bids Phone:485-7860 Fax: 485-6446 https://webapps.jefferson.kyschools.us/FinanceWeb/bidopps.aspx

T – Printing: JCHS Independent Study Workbooks #7006 Bid closes @ 11 SOL Printing: JCHS Independent Study Workbooks #7006 Bid closes @ 11:00 a.m. on November 13, 2014 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141105/BID/1492 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 – Consultants SOL RFP60-2014 Third Party Evaluation of Housing First Program Due Date: 11/05/2014 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141105/BID/2497 Matching Key Words: age:state!ky; state!ky;

Utah – Clearfield City http://www.bidsync.com/DPX?by=key&ac=powersearch&posting=1&p=&changeregion=y&changeorg=&srchHeld=&srchoid_override=&headoid=1757487&sort=end&srchid=&clearsearch=&search=&title=td®ion=%2Fut&srchoid=1757487&srchgroup=-1&cat=&cat_1=-1&cat_2=-1&cat_5=-1&pastbids= 55 South State; Clearfield, UT 84015; 801-525-2700

T – Bid #PD1114 Video Production Services SOL Bid #PD1114 – Video Production Services Due Date: Nov 17, 2014 2:00:00 PM MST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141105/BID/3784 Matching Key Words: video*; produc*; production?;

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

U – Youth Bicycle & Pedestrian Safety Education Services SOL IFB-3312-0-2015/TB Youth Bicycle & Pedestrian Safety Education Services Due Date: 11/10/2014 3:00 PM Eastern Contact: Teresa Burton For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141102/BID/0004 Matching Key Words: age:state!ky; state!ky;

Other Federal Procurements (Small)

sbaU.S. Small Business Administration http://web.sba.gov/subnet/search/dsp_search_option.cfm SBA-SUB-Net; Contact information is included with each sub-contracting bid.

R — I am a small business specializing in video analytics surveillan SOL 0100000000010 I am a small business specializing in video analytics surveillance software for CCTV and surveillance cameras. Video analytics increases the performance and capabilities of surveillance cameras. I also sell CCTV and surveillance cameras. I am looking for subcontracting opportunities with a prime vendor. My website is http://www.palmettocameraproducts.com I can sell anywhere in the US and any US territory. Due Date: 12/31/2014 Address: Stonecreek Drive Contact: Paul Gangarosa For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141105/SMALL/9459 Matching Key Words: video*; website; business*;

U.S. Small Business Administration http://web.sba.gov/subnet/search/dsp_search_option.cfm SBA-SUB-Net; Contact information is included with each sub-contracting bid.

R — I am a small business specializing in video analytics surveillan SOL 0100000000010 I am a small business specializing in video analytics surveillance software for CCTV and surveillance cameras. Video analytics increases the performance and capabilities of surveillance cameras. I also sell CCTV and surveillance cameras. I am looking for subcontracting opportunities with a prime vendor. My website is http://www.palmettocameraproducts.com I can sell anywhere in the US and any US territory. Due Date: 12/31/2014 Address: Stonecreek Drive Contact: Paul Gangarosa For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141105/SMALL/9685 Matching Key Words: video*; website; business*;

U.S. Small Business Administration http://web.sba.gov/subnet/search/dsp_search_option.cfm SBA-SUB-Net; Contact information is included with each sub-contracting bid.

R — I am a small business specializing in video analytics surveillan SOL 0100000000010 I am a small business specializing in video analytics surveillance software for CCTV and surveillance cameras. Video analytics increases the performance and capabilities of surveillance cameras. I also sell CCTV and surveillance cameras. I am looking for subcontracting opportunities with a prime vendor. My website is http://www.palmettocameraproducts.com I can sell anywhere in the US and any US territory. Due Date: 12/31/2014 Address: Stonecreek Drive Contact: Paul Gangarosa For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 141104/SMALL/4105 Matching Key Words: video*; website; business*;

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

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

Trackbacks/Pingbacks

  1. BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES | beenetworknews - November 17, 2014

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

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

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

Truth- A Right to Fight For...

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

%d bloggers like this: