SOURCE: Kentucky Procurement Assistance Program / Kentucky Small Business Development Center (KSBDC)
NOTE: all information relating to this specific contracting opportunity should be verified with the issuing agency. For any other assistance, contact the KSBDC via email at bidmatch@ksbdc.org
FedBizOpps – Procurements
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — 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 NOT BE ISSUED. This combined synopsis/solicitation is issued as a Request for Proposals (RFP) to establish Blank Purchase Agreement. There will be no guaranteed minimum quantities purchased and the Government will be obligated only to the extent of authorized calls placed against the resulting Agreement. The Government intends to 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: 141115/PROCURE/0070 Matching Key Words: naics!711510;
Department of Energy, Brookhaven National Laboratory (DOE Contractor), Brookhaven, PO Box 5000 Bldg. No. 355 Upton NY 11973
R — Seismic and Geotechnical Engineering Support for Research & NRC Compliance 280831 112114 Vincent Costanzo, Contracts Specialist, Phone 6313445539, Email vcostanzo@bnl.gov
Seismic and Geotechnical Engineering Assistance in Support of Research and Regulatory Compliance Activities for Nuclear Facilities
1. Scope
Brookhaven Science Associates (BSA) at Brookhaven National Laboratory (BNL) is seeking qualified individuals to provide professional engineering support consisting of reviews, analyses, and research activities related to seismic and geotechnical engineering of structures and components found at nuclear facilities, on an as-needed basis for various projects ranging in size and complexity. In part, this work requires technical assistance to support BNL’s research activities and regulatory compliance reviews for nuclear power plants under the jurisdiction of the U. S. Nuclear Regulatory Commission (USNRC/NRC).
2. Description of Work
The contract awardee shall be responsible to perform technical reviews, analyses, and/or research activities in accordance with the information provided in task orders that will be assigned throughout a designated period of performance. Tasks will involve providing technical assistance to BSA in seismic and/or geotechnical evaluations for structures and components found at nuclear facilities such as nuclear power plants (NPPs). The contract awardee will perform reviews of technical reports, licensing application documents, and/or industry reports which address the seismic analysis and design of a nuclear facility and/or address specific seismic, structural, and geotechnical topics related to nuclear structures and components. The awardee will also be required to identify technical issues in these reports and write assessments; evaluate responses that may be provided by others addressing and resolving such issues; determine the technical basis for their acceptance; perform confirmatory analyses to verify results; participate in meetings with BSA and the client (e.g., NRC); participate in audits at the facility/site, licensee offices, or client offices; and perform research which includes reviews, calculations, and computerized analyses as needed. The awardee will also need to participate in conference calls, attend meetings and write detailed technical reports summarizing work performed. The work shall be done in accordance with the applicable nuclear regulations, nuclear regulatory guidance documents, and industry codes and standards.
3. Deliverables
The deliverables for each task will be defined in each task order for the assigned work and will consist of but may not be limited to technical reports/summaries of: work performed, licensing reviews, audits, research activities, assessments of specific project documents, identification of issues and/or requests for additional information (RAIs), evaluations of responses provided to address issues/RAIs, and resolution of comments provided by BSA on an as-needed basis.
4. Contractor Qualifications/ Requirements
The awardee shall have a seismic/geotechnical professional engineer with the minimum qualifications and requirements given below.
Senior Seismic/Geotechnical Engineer – Extensive seismic and geotechnical engineering knowledge in the analysis and design of structures and components found at nuclear facilities, and demonstrated experience in the various areas described in Section 2 above. The prospective awardee must be a recognized authority in this field.
Minimum Qualifications:
•· PhD degree from an accredited college or university in Civil Engineering
•· Minimum of twenty (20) years of experience in seismic and geotechnical engineering
•· Expertise in engineering computer software development, which may be needed to perform unique calculations, prepare models, modify computer codes, process computer output results, and to review computer codes developed by others.
•· Experience in NRC regulatory environment
•· Proven ability to develop solutions to complex problems
•· Excellent technical writing ability and communication skills
Requirements
Significant work will be performed for BNL in support of projects for the USNRC, which regulates commercial NPPs. Therefore, the Contractor will need to be able to assert that there is no conflict of interest with any current work, planned work, or work performed in the past in the same and/or similar technical areas for others (i.e., non-NRC organizations).
•· Have access to and have extensive experience with the execution of the SASSI computer code to perform seismic SSI analyses of very large models. This should include ability to run SASSI with ground motion incoherency effects.
•· Experience in performing seismic fragility and seismic margin analysis of plant structures, systems, and components, and calculation of High Confidence of Low Probability of Failure (HCLPF) capacity following nuclear industry methodologies.
Interested offerors should submit a letter of interest including resume/CV by4:30 PM, EST, November 21, 2014 to the following:
Vincent M. Costanzo
Contracts Specialist
Procurement & Property Management Division
Building No.902B
Brookhaven National Laboratory
Upton, New York 11973-5000
Email submissions will be accepted at: vcostanzo@bnl.gov
Department of the Air Force, Direct Reporting Units, USAF Academy – 10 CONS, 8110 Industrial Drive Suite 200 USAF Academy CO 80840-2315
T — Basic Cadet training and Grad Videography FA7000-15-T-0009 111914 Olivia F. Epps, Contract Specialist, Phone 7193332796, Fax 7193339075, Email olivia.epps@us.af.mil – Russell W. Jordan, Contracting Officer, Phone 7193333961, Fax 7193339075, Email russell.jordan@us.af.mil ;
p;
The purpose of this Reqeust for Quote (RFQ) is to provide for the production of professional broadcast quality Air Force Academy videos in DVD format for resale distribution, annually for the Office of Cadet Wing Media. During the base year the DVDs will be a standard definition product that will play in nearly all consumer DVD players found in homes today; though the Office of Cadet Wing Media reserves the right to request high-definition production products in future. This PWS describes a performance-based work requirement in terms of “what” the required service output is, rather than task-based or “how” the work is to be performed. The ultimate goal of the Contractor shall be adherence to the quality and performance requirements set forth in this document, and the final delivery DVD products that meet content, quality, and product amounts established by this contract.
The Contractor’s local representative(s) must possess professional skills in videography, location documentation, professional voice over talent, post production, editing and authoring, content and technical proofing, computer graphics effects, duplication, and packaging for the finished DVD product.
Place of Performance: USAF Academy USAF Academy, CO 80840 US URL: https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-15-T-0009/listing.html
OutreachSystems Article Number: 141113/PROCURE/0052 Matching Key Words: video*; edit*; duplicat*; produc*; train*; documentation; production?; distribut*; naics!512110;
Department of the Army, Army Contracting Command, MICC, MICC – West Point, MICC – West Point, Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place, West Point, NY 10996-1514
R–Sources Sought W911SD15T0010 111414 Gina Blum, 845-938-5858 MICC – West Point SOURCES SOUGHT ONLY: This is a Sources Sought request for information to be used for market research purposes only. The Government is conducting market research to assist in determining the appropriate acquisition strategy and potential set-asides. The Government is seeking responses from small businesses capable of performing the required services. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.
THIS IS NOT A REQUEST FOR QUOTE or PROPOSAL. Responses to this announcement are not considered quotes or offers and cannot be accepted by the Government to form a binding contract. Responses will not be used for evaluation in any resultant solicitation for this requirement. The government shall not be held responsible for any costs incurred in response to this sources sought announcement. Participation is strictly voluntary. This notice will close Friday, November 14, 2014 at 1100 AM Eastern. The Mission and Installation Contracting Command at West Point, NY, has an anticipated requirement for specialized lighting design services. Company must provide lighting designer, director, and additional lighting requirements as chosen by the designer with input from the USMA Band production department for the West Point Holiday Show on 6-7 DEC 2014. The service provider will supply a lighting display unit that meets the following minimum requirements: Must produce a minimum of 20,000 lumens, display at fidelity of at least 720p, have all truss mounting accessories for 1.5 inch pipe, video scaler, advanced geometry corrector, and have a screen with a visible area of 27 feet by 15 feet. The production week will be 1-7 DEC 2014, and the hall will be made available for setup during this time. Equipment will need to be operational for rehearsals on 2-5 DEC 2014.
Scope of work consists of, but is not limited to: 1. Lead Lighting Director must have at least 20 years of documented professional experience in TV and live event lighting production. TV credits should include major broadcast network experience and include live broadcast shows and shows with live musical performance segments. Two letters of reference and submissions of previous work are required for vendors who have not worked with the United States Military Academy (USMA) Band on prior engagements. 2. Emmy award-winning lighting honors are desired, at minimum, a nomination for this category required. 3. Must be able to use existing controls and equipment available in Eisenhower Hall (ETC EOS Lighting Console and ETC ION backstage operation unit). 4. Experience lighting indoor events for broadcast is required. This can include sporting events or live broadcast shows.
Respondents shall provide a full description of their capability to meet the anticipated requirement. Feedback on this requirement is encouraged. The anticipated NAICS is 541490 with a Small Business Size Standard of $7M. Interested respondents should submit a brief capabilities statement package (no more than 5 pages in length) clearly demonstrating the firm’s ability to perform the services listed. A generic capability statement is not acceptable. At a minimum, the package shall address the following:
1. Title of the requirement, Company Name, Address, and POC.
2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number/CAGE Code, and a statement regarding current small business status to include small business type(s)/certification(s) such as: SDB, 8a, HubZone, SDVOB, etc.
3. Prior/current experience (private and/or government) performing efforts of similar size and scope within the last five years. Statements should describe the dollar value, indicate whether your firm acted as the prime or subcontractor, list a customer Point of Contact with phone number, and provide description of the experience and how the referenced experience relates to the services described herein.
Place of Performance: MICC – West Point Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place West Point NY 10996-1514 US URL: https://www.fbo.gov/notices/2e550cd5b7b76fc4314392d5d6e96230
OutreachSystems Article Number: 141113/PROCURE/0344 Matching Key Words: broadcast*; event?;
Other Federal Procurements (Small)
FedConnect https://www.fedconnect.net/FedConnect/PublicPages/PublicSearch/Public_Opportunities.aspx FedConnect phone: 800-899-6665 email: support@fedconnect.net
T — Operation and maintenance of HUD’s Broadcast Opera SOL DU203NP-15-R-0001 Description This is a Combined Synopsis/Solicitation in accordance with FAR Part 12, Acquisition of Commercial Items. 100% Set-Aside for 8(a) firms. This solicitation provides for the Operation and maintenance of HUD’s Broadcast Operations Center located in HUD Headquarters in Washington, DC. Specific services to be provided are established in the attached Statement of Work. Overview Reference number: DU203NP-15-R-0001 Issue date: 11/13/2014 Response due: 12/17/2014 04:00 PM ES Set Aside: Competitive 8(a) NAICS: 512110-Motion Picture and Video Production PSC / FSC: T016-PHOTO/MAP/PRINT/PUBLICATION- AUDIO/VISUAL Agency: HUD Contracting office: US Department of HUD Office of the Chief Procurement Officer The Wanamaker Building 100 Penn Square East Philadelphia, PA 19107-3380 Place of Performance: Government Site 451 7th Street SW Washington, DC 201410 Contact: Shelli Waltz Phone: Fax: Email: Shelli.J.Waltz@hud.gov Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 141114/SMALL/5364 Matching Key Words: video*; produc*; conference?; site?; production?; commercial?;
USABID State and Local Purchases
Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211
99 – One (1) 100 foot Quint Apparatus SOL RFP-3324-0-2014/PL One (1) 100 foot Quint Apparatus Due Date: 12/17/2014 3:00 PM Eastern Contact: Peter Langlois For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 141116/BID/0157 Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
U – Design of Kentucky Science Assessments RFP : 1500000107 SOL Design of Kentucky Science Assessments RFP : 1500000107 Department Of Education Published On : 11/13/14 Amended On : 11/13/14 Closing On : 1/5/15 4:00 PM EST For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 141115/BID/0003 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 – KCT-00945 Vending Services (PCT) 11/24/2014 SOL KCT-00945 Vending Services (PCT) 11/24/2014 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 141115/BID/0045 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
R – SCHOOL DISTRICT OF JEFFERSON COUNTY PUBLIC SCHOOLS, LOUISVILLE, SOL SCHOOL DISTRICT OF JEFFERSON COUNTY PUBLIC SCHOOLS, LOUISVILLE, KENTUCKY REQUEST FOR PROPOSAL FOR COMPETITIVE NEGOTIATION (3041) ON AUDIT SERVICES PART A – FINANCIAL STATEMENT AUDIT PART B – INTERNAL AUDIT SERVICES PROPOSAL RETURN DATE: MONDAY, DECEMBER 8, 2014 TIME: 9:00 A.M. E.T. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 141115/BID/0047 Matching Key Words: age:state!ky; state!ky;
SHOOK BID ANNOUNCEMENT
SOURCE: SHOOK Construction
PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES
November 17, 2014
Business, Business / Career, Education, Government