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 Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave MacDill AFB FL 33621-5119
99 — Skydive Jump Tickets FA4814-15-A-ABG 121514 Alyson Gowin, Phone 813-828-1872, Email alyson.gowin@macdill.af.mil ; sp; T his is not a Request for Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this Request for Information (RFI). The Air Force will NOT be responsible for any costs incurred by interested parties in response to this RFI. This FedBizOpps notice is an announcement seeking market information for businesses capable of providing the product as described herein. The 6th Contracting Squadron (6 CONS) is currently conducting market research to determine qualified, experienced, and interested potential sources. The information requested by this RFI will be used within the Air Force to facilitate decision-making and will not be disclosed outside of the agency. Such information will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. Oral communications ARE NOT acceptable in response to this notice. Sources shall include in their information, a detailed capabilities statement stating their experience in providing the same or similar items described in this notice, a point of contact with phone and e-mail information, business status (Socio-Economic Factors: 8(a), HUBZone, Service-Disabled Veteran-Owned Business), business size based on NAICS 611512, and a positive statement of interest to submit a proposal.
The USSOCOM Parachute Team requires a skydive facility located within 50 miles of MacDill Air Force Base to enable them to practice team precision jumps and train. The facility must own or have access to a twin otter turbine aircraft that allows the entire team to jump simultaneously. The team also requires re-packing of parachutes and occasional instruction/videographer during their training sessions. If you can provide this, please send a full capabilities statement via email along with your DUNS, Cage Code, and small business size status.
Place of Performance: Tampa, FL 33621 US URL: https://www.fbo.gov/spg/USAF/AMC/6CS/FA4814-15-A-ABG/listing.html
OutreachSystems Article Number: 141205/PROCURE/0692 Matching Key Words: video*; produc*; train*; you; business*; instruct*;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — Television Assistant Producer for Voice of America-Latin America Division BBG50-R-15-0013 121814 Myria Carpenter, Fax 202-382-7870, Email mecarpen@bbg.gov – Herman Shaw, Contracting Officer, Fax 202-382-7870, Email hshaw@bbg.gov
(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.
(ii) Solicitation No. BBG50-R-15-0013 is issued as a Request For Proposal (RFP) and a contract will be awarded using simplified acquisition procedures in FAR Part 13.
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-078, dated November 25, 2014.
(iv) This is a one hundred percent (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 $7.5M.
(v) The contractor shall provide the Contract Line Items as shown in the Attachment A titled “Price Schedule”. The contractor shall provide a Firm Fixed Price proposal for a base period of three (3) months and three (3) option periods of three (3) months each.
(vi) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. anticipates a need (subject to availability of funding) for Independent Contractor to provide Associate Producer services as described in Attachment C titled “Statement of Work (SOW)”. The Offeror selected for award must be able to successfully pass a BBG security investigation.
(vii) The Government anticipates making an award under this Solicitation on/or about on December 22, 2014 and no later than December 31, 2014. The Base Period of award will be three (3) months and the subsequent Option Periods, if exercised, will follow sequentially for a total contract duration not to exceed twelve (12) months. The Contractor shall submit a monthly invoice electronically for services provided the preceding month in accordance with the Prompt Payment Act.
(viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instructions 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 their ability and experience in providing the required services.
Offeror’s minimum qualifications shall include but not be limited to:
1) Offeror’s Qualifications – The Offeror shall provide their resume that includes work experience, education and specialized training necessary to provide the required services under this solicitation. The Offeror must be able to demonstrate proficiency in writing and speaking in the English language;
2) Experience – The Offeror shall demonstrate experience in providing the required services under this solicitation to Governmental and/or commercial customers.
INTERESTED OFFERORS RESPONDING TO THIS SOLICITATION SHALL SUBMIT THE FOLLOWING ITEMS TO THE CONTRACTING OFFICER: (1) a Technical Proposal which addresses the technical factors described below in (ix) and (2) and a Price Proposal in accordance with (ix). The Price Proposal must contain a copy of Attachment A entitled “Price Schedule” which must be filled out by the interested contractor as well as either a copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items or a statement that FAR 52.212-3 has been completed in the System for Award Management website. The technical and price proposals must be submitted separately. No price information should be contained within the technical proposal.
(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal Services Purchase Order resulting from this RFP to the responsible offeror whose offer conforming to the RFP will provide the best value to the Government, based on technical, past performance, and price. When combined, technical evaluation factors are significantly more important than cost/price. THE FOLLOWING EVALUATION AND PAST PERFORMANCE FACTORS LISTED IN ORDER OF IMPORTANCE MUST BE ADDRESSED IN THE INTERESTED OFFERORS’ TECHNICAL AND PRICE PROPOSALS AND THE GOVERNMENT WILL USE THESE FACTORS TO EVALUATE THE OFFERORS’ PROPOSALS: 1) A narrative detailing the approach that they will take to meet the requirement. The offeror must illustrate its understanding of the requirement and its ability to provide the required Associate Producer services stated herein. The offeror must submit a brief description of its company’s business and provide a company point of contact including address, e-mail address, telephone number, fax number and if applicable, the company’s web-page address. (Technical Approach); 2) The Offeror shall have demonstrated past technical qualification of the proposed Associate Producer in performing work similar to that set forth in the SOW. An Offeror should include recent examples (within the past three (3) years) demonstrating its experience in providing/performing Associate Producer services required under this solicitation to Governmental and/or commercial customers. Examples provided should be of the same and/or similar services specified herein. (Experience) 3) The Offeror shall have demonstrated past technical qualification of the proposed Associate Producer in performing work similar to that set forth in the SOW. Detailed information on past performance and relevant contracts for same and/or similar services with a minimum of three (3) references including contract numbers, points of contact with telephone numbers and email addresses (i.e., the point of contact who can verify performance) 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. Offerors shall use Attachment B – Past Performance References to submit their past performance references. (Past Performance) and 4) A Separate Price Proposal showing a price breakdown for the services under solicitation. The prices shall be provided in United States dollars. The Price Proposal must contain Attachment A entitled “Price Schedule” which must be filled out by the offeror. Offerors are cautioned that failure to address each of the above evaluation factors may deem their proposal unacceptable .
(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/. 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 AWARD.
(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
I. 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)
II. EXERCISING OF OPTIONS UNDER THIS CONTRACT : The Government reserves the right to unilaterally exercise the options in Attachment A entitled “Price Schedule.” The Parties agree that the Government may partially exercise and fund any options in Attachment A and may do so multiple times up to the point that the option has been fully exercised and funded. The Contractor, however, will not be entitled to any additional compensation beyond that associated with the amount of the option exercise.
In the event that BBG does not give written notice to exercise an option, the contract will expire at the end of the existing period of performance (the Base Period or Option Period) as applicable. Additionally, the parties agree that, in the event the BBG decides not to exercise any options, BBG will have no further obligation to the Contractor under this contract other than to pay for services actually rendered by the Contractor to BBG hereunder. (End of Clause)
III. AVAILABILITY OF FUNDS
Funds are not presently available for performance under this contract beyond the Base Period. 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 the Base Period, 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. (End of clause)
(xii) 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-Aside (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 Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (31 U.S.C. 3332)
(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-9 Option to Extend the Term of the Contract.
(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.
(xv) Proposals shall be in writing and must be signed by an official authorized to bind the organization. Oral, faxed or emailed proposals will not be accepted . Please note that questions must be submitted in writing to Myria Carpenter by email (proposalquestionMEDC@bbg.gov) or fax (202-382-7870) and received before the deadline of 12:00 p.m., Eastern Daylight Time on December 10, 2014. Technical Proposals shall be submitted as an original and three (3) copies and Price Proposals shall be submitted as an original and one (1) copy. All proposals must be sent via courier or overnight delivery and must be received before the deadline set forth above. Proposals should be sent to the Attn: Myria Carpenter, Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW, Room 4007 F, Washington, DC 20237 before December 18, 2014 , at 12:00PM, Eastern Daylight Time. NO FAXED OR EMAILED PROPOSALS WILL BE ACCEPTED.
(xvi) Contact: Myria Carpenter, Contracting Officer, email: mecarpen@bbg.gov.
All responsible sources may submit an offer that will be considered by the Agency.
Set-Aside: Total Small Business Place of Performance: 330 Independence Av.e, SW Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-15-0013/listing.html
OutreachSystems Article Number: 141204/PROCURE/0088 Matching Key Words: naics!711510;
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, 12501 Ardennes Avenue Suite 400 Rockville MD 20857
U — OHS Regional Training and Technical Assistance Network PSC15-233-SOL-00019 Nathaniel Mizzell, Contract Specialist, Phone (301) 443-4379, Email nathaniel.mizzell@psc.hhs.gov OHS Regional Training and Technical Assistance Network
for
The United States Department of Health and Human Services
Administration for Children and Families, Office of Head Start
Pre-Solicitation Notice
NOTE: This Pre-Solicitation Notice was previously posted as a Modification/Amendment to Sources Sought No. 15-233-SOL-00019 on November 24, 2014 at 4:49 pm. However, in an effort to ensure that all responsible sources are made aware of the offering, at this time the notice is being reposted as a stand-alone Pre-Solicitation Notice under No. PSC15-233-SOL-00019.
Agency/Office: Department of Health and Human Services, Administration for Children and Families, Office of Head Start
Solicitation No: 15-233-SOL-00019
Title: OHS Regional Training and Technical Assistance Network
Notice Type:
Pre-Solicitation Notice
Classification Code:
U – Education and Training Services
NAICS Code:
541611 — Educational Services/611710 — Educational Support Services
Contracting Office Address
Department of Health and Human Services, Acquisition Management Services, Program Support Center, 12501 Ardennes Avenue, Suite 400, Rockville, MD 20857
Description
The Department of Health and Human Services (DHHS), Administration for Children and Families (ACF), Office of Head Start, through the Program Support Center (PSC), has a requirement to procure twelve (12) Regional Training and Technical Assistance contracts that will provide local grantees with high-quality, sustained, and intensive training and technical assistance that, “to the maximum extent practicable, ” improves the capacity of local programs to deliver services that, at a minimum, meet or exceed the priority areas described in section 641 (A)(a)(1): correction of findings identified through the federal monitoring system; school readiness; and, training/professional development needs of staff.
The twelve ACF Regions include the following states and entities:
• Region 1 – Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island and Vermont
• Region 2 – New Jersey, New York, Puerto Rico and Virgin Islands
• Region 3 – Delaware, District of Columbia, Maryland, Pennsylvania, Virginia, and West Virginia
• Region 4 – Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, South Carolina, and Tennessee
• Region 5 – Illinois, Indiana, Michigan, Minnesota, Ohio, and Wisconsin
• Region 6 – Arkansas, Louisiana, New Mexico, Oklahoma, and Texas
• Region 7 – Iowa, Kansas, Missouri, and Nebraska
• Region 8 – Colorado, Montana, North Dakota, South Dakota, Utah, and Wyoming
• Region 9 – Arizona, California, Nevada, and Hawaii/Outer Pacific (American Samoa, Guam, the Commonwealth of the Northern Mariana Islands, and the Republic of Palau)
• Region 10 – Alaska, Idaho, Oregon, and Washington
• Region 11 -American Indian/Alaska Native grantees in 26 states across the country
• Region 12 – Migrant and Seasonal grantees in 37 states across the country
Each ACF Region will include several Early Childhood (EC) Specialists, with the number of EC Specialists proportionate with the number of grantees and delegates within that region. The work of these specialists will be directed toward two of the three priority areas: school readiness and the training/career development needs of teaching staff.
The Early Childhood (EC) Specialist position requires a minimum of a BA or BS Degree, with a preference for a Master’s degree. The degrees for at least 75% of the EC Specialists must be in Early Childhood Education/Development or related field. If the highest degree was awarded more than ten years ago, the resume should be specific regarding courses, conferences, seminars attended that ensure the specialist remains current in the field of early childhood education/development.
Individuals proposed as ECs who are infant toddler specialists must have a minimum of a BA or BS Degree, with a preference for a Master’s degree, in Early Childhood Education/Development with coursework specific to infant and toddler development.
EC Specialists must have a minimum of 5 years’ experience in programs for young children with a preference for experience spanning the birth to five continuum. This experience should include the provision of training and technical assistance to teachers/home visitors and/or education managers in early childhood programs.
The experience of EC Specialists who are infant toddler specialists must include experience with programs serving infants and toddlers. This experience must include the provision of training and technical assistance to teachers, home visitors, family child care providers, and/or education managers.
The experience should include experience related to supporting family engagement and/or family wellbeing.
Individuals proposed as birth to five specialists must have experience across the birth to five spectrum.
All EC Specialists must obtain CLASS certification before providing TTA to grantees related to CLASS.
In addition, the government is seeking to secure the services of several Grantee Specialists for each region. These specialists will be deployed by the regional office to work on the third priority area: deficiencies identified through the monitoring system. In regions with few grantees with identified deficiencies, the grantee specialists may also be deployed to work with grantees with multiple areas of noncompliance, grantees with concerns raised through risk management meetings, or with grantees about which concerns have been raised though other data sources, such as the Program Information Report (PIR).
The Grantee Specialist position requires a BA or BS Degree, with a preference for a Master’s degree. A minimum of 5 years of experience related to program design and management of fiscal operations in or with Head Start/Early Head Start programs and the development and implementation of comprehensive management systems.
In each region, there will be a TTA Coordinator who will work with federal personnel to coordinate the work of the various states and provide ongoing supervision of TTA staff. The TTA Coordinator will also be responsible for the implementation of quality assurance processes to ensure the appropriate provision of TTA and contract deliverables.
The TTA Coordinator position requires a BA or BS Degree, with a preference for a Master’s degree in a field related to program design and management. A minimum of 7 years’ experience is required with 10 years preferred. This experience must include at least 3 years with the provision of high level technical assistance and consultation to Head Start programs; 3-5 years of progressive supervisory/management experience with a preference for experience managing remote-located staff/teams; and expertise and experience in budget oversight and management.
The place of performance for all contract staff, with the exception of the TTA Coordinator who will be located in the Regional Office, will be at a physical location within a state in the region for which the awarded contract is providing services. To provide economies of scale, the use of home offices is strongly encouraged. Virtual offices may not be substituted for a physical presence in the region.
Services may be provided off-site, on-site, through virtual media, or a combination thereof. Other places of performance include, but are not limited to, contractor physical locations, Head Start grantee facilities, hotel meeting rooms, ACF Regional Offices, at third-party sponsored conferences and other locations throughout the U.S.
Twelve cost-reimbursement type contracts will be awarded for a 12 month base period and four 12 month option periods for a total of 60 months. Responses to the Request for Proposal package will be due within 60 calendar days following the actual date of issuance of the RFP. Award of this requirement is anticipated by June 30, 2015. All responsible sources may submit a proposal which shall be considered by the agency.
The Government intends to conduct a FAR Part 15 acquisition.
For further information, contact Nathaniel Mizzell, Contracting Specialist, Phone 301- 443-4379, Fax 202-594-0736, E-mail nathaniel.mizzell@psc.hhs.gov
Contracting Office Address:
Department of Health and Human Services, Acquisition Management Services, Program Support Center, U.S. Department of Health and Human Services, 12501 Ardennes Avenue, Suite 400, Rockville, MD 20857
Place of Performance:
See above
United States
Primary Point of Contact.:
Nathaniel Mizzell, Contracts Specialist, Acquisition Management Services, Program Support Center, U.S. Department of Health and Human Services, 12501 Ardennes Avenue, Suite 400, Rockville, MD 20857, Phone 301- 443-4379, Fax (202- 594-0736, E-mail nathaniel.mizzell@psc.hhs.gov
Place of Performance: See above. US URL: https://www.fbo.gov/spg/HHS/PSC/DAM/PSC15-233-SOL-00019/listing.html
OutreachSystems Article Number: 141204/PROCURE/0113 Matching Key Words: state!ky;
Other Defense Agencies, National Geospatial-Intelligence Agency, OCSU – Headquarters Support, Attn: OCSU Mail Stop S84-OCSU 7500 Geoint Drive Springfield VA 22150
T — Presolicitation Notice – Visual Communication Services (VCS) HM0177-15-R-0002 Emily McLaughlin, Contract Specialist, Phone 571-557-1053, Email emily.j.mclaughlin@nga.mil – Cathy A. Smith, Contracting Officer, Phone 571-557-4645, Email Cathy.A.Smith@nga.mil The National Geospatial-Intelligence Agency (NGA) intends to post the Request for Proposal (RFP) for the Visual Communication Services (VCS) program requirement on Fedbizopps. NGA intends to award one contract to fulfill this requirement under a total small business set-aside. The duration of the contract period is planned to be a base year of 12 months with four (4) one-year option periods.
NGA, the Office of Corporate Communications (OCC) is seeking technical support to produce visual communication products to include video production, graphic design, photography, copy center support, and editor.
All instructions to Offerors and solicitation documents can be found on Fedbizopps within 15 days of this synopsis. For assisting industry in evaluating and teaming for the VCS acquisition, the RFP will be posted during the 15 day synopsis window. The RFP will remain open for the required period after the synopsis period closes.
Set-Aside: Total Small Business URL: https://www.fbo.gov/notices/2d3cfa3810c21a0d0092f8dedb74716c
OutreachSystems Article Number: 141203/PROCURE/0083 Matching Key Words: video*; edit*; produc*; business*; produce?; production?; instruct*;
FedBizOpps – Awards
Department of the Interior, Bureau of Land Management, National Centers Region, BLM TC-NATL TRAIN CTR OF/DIR(TC100)
9828 N. 31ST AVENUE PHOENIX AZ 85051 US
R–BPA Call – Miscellaneous Studio Professionals Smolinski, Peter J. L14PA00028/L15PB00053 $4,937.82 120414 CARTER PICTURES, LLC
1202 N VENICE TUCSON AZ 85712-4630
US IGF::CT::IGF BPA CALL: FIREHOUSE – WITHDRAWALS
URL: https://www.fbo.gov/spg/DOI/BLM/NCR/Awards/L14PA00028/L15PB00053.html
OutreachSystems Article Number: 141205/AWARDS/0890 Matching Key Words: naics!512110
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 FACILITY, To furnish Kentucky Veterans Cemetery-West with replacement marble niche covers (I1) VA78615Q0016 Anna Bzdyr Contract Specialist 540-658-7232 Anna.Bzdyr@va.gov VA786-15-C-0022 $12,650.00 120214 001 COLUMBUS MARBLE WORKS, INC.;2415 HIGHWAY 45 N;COLUMBUS;MS;39705 No Description Provided
URL: https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78615Q0016/listing.html
OutreachSystems Article Number: 141205/AWARDS/1162 Matching Key Words: state!ky;
FedBizOpps – Special Notes
Department of the Air Force, Air Education and Training Command, Luke AFB Contracting Squadron, 14100 W. Eagle Street Luke AFB AZ 85309
76 — Base Newspaper Publishing 2015Newspaper 122314 Anna O. Valdez, Contracting Specialist, Phone 623-856-2732, Email anna.valdez.1@us.af.mil – Maria D Woolford, Contracting Officer , Phone 623) 856-3449, Fax (623) 856-3447, Email maria.woolford@us.af.mil Luke AFB is requesting proposals from interested publishers desiring to compete for a (one or two)-year contractual agreement with renewal options of one or two years for up to a total of six years to publish the Thunderbolt, beginning with the 23 Jan 2015 issue. Publisher to produce weekly newspaper to be known as Thunderbolt, a civilian enterprise newspaper published to provide news and command information to personnel of Luke AFB, AZ. This publication is subject to the requirements of DOD Instruction 5120.4, AFI 35-101, and the regulations and instructions incorporated therein by reference and the conditions and agreements as contained herein. The North American Industry Classification Systems (NAICS) code for this requirement is 511110 and the small business size standard is 500 employess. This requirement is unrestricted. The publication shall be prepared, printed and delivered at no cost to the government; however, the Contractor shall receive all revenue accruing from the sale of advertising carried with the publications. The Contractor will also be required to provide manpower in the way of, not limited to, an editor and production assistant to write, edit, photograph and lay out the newspaper to work in the public affairs office located on Luke AFB, AZ. These requirements are further outlined in accompaning Statement of Work.
If your firm wishes to compete for the opportunity to publish the Thunderbolt, please, submit a written technical proposal and completed Statement of Work, not later than 4:00 pm on 23 Dec 2014 to:
56 Contracting Squadron
Attn: A1C Anna Valdez
14100 W Eagle Street
Luke AFB, AZ, 85309-1217
Email: anna.valdez.1@us.af.mil
Telephone: 623-856-2732
Place of Performance: 14100 W Eagle Street Luke AFB, AZ 85309 US URL: https://www.fbo.gov/spg/USAF/AETC/LukeAFBCS/2015Newspaper/listing.html
OutreachSystems Article Number: 141204/SPECIAL/1160 Matching Key Words: writ*; technical; standard;
Department of the Air Force, Air Education and Training Command, Luke AFB Contracting Squadron, 14100 W. Eagle Street Luke AFB AZ 85309
76 — Base Guide, Telephone Directory and Map 2015baseguide 122314 Anna O. Valdez, Contracting Specialist, Phone 623-856-2748, Email anna.valdez.1@us.af.mil – Maria D Woolford, Contracting Officer , Phone 623) 856-3449, Fax (623) 856-3447, Email maria.woolford@us.af.mil Luke AFB is requesting proposals from interested publishers desiring to compete for a (one or two)-year contractual agreement with renewal options of one or two years for up to a total of six years to produce a base guide and telephone directory, and map to be known as “Luke Air Force Base Guide and Telephone Directory” and “Luke Air Force Base Map”, a civilian enterprise product published to provide Air Force people information about the mission of their command; command, installation or community services available; local geography and history; and related information. This publication is subject to the requirements of DOD Instruction 5120.4, AFI 35-101, and the regulations and instructions incorporated therein by reference and the conditions and agreements as contained herein. The North American Industry Classification Systems (NAICS) code for this requirement is 511110 and the small business size standard is 500 employees. This requirement is unrestricted. The publication shall be prepared, printed and delivered at no cost to the government; however, the Contractor shall receive all revenue accruing from the sale of advertising carried with the publications.
If your firm wishes to compete for the opportunity to publish the “Luke Air Force Base Guide and Telephone Directory” and “Luke Air Force Base Map”, please, submit a written technical proposal and completed Statement of Work, not later than 4:00 pm on 23 Dec 2014 to:
56 Contracting Squadron
Attn: A1C Anna Valdez
14100 W Eagle Street
Luke AFB, AZ, 85309-1217
Email: anna.valdez.1@us.af.mil
Telephone: 623-856-2732
Place of Performance: 14100 W Eagle Street Surprise, AZ 85309 US URL: https://www.fbo.gov/spg/USAF/AETC/LukeAFBCS/2015baseguide/listing.html
OutreachSystems Article Number: 141204/SPECIAL/1161 Matching Key Words: writ*; technical; standard;
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 — FRIENDSHIP HILLS NATIONAL HISTORIC SITE EXHIBIT VI SOL P15PS00168 Description FRHI EXHIBIT VIDEOS Overview Reference number: P15PS00168 Issue date: 12/02/2014 Response due: 12/16/2014 10:00 AM ET Set Aside: Total Small Business NAICS: 512110-Motion Picture and Video Production PSC / FSC: T006-PHOTO/MAP/PRINT/PUBLICATION- FILM/VIDEO TAPE PRODU Agency: DOI Contracting office: NPS, HFC – Acquisition Management 67 Mather Place IDC Building Harpers Ferry, WV 25425 Place of Performance: Contact: Jason Albright Phone: Fax: Email: Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 141203/SMALL/2459 Matching Key Words: video*; film?; produc*; conference?; site?; business*; production?;
TransitTalent.com http://www.transittalent.com/search_solicitations_all.cfm This bid has been provided by TransitTalent.com. For more information, please visit the TransitTalent.com web site.
99 — RFP 15-013 Production of Video SOL RFP 15-013 Production of Video Due Date: January 13, 2015 Address: West Covina, California Contact: Foothill Transit For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 141203/SMALL/2556 Matching Key Words: video*; produc*; production?;
USABID State and Local Purchases
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
R – LPN Carl Perkins Vocational Training Ctr RFP : 1500000140 SOL LPN Carl Perkins Vocational Training Ctr RFP : 1500000140 Department For Workforce Investment Medical Service Published On : 12/3/14 Amended On : Closing On : 12/15/14 1:00 PM EST For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 141205/BID/0008 Matching Key Words: age:state!ky; state!ky;
Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100
R – Event Management System for the Technology Transfer Program SOL UK-1433-15 Event Management System for the Technology Transfer Program Due Date: 12-23-14 For more information about this opportunity please contact the buyer directly.
December 5, 2014
Business, Business / Career, Education, Government