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 Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7 Patuxent River MD 20670
R — AIR-4.3 Engineering and Technical Support, AVTSS 1300468936_Planning_PR 011315 Lydia F. Munley, Contract Specialist, Phone 3017372780, Email lydia.munley@navy.mil INTRODUCTION
The Naval Air Systems Command, Aircraft Support Contracts Department (AIR-2.5.1.5), Patuxent River, MD is seeking information for potential sources of Air Vehicle Technical Support Services. The tasking is to provide the Naval Air Systems Command (NAVAIR) Air Vehicle Engineering Department (AIR 4.3) with engineering and technical services, software, hardware and prototype development, documentation, analysis, and technical data (results of data analysis) to support the development of advanced air vehicle technologies, primarily through the use of modeling and simulation. Additionally, this Sources Sought notice is being published with the intent to promote competition . Suggestions from industry regarding how competition may best be achieved are requested. All such suggestions will be considered; however, the Government reserves the right to solicit for the required services in a manner of its own choosing in accordance with the applicable procurement regulations.
ANTICIPATED PLACE OF PERFORMANCE
The primary location for services in support of this contract will be at the NAWCAD, Patuxent River, MD and the contractor shall have an Engineering Field Office within 30 miles of NAS Patuxent River to facilitate technical monitoring of task progress/adequacy and rapid response to technical questions with minimal travel time. The requirement for an Engineering Field Office shall be met by the contractor upon contract award. A contractor does not need to have a local Engineering Field Office established prior to submitting a response to this Sources Sought notice.
The anticipated places of performance and on-site/off-site support requirements are as follows:
Place of Performance:
Patuxent River, MD: 100%
Percentage of Total Effort:
On-Site, Government: 85%
Off-Site, Contractor: 15%
DISCLAIMER
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
PROGRAM BACKGROUND
The required support activities include specialized engineering / technical services for the development, operation and support of state-of-the-art air vehicle dynamic simulations and architecture, collision avoidance systems algorithm design, engineering analysis, and system acquisition. These services are required to support current and future piloted and desktop engineering simulation capabilities, aircraft trainer devices, and DOD manned aircraft and Unmanned Air Vehicles (UAVs) in-service and acquisition programs. These efforts pertain to flight vehicle models and simulations, flight control systems, engine control systems, collision avoidance systems, flight test data analysis, and related engineering support. The requirement for these services is currently being performed under N00424-11-D-0030 by American Systems Corporation.
The NAVAIR Freedom of Information Act (FOIA) website is http://foia.navair.navy.mil.
REQUIRED CAPABILITIES
Refer to the attached Draft Statement of Work (SOW).
The Contract Type is anticipated to be a Cost-Plus-Fixed-Fee (CPFF) Single Award Indefinite Delivery Indefinite Quantity (IDIQ) vehicle. The estimated total level of effort is approximately 268,800 hours inclusive of all years. The anticipated ordering period for the IDIQ vehicle is five years, with performance starting on 1 March 2016. The anticipated RFP release date is 5 March 2015.
The following are anticipated Labor Categories under this Requirement:
Program Manager
Engineer/Scientist V
Engineer/Scientist IV
Engineer/Scientist III
Engineer/Scientist II
Engineer/Scientist I
Subject Matter Expert I
Senior Computer Scientist
Computer Specialist
Management Analyst
Project Support Specialist
Technical Writer I
In addition to the above, please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business’ General and Administrative rate multiplied by the labor cost. For a Small Business Set-Aside, the small business prime cannot utilize the cost of performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14, with the exception of Service Disabled Veteran Owned Small Businesses (FAR 52.219-27(1)(i) and HUBZone Small Businesses (FAR 52.219-3(d)(1).
The attached draft statement of work provides additional information about the required tasking. It is requested that, in its response to the Sources Sought, a vendor identify whether it has the capability to perform under all of the tasking or only specific portions of it. For each task area indicated, parties should demonstrate their capability. Since the resultant contract is anticipated to be a cost-type, the successful awardee will be required to have a Government approved accounting system upon contract award.
ELIGIBILITY
The applicable NAICS code for this requirement is 541330 with a current size standard of $38.5m. The Product Service Code (PSC) is R425.
SPECIAL REQUIREMENTS
Any resulting contract is anticipated to have a security classification level of Secret.
SUBMISSION DETAILS
The capability statement package should be emailed to Lydia Munley, lydia.munley@navy.mil. Submissions must be received no later than 10:00 AM Eastern Time on 13 January 2015.
Interested businesses should submit a brief capabilities statement package (no more than Twenty five (25) 8.5×11 inch pages, font no smaller than 10-point) demonstrating ability to provide the services listed in this Technical Description. Documentation should be in bullet format. This document must address, at a minimum, the following: (1) title of the SOW for which the capabilities statement is being submitted; (2) prior/current corporate experience performing efforts of similar size and scope within the last 3 years, including Contract Number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of how the referenced contract related to the services described in the SOW; (3) company profile to include number of employees, annual revenue history, office location, DUNS number, CAGE code and a statement regarding current small business size status to include socio-economic status, if applicable; (4) resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications and specific experience of such personnel; (5) management approach to staffing this effort with qualified personnel which should address current hires available for assignment to this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel (6) if you are a small business, provide an explanation of your ability to perform at least 50% of the overall effort in the attached SOW; and (7) company’s ability to begin performance upon the anticipated contract award date, which is 1 March 2016. All responses must include the following information: Company Name; Company Address; Company Business Size, and Point of Contact (POC) name, phone number, fax number, and email address. As indicated in the “Introduction” paragraph, suggestions from industry regarding how competition (i.e., multiple offers in response to the solicitation) may best be achieved are also requested as part of a firm’s response to this Sources Sought. Additionally, if there is a portion of the statement of work which could be considered as a possible separate opportunity for a small business set-aside, please include that information in the response.
All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
No phone calls will be accepted.
Place of Performance: Patuxent River, MD 20670 US URL: https://www.fbo.gov/spg/DON/NAVAIR/N00421/1300468936_Planning_PR/listing.html
OutreachSystems Article Number: 141218/PROCURE/0451 Matching Key Words: writ*; technical; standard;
Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD , VICKSBURG, MS 39180-6199
R–COMMUNICATIONS W912HZ-15-COMM 010215 Chelsea Whitten, 601-634-4072 USACE ITL, GSL, EL, CHL, Vicksburg
This is not a Pre-solicitation or Solicitation announcement. This is a request for information sources sought notice only.
The purpose of this sources sought notice is to gain market knowledge of potential qualified sources and their size classifications; HUBZone, 8(a), Small Disadvantage Business, Woman Owned Business, Veteran Owned Business, Service Disabled Veteran Owned Business, Large Business relative to NAICS Code 541611, with a small business size standard not to exceed $14,000, 000.00 gross annual receipts.
Responses to this sources sought synopsis will be used by the Government to make appropriate determinations about potential sources only. No solicitation is currently available at this time.
After review of the responses to this sources sought announcement a synopsis and/or solicitation announcement may be published at a later time.
Responses to this notice shall include company name, address, point of contact, size of business pursuant to North American Industrial Classification Code (NAICS) and must respond to the following questions:
1) Is your business a small business under NAICS code 541611?
2) Does your firm qualify as a small disadvantaged business?
3) If disadvantaged specify if your firm is certified under Section 8(a) of the Small Business Act?
4) Are you a certified HUBZone firm?
5) Are you a woman-owned or operated business?
6) Are you a certified Service-Disabled Veteran Owned or Veteran Owned business?
7) Is your business a large business?
Please provide a capability statement addressing your organization’s ability to perform as a prime contractor the work described below:
2. SCOPE OF WORK: The contractor shall provide communication needs; to participate in strategic communications meetings; to provide recommendations in communication plans and implementation plans; to provide metric capabilities to conduct evaluation of communications and assessment of effectiveness; technical development of web design, video development, graphic design, and journalistic creativity; conduct process analysis, recommendation, and documentation; organizing and facilitating workshops and seminars for writing techniques, marketing to customers, presentations, writing for various media, video communication techniques; and consulting in processes and improvements in multiple communications media.
The objective of this effort is to provide the Engineer Research and Development Center (ERDC) with Strategic Communication assessment and development for both internal communications, between ERDC leadership and employees, and external communications, between ERDC and stakeholders, the public, and key audiences.
Strategic Communications will include recommending successful mechanisms, skilled graphic and journalistic development, and consultation on developing an effective long-term communications effort. Strategic refers to quote mark what do you want to say, who do you want to say it to, why do you want to say it (what is your intended communications objective), and what is best way to craft and get the message to them. quote mark Communication is affected by what you say and what you do.
Task 1: Multi-media Communication. Contractor must have expertise to assess, design, and develop video communications to include shoot, edit, interview, and set to music; to update current ERDC video productions; design and develop web page communications; develop video training capabilities; provide video and photographic technology; and to provide print media development to include writing, layout, and design.
Task 2: Communication Assessment. The ERDC laboratories possess unique science and engineering capabilities, state of the art facilities, and innovative technologies. The contractor needs to assess ERDC’s messaging activities and processes against best practices applied by world-class R&D organizations in the broad spectrum of Communications; assist the ERDC in establishing a strategic communication mission and goals to enhance the ERDC internal communication efforts and the ERDC external communication efforts; and recommend and/or conduct enrichment opportunities to enhance ERDC communication capabilities.
3. Communication Expertise Sought: The contractor shall provide expert assessment, recommendations, consulting, and development of the communication areas above, and must possess knowledge of Department of Defense Communication requirements /styles/guidelines, and knowledge of Branding development.
PROGRAM/PROJECT MANAGEMENT EXPERTISE: Program Manager – Organizes, directs, and manages the contract operation and contractor support personnel assigned. Must have demonstrated capability for oral and written communications with all levels of management. Meets with customer and contractor personnel to formulate and review task plans and deliverable items. Ensures conformance with task schedules and costs.
PROGRAM/PROJECT MANAGEMENT EXPERTISE: Project Control Specialist – Performs complex evaluations of existing procedures, processes, techniques, models, and/or systems related to management problems or contractual issue that may require a report and recommend solutions. Project Control Specialist serves as project planner, coordinator, and facilitator.
PROGRAM/PROJECT MANAGEMENT EXPERTISE: Project Manager – Prepares product plans; coordinates the production process; updates clients on project-related activities.
ADMINISTRATIVE EXPERTISE: General Administrative Expertise – editors, proofreader’s, data analysis, general administrative support to provide a quality finished product as identified by the task order.
ADMINISTRATIVE EXPERTISE: Database Development – photo collection, software applying process improvement and re-engineering methodologies and principles to information programs and systems and conduct communication modernization projects. Responsible for effective transitioning of existing project teams, and facilitation of project teams in the accomplishment of project activities and objectives. Key coordinator between multiple project teams to ensure enterprise-wide integration of re-engineering efforts.
COMMUNICATIONS EXPERTISE: WEB Content Development – A working knowledge of several of the following are required: Journalism, graphic design or a related field, Web-sitemanagement, web servers, intranet site structures, and Web-related software (ex. – MS FrontPage, Dream Weaver, Access, Hyper Text Markup Language (HTML), and Web 2.0 software such as wikis, portals, and Microsoft SharePoint).
COMMUNICATIONS EXPERTISE: WEB Page Designer – Experience in web design and development using HTML and Java is required. Provide on-the-job training for the development, maintenance, and updating of Web pages. Must have good communication skills and the ability to work with all levels of management and technical personnel. Must possess a working knowledge of browsers, editors, graphic design software (e.g., PhotoShop, Illustrator). Experience with animation software and image optimization.
COMMUNICATIONS EXPERTISE: WEB Project Manager -Provide support in managing the development of agency Web sites. Lead team of Content Administrators, Software Developers and Designers. Preference is for project management skills and Web development skills. Provide leadership to a team to gather/analyze client requirements, write/edit web copy, work with internal/external resources on design, coordinate with IT Services on development, and work with Legal/Regulatory on content approvals; coordinate/document all aspects of the project; develop/manage client request/review process; track all requests/changes; and adhere to a project timeline.
COMMUNICATIONS EXPERTISE: Communications Analysis Experts – provides analyzes media markets for new concepts/product ideas; develops strategies for targeting and accessing markets; gathers data; prepares marketing materials; writes communications materials for print, Web, multimedia, and video.
COMMUNICATIONS EXPERTISE: Strategic Communications Manager – develops communications strategy, plans, and marketing materials; collects, evaluates, and interprets information, and incorporates it into print, Web, multimedia, or video/film projects; guides project from concept to evaluation; develops communications strategy, plans, and marketing materials; familiarity required with media-buying techniques, Nielsen ratings, and other media-tracking tools; thorough understanding required of demographics and advertising/messaging techniques; assists managers and acquires necessary staff, equipment, supplies, etc.
COMMUNICATIONS EXPERTISE: Graphics Specialist – Creates graphics, animations, interactive interfaces, and special effects designs for web, print, video, and multimedia products
COMMUNICATIONS EXPERTISE: Video Specialist – Films videos, edits, compiles animation and music, and final video production.
TECHNICAL EXPERTISE: Workshop Facilitation – coordinate, facilitate, provide logistical support, and develop objective and facilitation plan to conduct workshops to successfully achieve desired results.
This Sources Sought Notice does not pertain to Competitive Outsourcing under A-76.
This is not request for proposal and in no way obligates the Government to award any contract.
Please provide responses to this notice to:
Chelsea.M.Whitten@usace.army.mil
Telephone responses will not be accepted.
Please provide responses in writing no later than 2 January 2015.
Responses to this sources sought announcement will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation.
No solicitation is currently available at this time.
Place of Performance: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD , VICKSBURG MS 39180-6199 US URL: https://www.fbo.gov/spg/USA/COE/329/W912HZ-15-COMM/listing.html
OutreachSystems Article Number: 141218/PROCURE/0455 Matching Key Words: video*; film?; edit*; produc*; train*; seminar?; you; web; site?; page?; business*; documentation; production?; writ*; copy; technical; standard;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
BG50-R-15-0018 122214 Patrice Abner, Phone 000-000-0000, Email pabner@bbg.gov – Herman Shaw, Contracting Officer, Phone 000-000-0000, Fax 000-000-0000, Email hshaw@bbg.gov 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-15-0018is 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) 2005-072, dated May 31, 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 standards of $7.5M respectively .
(V) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. anticipates awarding a single Non-Personal Services Purchase Order for a NewsWriter and Researcher as described in the attached Statement of Work (SOW) subject to the availability of funding. The Offerors selected for an award must be able to successfully pass a BBG security investigation.
(vii) The Government anticipates making multiple awards under this Solicitation on/or about on Janaury 1, 2015 and no later than January 12, 2015. 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 expertise listed in the scope of work provided on the Statement of Work.
Samples of written news material from offeror (individual offeror or key personnel) are to be submitted with technical proposal to showjournalism writing expertise. No more than three (3) samples are to be submitted.
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 thetechnical proposal.
(ix) The Government will award Commercial Items, Firm-Fixed-Price, Non-Personal Services Purchase Orders resulting from this RFP to the responsible offerors 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 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) Recent examples (within the past three (3) years) demonstrating its experience in providing the 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) 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 t o 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 “Service and 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.
Summary of Proposal Items Required:
List Solicitation number on each proposal item and title of statement of work on each proposal item. Separate proposal packages are required for each individual key personnel submitting under this solicitation.
-Resume (including samples)
– Narrative (detailing how the offeror currently meets and would meet the Technical Requirements and Expertise objectives listed on the Statement of Work)
-Price Proposal (Attachment A Sheet)
– Past Performance (Attachment B sheet)
– – SAM registration information in (x)
OutreachSystems Article Number: 141216/PROCURE/0051 Matching Key Words: naics!711510; writ*; copy; technical; procedure?;
Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Sam Houston (JBSA), MICC Center – Fort Sam Houston (JBSA), Directorate of Contracting, Fort Sam Houston, TX 78234-1361
R–Strong Bonds Instructor Certification training for Army chaplains, chaplain assistants & Family members in the Strong Bonds version of the PREP – Fearless Marriage & Got Your Back curriculums W9124J-15-R-0011 122914 Shawn Reinhart, 2104662232 MICC Center – Fort Sam Houston (JBSA) SOURCES SOUGHT FOR
STRONG BONDS INSTRUCTOR TRAINING CERTIFICATION
PREPARATION AND RELATIONSHIP ENHANCEMENT PROGRAM (PREP)
FEARLESS MARRIAGE
GOT YOUR BACK
THIS SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool (FAR Part 10) being used to determine the potential firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. Feedback is encouraged and appreciated.
Mission Installation Contracting Command (MICC) Contracting Center – Fort Sam Houston (FSH) is seeking information on sources to provide Strong Bonds Instructor Certification trainingfor Army chaplains, chaplain assistants and Family members in the Strong Bonds version of the Preparation and Relationship Enhancement Program (PREP) – Fearless Marriage and Got Your Back curriculums of the Department of the Army, Chief of Chaplains (DACH). Over the past twelve years, the Chaplain Corps has successfully fielded the Strong Bonds program throughout the Army. Strong Bonds is a skills-based relationship building program led by Army Chaplains. It is the Army Chief of Chaplain’s program designed to assist commanders in building and strengthening the structure of Army families. Unit ministries teams (UMTs) are charged with providing specialized training for single Soldiers, married couples, and families.Training is also conducted as part of the deployment cycle (pre-deployment, deployment, and reintegration). The foundation for the Strong Bonds curriculum is composed of training material from the most sought after and respected practitioners of faith-based and secular relationship building programs. Chaplains, chaplain assistants, and Family members receive certification training and conduct training Army-wide utilizing this curriculum. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and non-personal services necessary to provide Instructor Training and presentation materials to Army chaplains, chaplain assistants and Family members in the Strong Bonds version of the Preparation and Relationship Enhancement Program (PREP) – Fearless Marriage and Got Your Back curriculums.
The North American Industry Classification System (NAICS) contemplated for the Strong Bonds Instructor Training Certification is 611430, Professional and Management Training, with a size standard of $11 M. However, respondents may identify other potential NAICS codes and the reasoning to support the recommendation.
This requirement is a follow-on requirement which was previously solicited as quote mark Set Aside quote mark for Small Business and awarded to PREP Educational Video, Inc. under contract W9124J-13-C-0023. The curriculum developed by PREP Educational Video, Inc is proprietary as they own the copyrights to the Preparation and Relationship Enhancement Program (PREP) – Fearless Marriage and Got Your Back curriculums. Since the current capabilities of industry, to include large and small businesses must be confirmed, all eligible large and small businesses are encouraged to respond. The Government is not obligated to and will not pay for any information received from potential sources as a result of this source sought notice.
INFORMATION REQUESTED TO BE SUBMITTED IN RESPONSE TO THIS SOURCES SOUGHT:
Respondents WILL NOT be notified of the results of this sources sought survey. If and when a solicitation is issued, it will be posted on http://www.fedbizopps.gov. It is the respondent’s responsibility to monitor this site for the release of any synopsis or solicitation.
Interested sources shall complete the attached market research questionnaire. It is requested that interested businesses submit to the contracting office the completed market research questionnaire (no more than 10 pages in length, single-spaced, 12-point font minimum).
The market research questionnaire shall be sent via email to Mr. Shawn R. Reinhart, Contract Specialist, shawn.r.reinhart2.civ@mail.mil, and Gary Stevens, Contracting Officer, gary. l.stevens.civ@mail.mil. Submissions must be received at the office cited no later than 3:00 p.m. (CST) on Monday, December 29, 2014.
Point of Contact: Shawn R. Reinhart, (210) 466-2232. Email your questions to MICC – FSH, shawn.r.reinhart2.civ@mail.mil and include Gary Stevens, Contracting Officer,
gary.l.stevens.civ@mail.mil.
Place of Performance: Place of performance will be within and outside the continental United States. Training locations will be identified by the Office of the Chief of Chaplains.
Set-Aside: Total Small Business Place of Performance: MICC Center – Fort Sam Houston (JBSA) 2205 Infantry Post Road Fort Sam Houston TX 78234-1361 US URL:https://www.fbo.gov/notices/953dce516e7ce6285cafc5182d789614
OutreachSystems Article Number: 141216/PROCURE/0367 Matching Key Words: video*; train*; site?; page?; education*; business*; instruct*;
FedBizOpps – Awards
Broadcasting Board of Governors, Director, Office of Contracts, Eurasia Office of Strategy and Development, Vinohradska 159a 100 00 Prague 10 1
R — VOA Uzbek Language Placement in Kyrgyzstan BBG-L-73-15-0032 Adam Gartner, Phone 420221123773, Email atgartne@bbg.gov BBG-L-73-15-0032 $80,460.00 for a three (3) year agreement (one base year plus two option year periods if exercised). 121514 Private entrepreneur Abdiraimov Omorbek NTRK The Network shall broadcast VOA Uzbek language program“Amerika Manzaralari” Monday from 18:30-19:00 local and rerun Tuesday 12:30-13:04 local, with the airing not varying more than two minutes from the time agreed upon.
BBG is authorized to produce this program in any way it sees fit, so long as it does not violate the laws of Kyrgyzstan.
Network shall broadcast the program in its entirety, without alteration, abridgement or excerption.
URL: https://www.fbo.gov/notices/80022b76e3c32a14f8d76cf1834cd5dc
OutreachSystems Article Number: 141216/AWARDS/0553 Matching Key Words: broadcast*; program?;
USABID State and Local Purchases
Kentucky – Louisville Water Company http://www.lwckyplanroom.com/View/Default.aspx Louisville Water Company ePlanroom City Government Customer Service Call: MetroCall 311 or (502) 574-5000
R – RFP# 14-09 / Professional Legal Services SOL RFP# 14-09 / Professional Legal Services Due Date: 11/26/2014 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 141218/BID/0247 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 – ROW Appraisal Review Laurel Co. Item No. 11-147.00 RFP : 150000 SOL ROW Appraisal Review Laurel Co. Item No. 11-147.00 RFP : 1500000158 Transportation – Office Of The Secretary Laura Hagan Pro Services Published On : 12/15/14 Amended On : Closing On : 12/30/14 2:00 PM EST For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 141217/BID/0001 Matching Key Words: age:state!ky; state!ky;
Kentucky – University of Kentucky Capital Project http://ridetarc.org/about/do-business-with-tarc/current-bid-opportunities/ Transit Authority of River City (TARC), 1000 W. Broadway, Louisville, KY 40203 (502) 585-1234
R – MAP-21, Section 5310 Call for Project Applications SOL 5310-14-001 MAP-21, Section 5310 Call for Project Applications Due Date: Jan 09, 2015 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 141217/BID/0238 Matching Key Words: age:state!ky; state!ky;
Kentucky – University of Kentucky Capital Project http://ridetarc.org/about/do-business-with-tarc/current-bid-opportunities/ Transit Authority of River City (TARC), 1000 W. Broadway, Louisville, KY 40203 (502) 585-1234
99 – Transmission Components SOL IFB P-2605 Transmission Components Due Date: Jan 15, 2015 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 141217/BID/0239 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
99 – Bid #CO15021 – Commercial-Grade Shrink Film – Contract SOL Bid #CO15021 – Commercial-Grade Shrink Film – Contract Due Date: Jan 13, 2015 2:00:00 PM MST For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 141217/BID/0554 Matching Key Words: film?; commercial?;
Kentucky – Jefferson County Public Schools https://webapps.jefferson.kyschools.us/FinanceWeb/bidopps.aspx P.O. Box 34020; Louisville, Kentucky 40232-4020; (502) 485-3011
U – Physical Education Equipment & Supplies (%) #7022Bid closes @ 11 SOL Physical Education Equipment & Supplies (%) #7022Bid closes @ 11:00 a.m. on December 29, 2014 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 141216/BID/0229 Matching Key Words: age:state!ky; state!ky;
Kentucky – Jefferson County Public Schools https://webapps.jefferson.kyschools.us/FinanceWeb/bidopps.aspx P.O. Box 34020; Louisville, Kentucky 40232-4020; (502) 485-3011
99 – Mulch, Hardwood (For Playgrounds) #7029Bid closes @ 3:00 p.m. on SOL Mulch, Hardwood (For Playgrounds) #7029Bid closes @ 3:00 p.m. on January 12, 2015 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 141216/BID/0232 Matching Key Words: age:state!ky; state!ky;
Kentucky – Jefferson County Public Schools https://webapps.jefferson.kyschools.us/FinanceWeb/bidopps.aspx P.O. Box 34020; Louisville, Kentucky 40232-4020; (502) 485-3011
R – Magazine Periodical Subscriptions (Percentage) #7020 Bid closes SOL Magazine Periodical Subscriptions (Percentage) #7020 Bid closes @ 11:00 a.m. on January 15, 2015 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 141216/BID/0233 Matching Key Words: age:state!ky; state!ky;
New York Public Notices http://ny.mypublicnotices.com/PublicNotice.asp Collects and centralizes public notice advertisements from newspapers across New York.
R – PUBLIC NOTICE REQUEST FOR PROPOSALS (RFP #SS1205-1444)PUBLIC NOT SOL PUBLIC NOTICE REQUEST FOR PROPOSALS (RFP #SS1205-1444)PUBLIC NOTICE REQUEST FOR PROPOSALS (RFP #SS1205-1444) The Nassau County Department of Social Services (DSS) is soliciting proposals for the provision of record management services. Record management services involve the (1) offsite storage of hardcopy business files, retrieval, purging, and destruction services, as well as (2) maintenance and operation of a barcode-based computerized file tracking system. Proposals must be submitted by Tuesday, January 20, 2015. To obtain a copy of the RFP, write to John E. Imhof, Ph.D., Commissioner, Nassau County Department of Social Services, 60 Charles Lindbergh Blvd., Suite 160, Uniondale, NY 11553-3686. You may also contact Thomas A. Brooks at 516-227-7460, or DSS.RFP.Info@hhsnassaucountyny.us. The RFP can be viewed at http://eproc.nassaucountyny.gov/MainBidBoard. NASSAU COUNTY IS AN EQUAL OPPORTUNITY EMPLOYER Edward P. Mangano County Executive John E. Imhof, Ph.D. Commisioner Appeared in: Newsday on Monday, 12/15/2014 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 141216/BID/0388 Matching Key Words: writ*; copy;
Kentucky State Procurement
Jefferson County Public Schools, 3001 Crittenden Drive, Louisville, KY 40209
76 — LIBRARY BOOKS. #7028 DUE 08-JAN-2015 Purchasing/Bid Department, Phone: (502) 485-3167; Website: http://apps.jefferson.k12.ky.us/financeweb/bidopps.aspx Library Books (Print & Electronic) and Pre-Bound Paperback Books SOL Library Books (Print & Electronic) and Pre-Bound Paperback Books (%) #7028 Bid closes @ 11:00 a.m. on January 8, 2015 For more information about this opportunity please contact the buyer directly. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 141217/KY/7623 Matching Key Words: age:state!ky; state!ky;
Jefferson County Public Schools, 3001 Crittenden Drive, Louisville, KY 40209
76 — MAGAZINE PERIODICAL SUBSCRIPTIONS. 7020 DUE 15-JAN-2015 Purchasing/Bid Department, Phone: (502) 485-3167; Website: http://apps.jefferson.k12.ky.us/financeweb/bidopps.aspx Magazine Periodical Subscriptions (Percentage) #7020 Bid closes SOL Magazine Periodical Subscriptions (Percentage) #7020 Bid closes @ 11:00 a.m. on January 15, 2015 For more information about this opportunity please contact the buyer directly. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 141217/KY/7625 Matching Key Words: age:state!ky; state!ky;
Jefferson County Public Schools, 3001 Crittenden Drive, Louisville, KY 40209
R — COMPETITIVE NEGOTIATION ON STUDENT ASSIGNMENT CHOICE RESEARCH. 3042 DUE 23-JAN-2015 Purchasing/Bid Department, Phone: (502) 485-3167; Website: http://apps.jefferson.k12.ky.us/financeweb/bidopps.aspx Competitive Negotiation on Student Assignment Choice Research #3 SOL Competitive Negotiation on Student Assignment Choice Research #3042 – PRE-BID CONFERENCE WILL BE HELD ON JANUARY 5, 2015 @ 9:00 A.M. IN CONFERNCE ROOM B, C. B. YOUNG, JR., 3001 DRITTENDEN DRIVE, LOUISVILLE, KENTUCKY 40209 Bid closes @ 9:00 a.m on January 23, 2015 For more information about this opportunity please contact the buyer directly. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 141217/KY/7626 Matching Key Words: age:state!ky; state!ky;
Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096 Frankfort, Kentucky 40601
99 — SNOW PLOW REFLECTIVE GUIDE. RFB : 1500000426 DUE 30-DEC-2014 Phone: (502) 564-4510 Snow Plow Reflective Guide RFB : 1500000426 Transportat SOL Snow Plow Reflective Guide RFB : 1500000426 Transportation – Office Of The Secretary Amanda Lewis Equipment Published On : 12/11/14 Amended On : Closing On : 12/30/14 10:00 AM EST For more information about this opportunity please contact the buyer directly. OutreachSystems Article Number: 141212/BID/0620 Matching Key Words: age:state!ky; age:kentucky; state!ky; This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.
December 19, 2014
Business, Business / Career, Education, Government