BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

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

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

FedBizOpps – Procurements

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

R — MULTIMEDIA REPORTER VOA PERSIAN SERVICE BBG39-Q-15-PERSIAN-021 021015 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: MULTIMEDIA REPORTER (WEB) – VOA PERSIAN – Washington, DC
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 BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

(ii) Solicitation No. BBG39-Q-15-PERSIAN-021 is issued as a Request For Quotation (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076.

(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 $7M.

(v) The contractor shall provide a Firm Fixed Price quotation for hourly rate based onBroadcasting Board of Governors a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The contractor shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6), with one (1) option period of six (6) months from the date of award. The price quotation shall be valid for six months from date of submissoin.  It is anticipated that the performance date is February 17, 2015. Multiple awards may be considered for this requirement at the discretion of the Government.

(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Multimedia Reporter (Web) services as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN). This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

(vii) The period of performance is anticipated to start February 17, 2015 through
August 17, 2015 with option to extend services one year from date of award.

(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of 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 quotation identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.
Offeror qualifications and Quotation Submission shall include but not be limited to:

1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).

2. Past Performance. See attachment B (Past Performance Reference).

3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal. In addition, the offeror must agree to undergo a security background check. If the contractor fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.

(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price (best value).

1) Technical – Must be bilingual Persian/English speaker able to write clearly and accurately; Must possess excellent interview and conversational writing skills; Compelling story-teller; Shooting and editing experience; Able to create personalized stories; comprehensive understanding of international news and knowledge of domestic Iranian news and social trends; ability to generate daily and enterprise story ideas; able to produce and post content to our websites; able to use social media outlets to engage viewers; must be able to work well under pressure; strong initiative and attention to detail is required; able to develop Word documents and Excel spreadsheets without assistance. Bachelor’s degree in Journalism or related area is preferred.

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 or pay rate of employment;

(iii) term of the contract or employment; 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 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.

3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period.

(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/. Quotation must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address.

(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:
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.

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition 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-System for Award Management (SAM) (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: 52.217-8 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.
52.249-1-Terminatoin for Convenience of the Government (Fixed Price) (Short Form)
52.249-2-Termination for Convenience of Government (Fixed Price) (Short Form)
52.249-8-Termination for Default (Fixed-Price Supply and Services
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. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far).

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

(xv) Questions must be submitted in writing and only via email to Cheryl Nixon at Persian_Solicitations@VOANEWS.COM . Written questions must be submitted before 11:59 p.m. Eastern Daylight Time on January 30, 2015. Responses to questions will be posted to FedbizOps by COB February 3, 2015.

Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral quotations will not be accepted.

ALL TECHNICAL AND PRICE QUOTATIONS, AND PAST PERFORMANCE MUST BE SUBMITTED ELECTRONICALLY to Persian_Solicitations@voanews.com BEFORE THE CLOSING DEADLINE BELOW to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1450, 330 Independence Ave., SW, Washington, DC 20237. CLOSING DEADLINE is before 11:59 p.m. Eastern Daylight Time on February 10, 2015.

(xvi) Contact: Cheryl Nixon, Contracting Officer, email:CFAUNTLE@VOANEWS.COM. All responsible sources may submit an offer that will be considered by the Agency.

Set-Aside: Total Small Business Place of Performance: BBG/IBB/VOA Persian Service 330 Independence Ave, SW Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-021/listing.html

OutreachSystems Article Number: 150127/PROCURE/0066 Matching Key Words: naics!711510;

USABID State and Local Purchases

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 – Packaging for Rigid-Pack Machine #7046Bid closes @ 3:00 p.m. on SOL Packaging for Rigid-Pack Machine #7046Bid closes @ 3:00 p.m. on February 18, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150127/BID/0358 Matching Key Words: age:state!ky; state!ky;

Pennsylvania Public Notices http://pa.mypublicnotices.com/PublicNotice.asp Provides public notice advertisements from newspapers throughout Pennsylvania.

U – Bids & ProposalsKennett Consolidated School District Notice of A SOL Bids & ProposalsKennett Consolidated School District Notice of Act 1 Referendum Exception Pursuant to Act 1, the Pennsylvania Department of Education publishes an index % applicable to each school district. The school district’s real estate tax increase for the next fiscal year is limited to the index % unless the proposed tax rate is approved by the voters pursuant to a referendum or the School District qualifies for an Act 1 exception. As a result of special circumstances covered by an Act 1 referendum exception, a tax rate increase above the of index % is required to balance the School District budget for the next fiscal year. This tax increase required to provide a quality education program as reflected in the School District’s Preliminary Budget. The School District intends to seek approval from the Pennsylvania Department of Education or the County Court as required by Act 1 for an exception to the 1.9% index allowing the proposed 2.67% increase of the real estate tax reflected in the School District’s 2014-2015 Preliminary Budget. The Preliminary Budget is available for public inspection at the District Office, 300 East South Street, Kennett Square, Pennsylvania. Upon written request, a copy of the referendum exception application will be furnished to any taxpayer or resident of the school district. Public Notice The Kennett Consolidated School District Board of School Directors will meet on Monday, February 9, 2015, for the purpose of approving the 2016-2016 Preliminary General Operating Budget, and to take action on any further business that may come before the Board. The meeting will begin at 7:00 p.m. and will be held in the Mary D. Lang Kindergarten Center, 409 Center Street Street, Kennett Square, PA 19348. In accordance with Act 1 of 2006, the 2015-2016 Preliminary Budget will be available for public inspection at the District Office, and on the District’s website at http://www.kcsd.org on January 29, 2015. If you are a person with a disability and wish to attend this meeting and require an auxiliary aid, service, or other accommodation to observe or to participate in the proceeding, please telephone the District Superintendent at (610) 444-6602 to discuss how the Kennett Consolidated School District may best accommodate your needs. Mark T. Tracy, Secretary DL-Jan 26-1a Appeared in: Daily Local News on Monday, 01/26/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150127/BID/0601 Matching Key Words: writ*; copy; operating;

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 – Solicitation: 1500000184 Replacement Hearing Officer for F SOL Solicitation: 1500000184 Replacement Hearing Officer for FY15-16 TO ACT AS HEARING OFFICER FOR THE BOARD OF CLAIMS Commodity Code : 96149 Legal Services, Attorneys Closing Date: 2/6/15 4:30 PM EST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150127/BID/0727 Matching Key Words: age:state!ky; state!ky;

Mississippi Press Association http://www.publicnoticeads.com/MS/search/searchnotices.asp 371 Edgewood Terrace; Jackson, MS 39206; (601) 981-3060 Fax 601.981.3676

R – Legal Notice The Mississippi Department of Transportation (MDO SOL Public Notice ID: 22101104.HTM Legal Notice The Mississippi Department of Transportation (MDOT) proposes to execute a Master Contract(s) with firms for the purpose of providing Wetlands, Waters of the US, and Threatened & Endangered Species Assessment Services, Statewide. This includes, but not limited to, gathering data on Wetlands, Waters, and Threatened & Endangered Species, conduct the field assessments, prepare reports, assessments, applications and any other related activities, assist MDOT with any coordination of meetings related to the above activities, and assist MDOT in establishing and/or maintaining any mitigation banks/service areas by providing the necessary documentation such as prospectus, banking instrument, coordinating restoration activities, performing hydrologic and hydraulic studies including hydrologic and hydraulic modeling to aid in stream restoration or rehabilitation and conceptual planning, and any other related activities. The Master Contract will utilize Cost plus Fixed Fee, Labor Hour/Unit Price, or Firm Fixed Price Work Assignments. The terms of a Master Contract for a selected consultant will not exceed 3 1/2 years with an estimated maximum contract amount of up to one (1) million dollars; however, MDOT may elect to execute a contract for a lesser not to exceed amount. Selected consultants may be assigned Work Assignments throughout the Master Contract term. Work Assignments will be assigned based on MDOT’s standard operating procedures. To be considered, the Expression of Interest proposal must respond to all requirements of this legal ad and any addenda. The recommended proposal length should not exceed twenty-five (25) pages, exclusive of appendices. The resumes (which should not exceed 2 pages per individual in length), SF-330 Part II, proof of State Licensure and certificates requirements, and other information not relevant to the requirements should be included in the appendices. The Consultant’s cover letter, table of contents, summaries and introductions, team organizational chart, past performances, and responses to the evaluation criteria should be included in the 25 pages. Pages should be numbered, single-spaced, one-sided, 8.5 by 11 with margins of at least one inch on all four sides. No more than five pages may be 11 by 17, but they may count as two sheets each against the recommended 25 page maximum. Information within the recommended 25 page limit of the proposal should be complete and sufficient in scope for the selection committee to evaluate the Consultant. Also, all text information in the recommended 25 page limit should be shown in a readable font, size 12 points or larger. Headers, charts, and other graphics may be provided in a different font type and size providing they are legible. Section dividers, tabs, or similar means are recommended but are not counted as part of the recommended 25 page limit. These recommendations will be considered when evaluating the quality of proposal. With the exception of the information to be supplied in the appendices, the Expression of Interest proposal should be divided into the following sections as listed below. Consulting firms (CONSULTANT) interested in providing these services may so indicate by furnishing the Department eight (8) copies and one (1) CD of an Expression of Interest which should consist of the following unless specifically stated otherwise: 1. The Prime CONSULTANT should provide a cover letter specifying the name and complete description of the Master Contract, the name of the Prime CONSULTANT and any of its Subconsultant(s), the name of an individual who will be the single point of contact throughout the selection process, the name of the project manager, the location and address of the managing office, and the location and address of the office(s) that may be assigned the work. Should any Subconsultant(s) be listed as team members, identify the roles of each of the team’s members. In addition, the CONSULTANT must note if this is a joint venture; 2. The CONSULTANT should provide a resume for each principal member, the project manager, and employee(s) of the firm anticipated to be assigned to the project. Also, provide a team organizational chart and list each person’s experience and qualifications, including proof that the Project Manager has a degree in biological or natural resource sciences or licensed as a Mississippi Professional Engineer. The team organizational chart should include each individual’s name, job description (for the project), and company of employment; 3. The CONSULTANT should provide a description of similar type work completed during the past five (5) years which qualifies the consultant for this work. Provide a detailed description of the role of the consultant and define whether the consultant was the prime or a subconsultant. Include in the description the amount of the consultant’s contract for the work they provided for the project, the date the consultant’s project was initiated, the consultant’s scheduled completion date in accordance with the progress schedule, and when the consultant completed the work as stated in the contract. If the consultant’s project was not completed on-time, identify any justifications. The firm should provide contact information for each of the projects. This will include the name of the client and client’s representative that can verify and discuss the project; 4. The CONSULTANT should provide Part II of Standard Form (SF) 330, Architect-Engineer Qualifications. If a firm has branch offices, complete the form for each specific branch office seeking work. In addition, this form should be completed for any subconsultants in the same manner. This form can be obtained at the following web-address: http://sp.gomdot.com/Consulting%20Services/Forms/Standard%20Form%20(SF)%20330,%20Part%20II.pdf. Interested firms without internet access may obtain this information by contacting Scot Ehrgott at (601) 359-7536; and, 5. The CONSULTANT should provide a response containing the information upon which the consultant will be evaluated (see below). The Department will evaluate the Expressions of Interest based on the following factors listed in their relative order of importance: Experience, performance, and qualifications of the team’s staff; Past performance of the consultant (and any subconsultant) on similar projects with MDOT and/or other clients; Experience, performance, and qualifications of the proposed Project Manager; Consultant’s past performance and experience in achieving agreed project delivery schedules and mitigating project delays; Location/proximity of the consultant’s (and any subconsultant’s) office(s); and Quality of Proposal. The CONSULTANT should mark any and all pages of the proposal considered to be proprietary information which may remain confidential in accordance with Mississippi Code Annotated 25-61-9 and 79-23-1 (1972, as amended). Each page of the proposal that the CONSULTANT considers trade secrets or confidential commercial or financial information should be on a different color paper than non-confidential pages and be marked in the upper right hand corner with the word CONFIDENTIAL. Failure to clearly identify trade secrets or confidential commercial or financial information will result in that information being released subject to a public records request. DBE goals may be applied to Work Assignments at MDOT’s discretion. In the event that a DBE goal is required on an individual work assignment, MDOT approval of the DBE subconsultant(s) will be required. The MDOT reserves the right to reject any and all Proposals, discontinue contract execution, and/or request additional information with any party at any time prior to final contract execution. The MDOT reserves the right to obtain references from any source listed in the Proposal and any other source deemed appropriate for any of the requirements/criteria listed in this legal notice. If a Consultant opts to request a debriefing following the announcement of the selected Consultant(s), the Consultant shall send an email to the below addressee within two (2) weeks of the distribution of the notification letter of the selecte d Consultant(s). Any debriefings shall be limited to the merits of the individual Consultant’s proposal. Scot Ehrgott, P.E., MDOT Director of Consultant Services e-mailed to sehrgott@mdot.ms.gov and copy srone@mdot.ms.gov All questions related to this solicitation shall be e-mailed to the addressee below: Scot Ehrgott, P.E., MDOT Director of Consultant Services e-mailed to sehrgott@mdot.ms.gov and copy srone@mdot.ms.gov Only written requests e-mailed to the above addressee will be considered. No requests for additional information or clarification to any other MDOT office, consultant, or employee will be considered. All responses and addenda will be in writing and will be posted to the MDOT website (http://mdot.ms.gov/portal/LegalAD.aspx) no later than 7 days prior to the submittal deadline. The submission deadline for questions will be 10 days prior to the submittal deadline. Consultants shall be solely responsible for checking the website for updates. The MDOT will not be responsible for any oral exchange or any exchange of information that occurs outside the official process specified herein. To be considered, all replies must be received by 5:00 p.m., Central Time, Thursday, February 19, 2015, in the Office of the Director of Consultant Services, Scot Ehrgott, Mail Code 90-01, Mississippi Department of Transportation Building, 401 North West Street, Jackson, Mississippi, 39201. This Legal Notice will appear in the Clarion Ledger on January 21st and 28th, 2015. The Mississippi Transportation Commission and the Mississippi Department of Transportation are equal opportunity employers. As provided by Title VI of the Civil Rights Act of 1964 as amended, and the Civil Rights Restoration Act of 1987 (P.L. 100.259), the Mississippi Department of Transportation (MDOT) assures that no person shall on the grounds of race, color, national origin, sex, religion, age, or disability be excluded from participating in, be denied the benefits of, or otherwise subjected to discrimination under any program or activity from the MDOT. January 21 and 28, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150126/BID/0036 Matching Key Words: writ*; copy; standard; operating; procedure?;

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 – Solicitation: 1500000120 Medicaid Rate Setting THE VENDOR SOL Solicitation: 1500000120 Medicaid Rate Setting THE VENDOR WILL BE RESPONSIBLE FOR PROVIDING MEDICAID BENEFITS TO ELIGIBLE MEMBERS OF THE KENTUCKY MEDICAID PROGRAM AND REIMBURSING MEDICAID PROVIDERS FOR COVERED SERVICES. A PART OF THE DEPARTMENT OPERATIONS INVOLVES ESTABLISHING MEDICAID RATES OF REIMBURSEMENT FROM THE FINANCIAL AND STATISTICAL RECORDS SUBMITTED BY VARIOUS CLASSES OF PROVIDERS. THE RATE FOR EACH MEDICAID PROVIDER TYPE IS SPECIFICALLY DEVELOPED FOR THAT PARTICULAR PROVIDER TYPE AND IS CALCULATED BY USING MULTIPLE FACTORS. Closing Date: 3/3/15 2:00 PM EST For more information about this opportunity please contact the buyer directly.

720px-USAID-Identity.svgAgency for International Development, Overseas Missions, Dominican Republic USAID-Santo Domingo, Unit #5541 APO AA 34041-5541

R — TCN/USPSC Deputy Health Office Chief -GS13 USAID/ Dominican Republic SOL-517-15-000004 020915 Ana C. Diaz, Human Resources Asistant, Phone 1-809-368-7449, Email andiaz@usaid.gov – Soraya A Morillo, Phone 809-368-7101, Email smorillo@usaid.gov ISSUANCE DATE: January 23, 2015
CLOSING DATE: February 09, 2015

SUBJECT: Solicitation No. SOL-517-15-000004 Personal Services Contract – USAID/Dominican Republic- US-TCNPSC Deputy Health Office Chief
Salary range US$72,391.00to US$94,108.00 (GS-13)

Ladies and Gentlemen:

The United States Government, represented by the U.S. Agency for International Development (USAID), is seeking applications from qualified U.S. citizens and Third Country Nationals (TCNs) to provide personal services as described in the attached solicitation. The length of this position is estimated to be two (2) years.

Submittals shall be in accordance with the attached information at the place and time specified.

Any questions on this solicitation may be directed to:

Ana Díaz
USAID/Dominican Republic
Telephone Number: 809-368-7449
E-mail address: andiaz@usaid.gov

Applicants should retain for their records copies of all enclosure which accompany their applications. All applications and the required documents should be submitted to the following persons by February 09, at 4:30 pm Easter Time:

Ana Diaz/ Soraya Morillo
USAID/Dominican Republic
Telephone Number: 1-809-368-7449 / 1-809-368-7101
E-mail: andiaz@usaid.gov
E-mail: smorillo@usaid.gov

Sincerely,

Ken Seifert
Regional Executive Officer

USAID DR Deputy Health Office Chief
STATEMENT OF WORK/ How to apply

I. Introduction
USAID/Dominican Republic (DR) is seeking a Health Team Leader to provide technical and supervisory leadership to the health team comprised of 1 US Direct Hire and 4 FSNs managing an annual portfolio of over $7 million in PEPFAR HIV/AIDS funding. The Team Leader will be the focal point on Health issues for the Mission and will report to and support the USAID General Development Officer, a U.S. direct hire who will provide general supervision and oversight of the Social Sector Program portfolio which includes Health and Education. The Health Team Leader will contribute to the establishment of overall program priorities and work assignments, development of strategies, program and project designs, and scopes of work, as well as provide technical guidance and support to CORs and AORs in project implementation. S/he will have wide latitude for the exercise of independent judgment and will have formal decision-making authority in broad program areas consistent with USAID policies, goals, and strategies. S/he will interact with the highest level of government and represent USAID and the US Government in official settings.
II. Background
The Dominican Republic has transitioned to upper middle income country status which presents a variety of challenges in light of the paradigm shift from the traditional conceptualization of development support. The Mission strategy is focused on helping the Dominican Republic to Improve Citizen Security and prevention and management of HIV/AIDS infection is a key component of the strategy. The Health Team is in process of revising traditional development approaches to better respond and support the shift in needs of a new upper middle income country which is facing the challenges of key vulnerable populations existing in fragile states of poverty and outside of the safety net. Additionally as the conditions in the DR continue to improve, responsibility for management and sustainability of activities is shifting to the government and NGO counterparts. Within this context USAID is also challenged with accomplishing its goals with declining budget support.

Country Overview:
The HIV prevalence in the Dominican Republic appears to have stabilized between 0.8-1.1 percent in the general population. In 2010, there were an estimated 48, 550 people living with HIV/AIDS in the Dominican Republic. The HIV epidemic in the Dominican Republic disproportionately affects specific key populations including Men that Have Sex with Men (MSM) with an HIV prevalence of 6.1%, Female Sex Workers (FSW) 4.8%, residents of bateyes (sugar plantations) and typically characterized by extreme poverty, of Haitian descent 3.2%, and women with less than four years of education, 2.3%. Approximately 70% of new infections occur among young women. In addition to vulnerability to HIV disease, these groups are also disproportionately affected by stigma, discrimination and gender-based violence.

The 2008 Stigma Index indicates that people with HIV living in the Dominican Republic continue to be affected by high rates of stigma and discrimination. For example, nearly a quarter of respondents reported having their human rights violated while 10% reported having been refused a job as a result of their HIV status. According to the 2007 DHS, only 15.2% of men and 23.5% of women expressed accepting attitudes towards people living with HIV. Furthermore, HIV+ FSW, MSM, or other vulnerable populations are victim to multiple forms of stigma and discrimination. High rates of stigma and discrimination are an important social barrier preventing people from accessing testing and counseling services. Addressing these vulnerabilities is critical to a successful and comprehensive HIV response.

According to the 2007 DHS, 9.7% of women aged 15 – 49 experienced physical violence and 10.1% experienced sexual violence. Of those who had experienced sexual violence, 38.5% had their first experience before the age of 20, with 6.5% of respondents stating they were younger than 10 years old when they first experienced sexual violence. In addition, these marginalized groups are at greater risk of homophobia and sex trafficking. Recent trends indicate that both the rate and intensity of Sexual and Gender-Based Violence (SGBV) are increasing.

Since the beginning of the HIV epidemic, USAID has supported the Government of the Dominican Republic and local organizations to strengthen the HIV response. Historically, most of this support has been funneled through international institutions with a focus on service delivery rather than sustainability. The Dominican Republic has been able to scale-up HIV care and treatment services and slow the spread of HIV by rigorously implementing evidence-based prevention strategies like the 100% Condom Campaign targeting commercial sex workers. Meanwhile, many organizations have strengthened their institutional capacity; maturing from support groups to service delivery organizations and from civil society groups quoting the evidence to institutions creating the evidence. Leveraging this emerging local capacity reflects commitment to investing in local organizations in order to strengthen the comprehensive response to HIV and ensure sustainability.

Haiti:
The complex relationship between the Dominican Republic and Haiti is reflective of a history of highly uneven development. There are an estimated 1,000,000 Haitians, including documented and undocumented immigrants, many living in extreme poverty, throughout the Dominican Republic. Numerous Haitians migrate to the DR seeking jobs, health care and a better life. For example, a significant number of women travel from Haiti to give birth in public hospitals in the Dominican Republic, returning to Haiti after delivery. It has been estimated in hospitals supported by USAID that between 20-35% of the patients delivering are Haitian and at the border areas this number rises to upwards of 70%. Additionally HIV prevalence Haiti is estimated to be twice as high as the DR. There is also considerable movement between Haiti and the Dominican Republic, which is especially exacerbated by the porous border. The January 12, 2010 earthquake in Haiti and the temporary movement of a large number of Haitians into the Dominican Republic further demonstrated the strong connectivity of issues across the island and a need for partnership. The Health Team Leader will be the focal point on Health issues for the Mission and will report to and support the USAID General Development Officer, a U.S. direct hire who will provide general supervision and oversight to the Health and Education teams. The Health Team Leader will contribute to the establishment of overall program priorities and work assignments, development of strategies, program and project designs, and scopes of work, as well as provide technical guidance and support to COTRs and AOTRs in project implementation. S/he will have wide latitude for the exercise of independent judgment and will have formal decision-making authority in broad program areas consistent with USAID policies, goals, and strategies. S/he will interact with the highest level of government and represent USAID and the US Government in official settings. S/he must be able to think and operate strategically and programmatically, analyzing complex situations in order to assist in the development of USAID strategic plans and programs, and assessing the impact of host country policies and practices on USAID programs. S/he will work in collaboration with members of the Health Team to achieve programmatic objectives. The incumbent will advise, collaborate and work with the health team in the planning, formulating, implementing, and monitoring and evaluating of health activities and strategies.
III. Major Duties and Responsibilities:

The Team Leader will have the following major duties and responsibilities:

A. Management: Senior Management Team Duties

 Take the lead role in formulating the USAID/DR PEPFAR annual budget request. This includes ensuring that the budget tracking system for USAID/DR PEPFAR activities is accurate, complete, and up-to-date. Oversee obligations and sub-obligations for all USAID/DR PEPFAR activities. This includes ensuring that obligations tracking systems are accurate, effective, and utilized.
 Represent USAID in meetings with USG and host country government officials at all levels.
 Lead the USAID/DR PEPFAR Office reporting processes. Contribute to and oversee, for USAID, the PEPFAR Country Operational Plan (COP) and semi-annual and annual PEPFAR DR reports; USAID DR PPR; ad hoc technical reports as needs arise (i.e. report on funding gaps; analysis and interpretation of project data from USAID implementing partners; identification of program gaps, implementation problems; propose strategies, actions to address problems).
 Supervise, coach and mentor USAID PEPFAR staff working on the budget, reporting and monitoring processes. Assist, coach and mentor USAID PEPFAR program management staff and technical advisors in start-up and implementation requirements of newly awarded USAID grants/contracts.
 Design and oversee actions to address audit recommendations to ensure that recommendations are closed in a timely manner.

B. Technical

 Provide strategic direction for USAID HIV/AIDS activities; identify appropriate technical assistance and contractual mechanisms to address HIV/AIDS needs in the DR.
 Participate in various GODR Technical Working Groups (TWGs) for HIV/AIDS-related areas including the Global Fund Country Coordination Meetings; collaborate closely with GODR Ministry of Health, CONAVIHSIDA and with other GODR government partners as appropriate.
 Collaborate closely with other USG entities, particularly CDC, DOD and Peace Corps and other donors, PEPFAR implementing partners and civil society, in the design and implementation of the DR PEPFAR program. Must be conversant with and able to explain USAID and PEPFAR guidelines to host country counterparts.

C. Agency Specific Routine Duties

 Contribute to select sections of the COP, PEPFAR semi-annual and annual reports, and other PEPFAR documents.
 Keep abreast on the USAID award mechanisms and requirements, technical area policies, objectives and strategies.
 Mentor and assist USAID staff in carrying out their duties.
 Prepare briefing papers, materials, speeches, and informational and/or analytical reports as required by the US Embassy, USAID/Washington or other stakeholders.
 Represent USAID at internal USG meetings, and in meetings with GODR, other donors, civil society, and PEPFAR implementing partners.

1. SUPERVISION/OVERSIGHT OVER OTHERS:

 Has supervisory responsibility for USAID DR Health staff, including FSN Senior Program Manager (FSN10), Program Manager Assistant (FSN 8) and Administrative Assistant (FSN7)

2. REQUIRED QUALIFICATIONS FOR THE POSITION (WEIGHTING IN % FOR RATING):

A. EDUCATION (10%)
 An advanced degree (minimum master’s level) in public health, i.e. health management, health policy, health education, epidemiology, or development studies or another field with links to the health sector.

B. TECHNICAL KNOWLEDGE (30%)

 Must have demonstrable knowledge of public health and socio-economic development issues, and good familiarity with HIV/AIDS issues and challenges in developing countries similar to the DR, including state-of-the-art strategies, activities and programs for addressing the AIDS epidemic.
 Good familiarity with international development theory, programming policies and practices, including multi-sector linkages and synergies;

C. WORK EXPERIENCE (30%)

 Minimum 7 years of progressively responsible experience as a program manager for complex HIV and health development assistance programs, including direct experience managing PEPFAR activities with a minimum 2 years experience in senior-level program management/leadership position based in a developing country, preferably in the Caribbean Region.
 Appropriate experience working in international health and/or other social sectors with links to health, including work in multi-year programs and projects (includes experience with project design and implementation; project trouble-shooting; data analysis and evaluation; report-writing; interacting with and advising a multitude of host country counterparts and implementing partners, etc.)
 Prior project management work within an international development organization, foreign assistance programs, or large implementing agencies (from private or nonprofit sector, or multilateral or other large donor agency).
 Prior staff supervisory and mentoring experience.
 Familiarity with GODR HIV/AIDS, health and social sector programs, priorities and policies is desirable.
D. COMMUNICATION AND LANGUAGE SKILLS (30%)

 Must have strong project management and supervisory (“people”) skills; able to work within a large bi-agency and bi-cultural team, and collaborate with a large number of senior level GODR officials, PEPFAR/DR partners, local leaders, and representatives of civil society.
 Must have excellent writing skills.
 Must be proficient in Microsoft Word, Excel and PowerPoint.
 FSI Level S4/R4 in English and S3+/R3+ in Spanish.

3. OTHER SIGNIFICANT FACTS:

A. GUIDELINES

Incumbent will follow and apply Agency guidelines, policies, rules and regulations, using good judgment and ingenuity to interpret their intent and apply them within the context of PEPFAR DR.

B. COMPLEXITY

Incumbent carries out a wide range of responsibilities that require an equally wide range of skills and analytical processes. Decision-making requires the capacity to quickly analyze, understand, synthesize and formulate appropriate and effective responses within a context of very short deadlines, multiple stakeholders with constant and ever-changing requirements, and continuous changes in technical program standards. The job requires a self-starter with initiative to stay abreast of developments in technical area and inventiveness to devise ways to apply new techniques and methodologies to the local environment to achieve maximum benefits. Requires the ability to lead and act as an effective supervisor/mentor within a multi-cultural team environment.

C. SCOPE AND EFFECT

Incumbent is considered to be an expert in the management of HIV/AIDS, public health or similar social sector programs, imminently qualified to advise and guide USG colleagues, host country government counterparts, U.S. cooperating agencies and local implementing partners on all matters related to USAID awards, policies, global goals and objectives. The incumbent’s work directly informs the development and major aspects of both administrative and professional employees’ own work, both within the PEPFAR DR team and with the PEPFAR DR external partners. Incumbent’s work involves formal responsibility for leading technical and program management activities, and guiding and coordinating the work of the USAID PEPFAR DR technical and administrative staff.

D. PERSONAL CONTACTS

Incumbent will have contacts with counterpart officials at all levels, from high-ranking Government leaders and Ministers and to the heads of technical directorates and units, to project directors and focal points. S/he will also have contacts with high-level officials and technical advisors from other donors and international organizations. Contacts take place in both structured and unstructured settings.

E. LEVEL AND PURPOSE OF CONTACTS

Incumbent is expected to influence, motivate, and direct people or groups and s/he must be resourceful in identifying the appropriate approach for negotiating and persuading others, and in establishing rapport in order to gain and relay information, including decision makers within the host government and on the USG colleagues in Washington DC, who might have different agendas and priorities than the USG PEPFAR team.

F. PHYSICAL DEMANDS/WORK ENVIRONMENT

The USAID PEPFAR DR Office is located in USAID Santo Domingo. On a regular periodic basis, incumbent must be able to travel within the DR to visit and assess progress at USAID PEPFAR DR implementing partners’ activity sites.

4. BASIS OF RATING APPLICATIONS

Selection Factors: Applicants must possess the minimum qualifications for the position (see criteria above: Education, Technical Knowledge, Work Experience, Communication and Other Skills). Additional factors to be taken into consideration include:

 Applicant is a U.S. Citizen or Third Country National.

 Completed and hand-signed federal form OF-612 and OF-612 continuation sheets is submitted by application deadline. (Note: All applicants must submit complete dates [months/years] and hours per week for all positions listed on the OF-612 to allow for adequate evaluation of your related and direct experience. Experience that cannot be quantified will not count towards meeting the experience requirements).

 Resume

 Cover letter and supporting documentation specifically addressing the minimum requirements for the position. Applicants must explain in their cover letter how they meet the requirements of the position. If excellent writing skills are required, applicants should submit a writing sample of a work document or publication, written by the applicant, covering a technical area relevant for the position applied for (include writing sample as an attachment to cover letter).

 All applications will be evaluated and scored based on the required qualifications and documentation submitted with the application. Those applicants who are short-listed (determined to be competitively ranked) may also be evaluated on interview performance and satisfactory professional reference checks. Failure to address the selection criteria may result in your not receiving credit for all of your pertinent experience, education, training and/or awards. USAID may contact the applicant’s professional references and verify academic credentials. Applicants may also be evaluated based on the performance in an interview.

Applicants who do not meet all of the selection criteria or do not provide the required documentation are considered NOT qualified for the position.

Language and Communication Skills: Must be fluent in English and Spanish and have proven ability to communicate quickly, clearly, and concisely, both orally and in writing, including technical reports. Must have demonstrated ability to produce quality analytical pieces.
Teamwork/Interpersonal Skills: Exceptional teamwork and interpersonal skills are critical. In addition, the incumbent must be able and desire to interact effectively with Mission staff outside of the Health Team, other USG Agencies, and implementing partners. S/he must be able to function collaboratively and productively as a member of a multidisciplinary and multifunctional team and must have the ability to work effectively in a team environment to achieve consensus on policies, activities and administrative matters.
4. Knowledge and Other Skills: Thorough knowledge of public health development principles, program and project development, budgeting (preferred), and analytical skills required. Knowledge of USAID policies, procedures and directives related to strategic development, programming, project development, implementation, results review, performance monitoring, and evaluation desired. Strong spreadsheet, word processing, and internet skills are needed.

IV. Salary Range

The salary range for the position is equivalent to a GS-13 (US$72,391.00 to US$94,108.00).

V. Selection Criteria
Applicants will be evaluated on the extent and quality of their education, knowledge, experience, language and other skills, as they relate to this position against the following criteria:
Education: 10 points
Technical Knowledge 30 points
Relevant Work Experience: 30 points
Relevant International Work Experience (10 points)
Project Management Experience (10 points)
Communication and Interpersonal Skills: 30 points
Total: 100 points

VI. Length of Contract

Estimated to be two (2) years.

VII. Period of Service:

The approximate start date for this position is on or about May/June 2015. Within 15 days after written notice from the Contracting Officer that all clearances have been received or, unless another date is specified by the Contracting Officer in writing, the Contractor shall proceed to the Dominican Republic to perform the above services.

VIII. Applying:

Applications must be received by the closing date and time at the address specified above.
Qualified individuals are required to submit:
– A complete U.S. Government Optional Form 612 with hand-written signature (downloadable forms are available on the USAID website, http://www.usaid.gov/procurement_bus_opp/procurement/forms.
-Resume
-Cover Letter

This solicitation in no way obligates USAID to award a PSC contract, nor does it commit USAID to pay any cost incurred in the preparation and submission of the application.

List of Required Forms for PSCs

Forms outlined below can be found at: http://www.usaid.gov/forms/
1. Optional Form 612
2. Medical History and Examination Form (DS-1843) **
3. Questionnaire for Sensitive Positions (SF-86) ** or
4. Questionnaire for Non-Sensitive Positions (SF-85)**
5. Finger Print Card (FD-258)**

** Forms 2 through 5 shall be completed ONLY upon the advice of the Contracting Officer that an applicant is the successful candidate for the job.

IX. Benefits and Allowances:

As a matter of policy, and as appropriate, a PSC is normally authorized the following benefits and allowances:

BENEFITS:
Employer’s FICA Contribution
Contribution toward Health and Life Insurance
Pay Comparability Adjustment
Annual Increase (pending a satisfactory performance evaluation)
Eligibility for Worker’s Compensation
Annual and Sick Leave

ALLOWANCES (if Applicable): *
(A) Temporary Lodging Allowance (Section 120)
(B) Living Quarters Allowance (Section 130)
(C) Post Allowance (Section 220)
(D) Supplemental Post Allowance (Section 230)
(E) Separate Maintenance Allowance (Section 260)
(F) Education Allowance (Section 270)
(G) Education Travel (Section 280)
(H) Post Differential (Chapter 500)
(I) Payments during Evacuation/Authorized Departure (Section 600) and
(J) Danger Pay (Section 650)

* Standardized Regulations (Government Civilians Foreign Areas)

FEDERAL TAXES: USPSCs are required to pay Federal Income Taxes, FICA and Medicare.

ALL QUALIFIED APPLICANTS WILL BE CONSIDERED REGARDLESS OF AGE, RACE, COLOR, SEX, CREED, NATIONAL ORIGIN, LAWFUL POLITICAL AFFILIATION, NON-DISQUALIFYING HANDICAP, MARITAL STATUS, SEXUAL ORIENTATION, AND AFFILIATION WITH AN EMPLOYEE ORGANIZATION OR OTHER NON-MERIT FACTOR.

Place of Performance: USAID – DOMINICAN REPUBLIC Av. Republica de Colombia #57, Arroyo Hondo Santo Domingo DO URL: https://www.fbo.gov/spg/AID/OM/DOM/SOL-517-15-000004/listing.html

OutreachSystems Article Number: 150124/PROCURE/0322 Matching Key Words: writ*; technical; procedure?;

General Services Administration, Public Buildings Service (PBS), Rocky Mtn Region, Colorado Service Center Division (8PSC), One Denver Federal Center Building 41 PO Box 25546 Denver CO 80225-0546

R — Administrative and Technical Support Services GS-08P-ADMINSVCS 022715 Len K Wilson, Contracting Officer, Email Len.wilson@gsa.gov – Miriam Babcock, Contracting Specialist, Phone 303-236-2089, Email miriam.babcock@gsa.gov600px-US-GeneralServicesAdministration-Seal-Alt.svg This Sources Sought is being issued for planning purposes only and it is NOT a solicitation or pre-solicitation.   Responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract.

The General Services Administration (GSA), Region 8, (Colorado, Montana, North Dakota, South Dakota, Wyoming and Utah) intends to award an Administrative Support Services Contract to provide various staff to perform duties necessary for GSA to meet mission critical needs. The following is a list of positions this contract has utilized in the past; however this list is not all inclusive nor are all positions necessarily required:
Drafter/CAD Operator
Contract Specialist
Building Operations Program Specialist
Clerical
Copywriter
Customer Service Representative
Engineering Technician
Graphic Artist
Logistics Support Technician
Procurement Analyst/Technician
Project Manager
Quality Assurance Specialist
Realty Specialist
Realty Support Technician
Resource Efficiency Manager
Security Specialist
Shipping and Receiving Clerk
Video Production Specialist
Access Control Specialist
Computer Programmer

Vendors shall be expected to compete under FAR Part 8, Required Sources of Supplies and Services, Subpart 8.404 Use of Federal Supply Schedules and FAR Part 19 Small Business Programs, Subpart 19.14 Service-Disabled Veteran-Owned Small Business Procurement Program.

If interested the following information is required:
FSS Contract Number
Service-Disabled Veteran-Owned Small Business Procurement Program
certification.

Information may be sent via email to Miriam.Babcock@gsa.gov

Set-Aside: Service-Disabled Veteran-Owned Small Business Place of Performance: General Services Administration Region 8 Denver Federal Center W 6th Ave and Kipling Street Building 41 PBS/AMS Denver, CO 80225 US URL: https://www.fbo.gov/spg/GSA/PBS/8PC/GS-08P-ADMINSVCS/listing.html

OutreachSystems Article Number: 150123/PROCURE/0435 Matching Key Words: video*; produc*; business*; production?; copywrit*;

VADepartment of Veterans Affairs, VA Center for Acquisition Innovation (Frederick), VA CAI Frederick, Strategic Acquisition Center – Frederick;Department of Veterans Affairs;321 Ballenger Center Drive, Suite 125;Frederick MD 21703

R–Veterans Affairs (VA) Intergovernmental Affairs (IGA) Strategic Outreach Support Services (SOSS) SOURCES SOUGHT NOTICE VA119A15N0075 012915 Brian.Kadel@va.gov brian.kadel@va.gov The U.S. Department of Veteran Affairs (VA) is seeking Small Business sources that are capable of providing support to the VA Office of Public and Intergovernmental Affairs (OPIA) in the task areas described below. The purpose of this notice is to gather capabilities and market information from Small Businesses pertinent for acquisition planning. The responses to this Sources Sought notice will contribute to determining the method of procurement and identify parties having an interest in and the resources to support this requirement.
DESCRIPTION OF REQUIREMENT
Contractor will be required to provide support specifically to implement effective outreach campaigns that educate and increase Veteran and community awareness of services and benefits associated with Department-wide major programs/projects. The requirement will include:
” Analysis: Collecting and analyzing Veteran demographic data; gathering community, stakeholder, and outreach points of contact; and making recommendations on other viable information to ensure messages reach targeted audiences.
” Outreach: Providing support to assist in developing plans for various Department-wide outreach campaigns and recommending the most effective way of communicating a message in print, electronic format, or both, including social media and web-based outreach.
Product Development: Developing clear and appealing products using best practices, document design principles, high resolution imagery, and other fundamental concepts of effective communication.
Video Production: Developing commercial-grade, high-quality, professional video for education and outreach, for commercial purposes, for testimonial/interview segment, and/or for Public Service Announcements (PSA).
” Graphics Design: Providing professional graphic design support to plan, analyze, and create visual solutions that meet VA communications requirements using a variety of methods such as color, type, illustration, photography, animation, and various print and layout techniques and producing promotional displays, communication materials (brochures, posters, fact sheets, etc.), and signage systems for print, paid media, web– based or social media platforms.
” Media Development: Developing media plans and providing assistance for media placement.
Web Design and Customer Usability: Creating or recommending improvements to existing websites and pages to more broadly and effectively appeal to targeted audiences and stakeholders and improve customer usability experiences; developing and maintaining current written website content; and, researching current trends to identify creative web-based internet programs, such as blogs, video-casts or any other current multimedia and social media tools.
” Community Partnerships and Relationship Management: Developing, tracking, and maintaining relationships with community based and other non-Governmental organizations enabling VA to leverage and maximize their ability to reach intended audiences and stakeholders. Metrics of Success: Designing, tailoring, and adjusting key metrics to monitor and ensure communications materials and other communication mediums are improving Veteran education and increasing positive outreach as directed by VA, program office, or strategic plan.
” Media Buying: Negotiating media in accordance with research and analysis and purchasing paid advertising to impact targeted audiences; generating excitement and awareness of VA benefits and services; meeting all deadlines to ensure on time placement; placing all media buys in only pre-approved areas; ensuring media buys ARE NOT placed in controversial venues or considered offensive or unprofessional (the cost of media purchases shall be passed on to the Government as other direct cost (ODC) with no additional markups in pricing).
SUBMISSION INSTRUCTIONS
THERE IS NO SOLICITATION AT THIS TIME
This Sources Sought notice does not constitute a request for proposals. Submission of any information in response to this Sources Sought notice is purely voluntary. The Government assumes no financial responsibility for any costs incurred.
If your organization is a small business and has the potential capacity to perform these services, please provide a capability statement in the format described below.
Cover Sheet (1 page)
On the cover page please provide the following information:
1. Organization name, address, DUNS number, and web site.
2. Point of contact to include e-mail address and telephone number.
3. Socio-economic status and applicable NAICS codes.
4. If applicable, GSA contract number, schedule, and SIN category.
Capabilities Statement and Market Information – (10 pages maximum)
Within your capabilities statement, please respond to the following:
1. Have you developed and implemented multiple (more than 2), large, national outreach/education campaigns simultaneously reaching an audience of 250 million nationally? If so, please elaborate on work completed and target audience/(s) reached. Please provide any applicable metrics demonstrating the success of the campaign(s).
2. Please describe your company’s largest contract awarded to date that is similar in scope to the above task areas. Please include contact information.
3. Do you currently possess the following resources: analysis, outreach, video production, product development including a creative team with graphic designers and creative director, media placement, web design, community partnerships and relationship building or other resources necessary to develop, construct, implement, and measure multiple (more than 2), national outreach campaigns simultaneously reaching an estimated audience of 250 million nationally. If so, please elaborate on capabilities and services currently provided.
4. Do you currently possess resources to develop, construct, implement, and measure a strategic outreach plan reaching an estimated audience of 250 million nationally? If so, please elaborate on capabilities and work performed.
5. How many and which task areas can your company satisfy alone? How many and which task areas would your company be able to satisfy through the use of subcontracting?
6. Please describe any experience with successfully completing critical, high-visibility tasks from a federal Department/Agency Head with short turnaround times. Specifically, how did you approach the task, mobilize to complete the work, and ensure deadlines were met?
Capability statements are due by 10:00 AM EST on Monday, February 2, 2015. The page limit for capability statements is 10 pages (not including cover page.) Capability statements must be submitted to Brian Kadel at brian.kadel@va.gov and Terrie Nestor at terrie.nestor@va.gov.
URL: https://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/VA119A15N0075/listing.html

OutreachSystems Article Number: 150123/PROCURE/0437 Matching Key Words: video*; produc*; you; website; web; site?; page?; education*; business*; production?; instruct*; commercial?;

FedBizOpps – Awards

General Services Administration, Federal Acquisition Service (FAS), Management Service Center (AQSA),

R — Advertising and Integrated Marketing Solutions (AIMS) 7FCB-H2-070541-B Clint U. McCoy 253-931-7714 ; William F. Sassi 253-931-7986140px-US-GeneralServicesAdministration-Logo.svg GS10F047CA $2,000,000 012115 541 4F,541 4B ROGER CHRISTIAN & CO., INC. 8035 BROADWAY SAN ANTONIO TX USA 78209-2628 No Description Provided
URL: https://www.fbo.gov/notices/05fe1b41983b18d9df0423b15ea53f17

OutreachSystems Article Number: 150122/AWARDS/0706 Matching Key Words: naics!512110;

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

R – Professional Boiler Services SOL IFB-3367-0-2015/KBM Professional Boiler Services Due Date: 2/19/2015 3:00 PM Eastern Contact: Kim Henry For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150124/BID/0252 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

T – Printing and Binding of a Book – University Press of Kentucky: K SOL K-0736-15 Printing and Binding of a Book – University Press of Kentucky: Kelly / Kentucky By DesignAttachment A Due Date: 2-6-15 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150124/BID/0253 Matching Key Words: age:state!ky; state!ky;

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

R – Real Estate Services SOL RFP4-2015 Comprehensive Wellness Program Due Date: 02/13/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150124/BID/0254 Matching Key Words: age:state!ky; state!ky;

Maryland – Montgomery County http://www.montgomerycountymd.gov/content/DGS/pro/public_solicitations.asp 255 Rockville Pike, Suite 180; Rockville, MD 20850-4168; (240)777-9900

99 – Manual Video Turning Counts, Spot Speed Distribution Studies and SOL RFP #1048350 Manual Video Turning Counts, Spot Speed Distribution Studies and Random Mechanical Counts Due Date: Feb 23 2015 3:00PM For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150124/BID/0281 Matching Key Words: video*; distribut*;

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 – Day Reporting Center SOL RFP-3362-0-2015/ES Day Reporting Center Due Date: 2/11/2015 3:00 PM Eastern Contact: Eugene Skeete For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150123/BID/0272 Matching Key Words: age:state!ky; state!ky;

Kentucky – University of Kentucky Capital Project http://www.uky.edu/EVPFA/Facilities/CPMD/RFCS.html University of Kentucky Capital Project Management Division Room 222 Peterson Service Building Lexington, KY 40506-0005 (859) 257-5911 FAX (859) 323-1017

R – No projects at this time SOL No projects at this time Due Date: For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150123/BID/0277 Matching Key Words: age:state!ky; state!ky;

Louisiana Press Association http://www.publicnoticeads.com/LA/search/searchnotices.asp 404 Europe Street; Baton Rouge, LA 70802; (225) 344-9309

T – CITY OF COVINGTON SOUND, LIGHTING & VIDEO PRODUCTION AND M SOL Public Notice ID: 22107137.HTM CITY OF COVINGTON SOUND, LIGHTING & VIDEO PRODUCTION AND MONITORING SERVICES – THE CITY OF COVINGTON IS SEEKING PROPOSALS FOR SOUND, LIGHTING AND VIDEO PRODUCTION AND MONITORING SERVICES FOR THE CITYS PUBLIC EVENTS AND PRIVATE RENTAL EVENTS. The COMPLETE Request for Proposal with ALL REQUIREMENTS and all detailed information of services needed is available on the Citys website at http://www.covla.com, from the Director of Administration, 317 North Jefferson Ave., Covington, LA 70433, by telephoning (985) 898-4714 or by email at ghayes@covla.com. Sealed proposals will be accepted until February 11, 2015 at 2:00 p.m. Emailed proposals will NOT be accepted. Sealed proposals shall set forth the cost per hour separately for (1) sound, lighting and video production and (2) monitoring services and should be submitted to: Ms. Gina Hayes, Director of Administration 317 N. Jefferson Ave. Covington, LA 70433 1/15, 1/22 & 1/29/15 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150123/BID/0285 Matching Key Words: video*; produc*; website; event?; production?;

eMaryland Marketplace https://emaryland.buyspeed.com/bso/external/publicBids.sdo State of Maryland Internet-based procurement system.

T – 043.15.B2 Video Production Equipment SOL MDHDS31018606 043.15.B2 Video Production Equipment Due Date: 02/05/2015 10:00:00 AM Contact: Cece Clement For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150123/BID/0319 Matching Key Words: video*; produc*; production?;

Ohio – City of Columbus http://vendorservices.columbus.gov/e-proc/venSolicitationsAll.asp?link=Open+Solicitations City of Columbus Purchasing Office, 50 W. Gay Street, 1st Floor, Columbus, Ohio 43215, Phone: (614) 645-8315, Fax: (614) 645-7051

R – DRWP – CANADIAN GEESE MANAGEMENT SERVICE SOL SO048524 PURPOSE: During the year the City needs to purchase Canadian Geese Management Services on an as needed basis. The estimated dollar amount to be spent on this agreement is: $2,500.00To satisfy these needs, this Office must establish a purchase order pursuant to a blanket order agreement and to enable payments. The Purchase Order will represent a maximum obligation for the City of Columbus over a particular time period. The City may spend all, part or none of the funding noted on the Purchase Order. The Purchase Order shall not be construed as an actual order to manufacture, ship, or provide any items or services. Rather, this order enables properly authorized City agency personnel to make purchases on an “as needed” basis per the referenced solicitation.Any number of written purchase orders may be issued at the discretion of the city to increase or decrease available funds during the term of the agreement. At no time shall the maximum obligation of the City agency exceed the cumulative dollar amount of associated purchase orders.The funds available on the Purchase Order expire on 2/28/2016. Any available funds balance not obligated by the City for accounts payable on items/work ordered on or prior to that date shall be cancelled after that date.Prices shall be FOB Destination Freight Prepaid & Allowed unless otherwise specified.BIDDING INSTRUCTIONS:Please fill in line #1 as follows: Quantity = 1 (one)Unit of measure = LT (lot)Amount = $2,500.00. Total estimated dollar amount (see first paragraph above). (Line #1 continued) IN THE COMMENT BOX TO THE RIGHT OF LINE #1, PLEASE INDICATE:#1) ANY TRADE DISCOUNT (reduction from list price), IF APPLICABLE, WHICH SHALL BE APPLIED TO THE PURCHASES OF ALL ITEMS UNDER THIS AGREEMENT, and#2) THE NAME (AND LOCATION) OF THE PRICE LIST FROM WHICH THE DISCOUNT IS TO APPLY.For any additional lines please provide the unit cost as requested. These additional lines are representative items and the quantities are estimates that will be used for evaluation purposes. If no discount percentage and/or price list is indicated for line #1 then the maximum scope and amount of the award will be ONLY for the additional line items listed.The approved vendor must adhere to the following:1. Be an ODNR approved goose round up wildlife control company.2. Acquire the necessary permits from ODNR.3. Perform goose round up in compliance with all ODNR specifications.4. Perform the goose round up in a sensitive and humane manner as viewed by the public.5. Provide required transportation with bedding and space necessary per bird.6. Be able to provide up to 3 staff members if necessary to perform the goose round up in an appropriate and humane manner.7. Perform video documentation of the goose round up from start to finish.8. Show evidence of having performed a minimum of 30 goose round-ups without incident.9. Must be able to provide 3 references, and have a minimum of 5 years of experience.Scope of work to be performed: This contract is being established for the discouragement and/or the relocation of Canadian geese at the City of Columbus, Department of Public Utilities, Division of Water, Dublin Road Water Plant. This service will be performed at the Dublin Road Water Plant, 940 Dublin Road, Columbus, Ohio 43215. Normal hours of operations will be Monday thru Friday 7:00 am to 3:00 pm. We would like this service to be performed in one of two phases: either by a discouragement phase or by a handling phase. The discouragement phase may contain: pyrotechnic discouragement, canine discouragement, physical discouragement, night discouragement, audio discouragement or by a canine effigy. The handling phase may contain: egg addling, nest destruction or geese round-up/relocation. Due Date: 1/28/2015@2:00 PM EST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150123/BID/0460 Matching Key Words: video*; documentation; instruct*;

Washington – City of Bellingham http://www.cob.org/cob/bid.nsf/webb 210 Lottie Street; Bellingham, WA 98225; (360) 778-8000

U – Video Content Training Program SOL 1B-2015 Video Preparation Training Program Due Date: 02/20/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150123/BID/0636 Matching Key Words: video*; train*;

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 – Solicitation: 1500000114 SBAC LEA Cost Reporting FY 16 TH SOL Solicitation: 1500000114 SBAC LEA Cost Reporting FY 16 THE VENDOR SHALL BE RESPONSIBLE FOR ASSISTING THE DEPARTMENT IN COMPLETING THE CMS COST REPORTING PROCESS FOR SCHOOL BASED ADMINISTRATIVE CLAIMING BY REVIEWING THE COST REPORTS SUBMITTED BY THE LEAS FOR ACCURACY; PROVIDING A TRAINING WORK PLAN AND TRAINING MATERIALS FOR ALL OF THE PARTICIPATING LEAS TO BE SUBMITTED TO THE DEPARTMENT FOR APPROVAL WITHIN THE FIRST 30 CALENDAR DAYS OF THE CONTRACT; PROVIDING ANNUAL REPORT DETAILING THE COST SETTLEMENT AND RATE SETTING AMOUNT FOR EACH OF THE 176 PARTICIPATING LEAS FOR FISCAL YEAR 2014 IN A TIMELY MANNER; CONDUCTING A MINIMUM OF 17 PARTICIPATING LEA AUDITS; ANNUALLY REPORTING TO THE DEPARTMENT RECOMMENDATIONS FOR LEA FIELD AUDITS. Closing Date: 3/5/15 2:00 PM EST For more information about this opportunity please contact the buyer directly.

California – City of Sacramento (Service & Supply Bids), 5730 24th Street, Building 1, Sacramento, CA 95822. Ph: 916-808-6240. Fax: 916-808-5747. http://www.cityofsacramento.org/generalservices/procurement/bids/

T – Invitation No. P15111081001 Police Production Video Bid Due:2 SOL Invitation No. P15111081001 Police Production Video Bid Due:2/10/15 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150122/BID/0014 Matching Key Words: video*; produc*; production?;

Kentucky – Eastern Kentucky University, Eastern Kentucky University 117 Jones Building 521 Lancaster Avenue Richmond, Kentucky 40475 Phone: 859-622-2246 Fax: 859-622-2047 http://purchasing.eku.edu/bids-and-quotes

R – Request for Proposal (RFP) Eastern Kentucky University Foundatio SOL Request for Proposal (RFP) Eastern Kentucky University Foundation RFP 40-15 External Audit Service For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150122/BID/0026 Matching Key Words: age:state!ky; state!ky;

Kentucky – Eastern Kentucky University, Eastern Kentucky University 117 Jones Building 521 Lancaster Avenue Richmond, Kentucky 40475 Phone: 859-622-2246 Fax: 859-622-2047 http://purchasing.eku.edu/bids-and-quotes

R – RFP 43-15 Commencement Flowers Due: 02/04/2015 2:00 PM (ET) SOL RFP 43-15 Commencement Flowers Due: 02/04/2015 2:00 PM (ET) For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150122/BID/0028 Matching Key Words: age:state!ky; state!ky;

Kentucky – Bluegrass Airport, Blue Grass Airport (Lexington Kentucky) 4000 Terminal Drive, Suite 206 Lexington, KY 40510 Fax: 859.233.182 http://www.bluegrassairport.com/busopps.html

R – BLUE GRASS AIRPORT LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD SOL BLUE GRASS AIRPORT LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD SOLICITATION OF BIDS AUTOMOBILE RENTAL CONCESSIONS I. NOTICE AND INVITATION TO BID Notice is hereby given that the Lexington-Fayette Urban County Airport Board, hereinafter referred to as “Board,” is inviting sealed Bids from interested and qualified parties for automobile rental concessions, for a period of five years at Blue Grass Airport. Sealed Bids will be received at the office of the Director of Administration and Finance, Blue Grass Airport, 4000 Terminal Drive, Suite 206, Lexington, Kentucky 40510, until 2:00 p.m. local time on Tuesday February 10, 2015 at which time the Bids will be publicly opened and taken under consideration. After completion of a review process the Board proposes to execute automobile rental concession agreements with four (4) qualified Bidders who have bid the highest Total Minimum Guarantee. The four automobile rental concessions to be awarded will be for single-brand or dual branded automobile rental operations. No multiple branding (bids with more than two identified brands) will be permitted. The Solicitation of Bids including the Bid Form, Concession Agreement, Service Facility Lease, and other Contract Documents may be obtained by prospective Bidders online at http://www.bluegrassairport.com or at the office of the Director of Administration and Finance, Blue Grass Airport, by written request directed to the Director of Administration and Finance, Blue Grass Airport, 4000 Terminal Drive, Suite 206, Lexington, Kentucky 40510, or by calling 859-425-3100. Requests to have the Bid packages delivered via express courier will be honored provided that all such requests are accompanied by the appropriate billing account information. The right to reject any and all Bids, or to accept any Bid which is deemed to be more advantageous to the public and to the Board, is reserved. Each Bid shall be accompanied by a certified cashier’s check on a solvent bank, or bid bond payable to Lexington-Fayette Urban County Airport Board, in the amount of Ten Thousand Dollars ($10,000.00). Said check or bid bond shall be given as security to guarantee that if the Bid is accepted, a Concession Agreement and Service Facility Lease will be entered into and the performance of it properly secured. It is the intent and obligation of the Board to ensure that Disadvantaged Business Enterprises (“DBEs”), as defined in 49 CFR Part 23, shall have the maximum opportunity to participate in Airport concessions. All Bids shall become the property of the Board and will not be returned to Bidders unless a written request to withdraw is received prior to 2:00 p.m. local time on Tuesday February 10, 2015. The Board will conduct a mandatory Pre-Bid Conference beginning at 2:00 p.m. local time on January 27th, 2015 for the purpose of discussing the Bid Form, Concession Agreement, Service Facility Lease, and other Contract Documents. The Pre-Bid Conference will be held in the Airport Board Room on the second level of the terminal building. For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150122/BID/0040 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 – Next Generation Learning Management System SOL UK-1448-15 Next Generation Learning Management System Due Date: 2-24-15 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150122/BID/0272 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 – Boxes, Cardboard #7040Bid closes 11:00 a.m. on February 16, 2015 SOL Boxes, Cardboard #7040Bid closes 11:00 a.m. on February 16, 2015 For more information about this opportunity please contact the buyer directly.

Kentucky State Procurement

Louisville Metro Government – Division of Purchasing, 611 West Jefferson Street; Louisville, Kentucky 40202

R — DAY REPORTING CENTER. RFP-3362-0-2015/ES DUE 11-FEB-2015 Contact: Eugene Skeete, Phone: (502) 574-3211; Website: http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 Due Date: 2/11/2015 3:00 PM Eastern. Contact: Eugene Skeete. For more information about this opportunity please contact the buyer directly. For more information about this opportunity please contact the buyer directly. This notice is provided by the Kentucky Procurement Technical Assistance Center. The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150127/KY/7901 Matching Key Words: age:state!ky; state!ky;

pitanim

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

Comments are closed.

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

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

Truth- A Right to Fight For...

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

%d bloggers like this: