BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

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

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

FedBizOpps – Procurements

Department of Agriculture, Forest Service, R-8 Southern Region, 1720 Peachtree Rd. NW Suite 876 South Regional Office Atlanta GA 30309

99 — 8a Business Capabilities Repository Request for Information AG-43ZP-RFI-15-0001 031915 CHRISTOPHER J. FORD, Phone 4043471635, Email cjford@fs.fed.us The USDA Forest Service Southern Region (R8) is inviting interested600px-US-DeptOfAgriculture-Seal2.svg 8a program sources to submit their current Capabilities Statements. The Southern Region includes the following states and territories: Alabama, Arkansas, Florida, Georgia, Kentucky, Louisiana, Mississippi, Oklahoma, Puerto Rico, North Carolina, South Carolina, Tennessee, Texas, and Virginia. Our intentions are to include the submitted vendor capabilities statements in our Business Capabilities Repository (BCR).
The BCR maintains a directory for all submitted capabilities statements from interested businesses seeking opportunities with the Forest Service. BCR categorizes Capability Statements by businesses’ primary North American Industry Classification System codes (NAICS). NAICS is the standard used by Federal statistical agencies in classifying business establishments for the purpose of collecting, analyzing, and publishing statistical data related to the U.S. business economy. We are specifically seeking 8a vendors that can provide services and supplies under the following NAICS codes:
• 115310 Support Activities for Forestry
• 236210 Industrial Building Construction
• 236220 Commercial and Industrial Building Construction
• 237110 Water & Sewer Line and Related Structures Construction
• 237310 Highway, Street and Bridge Construction
• 237990 Other Heavy Civil Engineering Construction
• 238120 Structural Steel and Precast Concrete Contractors
• 238160 Roofing Contractors
• 238210 Electrical Contractors
• 238220 Plumbing, Heating, and Air-Conditioning Contractors
• 238320 Painting and Wall Covering Contractors
• 238330- Flooring Contractors
• 238990 All Other Specialty Trade Contractors
• 325320 – Pesticide and Other Agricultural Chemical Manufacturing
• 561720 Janitorial Services
• 561730 Landscaping Services
• 541370 Surveying and Mapping Services
• 541330 Engineering Services
Responsive vendor’s capabilities statements shall include the following: contact information; executive summary; NAICS codes; DUNS number; CAGE code; socio-economic classifications; past performance; SBA representative contact information; existing Forest Service or Interagency agreements or contracts; and if applicable GSA Schedule Contract number.
Remember the intention of this notice is to seek sources for future requirements within the Southern Region. All eligible vendors shall submit their capabilities statements for inclusion to r8_smallbiz@fs.fed.us.
No printed capabilities statements shall be accepted at this time in response to this notice.
Replies are due by March 19, 2015 at 2:00 pm/ET.

Set-Aside: Competitive 8(a) Place of Performance: The Southern Region includes the following states and territories: Alabama, Arkansas, Florida, Georgia, Kentucky, Louisiana, Mississippi, Oklahoma, Puerto Rico, North Carolina, South Carolina, Tennessee, Texas, and Virginia. US URL: https://www.fbo.gov/spg/USDA/FS/43ZP/AG-43ZP-RFI-15-0001/listing.html

OutreachSystems Article Number: 150220/PROCURE/0614 Matching Key Words: state!ky;
600px-US-DeptOfAgriculture-Seal2.svgDepartment of Agriculture, Forest Service, R-8 Southern Region, 1720 Peachtree Rd. NW Suite 876 South Regional Office Atlanta GA 30309

99 — HUB-Zone Business Capabilities Repository Request for Information AG-43ZP-RFI-15-0002 031915 CHRISTOPHER J. FORD, Contract Officer, Phone 4043471635, Email cjford@fs.fed.us The USDA Forest Service Southern Region (R8) is inviting interested HUB-Zone sources to submit their current Capabilities Statements. The Southern Region includes the following states and territories: Alabama, Arkansas, Florida, Georgia, Kentucky, Louisiana, Mississippi, Oklahoma, Puerto Rico, North Carolina, South Carolina, Tennessee, Texas, and Virginia. Our intentions are to include the submitted vendor capabilities statements in our Business Capabilities Repository (BCR).
The BCR maintains a directory for all submitted capabilities statements from interested businesses seeking opportunities with the Forest Service. BCR categorizes Capability Statements by businesses’ primary North American Industry Classification System codes (NAICS). NAICS is the standard used by Federal statistical agencies in classifying business establishments for the purpose of collecting, analyzing, and publishing statistical data related to the U.S. business economy. We are specifically seeking HUB-Zone vendors that can provide services and supplies under the following NAICS codes:
• 115310 Support Activities for Forestry
• 236210 Industrial Building Construction
• 236220 Commercial and Industrial Building Construction
• 237110 Water & Sewer Line and Related Structures Construction
• 237310 Highway, Street and Bridge Construction
• 237990 Other Heavy Civil Engineering Construction
• 238120 Structural Steel and Precast Concrete Contractors
• 238160 Roofing Contractors
• 238210 Electrical Contractors
• 238220 Plumbing, Heating, and Air-Conditioning Contractors
• 238320 Painting and Wall Covering Contractors
• 238330- Flooring Contractors
• 238990 All Other Specialty Trade Contractors
• 325320 – Pesticide and Other Agricultural Chemical Manufacturing
• 561720 Janitorial Services
• 561730 Landscaping Services
• 541370 Surveying and Mapping Services
• 541330 Engineering Services

Responsive vendor’s capabilities statements shall include the following: contact information; executive summary; NAICS codes; DUNS number; CAGE code; socio-economic classifications; past performance; existing Forest Service or Interagency agreements or contracts; and if applicable GSA Schedule Contract number.
Remember the intention of this notice is to seek sources for future requirements within the Southern Region. All eligible vendors shall submit their capabilities statements for inclusion to r8_smallbiz@fs.fed.us.

No printed capabilities statements shall be accepted at this time in response to this notice.

Replies are due by March 19, 2015 at 2:00 pm/ET.

Set-Aside: HUBZone Place of Performance: The Southern Region includes the following states and territories: Alabama, Arkansas, Florida, Georgia, Kentucky, Louisiana, Mississippi, Oklahoma, Puerto Rico, North Carolina, South Carolina, Tennessee, Texas, and Virginia. US URL: https://www.fbo.gov/spg/USDA/FS/43ZP/AG-43ZP-RFI-15-0002/listing.html

OutreachSystems Article Number: 150220/PROCURE/0615 Matching Key Words: state!ky;
Department of the Army, Army Contracting Command, MICC, MICC – Fort Riley, MICC – Fort Riley, 1792 12th Street, Fort Riley, KS 66442

T–Soldier for Life-Transition Assitance Program (SFL-TAP) W911RX15T0012 022015 Lesa Crockett, 785-239-5847 MICC – Fort Riley SOURCES SOUGHT NOTICE
THIS IS A Sources Sought Notice ONLY. This notice is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not seeking proposals at this time and will not accept unsolicited proposals. Responders are advised 150px-AMC_shoulder_insignia.svg that the U.S. Government will not pay for any information or administrative costs incurred in response to this notice; all costs associated with responding to this notice will be solely at the interested party’s expense. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFP, if any is issued. However, in order to validate an acquisition strategy through efficient market research, small businesses, in all socioeconomic categories, are highly encouraged to respond to identify capabilities in meeting the requirements. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.
A continuing need is anticipated for the Soldier for Life/Transition Assistance Program video. The purpose of this notice is to conduct market research to determine if capable, interested sources exist to assist in determining if this effort can be set-aside for small business (to include 8(a) Business Development Program participants, Historically Underutilized Business Zone (HUBZone) small business concerns, Service disabled veteran-owned (SDVOSB), and Women-owned small businesses (WOSB)), and to improve the Army’s approach to acquiring the identified services.
The Army is committed, when conducting market research, to request no more than the minimum information necessary from potential sources. With that in mind, the Army requests the following information:
1. Please provide information sufficient to form a basis for the contracting officer to conclude there is a reasonable expectation that offers would be obtained from at least two responsible business concerns and that award would be made at fair market prices. Please prove specific information in your Capability Statement that includes previous experience on similar requirements, bonding capabilities that will facilitate making a capability determination.
General requirements shall consist of providing Fort Riley Soldier for Life-Transition Assistance Program (SFL-TAP) a video consisting of six (6) informational segments that provide an overview of services offered by SFL-TAP, a testimonial segments featuring the educational option highlighting the Advanced Manufacturing pilot program, a testimonial segments featuring the Vocational Technical option, a testimonial segments featuring the straight to work option, a testimonial segments featuring the entrepreneur option, and a final informational segment’s featuring all other resources offered to transitioning Soldiers. This production must consist of a single video consisting of the six (6) segments capable of being broadcast as a single unit or segmented into six (6) individual segments. Content should be viewed as priority over the time limitation. The video needs to be completed no later than 1 April 2015.
2. Additionally, to permit the contracting officer, in accordance with FAR 19.203(c), to first consider an acquisition for the small business socioeconomic contracting programs (i.e., 8(a), HUBZone, SDVOSB, or WOSB programs) before considering a small business set-aside (see 19.502-2(b)), please provide: , business size and category.
3. Please identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.
4. To the extent of your knowledge of the industry, please provide a list of all potential contractors who could reasonably perform the needed services.
5. Please identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.
6. Please recommend an acquisition strategy outlining how the Army should acquire the needed services.
All interested firms have until 20 February 2015 at 9:00AM, CST to submit the following two (2) pieces of information:

1. Completed Vendor Information Form.

2. Evidence of capabilities to perform comparable work, in the area of video production, on three recent projects (not more than three (3) years old). Include the project name and description of the key/salient features of the project, completion date, total contract value, and your company’s level of involvement in the project. Special certifications and Bonding capability.

The requested information should be submitted in electronic format to: lesa.m.crockett.civ@mail.mil.
Place of Performance: MICC – Fort Riley 1792 12th Street, Fort Riley KS 66442 US URL: https://www.fbo.gov/notices/8c75f2a7d4308437fb0a450916327ed8

OutreachSystems Article Number: 150220/PROCURE/0692 Matching Key Words: video*; produc*; education*; business*; production?; naics!512110;

Department of the ArmyDepartment of the Army, FedBid, FedBid.com — for Department of Army procurements only, 503 Langford Lake Road Building 503, Fort Irwin, CA 92310

R–Five Minute Video on Environmental at Fort Irwin W9124B-15-Q-9987 022715 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is W9124B-15-Q-9987 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-79. The associated North American Industrial Classification System (NAICS) code for this procurement is 512110 with a small business size standard of $32.50M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on http://www.FedBid.com will start on the date this solicitation is posted and will end on 2015-02-27 13:00:00.0 Eastern Time or as otherwise displayed at http://www.FedBid.com.FOB Destination shall be Fort Irwin, CA 92310 Set-Aside: Total Small Business Place of Performance: Fort Irwin, CA 92310 92310 US URL: https://www.fbo.gov/notices/33a505dc16e399472a9090a8524eaa7c

OutreachSystems Article Number: 150219/PROCURE/0070 Matching Key Words: naics!512110;

Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105 Bethesda MD 20894

R — Research, Writing/Editing Services for History of Medicine Division – Exhibition Program NIHLM2015408 030515 Maryann Carroll, Phone 3014517329, Email maryann.carroll@nih.gov This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; ordept of health and human services small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition.
Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.
All responsible sources may submit a capability statement which will be considered by the National Library of Medicine. This Sources Sought Notice is not a Request for Quotations (RFQ), nor is an RFQ available.

Interested firms responding to this Sources Sought Notice must provide a capability statement that displays the following:

(a) Microsoft Word or PDF file in 12 point font
(b) DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc) pursuant to the applicable NAICS code)
(c) Technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses
(d) Staff expertise, including their availability, experience, and formal and other training;
(e) Current in-house capability and capacity to perform the work;
(f) Prior completed projects of similar nature;
(g) Corporate experience and management capability; and
(h) Examples of prior completed Government contracts, references, and other related information;

The capability statement should contain enough sufficient detail for the Government to make an informed decision regarding your capabilities; however, the statement should not exceed 6 pages (excluding attachments.)

All capability statements must be submitted electronically no later than 9:00am eastern time on March 5th, 2015 to Maryann Carroll, at maryann.carroll@nih.gov.

Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.

Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).

The scope of work for the proposed aquisition is found below.

______________________________

DRAFT STATEMENT OF WORK

Research and Writing/Editing Services for the Exhibition Program
History of Medicine Division, National Library of Medicine

A. Background
The Exhibition Program of the History of Medicine Division at the National Library of Medicine seeks research and writing/editing services. The Exhibition Program produces educational exhibitions about a wide range of topics related to scholarly research in science, medicine, technology, and history for the general public. The Exhibition Program produces both physical and online exhibitions that enhance public and scholarly awareness of and appreciation for the collections of the National Library of Medicine.
The online exhibitions include Education resources that provide instructional information and tools to educators and students in K-12 and higher education institutions. The online Digital Gallery presents selections of digitized primary sources from the Library’s collections.

B. Purpose and Objectives of the Procurement
The purpose and objectives of this procurement are for the Exhibition Program to obtain specialized research and writing/editing services to support the development and production of content for exhibitions, education resources, and online projects. The vendor(s) will work closely with the Exhibition Program team to conduct research and record source references; write and edit summaries, scripts, and education and digital gallery materials; and coordinate the development and production of exhibition related resources

C. Vendor(s) Requirements
The vendor(s) shall have expertise in historical research methodologies, writing and editing, and knowledge of the Public History, History of Medicine, Social and Cultural History of America, or informal learning disciplines. The vendor(s) shall demonstrate the ability to write interpretive summaries of historical and scholarly analyses and publications for the general public and education communities. The vendor(s) shall have experience in adapting scholarly secondary- and primary-source materials for classroom instructions in a formal learning setting. The vendor(s) have authored historical articles and educational materials for cultural or scholarly sources. The vendor(s) shall have a minimum of 4 years of work experiences in the following areas:
• Conducting historical research in identifying relevant primary and secondary sources on history and/or history of medicine topics.
• Working with diverse archival materials such as books, ephemera, oral histories, films, etc. that are used to inform interpretive summaries
Writing for exhibitions that provide interpretive strategies for lay audiences
• Understanding effective instructional approaches based on having taught in formal settings, i.e., classrooms
• Teaching and working with history and new media
• Familiarity with spreadsheets, archival databases, or website development
• Strict attention to detail

The vendor(s) shall be able to meet and work onsite at the National Library of Medicine in Bethesda, Maryland, as required as determined by the task and the Project Officer or Head of the Exhibition Program. Onsite work shall take place during normal business hours (between 8:30am and 5:00pm), Mondays through Fridays, except federal holidays.

D. Government Responsibilities:
The National Library of Medicine will provide overall guidance and relevant background materials related to individual tasks. The National Library of Medicine may provide: overall task and project direction and management, guidelines for content tone, scope, and assets, timely review and responses, determination of content interpretation, as required. The National Library of Medicine will provide onsite workspace, and access to standard office equipment and supplies, as required.

E. Reporting Requirements and Deliverables
Each task will include specific reporting requirements and deliverables that may include all or some of the following: weekly progress reports on the assigned tasks; written responses to oral or written comments; lists of suggested ideas and/or other online resources; and scripts, captions, and descriptive text. These deliverables shall be accurate, error free, and complete documentation for verification purposes provided upon request. Each completed task will have the vendor(s)’ work delivered in computer documents that cover all aspects of the discussions and work done.

F. Period of Performance
The period of performance shall begin June 1 2015 through May 30 2016 with two option years.

G. Program Management and Control Requirements
Designated Exhibition Program staff will work directly with the vendor(s) in providing provide overall guidance, feedback, and acceptance for each deliverable. The vendor(s) will submit the completed deliverables and all related materials as final documents in electronic format (e.g., Word, Excel, PDF, PowerPoint, etc.) as required in individual task schedules.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2015408/listing.html

OutreachSystems Article Number: 150219/PROCURE/0396 Matching Key Words: writ*; script?; technical; standard;

150px-AMC_shoulder_insignia.svgDepartment of the Army, Army Contracting Command, MICC, MICC – Fort Riley, MICC – Fort Riley, 1792 12th Street, Fort Riley, KS 66442

T–Soldier for Life-Transition Assitance Program (SFL-TAP) W911RX15T0012 022015 Lesa Crockett, 785-239-5847 MICC – Fort Riley SOURCES SOUGHT NOTICE
THIS IS A Sources Sought Notice ONLY. This notice is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not seeking proposals at this time and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this notice; all costs associated with responding to this notice will be solely at the interested party’s expense. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFP, if any is issued. However, in order to validate an acquisition strategy through efficient market research, small businesses, in all socioeconomic categories, are highly encouraged to respond to identify capabilities in meeting the requirements. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.
A continuing need is anticipated for the Soldier for Life/Transition Assistance Program video. The purpose of this notice is to conduct market research to determine if capable, interested sources exist to assist in determining if this effort can be set-aside for small business (to include 8(a) Business Development Program participants, Historically Underutilized Business Zone (HUBZone) small business concerns, Service disabled veteran-owned (SDVOSB), and Women-owned small businesses (WOSB)), and to improve the Army’s approach to acquiring the identified services.
The Army is committed, when conducting market research, to request no more than the minimum information necessary from potential sources. With that in mind, the Army requests the following information:
1. Please provide information sufficient to form a basis for the contracting officer to conclude there is a reasonable expectation that offers would be obtained from at least two responsible business concerns and that award would be made at fair market prices. Please prove specific information in your Capability Statement that includes previous experience on similar requirements, bonding capabilities that will facilitate making a capability determination.
General requirements shall consist of providing Fort Riley Soldier for Life-Transition Assistance Program (SFL-TAP) a video consisting of six (6) informational segments that provide an overview of services offered by SFL-TAP, a testimonial segments featuring the educational option highlighting the Advanced Manufacturing pilot program, a testimonial segments featuring the Vocational Technical option, a testimonial segments featuring the straight to work option, a testimonial segments featuring the entrepreneur option, and a final informational segment’s featuring all other resources offered to transitioning Soldiers. This production must consist of a single video consisting of the six (6) segments capable of being broadcast as a single unit or segmented into six (6) individual segments. Content should be viewed as priority over the time limitation. The video needs to be completed no later than 1 April 2015.
2. Additionally, to permit the contracting officer, in accordance with FAR 19.203(c), to first consider an acquisition for the small business socioeconomic contracting programs (i.e., 8(a), HUBZone, SDVOSB, or WOSB programs) before considering a small business set-aside (see 19.502-2(b)), please provide: , business size and category.
3. Please identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.
4. To the extent of your knowledge of the industry, please provide a list of all potential contractors who could reasonably perform the needed services.
5. Please identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.
6. Please recommend an acquisition strategy outlining how the Army should acquire the needed services.
All interested firms have until 20 February 2015 at 9:00AM, CST to submit the following two (2) pieces of information:

1. Completed Vendor Information Form.

2. Evidence of capabilities to perform comparable work, in the area of video production, on three recent projects (not more than three (3) years old). Include the project name and description of the key/salient features of the project, completion date, total contract value, and your company’s level of involvement in the project. Special certifications and Bonding capability.

The requested information should be submitted in electronic format to: lesa.m.crockett.civ@mail.mil.
Place of Performance: MICC – Fort Riley 1792 12th Street, Fort Riley KS 66442 US URL: https://www.fbo.gov/notices/701fa044435227545f4f597c12fa61d2

OutreachSystems Article Number: 150219/PROCURE/0493 Matching Key Words: video*; produc*; education*; business*; production?; naics!512110;

Department of the Army, Army Contracting Command, MICC, MICC – Fort Riley, MICC – Fort Riley, 1792 12th Street, Fort Riley, KS 66442

T–Soldier for Life-Transition Assitance Program (SFL-TAP) W911RX15T0012 022015 Lesa Crockett, 785-239-5847 MICC – Fort Riley SOURCES SOUGHT NOTICE
THIS IS A Sources Sought Notice ONLY. This notice is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not seeking proposals at this time and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this notice; all costs associated with responding to this notice will be solely at the interested party’s expense. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFP, if any is issued. However, in order to validate an acquisition strategy through efficient market research, small businesses, in all socioeconomic categories, are highly150px-AMC_shoulder_insignia.svg encouraged to respond to identify capabilities in meeting the requirements. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.
A continuing need is anticipated for the Soldier for Life/Transition Assistance Program video. The purpose of this notice is to conduct market research to determine if capable, interested sources exist to assist in determining if this effort can be set-aside for small business (to include 8(a) Business Development Program participants, Historically Underutilized Business Zone (HUBZone) small business concerns, Service disabled veteran-owned (SDVOSB), and Women-owned small businesses (WOSB)), and to improve the Army’s approach to acquiring the identified services.
The Army is committed, when conducting market research, to request no more than the minimum information necessary from potential sources. With that in mind, the Army requests the following information:
1. Please provide information sufficient to form a basis for the contracting officer to conclude there is a reasonable expectation that offers would be obtained from at least two responsible business concerns and that award would be made at fair market prices. Please prove specific information in your Capability Statement that includes previous experience on similar requirements, bonding capabilities that will facilitate making a capability determination.
General requirements shall consist of providing Fort Riley Soldier for Life-Transition Assistance Program (SFL-TAP) a video consisting of six (6) informational segments that provide an overview of services offered by SFL-TAP, a testimonial segments featuring the educational option highlighting the Advanced Manufacturing pilot program, a testimonial segments featuring the Vocational Technical option, a testimonial segments featuring the straight to work option, a testimonial segments featuring the entrepreneur option, and a final informational segment’s featuring all other resources offered to transitioning Soldiers. This production must consist of a single video consisting of the six (6) segments capable of being broadcast as a single unit or segmented into six (6) individual segments. Content should be viewed as priority over the time limitation. The video needs to be completed no later than 1 April 2015.
2. Additionally, to permit the contracting officer, in accordance with FAR 19.203(c), to first consider an acquisition for the small business socioeconomic contracting programs (i.e., 8(a), HUBZone, SDVOSB, or WOSB programs) before considering a small business set-aside (see 19.502-2(b)), please provide: , business size and category.
3. Please identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.
4. To the extent of your knowledge of the industry, please provide a list of all potential contractors who could reasonably perform the needed services.
5. Please identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.
6. Please recommend an acquisition strategy outlining how the Army should acquire the needed services.
All interested firms have until 20 February 2015 at 9:00AM, CST to submit the following two (2) pieces of information:

1. Completed Vendor Information Form.

2. Evidence of capabilities to perform comparable work, in the area of video production, on three recent projects (not more than three (3) years old). Include the project name and description of the key/salient features of the project, completion date, total contract value, and your company’s level of involvement in the project. Special certifications and Bonding capability.

The requested information should be submitted in electronic format to: lesa.m.crockett.civ@mail.mil.
Place of Performance: MICC – Fort Riley 1792 12th Street, Fort Riley KS 66442 US URL: https://www.fbo.gov/notices/95d3194a9201ba3a330f3d979aec28b2

OutreachSystems Article Number: 150219/PROCURE/0494 Matching Key Words: video*; produc*; education*; business*; production?; naics!512110;

150px-AMC_shoulder_insignia.svgDepartment of the Army, Army Contracting Command, MICC, MICC – Fort Riley, MICC – Fort Riley, 1792 12th Street, Fort Riley, KS 66442

T–Soldier for Life-Transition Assitance Program (SFL-TAP) W911RX15T0012 022015 Lesa Crockett, 785-239-5847 MICC – Fort Riley SOURCES SOUGHT NOTICE
THIS IS A Sources Sought Notice ONLY. This notice is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not seeking proposals at this time and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this notice; all costs associated with responding to this notice will be solely at the interested party’s expense. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFP, if any is issued. However, in order to validate an acquisition strategy through efficient market research, small businesses, in all socioeconomic categories, are highly encouraged to respond to identify capabilities in meeting the requirements. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.
A continuing need is anticipated for the Soldier for Life/Transition Assistance Program video. The purpose of this notice is to conduct market research to determine if capable, interested sources exist to assist in determining if this effort can be set-aside for small business (to include 8(a) Business Development Program participants, Historically Underutilized Business Zone (HUBZone) small business concerns, Service disabled veteran-owned (SDVOSB), and Women-owned small businesses (WOSB)), and to improve the Army’s approach to acquiring the identified services.
The Army is committed, when conducting market research, to request no more than the minimum information necessary from potential sources. With that in mind, the Army requests the following information:
1. Please provide information sufficient to form a basis for the contracting officer to conclude there is a reasonable expectation that offers would be obtained from at least two responsible business concerns and that award would be made at fair market prices. Please prove specific information in your Capability Statement that includes previous experience on similar requirements, bonding capabilities that will facilitate making a capability determination.
General requirements shall consist of providing Fort Riley Soldier for Life-Transition Assistance Program (SFL-TAP) a video consisting of six (6) informational segments that provide an overview of services offered by SFL-TAP, a testimonial segments featuring the educational option highlighting the Advanced Manufacturing pilot program, a testimonial segments featuring the Vocational Technical option, a testimonial segments featuring the straight to work option, a testimonial segments featuring the entrepreneur option, and a final informational segment’s featuring all other resources offered to transitioning Soldiers. This production must consist of a single video consisting of the six (6) segments capable of being broadcast as a single unit or segmented into six (6) individual segments. Content should be viewed as priority over the time limitation. The video needs to be completed no later than 1 April 2015.
2. Additionally, to permit the contracting officer, in accordance with FAR 19.203(c), to first consider an acquisition for the small business socioeconomic contracting programs (i.e., 8(a), HUBZone, SDVOSB, or WOSB programs) before considering a small business set-aside (see 19.502-2(b)), please provide: , business size and category.
3. Please identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.
4. To the extent of your knowledge of the industry, please provide a list of all potential contractors who could reasonably perform the needed services.
5. Please identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.
6. Please recommend an acquisition strategy outlining how the Army should acquire the needed services.
All interested firms have until 20 February 2015 at 9:00AM, CST to submit the following two (2) pieces of information:

1. Completed Vendor Information Form.

2. Evidence of capabilities to perform comparable work, in the area of historical headstones/monuments/markers restoration/repairs, on three recent projects (not more than three (3) years old). Include the project name and description of the key/salient features of the project, completion date, total contract value, and your company’s level of involvement in the project. Special certifications and Bonding capability.

The requested information should be submitted in electronic format to: lesa.m.crockett.civ@mail.mil.
Place of Performance: MICC – Fort Riley 1792 12th Street, Fort Riley KS 66442 US URL: https://www.fbo.gov/notices/a9e67e42fcafc1caba620df3c6e2e2d2

OutreachSystems Article Number: 150218/PROCURE/0348 Matching Key Words: video*; produc*; education*; business*; production?; naics!512110;

Agency for International Development, Overseas Missions, Bangladesh USAID-Dhaka, Dept. of State Washington DC 20521-6120

T Filming of USAID Food for Peace and Democracy and Governance Activities and Impact in Bangladesh REQ-388-15-000018 011315 Md. Mustafizur Rahman, Phone 880255662332, Email mrahman@usaid.gov Dear Prospective Offeror:

Subject: Amendment of Solicitation for Filming of USAID Food for Peace and Democracy and Governance Activities and Impact in Bangladesh for extension of deadline until January 13, 2015.

The United States government, represented by the U.S. Agency for International Development (USAID), invites qualified companies/individuals to submit proposals to720px-USAID-Identity.svg provide the services for Filming of USAID Food for Peace and Democracy and Governance Activities and Impact in Bangladesh. The Request for Proposal (RFP) consists of the following sections:

1.       Standard Form SF-18

2.       Scope of Work

You are encouraged to make your quote competitive.  Also, you are cautioned against any collusion with other potential offerors in regard to price quotations to be submitted.

Questions and proposal submissions under this RFP can sent to via email to dhakaprocurement@usaid.gov .  Your proposal must be accompanied by the documents as mentioned in the SOW

The award of a contract hereunder is subject to the availability of funds. Issuance of this RFP does not constitute an award or commitment on the part of the U.S. Government, nor does it commit the U.S. Government to pay for costs incurred in the preparation and submission of a proposal.  RFPs are due on January 13, 2015.

DESIGNATED OFFICE :

Executive Office

USAID/Bangladesh, Executive Office

U.S. Embassy

Madani Avenue, Baridhara

Dhaka-1212, Bangladesh

E-mail: dhakaprocurement@usaid.

We look forward to receiving your RFP and thank you in advance for your interest in USAID/Bangladesh procurement opportunities.

Place of Performance: Different places in Bangladesh US URL: https://www.fbo.gov/spg/AID/OM/BAN/REQ-388-15-000018/listing.html

OutreachSystems Article Number: 150217/PROCURE/0003 Matching Key Words: filming;

Other Federal Procurements (Small)

Navy Electronic Commerce Online https://www.neco.navy.mil/biz_ops/search_edi.aspx NECO – Navy Electronic Commerce Online; Vendors must register with NECO. Once registered, agency information can be obtained directly from the website

T — Federal Supply Classification T006 SOL N00189-15-T-Z086 General Desc: Video Production ServicesDetail Desc: This requirement is to provide Video Production Services in support of Bureau of Medicine and Surgerys Visual Information Directorate Due Date: Quote to be Received By: Fri, Mar 20, 2015 Address: Philadelphia, PA 19111-5083 Contact: Buying Party (Purchaser) NAVSUP Fleet Logistics Center Norfolk Philadelphia Office For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150219/SMALL/6957 Matching Key Words: video*; produc*; production?;

USABID State and Local Purchases

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – Selling recyclable waste paper RFB : 1500000508 Offic SOL Selling recyclable waste paper RFB : 1500000508 Office Of The Controller Donald Robinson Published On : 2/18/15 Amended On : Closing On : 3/6/15 1:30 PM EST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150220/BID/0002 Matching Key Words: age:state!ky; state!ky;
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 – 14-03 Compensation Consulting Services SOL 14-03 Compensation Consulting Services Due Date: 03/18/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150220/BID/0259 Matching Key Words: age:state!ky; state!ky;
Kentucky – City of Bowling Green http://www2.bgky.org/citymanager/bids.php PO Box 430; Bowling Green, KY-42102-0430; 270-393-3000

99 – 2015-31 – Mobile Public Education Center SOL 2015-31 – Mobile Public Education Center Due Date: Sealed bids will be received until 10:00 a.m. CT, Mar 18, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150220/BID/0260 Matching Key Words: age:state!ky; state!ky;

Oregon – Procurement Information Network http://orpin.oregon.gov/open.dll/welcome Statewide Oregon Procurement Office (ORPIN), 1225 Ferry St., Salem, OR 97310. 503-378-4642 / fax 503-373-1626. Email: purchasing.info@state.or.us

T – 15-153 VIDEO PRODUCTION SERVICES SOL OED-1419-15 15-153 VIDEO PRODUCTION SERVICES Due Date: 03/04/2015 1:00 PM Contact: OED – ES Programs For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150220/BID/0555 Matching Key Words: video*; produc*; production?;

Texas – Texas Marketplace-Electronic State and Local Business Daily http://esbd.cpa.state.tx.us/newbidshow.cfm The Texas Marketplace – Electronic State Business Daily; PO Box 12728; Austin, TX 78711 Phone: 512-936-0236 Fax: 512-936-0440

T – RFP No.721-1513 Video Production Systems Upgrade SOL Agency Requisition Number: 721-1513 RFP No.721-1513 Video Production Systems Upgrade Due Date: Open Date: 03/31/15 02:30 PM Contact: Darya Vienne For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150220/BID/0643 Matching Key Words: video*; produc*; production?;

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 – Independent Verification and Validation Services (IV&V) RFP : 1 SOL Independent Verification and Validation Services (IV&V) RFP : 1500000213 Office Of The Controller Stephanie Williams Info Technology Published On : 2/16/15 Amended On : Closing On : 3/16/15 3:30 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150218/BID/0002 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 – TLD Badge services RFB : 1500000540 Transportation – SOL TLD Badge services RFB : 1500000540 Transportation – Office Of The Secretary Cindy Watts Published On : 2/13/15 Amended On : Closing On : 3/3/15 10:00 AM EST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150218/BID/0003 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 – Legal Services – Hearing Officer RFP : 1500000208 Dep SOL Legal Services – Hearing Officer RFP : 1500000208 Department Of Juvenile Justice Legal Services Published On : 2/16/15 Amended On For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150218/BID/0008 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 – Mental Health Capital Consultant Professional Services RFP : 15 SOL Mental Health Capital Consultant Professional Services RFP : 1500000204 Department For Public Advocacy Pro Services Published On : 2/13/15 Amended On : Closing On : 2/20/15 1:00 PM EST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150218/BID/0009 Matching Key Words: age:state!ky; state!ky;

Colorado – Rocky Mountain E-Purchasing System http://www.govbids.com/scripts/CO1/public/OpenBids/ViewSolicitations.asp Serving the purchasing needs of more than 70 local agencies across the Rocky Mountain states.

T Website Video Services RFP SOL Website Video Services RFP Due Date: 03/05/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150218/BID/0122 Matching Key Words: video*; website;

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

99 – 15-28 / Hurstbourne Point Grid Tie SOL 15-28 / Hurstbourne Point Grid Tie Due Date: 03/11/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150218/BID/0221 Matching Key Words: age:state!ky; state!ky;

Rhode Island – Municipal Vendor Bidding & Notification System http://eprocurement.cityofnewport.com/index.aspx?view=active Serving Newport, Middletown, Portsmouth, Smithfield, Smithfield Schools, North Kingstown, South Kingstown, Providence, East Providence, Johnston, Bristol, West Greenwich, Pawtucket, the North Kingstown School System, the Exeter-West Greenwich Regional School & the Portsmouth Water Department

R Videotaping Services SOL N15-042 Videotaping Services Due Date: 3/4/2015 2:00:00 PM Address: City of Newport For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150218/BID/0421 Matching Key Words: videotap*; serv*;

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: 22163526.HTM Legal Notice The Mississippi Department of Transportation (MDOT) intends to employ a consulting firm to provide the professional services and qualified personnel to assist with workers’ comp claims administration, managed care and network services, Project No. 502461-102000, Statewide. Any qualified firm that is interested in providing these services may obtain a copy of the Request for Proposal (RFP) at the following web-address: http://mdot.ms.gov/portal/LegalAD.aspx. The RFP will contain additional information necessary for a Consultant to submit a Proposal for this project. Interested firms without internet access may obtain this information by contacting Stephen Rone at (601)359-7076. 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. 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). 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. The DBE goal is 0%. To be considered, all Proposals must be received by 5:00 p.m., Central Time, Thursday, March 12, 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 February 11th and 18th, 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. February 11 and 18, 2015 For more information about this opportunity please contact the buyer directly.

Colorado – University of Colorado https://bids.sciquest.com/apps/Router/PublicEvent?CustomerOrg=Colorado 1800 Grant Street, Suite 500; Denver CO 80203

T Video Production Equipment SOL Video Production Equipment Due Date: 2/18/2015 4:00 PM MST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150215/BID/0078 Matching Key Words: video*; produc*; production?;

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

99 – PTS Busses SOL K-0735-15 PTS Busses Due Date: 3-12-15 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150215/BID/0316 Matching Key Words: age:state!ky; state!ky;

Kentucky – City of Bowling Green http://www2.bgky.org/citymanager/bids.php PO Box 430; Bowling Green, KY-42102-0430; 270-393-3000

R – 2015-36 – City Hall Tile Project SOL 2015-36 – City Hall Tile Project Due Date: Sealed bids will be received until 10:00 a.m. CT, Mar 04, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150215/BID/0319 Matching Key Words: age:state!ky; state!ky;

Kentucky State Procurement

Hardin County Fiscal Court, 100 Public Square, Suite 300, Elizabethtown, KY 42701

R — REQUEST FOR BIDS-DATA COLLECTION, BILLING AND ELECTRONIC HEALTH INFORMATION EXCHANGE BID Date: March 6, 2015; BID TIME: 2:00 P.M.; Hardin County Fiscal Court is inviting quotes on the following: Project: Data Collection, Billing and Electronic Health Information Exchange; Project Location: 170 North Provident Way, Elizabethtown, KY. Quotes Requested for the following subcontractors: Data Collection, Billing and Electronic Health Information Exchange. Quotes Requested for the following materials: Data Collection, Billing and Electronic Health Information Exchange. Plans Available at the following location(s): 170 North Provident Way, Elizabethtown, KY 42701. Project Contact Information: Name: John Malcomson – Hardin County EMS Director; Email: directorofems@hardin.com. This notice is provided courtesy of 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: 150219/KY/6137 Matching Key Words: age:state!ky; state!ky;

University of Kentucky, Purchasing Division, 322 Peterson Service Building, 411 S Limestone; Lexington, KY 40506-0005

99 — REVISED SNAP-ED & EFNEP PROMOTIONAL ITEMS 2015. K-0737-15 DUE 20-FEB-2015 Phone: (859) 257-9100; Website: http://www.uky.edu/Purchasing/bidlist.htm Attachment A, Attachment B, Attachment C. For more information about this opportunity please contact the buyer directly. This notice is provided by the Kentucky Procurement Technical Assistance Center (KY PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 150216/KY/8078 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: