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 — IRANIAN-AMERICAN COMEDIAN BBG50-Q-15-00013 061515 ADRIENNE R. WASHINGTON, Contracting Officer, Phone 202-382-7867, Fax 2023827855, Email RFQsubmissionARW@bbg.gov – Herman Shaw, Contracting Officer, Phone 202-382-7856, Fax (202) 382-7854, Email hshaw@bbg.gov ;p;
Notice Information

Solicitation:   BBG50-Q-15-00013

Reference Number:   VOA-PNN

Agency/Office: Broadcasting Board of Governors (BBG), Office of Contracts (CON)

Title:   PURCHASE ORDER NON-PERSONNEL SERVICE

Synopsis:

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and Subpart 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation;Broadcasting Board of Governors Request For Quotes (hereinafter RFQ) are being solicited and a written solicitation will not be issued.

(ii) This solicitation is issued as a RFQ

Under solicitation number BBG50-Q-15-00013, for Non-Personnel Service. The award will be made using Simplified Acquisition Procedures in accordance with FAR Part 13.

(iii) This RFQ incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-82, Effective 07 May 2015. The results of this requirement will be a firm fixed priced (FFP) Purchase Order with a Base Term and option for increased quantity.

(iv)This procurement is being issued as a 100% small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510, with a small business size standard of $7.0 M.

v. There will be one Contract Line item (CLIN) for twelve (12) episodes (per year with no guaranteed minimum quantities purchased beyond the Base Year.

(vi) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. anticipates awarding one Non-Personal Services Purchase Order as described in the attached RFQ/Statement of Work (SOW) for user rights (i.e. satellite rights, broadcast rights, reproduction rights, educational/screening rights, excerpting rights, abridgement rights; and one copy of the music sheet, if any, at no additional cost) for Voice of America, Persian News Network Division, located at 330 Independence Avenue, Cohen Building – Room 1460, SW Washington, DC 20237.

(vii) A Firm Fixed Price (FFP) Purchase Order (PO) will be awarded for the Base Term of one (1) year beginning July 1, 2015 to August 30, 2016

(viii) Instructions to Offerors – Commercial FAR clause applies to this acquisition

(ix) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerers-Commercial Items, applies to this RFQ.

FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html .

It is the responsibility of the Vendor to be familiar with the applicable clauses and provisions.

The clauses may be accessed in full text at these addresses:

http://acquisition.gov/far/   and http://www.acq.osd.mil/dpap /dars/dfarspgi/current/index.html

(x) All offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items.

(xi) FAR clause 52.212-4, Contract Terms and Conditions and any addenda applies to this acquisition.

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items applies to this acquisition.

(xiii) FAR clause 52.217-7 Option for Increased Quantity-Separately Priced Line Item applies to this acquisition.

(xiv)   FAR clause 52.227-17 Rights in Data-Special Works applies to this acquisitions.

(xv) Quote Submission:

Interested independent Contractor(s)/Vendor(s), who are capable of providing these services, should submit an offer which identifies your capabilities as noted below. The Contractor shall demonstrate the ability and experience in providing the required services.

•(a)    Submission of offer:

Submit a signed and dated offer to the office specified in this RFQ at or before the exact closing time.   At a minimum, offers must show:

•(1)   A cover page that includes the name, physical and email addresses, and telephone number of the Offeror; the RFQ number; DUNS number and Commercial and Government Entity (CAGE) code; or NATO Cage Code (NCAGE) number on your quote;   Submittal time which should be before or at the time specified in the RFQ

YOU MUST HAVE AN ACTIVE SAM REGISTRATION TO BE CONSIDERED FOR THIS REQUIREMENT UNLESS YOU ARE EXEMPT.

If you do not have a DUNS, CAGE, or NCAGE, first register for DUNS at https://iupdate.dnb.com/iUpdate/viewiUpdateHome.htm .   Next, register for NCAGE or CAGE at http://www.dis.dia.mil/Forms/Form_AC135asp   the instructions for US-based organizations will take you to https://www.sam.gov/portal/public/SAM ).   Please select “Emergency” for Block 5 “PRIORITY/PRIORITE”;

(2) A CD with samples of Comedy sketches

(3)   Offerors shall limit their response to six (6) or less pages.

Pages shall include:

•(a)    Technical: (Resume/Curriculum Vitae) no more than two (2) pages

•1.      Should evidence the Offeror’s pertinent past performance

(b) Past Performance no more than three (3) pages.

1.   Should include at least three (3) recent and relevant contracts for the same or similar items and other references with relevant information (i.e. dates, locations, Points of Contact information, contract numbers, scope of work etc.) to make any inquiry/validation a quick and easy process.

(c)   Pricing on a page by itself no more than one (1) page

•1.      Quote that states the Offerors’s proposed fixed price.

•2.      Price(s) for all of the Contract Line Item Number (CLIN) shall be in the English language and in United States Dollars (USD)

(4) Prices for listed CLIN(s) shall be in the English language and in USD.

(5) Acknowledgment of receipt of Amendments to Request for Quote (if applicable);

(6) Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for one hundred and fifty (150) calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.

(7) In the event Offerors did not complete the responsibility and certification portion of the SAM registration they shall include completed copy of the provision at FAR Subpart 52.212-3 (Offeror Representations and Certifications – Commercial Items) with their offer. This provision can be found at the following website https://www.acquisition.gov/Far/; if requested by an Offeror, a copy of FAR subpart 52.212-3 will be provided by the Contracting Officer.

52.212-2 Evaluation – Commercial Items,

(ix) Evaluation – Commercial Items (Jan 1999)

(a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforms to the RFQ and will be most advantageous to the Government.   Price and other factors are also considered. The following factors shall be used to evaluate offers:

EVALUATION FACTORS:

(Evaluation Factors are used to determine the competitive ranking of qualified Offerors   in comparison to other Offerors. The factors are listed in priority order from highest to lowest).

The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services Purchase Order with Option for increased quantity (subject to the availability of funds)   resulting from this RFQ to the responsible Offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on :

The evaluation factors that will be used to determine award will be (1) technical capability, to include a resume that meets the qualifications listed in the Statement of Work (SOW) Requirements paragraph, (2) past performance, and (3) price. For past performance Vendors shall provide at least two-three (2-3) relevant past performance references with the quote(s). Reference information shall include agency or business name, contract number, dollar amount, point of contact (include phone number and email address), for which your company has provided the same or similar relevant services. Firms without a record of relevant past performance shall affirmatively state that no relevant past performance is available. Such firms will receive a neutral rating that will be evaluated neither positively nor negatively. Relevant past performance is defined as performance of contracts of similar size, scope, and complexity as this requirement performed within the past three (3) years. The Government reserves the right to obtain and use past performance information from sources other than those listed in the quote, to include prior dealing with the government and personal knowledge of the company. All evaluation factors other than price, when combined, will be evaluated as significantly more important than price.

Technical ability includes work experience, education, specialized training, price, and past performance.

Basis for Award:

The procurement is being conducted under FAR Subpart 13.

Best value is defined as the expected outcome of an acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement, in accordance with FAR 2.101.

The Government reserves the right to make a selection based upon the initial quote submissions so the Offeror should submit its best terms in the initial quote. The Government may also determine to make no award.

A single vendor/contractor will be selected who is deemed responsible in accordance with FAR 9.104-1 and whose offer provides the Government with a best value solution.

All questions regarding this RFQ should be submitted by email to apaul@bbg.gov and are due by June 17, 2015 Eastern Standard Time (EST) at 3:00 p.m.

Responses to questions will be provided no later than June 20, 2015.

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

(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/. Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address.

OFFERORS MUST BE REGISTERED WITH SAM PRIOR TO CONTRACT AWARD.

(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:

CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the Contract and such other responsibilities and authorities as may be specified in the letter of authorization or this Contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the Scope or Terms and Conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the Contract.

THE RESULTANT CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE COR TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER, MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED CHANGES .

(End of Clause)

(xiii) Reserved

(xiv) Reserved

(xv) The Date and time and place offers are due:

To ensure consideration for this requirement, please cite the solicitation number on your offer.

Questions must be submitted electronically to apaul@bbg.gov .

The due date is Monday, June 17, 3:00 P.M. Eastern Standard Time

Primary Point of Contact:

Name:       Althea A. Paul

Title:         Contract Specialist (Contractor)

Address: Broadcasting Board of Governors (BBG)

330 Independence Avenue, S.W.

Cohen Building, Room 4360-0025

Washington, DC 20237

Phone:     (202) 382-8040

Email:      apaul@bbg.gov

Final Offers and electronic work-sample should be emailed to:

Name:      Adrienne R. Washington

Title:       Contract Specialist

Email:     RFQsubmissionARW@bbg.gov

CD with comedy sketches should be sent by courier by due date and time to:

Adrienne R. Washington, Contract Specialist

Broadcasting Board of Governors (BBG)

Office of Contracts

330 Independence Avenue, S.W.

Cohen Bldg. Rm. 4630-0024

Washington, D.C. 20237

(xvi) The name and telephone number of the individual to contact for information regarding the solicitation:   Same as above

Place of Contract Performance: Broadcasting Board of Governors, via satellite broadcast to Iraq.

STATEMENT OF WORK (SOW)

The Broadcasting Board of Governors (BBG), an independent federal agency, is a fast-moving, multi-cultural organization that encompasses all U.S. civilian international broadcasting. The BBG is comprised of the Voice of America, which delivers high quality, multimedia programming in 44 languages to audiences worldwide; the Office of Cuba Broadcasting (Radio and TV Marti); the International Broadcasting Bureau, which provides transmission, administrative, and other support service; and three grantee organizations – Radio Free Europe/Radio Liberty; the Middle East Broadcasting Networks (Alhurra TV and Radio Sawa), and Radio Free Asia.

The Office of Persian News Network (PNN) has a requirement for exclusive, non-transferrable license and rights for Iranian-American comedy sketches for inclusion into its information programming

Specific User Rights sought:

1.   Satellite rights: i.e., the rights to transmit the program(s) via Agency satellites, as an integral part of the Agency’s regular Persian language programming.

2.   Broadcast rights: to deliver the program(s) and the music contained therein (if any) in the following ways: Satellite television, Internet, and other digital distribution platform.

3.   Reproduction rights: The right to duplicate program(s) solely for the purpose of making Licensee’s masters. The Licensee will receive from Vendor/Licensor, broadcast quality master(s), preferably DV25 or DVCAM, with industry standard color bars, 16:9 aspect ratio, split track audio, and countdown.

4.   Educational/Screening Rights: The right to conduct non-theatrical, non-commercial video projection screenings of the program(s) before audiences at U.S. government premises.

5.   Excerpting Rights:   Licensee shall have the right to review each episode upon its receipt, and shall request that Licensor make cuts or edits to the Program content solely for the purposes of either (i) editing any inappropriate content which may be deemed vulgar, indecent, or offensive, or (ii) technical or timing reasons or (iii) in the event that in Licensee’s good faith determination, such content may violate the law, or expose Licensee to legal action, which request shall be in writing, shall contain the reason for such requested edits, and shall also contain specific instructions regarding the items to be edited (the “Edit Notes”).   In the event that, upon Licensee’s such request, Licensor refuses or is unable to make such cuts or edits and return the edited Episode(s) no later than thirty (30) calendar days, The Licensee shall have the right to make such cuts or edits to the Programs, but solely to the extent stated in the Edit Notes.   Licensee has the right to create excerpts of program(s) for broadcast, and for promoting and advertising the exhibition of the Programs.   Licensor shall edit and provide such excerpts to be used for such purposes.   Licensee shall not edit or modify the Programs in any other manner or for any other purpose without first (i) providing Licensor the opportunity to make such edits, or (ii) obtaining Licensor’s written consent.

6.   Abridgement Rights: Licensee has the right to shorten the program(s) to fit an abbreviated broadcast time slot as per the terms.

7.   The right to acquire one copy of the music cue sheets (if any) an/or dialogue script(s), at no additional cost.

8.   The Licensee may not sell or provide individual Programs to any source.   None of the above-mentioned rights in any way limits or extinguishes the copyright protection of the Licensor

9.   The Licensor warrants that it has the authority to grant the Agency the rights as stated above, and that no additional clearances would be required for the Agency described use of the Program(s)

10.   All other rights of every kind in and unto the Programs are reserved unto the Licensor except as specifically set forth above.

Set-Aside: Total Small Business Place of Performance: 330 Independence Avenue, S.W Washington , DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-15-00013/listing.html

OutreachSystems Article Number: 150527/PROCURE/0085 Matching Key Words: video*; edit*; duplicat*; train*; you; website; web; page?; education*; business*; event?; distribut*; instruct*; commercial?; broadcast*; program?; naics!711510;

FAA_LogoDepartment of Transportation, Federal Aviation Administration (FAA), Great Lakes Region, FEDERAL AVIATION ADMINISTRATION, AAQ-520 CN – Central Service Area (Chicago, IL)

99 — JANITORIAL SERVICES FOR AIR TRAFFIC CONTROL TOWER (ATCT) FOR PALWAUKEE AIRPORT, WHEELING, ILLINOIS DTFACN-15-R-00150 060215 Kim Erkman, kim.erkman@faa.gov, Phone: 847-294-7330 Click here to email Kim Erkman The Federal Aviation Administration (FAA)has a requirement to provide Janitorial Services for the Air Traffic Control Tower (ATCT)located at the Palwaukee Aiport, 1060 S. Milwaukee Ave., Wheeling, IL 60090.
This procurement will be 100% set-aside for very Small Business firms NAICS code 561720 (Janitorial Services). Contractors to provide proof that they have an active business office for a minimum of one (1) year that is within a one hundred mile (100) radius of the FAA ATCT Palwaukee Aiport, 1060 S. Milwaukee Ave., Wheeling, IL 60090. (Map Quest will be the tool used to determine distance from contractor’s address to the Palwaukee ATCT. Also the contractor must be registered in the Central Contractor Registration website at http://www.sam.gov at the time the offer is made.
The performance period will be July 1, 2015 through September 30, 2015 with four (4) one year option periods.
The Request for Proposal was issued approximately May 22, 2015. To qualify to receive a copy of this Request for Proposal (RFP), prospective bidders must provide evidence that your firm is classified as a very Small Business as defined by the Small Business Administration (SBA) (annual reneues not to exceed $9.0 million dollars, averaged over the past 3 years) and have an active business address within a 100 mile radius of the Palwaukee Airport, 1060 S. Milwaukee Ave., Wheeling, IL 60090. The deadline for making RFP requests is June 2, 2015 at 10:00 am CST. All requests to receive a copy must be in writing via e-mail to the Contracting Officer, Kim Erkman, kim.erkman@faa.gov, or fax (847)294-8310, with the company name, mailing address, telephone number, and the complete RFP number. No telephone request or request after the deadline of June 2, 2015 will be accepted.
“This Notice is for informational purposes for Minority, Womaen-Owned and Disadvantaged Business Enterprises. The Department of Transportation (DOT) Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum ine of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at 800-532-1169.

If you’re viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/21020 to view the original announcement.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOT/FAA/GLR/DTFACN-15-R-00150/listing.html

OutreachSystems Article Number: 150527/PROCURE/0384 Matching Key Words: writ*; copy;

Department of Labor, Employment Training Administration, Earle C. Clements Job Corps Academy, 2302 U.S. Highway, 60 East Morganfield KY 42437

99 — RFQ – MESH BACKPACKS MESH_BACKPACKS_05_21_15 052815 Denise R. Greenwell, Procurement Specialist, Phone 270-389-5304, Fax 270-389-5818, Email greenwell.denise@jobcorps.org – Meg Bealmear, Procurement Specialist, Phone 2703895358, Fax 2703895818, Email bealmear.meg@jobcorps.org THIS IS A SUBCONTRACTING OPPORTUNITY WITH MANAGEMENT & TRAINING CORPORATION (MTC), OPERATOR OF THE EARLE C. CLEMENTS JOB CORPS. MTC IS REQUESTING BIDS FOR MESH BACKPACKS AS DETAILED IN ATTACHED RFQ. ALL BIDS MUST BE RETURNED BY MAIL, ELECTRONICALLY OR FAX; AND RECEIVED NO LATER THAN 5:00 PM (CT) ONUS Dept Of Labor THURSDAY, MAY 28, 2015.
MTC RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS OR WAIVE ANY FORMALITY CONNECTED WITH THE BIDS. MTC WILL BE THE SOLE JUDGE OF WHICH BID IS THE BEST VALUE AND ITS DETERMINATION AND FINDING ON SUCH DECISION WILL BE FINAL.
MTC IS AN AFFIRMATIVE ACTION EMPLOYER COMMITTED TO EQUAL EMPLOYMENT OPPORTUNITY. IN ACCORDANCE WITH OUR AFFIRMATIVE ACTION POLICY, MTC’S RECRUITMENT AND EMPLOYMENT PROCESS IS CONDUCTED WITHOUT REGARD TO RACE, COLOR, RELIGION, NATIONAL ORIGIN, SEX, MARITAL STATUS, HANDICAP OR VETERAN STATUS. CONTRACTORS MUST AGREE TO COMPLY WITH THIS AFFIRMATIVE ACTION PLAN.

Place of Performance: Earle C. Clements Job Corps 2302 US Hwy. 60 East Morganfield, KY 42437 US URL: https://www.fbo.gov/spg/DOL/ETA/ClementsJCC/MESH_BACKPACKS_05_21_15/listing.html

OutreachSystems Article Number: 150522/PROCURE/0547 Matching Key Words: age:state!ky; state!ky;

USABID State and Local Purchases

Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/online/vss/AltSelfService

R – FY16 K-TAP DDS Medical Consultants RFP : 1500000293 D SOL FY16 K-TAP DDS Medical Consultants RFP : 1500000293 Department for Income Support Published On : 5/22/15 Amended On : Closing On : 6/15/15 3:30 PM EDT This notice is provided by OutreachSystems.com (www.outreachsystems.com) For more information about this opportunity please contact the buyer directly. For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150527/BID/0026 Matching Key Words: age:state!ky; state!ky;

New Mexico Press Association http://www.publicnoticeads.com/NM/search/searchnotices.asp PO Box 95198; Albuquerque, NM 87199; (505) 275-1241

R – LEGAL #98436 Legal Advertisement ADVERTISEMENT FOR PROPOSA SOL Public Notice ID: 22492037 LEGAL #98436 Legal Advertisement ADVERTISEMENT FOR PROPOSALS Cooperative Educational Services, 4216 Balloon Park Road NE, Albuquerque, NM 87109, will receive proposals in CES Online Solicitation and Contract Management System at https://ces.ionwave.net until 11:00 PM local time, Sunday, June 14, 2015, for: 2015?-019 Low Voltage-Fire and Security Alarm Systems 2015?-020 Low Voltage- Wide Area Network Infrastructure and Cabling 2015?-021 Low Voltage-Telecommunication Products and Services 2015?-022 Low Voltage-Intercom Systems Relating to Sounds, Video, Voice, Data Collection and Distribution of Clock Systems-Cameras, Camcorders, VCRs, Projectors There will be a Non?-Required Pre?-Proposal Conference held on Tuesday, May 26, 2015, at 2:00 PM MST at the Cooperative Educational Services offices, 4216 Balloon Park Road NE, Albuquerque, NM. To participate in the Pre?]Proposal Conference by phone, contact CES?f Procurement office by phone at 505?-344?-5470. Offeror Proposals except for Financials Statements shall be submitted electronically through the CES Online Solicitation and Contract Management System at https://ces.ionwave.net. To register your business and submit your proposal, you must have access to the internet and an e?]mail account to respond to this solicitation. Hard copy proposals will NOT be accepted. If you have questions regarding the online business registration process to access the procurement documents, please e?-mail CES at bids@ces.org or contact CES by telephone at (505?-344-5470) from 8:30 a.m. to 4:30 p.m., Monday?-Friday, except holidays Cooperative Educational Services reserves the express right to accept or reject any or all bids. /s/ David Chavez, Executive Director Published in The Santa Fe New Mexican on May 18 & 25, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150527/BID/0400 Matching Key Words: video*; produc*; conference?; you; education*; business*; distribut*;

Kentucky – Fayette County Public Schools https://fcps.economicengine.com The Purchasing Office Louie Mack Building Room 101 460 Springhill Drive Lexington, Kentucky 40503

99 – Ala Carte Beverages and Breakfast Mea Kits SOL 30-15 Ala Carte Beverages and Breakfast Mea Kits Due Date: 06/25/2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150523/BID/0343 Matching Key Words: age:state!ky; state!ky;

Kentucky – Boone County http://www.boonecountyky.org/Purchasing.aspx 2950 Washington St.; Burlington, KY 41005; (859) 334-2108

R – Architectural Feasibilty Study & Evaluation of the Historic Boon SOL Architectural Feasibilty Study & Evaluation of the Historic Boone County Courthouse Due Date: June 9, 2015 2:00 p.m. Local time For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150523/BID/0346 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 – Consulting Services SOL UK-1597-15 Consulting Services Due Date: 6-19-15 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150522/BID/0768 Matching Key Words: age:state!ky; state!ky;

Kentucky – Jefferson County Public Schools https://webapps.jefferson.kyschools.us/FinanceWeb/bidopps.aspx P.O. Box 34020; Louisville, Kentucky 40232-4020; (502) 485-3011

R – Competitive Negotiation on Legal Services (Addendum No. 1) #3046 SOL Competitive Negotiation on Legal Services (Addendum No. 1) #3046REVISED: Bid closes @ 1:00 p.m. on May 28, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150522/BID/0773 Matching Key Words: age:state!ky; state!ky;

Kentucky – Jefferson County Public Schools https://webapps.jefferson.kyschools.us/FinanceWeb/bidopps.aspx P.O. Box 34020; Louisville, Kentucky 40232-4020; (502) 485-3011

R – Competitive Negotiation on Legal Services #3046Questions and Ans SOL Competitive Negotiation on Legal Services #3046Questions and Answers For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150522/BID/0774 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: 150522/BID/1239 Matching Key Words: age:state!ky; state!ky;

Kentucky – Louisville International Airport, Louisville Regional Airport Authority (LRAA) Phone: (502) 368-6524 Fax: (502) 367-0199 Street Address: Louisville Regional Airport Authority 700 Administration Drive Louisville, KY 40209 Mailing Address: Louisville Regional Airport Authority P.O. Box 9129 Louisville, KY 40209 http://bids.flylouisville.com/raa/currentbids.asp

R – Oracle EBS, Release 12 Managed Support Services ORACLE E-BUSINES SOL Oracle EBS, Release 12 Managed Support Services ORACLE E-BUSINESS SUITE, RELEASE 12, MANAGED SUPPORT SERVICES LOUISVILLE INTERNATIONAL AIRPORT Proposals Due: June 14, 2013, 2:00 p.m. NON-MANADATORY PRE-PROPOSAL MEETING June 3, 2013, 1:00 p.m. at above listed address (or via conference call 877-873-8018, code number 5032672#) The Authority is soliciting proposals for a qualified Proposer to enter into an Agreement to provide Managed Support Services for the Authority??s Enterprise Resource Software system (Oracle, R12) 24 hours per day, 365 days a year. The Authority is seeking two separate services through the Request for Proposal process. The first service is Managed Support Services and the second for Post Implementation End-User Support Services. Companies may propose either or both services. For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150522/BID/1433 Matching Key Words: age:state!ky; state!ky;

Kentucky – Louisville International Airport, Louisville Regional Airport Authority (LRAA) Phone: (502) 368-6524 Fax: (502) 367-0199 Street Address: Louisville Regional Airport Authority 700 Administration Drive Louisville, KY 40209 Mailing Address: Louisville Regional Airport Authority P.O. Box 9129 Louisville, KY 40209 http://bids.flylouisville.com/raa/currentbids.asp

R – Oracle EBS, Release 12, End User Support Services ORACLE E-BUSIN SOL Oracle EBS, Release 12, End User Support Services ORACLE E-BUSINESS SUITE, RELEASE 12, POST IMPLEMENTATION END-USER SUPPORT SERVICES LOUISVILLE INTERNATIONAL AIRPORT Proposals Due: June 14, 2013, 2:00 p.m. NON-MANADATORY PRE-PROPOSAL MEETING June 3, 2013, 1:00 p.m. at above listed address (or via conference call 877-873-8018, code number 5032672#) The Authority is soliciting proposals for a qualified Proposer to enter into an Agreement to provide Managed Support Services for the Authority??s Enterprise Resource Software system (Oracle, R12) 24 hours per day, 365 days a year. The Authority is seeking two separate services through the Request for Proposal process. The first service is Post Implementation End-User Support Services and the second for Managed Support Services. Companies may propose either or both services. Downloadable File List For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 150522/BID/1434 Matching Key Words: age:state!ky; state!ky;

pitanim

BMG AD (fv)

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

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: