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 Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756 Kansas City MO 64106
R — COMMERCIAL SHRIMP VESSEL CHARTER SERVICE WC-133F-15-RQ-0648SLW 071315 Sharon L. Walker, Phone (816)426-7470, Fax 757-664-3845, Email sharon.walker@noaa.gov The U.S. Department of Commerce (USDOC), National Oceanic Atmospheric and Administration (NOAA), and the National Marine Fisheries Service, Galveston, TX intend to award a Blanket Purchase Order for commercial shrimp charter vessel services (base year and four (4) Option years. The government requires the procurement of vessel services to support multiple Southeast Fisheries Science Center (SEFSC) video electronic monitoring trips aboard commercial shrimp vessels operating in Southwestern Florida waters. Fishery observers will be placed on approximately 15 trips aboard shrimp vessels to monitor smalltooth sawfish interactions. In conjunction with observers, vessels will be equipped with video monitoring hardware and software to determine the feasibility of monitoring smalltooth sawfish bycatch, release mortality, and other shipboard practices aboard shrimp trawl vessels. The objective of this research is to determine the feasibility of monitoring smalltooth sawfish bycatch, release mortality, and other shipboard practices aboard shrimp trawl vessels. In partnership with the shrimp trawl industry, the NOAA Fisheries Service Southeast Fisheries Science Center (SEFSC) propose to conduct a pilot study to test video monitoring hardware and software to determine the feasibility of developing a cost-effective and reliable system of monitoring smalltooth sawfish bycatch, release mortality, and other shipboard practices aboard shrimp trawl vessels. Data on previous interactions (Figure 1) indicates sawfish are primarily captured in the southwest Florida area adjacent to the Florida Keys. Therefore, only vessels currently known to operate in this area and meet specific vessel and electronic capability requirements will be able to participate in the program. Period of Performance: July 1, 2015 through June 30, 2016, with four option years. Location of Work: The work will be conducted in Southwestern Florida.
Shrimp Vessel Requirements:
Vessels must meet the criterion required for electronic monitoring through video camera installation.
Shrimp vessels participating in the project must:
• Shrimp in Southwestern Florida (statistical areas 1-4) for the duration of the project.
• Be equipped with a 110-power conversion system, with backup for electronic system only.
• Be equipped with power take off (PTO) or equivalent winch and equipped for four trawls and one try
net.
• Utilize a vessel between 60 to 80 feet overall length.
The vessel operator shall have a current US Coast Guard Safety Inspection Decal displayed onboard the vessel.
The NAICS code for this action is 114119. Size standard not to exceed $7.5M. This support service is being procured under the guidelines of FAR Part 13, Simplified Acquisition Procedures and Part 12 Commercial Items. The Eastern Acquisition Division (EAD) requires that all contractors doing business with the Acquisition Office must be registered with the Systems for Award Management (SAM). No award can be made unless the vendor is registered in SAM. For additional information and to register in please access the following website:http://www.sam.gov/. In order to register with the SAM and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line athttps://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. The government now requires all contractors submit their Certification and Representation SAM. The SAM website is the single source for vendor data for the Federal Government. Interested parties can provide a quote using the attached solicitation when available and submit it to, Attn: Sharon Walker by fax (757-664-3845) or via email, referencing the RFQ No. by the closing date on the solicitation once posted.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOC/NOAA/CASC/WC-133F-15-RQ-0648SLW/listing.html
OutreachSystems Article Number: 150702/PROCURE/0108 Matching Key Words: video*; produc*; website; business*; commercial?;
Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
U–Mission Installation Contracting Command – Knox intends to issue a request for quotations (RFQ) for live aircraft firefighting training W9124D15T0074 071015 James Hurt, 502 624 5777 MICC Center – Fort Knox Solicitation Number:
W9124D-15-T-0074
Notice Type:
Pre-solicitation
Synopsis:
Mission Installation Contracting Command – Knox intends to issue a request for quotations (RFQ) for live aircraft firefighting training. This solicitation will be solicited as unrestricted; all responsible and responsive businesses may submit an offer for consideration. A firm fixed price purchase order will be awarded. NAICS 611519 (Size Standard: $15.0M) applies to this procurement. The RFQ will be posted to the Federal Business Opportunities website at http://www.fbo.gov on or about 29 June 2015 with offers due on or about 20 July 2015. These dates are subject to change. All amendments to the solicitation will be likewise posted on this website. Contractors are cautioned to check the website periodically for amendments. Solicitation mailing list will not be compiled and the RFQ and amendments will not be sent out in paper copy. All documentation can and must be downloaded from the website above. Anticipated award date will be on or about 25 July 2015. All contractors must be registered in the System for Award Management (SAM) at http://www.sam.gov to be eligible for award of a contract. Faxed offers or amendments will not be accepted. All offers must be submitted in writing to James Hurt via email at james.hurt.civ@mail.mil.
199 6th Ave
Bldg 1109 B Ste 256
Ft Knox, KY 40121-5720
Primary Point of Contact:
James Hurt
Contract Specialist
james.hurt.civ@mail.mil
Phone: 502-624-5777
Fax: 502-624-7165
Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/d62051f27e41b92db7292de67b200890
OutreachSystems Article Number: 150702/PROCURE/0137 Matching Key Words: age:state!ky; state!ky;
Department of Education, Contracts & Acquisitions Management, Contracts (All ED Components), 550 12th Street, SW, 7th Floor Washington DC 20202
T — Partners in Progress Video Series OCO-EMS2015-00VS 061115 Gary L. Weaver, Contracting Officer, Phone 202-302-8907, Email Gary.Weaver@ed.gov – This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The solicitation for commercial services is being conducted in conjunction with FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation OCO-EMS2015-00VS is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. The NAICS Code is 512110, Motion Picture and Video Production, and small business size standard is $32.5M.
The firm selected to receive an offer from the Department is required to register in the System for Award Management (SAM) and to maintain active registration during the life of the purchase order. SAM can be accessed at https://www.sam.gov. Firms shall include their DUNS number in their quote. If the firm does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. The firm selected for an offer from the Department will need to provide Offeror Representations and Certifications prior to any award.
PURPOSE/BACKGROUND
The U.S. Department of Education has a requirement for the production of up to (6) short videos, 3 – 4 minutes in length, aimed at teachers and the public. The Department intends to award a contract with a period of performance of up to 1 year with the first 2 videos due by September 2015 and with the option to purchase up to 4 additional videos by the end of the 1 year contract period. The intention of the videos is to build on and to complement a series of four existing videos, recently completed, that feature four schools, teachers, principals and students who talked about the impact the Department’s initiatives have had on them. The videos shall provide information on, and encourage support for, the Department’s initiatives and focus on the impact they are having in classrooms all over the country. The videos will mirror the style and tone of the series, and continue to be thoughtful and in documentary style, and will feature interviews with real teachers, principals, students and their families. The Department has already invested considerable time and funds in developing the video treatment, and we are currently in the process of securing the right teachers, principals and students for the next video, which will be filmed in the metropolitan Washington, D.C. area. Secretary Duncan will also have a part. ED wants to build on the existing creative ideas that have been developed so that we can use similar creative concepts for the additional videos, resulting in the same look and feel. Basically ED wants to maintain the consistency of style and approach throughout the video series.
The Department has supported states in their efforts to raise standards for student learning, to improve supports and evaluation for teachers, and to champion technology and data on student progress. The Department has also developed funds and initiatives to support the needs of low-income and vulnerable students, and supported bold new thinking at the state and district levels about how to serve all students better. The videos will feature these and other efforts that have helped to drive and sustain exciting progress for students and teachers in communities throughout the country. The primary audience will be America’s teachers, showing their voices from the field. The viewers will see via interviews with real teachers and educators how they are making a difference for students and the passion they have for their jobs.
QUOTE INSTRUCTIONS
Quoters shall submit a brief narrative that addresses how the contractor plans to meet the requirements stated herein, including how they are prepared to maintain a consistency of style and tone throughout the series (see link below to existing videos in series), as well as the personnel proposed and three references for past projects. Quotes shall provide two to three sample videos via an online link and shall simply identify the lead personnel and the role played.
Offers shall include a firm-fixed-price (FFP) quote to meet the requirement to produce up to six vidoes, 3-4 minutes in length, similar in style to the existing videos in the series. The price quote should include a FFP for the first 2 videos as well as pricing for up to 4 additional videos. The first video will only have local Washington, D.C. travel and quotes shall account for this. Should subsequent videos require travel outside of the immediate D.C. area, a Not to Exceed (NTE) contract line item for travel will be used.
EVALUATION CRITERIA
The Government will make an award resulting from this solicitation to the responsible quoter whose quotes conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Evaluation factors other than price, when combined, are more important than price; but offeror’s should nonetheless, submit competitive prices. The Government will not, however, make an award at a significantly higher cost to gain slightly superior technical features. Technical quality will be evaluated based on:
1. Demonstrated Experience Producing videos for specialized audiences and production of videos for, or familiarity with, social issues. Quotes shall include sample videos via an online link (preferred) or DVDs of projects similar in scope, style, tone, size and complexity to ones in the existing series, and performed in the past three years, including references (client name, contact name and phone/email only). Demonstration of past experience in developing videos for groups or government projects in the public interest should be clearly observable.
2. Demonstrated understanding in the brief narrative of the Partners in Progress initiative and how the firm intends to complement, and maintain the look and feel of the existing series.
3. Key Personnel: Quotes shall provide information on the key personnel who will be involved in this project. Include a brief overview of their similar projects, experience, and other qualifications.
REQUIREMENTS
Department staff looks forward to a creative conversation with the individual or firm selected to create the video. The top-line aim of the video is to highlight the impact of Department-driven initiatives as they affect and support teachers, in part by emphasizing the powerful role teachers play in changing their own classroom and the effect they have on student success.
The videos may also feature a few brief remarks from either a Department official and possibly from a local school official or school leader about what the new flexibilities offer the schools. The closing will rely on a narrator, graphics or interview clips, driving home the point that the changes the Department is making today are critical for student success in the future. The Secretary of Education may appear as well. A voice-over narration may not be required because informational cards may be used with the video footage, music and interviews to convey the story. The Department will be able to help identify the educators who would be willing to be on camera to tell their story. The Department will also help to identify the geographic location for shooting the video; will help to identify educators willing to be on camera and discuss the type of teacher who would be best to highlight.
The contractor shall be able to view the past videos on the Department’s website or on YouTube. The timeline would be to complete the videos by the end of the September year 2015.
Other parameters include:
• The project would include concept management, production, and editing and rendering the final video in a format for posting on ED’s YouTube channel at http://www.youtube.com/user/usedgov.
• All videos and graphics must be 508 compliant. Section 508 requires that when Federal agencies develop, procure, maintain, or use electronic and information technology, Federal employees with disabilities have access to and use of information and data that is comparable to the access and use by Federal employees who are not individuals with disabilities, unless an undue burden would be imposed on the agency. A transcript shall be provided for the video. The transcript shall be high quality and free of typos and errors and the transcript file shall be provided in Microsoft Word.
• Work to commence within 3 days of the award and in accordance with the Deputy Assistant Secretary’s schedule, with the final products completed no laterSeptember, 2015. Vendor shall designate a Project Manager possessing the requisite experience for completion of all tasks.
• Vendor shall budget for a kick-off meeting with ED staff, at ED.
• Vendor shall work with ED to understand the creative concept ED has in mind and to offer an approach that is creatively and financially efficient.
• The video will contain a closing sequence with ED attribution graphics (our seal, etc.)
• The vendor shall produce a rough cut of the creative treatment that is discussed for the Department to review and 2 to 3 rounds of comments prior to delivery of the final video product.
• Rough cut versions of each video shall be digitally uploaded to an on-line site or DVDs provided to ED for subsequent review and comment by Department staff.
• A final version of the video shall be digitally posted to the contractor’s website for subsequent download and uploading, hosting and maintenance on ED’s YouTube channel on or within 2 days of final approval by the Government.
• For permanent archival purposes, the contractor shall provide ED with a master DVD of the video as well as a hard drive (w/original video footage) .
Proposed Schedule of Work and Specific Tasks for Partners in Progress Video
a. Kickoff Meeting
Within 3 days after award and with coordination of the DAS schedule, the Contractor shall schedule and meet with the Government in person to discuss the project and any outstanding questions.
b. Creation and Submission of Video Storyline and Treatment Ideas
The Contractor shall utilize the concepts and discussions from the kickoff meeting, to further develop two video treatment ideas that will be presented to the Department within 1 week of kick-off meeting. Within two days after receiving the treatments, the Department will choose the one to proceed with. This may require an additional in-person meeting.
c. Provision of Prototype Video Content
The videos of approximately 3 – 4 minutes shall be produced in final form no later than the end ofSeptember, 2015. An established schedule shall be determined when the creative concepts have been accepted during consultation with the contractor. Regularly established video or teleconference meetings may be established between the Contractor and the Government representative(s) to facilitate discussion of the progress of the video.
Within 3 days after receiving the first draft video, the Government will provide feedback regarding the conceptual design and any required alterations. The contractor shall implement the required modifications and submit a second draft for Government approval. A second round of review will be done by the Government within 4 days.
After receiving the second round of revisions from the Government, the contractor shall produce the final version within the timeframe that will meet the original deadline. The delivery of the video shall be uploaded to a site designated by the Contractor prior to any necessary rounds of review.
d. Production and Delivery of Final Video
Upon receiving prototype video approval from the Government, the Contractor shall, after incorporating the Government’s requested changes, create and deliver the final video. The Contractor shall ensure the video meets the minimum requirements specified by the Government’s webmaster. The government will be able to clarify specific requirements if necessary.
The following sample videos are provided so quoters can see what we have in mind. Note that the Department requires videos that are 3 – 4 minutes in length for this project. Videos in the series can be seen at http://www2.ed.gov/progress/index.html.
PROVISIONS AND CLAUSES
The following FAR and Education Department Acquisition Regulations (EDAR) provisions and clauses shall apply to any resulting contract. FAR clauses are can be viewed at https://www.acquisition.gov/?q-browsefar. ; Education Department Acquisition Regulation (EDAR) provisions can be reviewed at http://edocket.access.gpo.gov/2011/pdf/2011-4660.pdf.
1. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (MAR 2015)
2. 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (MAY 2015)
3. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2015)
Under 52.212-5, the Contracting Officer has indicated the following clauses as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note).
X (8) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note).
X (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644).
X (16) 52.219-8, Utilization of Small Business Concerns (May 2014) (15 U.S.C. 637(d)(2) and (3)).
X (25) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).
X (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
X (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).
X (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
X (33) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
X (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513).
X (46) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
X (52) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332).
4. FAR 52.232-40 PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)
5. EDAR 3452.224-70 Release of Information Under the Freedom of Information Act (May 2011)
6. EDAR 3452.237-71 Observance of Administrative Closures (May 2011)
7. EDAR 3452.242-73 Accessibility of Meetings, Conferences, and Seminars to Persons with Disabilities (May 2011)
8. Invoice Submission – (A) Payments shall be rendered in accordance with the payments clause(s) of the incorporated contract clause section and with those otherwise specified rated or fixed price amounts. (B) The contractor shall submit invoices electronically as an attachment to a message to Gary.Weaver@ed.gov. The subject area of the message shall contain the contract number (TBD) and invoice number. The electronic copy of the invoice shall be in a format that is supported by Microsoft Office (Microsoft Word or Excel), or Adobe Acrobat (.pdf). (End of Clause)
QUOTE DUE DATE
Please submit clarification questions to Gary.Weaver@ed.gov by June 9, 2015. Quotes are due by 2:00pm, Eastern Standard Time (EST) on June 11, 2015 via email to Gary.Weaver@ed.gov.
Set-Aside: Total Small Business Place of Performance: US URL: https://www.fbo.gov/spg/ED/OCFO/CPO/OCO-EMS2015-00VS/listing.html
OutreachSystems Article Number: 150701/PROCURE/0127 Matching Key Words: video*; edit*; produc*; conference?; seminar?; website; site?; education*; business*; produce?; production?; instruct*; commercial?; documentar*; naics!512110;
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (4PQ), 77 Forsyth Street, Suite T8 Atlanta GA 30303
99 — Waste Management Services GSA-Reg4-2016 071015 Endya Lemon, Email endya.lemon@gsa.gov THIS IS NOT A SOLICITATION NOTICE
This Sources Sought Notice is to determine the presence of any small businesses capable of satisfying the THIS IS NOT A SOLICITATION NOTICE
This Sources Sought Notice is to determine the presence of any small businesses capable of satisfying the General Services Administration (GSA), Public Building Administration (PBS), Region 4 requirement for Waste Management Services.
North American Industry Classification System (NAICS) code: 562998
BACKGROUND
GSA Region 4 Division of Facilities Management and Services Program is seeking information for potential sources to provide waste disposal (municipal solid waste) and recycling services pick-up at federal buildings located throughout the eight states located in GSA Region 4. The scope of this proposal is not for custodial services within the buildings, only waste and recycling pick-up from the buildings. The following proposed coverage zones are subject to change based on geographic and/or service availabilities:
1) Florida
2) Alabama and Mississippi
3) Georgia
4) Kentucky and Tennessee
5) North Carolina and South Carolina
SMALL BUSINESS DETERMINATION
In order for the Government to set aside any acquisition solely for small business participation there must be a reasonable expectation that two or more capable small business offerors are likely to bid on the contract requirement at a fair market price. Total set-asides cannot be made unless such a reasonable expectation exists. Your response will assist greatly in the formulation of an acquisition strategy that maximizes the participation of small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business or women-owned small business concerns.
VENDOR CAPABILITY
Interested and qualified vendors are encouraged to respond with:
1) A summary of your company’s capabilities including your company’s (not a subcontractor’s) EPA Part B permit number and EPA ID number;
2) A description of your company’s capability to provide the requirements listed above and in conformance with the requirement in FAR Part 52.219-14, Limitations on Subcontracting, that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of your company;
3) Your company’s point of contact, street address, e-mail address, telephone number, DUNS, and Socio-economic status (WOSB, SDVOSB, VOSB, etc.).
All information received in response to this sources sought notice that is marked as proprietary will be handled accordingly.
GOVERNMENT POINT of CONTACT
No phone calls will be accepted.
Email Subject Line should read: Company Name – Is interested in Waste Management Services Requirement (Please attach your interest form)
Responses Due: July 10, 2015, 12:00 pm (EST). Provide information via e-mail to: Endya.Lemon@gsa.gov
Primary Point of Contact:
Endya Lemon
Contract Specialist
E-mail: Endya.Lemon@gsa.gov
DOCUMENTS TO PRINT
1. Draft Statement of Work (SOW)
2. Interest Form
NOTE TO RESPONDERS
Submitting company information does not bind GSA for any future solicitations or contracts resulting from this Sources Sought Notice. No reimbursement will be made for any costs associated with providing information in response to this announcement and/or any follow-up information requests.
URL: https://www.fbo.gov/spg/GSA/PBS/4PCA/GSA-Reg4-2016/listing.html
OutreachSystems Article Number: 150701/PROCURE/0666 Matching Key Words: state!ky;
FedBizOpps – Special Notes
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — Producing Programming for Broadcast to Cuba BBG50-R-15-0701OCB 071715 Mary Ann Amps, Email mamps@bbg.gov
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI 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 RFI does not commit the U.S. Government to contract for any supplies or services whatsoever. BBG is not, at this time, seeking proposals nor will it accept unsolicited proposals. All who respond are advised that the U.S. government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the Interested Party’s expense. Not responding to this RFI does not preclude participation in any future RFP, if one is released.
The BBG is conducting market research in anticipation of a future requirement. BBG is seeking to ascertain if there are firms available who are capable of developing and producing specialized Spanish language multimedia programming specifically designed for broadcast to Cuba. The BBG is most interested in firms that have produced programming for broadcast to Cuba focusing on entrepreneurship (i.e., how to start a business, examples of successful small businesses that have been created through personal initiative, etc.), and profiles of well-known artistic persons or groups living in Cuba, as well as stories that inspire, enlighten, and entertain.
Firms who are interested are requested to respond to this RFI with a comprehensive written “Capabilities Statement,” consisting of an original and two (2) copies, describing their approach to this Notice. The “Capabilities Statement” should include, at a minimum, the following: 1. Name of the firm; 2. State the business size of the firm (i.e., small, large, etc.); 3. Provide specific examples of the Firm’s successful past performance in developing and producing Spanish language radio and television programming specifically designed for broadcast to Cuba, in the areas of entrepreneurship and/or the performing arts, 4. Clearly describe your ability to provide the aforementioned Spanish language programming, and 5. Provide a listing of current or former clients for whom you have created the aforementioned programming.
All written or courier delivered responses, consisting of original and two (2) copies of the “Capabilities Statement” in response to this RFI notice, must be received by 2:00 p.m., EST, on July 17, 2015 at the Broadcasting Board of Governors, Office of Contracts, Attention: MaryAnn Amps, Office of Cuba Broadcasting, 4201 NW 77th Avenue, Miami, FL 33166. Please be advised that all submissions become Government property and will not be returned. NO telephone or oral responses will be accepted. Those who respond to this Notice will be notified whether their written “Capabilities Statement,” as verified by the BBG, is responsive to this Notice. If it is determined to be in the best interest of the Government, interested and qualified sources responding to this Notice may be requested to provide follow-up information. A determination to compete or not to compete in a future procurement will be based on the responses to this RFI notice, and is solely within the discretion of the Government. This Notice is not a RFP, IFB, or RFQ.
URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-15-0701OCB/listing.html
OutreachSystems Article Number: 150702/SPECIAL/1383 Matching Key Words: naics!512110;
USABID State and Local Purchases
Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/online/vss/AltSelfService
R – Legal Services RFP : 1500000322 Real Estate Appraiser SOL Legal Services RFP : 1500000322 Real Estate Appraisers Board Published On : 7/2/15 Amended On : Closing On : 7/30/15 3:00 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150703/BID/0035 Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/online/vss/AltSelfService
R – Investigative Services RFP : 1500000332 Board Of Spee SOL Investigative Services RFP : 1500000332 Board Of Speech Pathology And Audiology Published On : 7/2/15 Amended On : Closing On : 7/24/15 4:00 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150703/BID/0036 Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/online/vss/AltSelfService
R – Investigative Services RFP : 1500000336 Board Of Occu SOL Investigative Services RFP : 1500000336 Board Of Occupational Therapy Published On : 7/2/15 Amended On : Closing On : 7/24/15 4:00 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150703/BID/0037 Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/online/vss/AltSelfService
R – SEARCH FIRM: SECRETARY CABINET FOR ECONOMIC DEVELOPMENT RFP : 1 SOL SEARCH FIRM: SECRETARY CABINET FOR ECONOMIC DEVELOPMENT RFP : 1500000330 Econ Dev – Office Of The Secretary Published On : 7/1/15 Amended On : Closing On : 7/16/15 4:00 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150703/BID/0039 Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/online/vss/AltSelfService
R – Consulting services RFP : 1500000312 Board of Prosthe SOL Consulting services RFP : 1500000312 Board of Prosthetics, Orthotics and Pedorthics Pro Services Published On : 7/1/15 Amended On : Closing On : 7/14/15 4:00 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150703/BID/0040 Matching Key Words: age:state!ky; state!ky;
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 – Executive Search Services SOL RFP-3471-0-2016/KBM Due Date: 8/3/2015 3:00 PM Eastern Contact: Kim Henry Executive Search Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150703/BID/0320 Matching Key Words: age:state!ky; state!ky;
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 – Fiscal Agent Services SOL RFP-070115-0-2015/KBM Due Date: 7/31/2015 3:00 PM Eastern Contact: Kim Henry Fiscal Agent Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150703/BID/0321 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
T – Printing: JCPS Choices (Guide to Elementary Schools) #7128Bid cl SOL Printing: JCPS Choices (Guide to Elementary Schools) #7128Bid closes @ 11:00 a.m. on July 29, 2015 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150703/BID/0327 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
T – Printing: JCPS Choices (Guide to Middle & High Schools) #7129 Bi SOL Printing: JCPS Choices (Guide to Middle & High Schools) #7129 Bid closes @ 3:00 p.m. on July 29, 2015 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150703/BID/0328 Matching Key Words: age:state!ky; state!ky;
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 – List, Mail House and Direct Marketing Services for the Louisville SOL IFB-3469-0-2015/PL Due Date: 7/24/2015 3:00 PM Eastern Contact: Peter Langlois List, Mail House and Direct Marketing Services for the Louisville Zoo For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150702/BID/0232 Matching Key Words: age:state!ky; state!ky;
Kentucky – Transit Authority River City http://ridetarc.org/about/do-business-with-tarc/current-bid-opportunities/ Transit Authority of River City (TARC), 1000 W. Broadway, Louisville, KY 40203 (502) 585-1234
99 – Transfer Tickets SOL RFQ SA-2136 Due Date: Jul 09, 2015 Transfer Tickets For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150702/BID/0234 Matching Key Words: age:state!ky; state!ky;
Other Federal Procurements (Small)
U.S. Small Business Administration http://web.sba.gov/subnet/search/dsp_search_option.cfm SBA-SUB-Net; Contact information is included with each sub-contracting bid.
T — Audio recording, sound design, concept development & content cre SOL SA3001 Due Date: 6/30/2016 Address: 260 5th Ave. FL8 Contact: Serge Ossortguine Audio recording, sound design, concept development & content creation, platform design, script writing, storyboards, line producing, production, shooting, web design, social media management, logo & branding design, audio, sound design, and music library and composition services. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150702/SMALL/7293 Matching Key Words: writ*; script?;
Kentucky State Procurement
Louisville Metro Housing Authority , Purchasing Department, 3223 S. 7th Street Road, Louisville, KY 40216
R — Russell Choice Neighborhood Financial Consultant/Advisor – RFP. SOL 1386 DUE 07/28/2015 Wavid Wray (502) 569-4889; Website: http://www.lmha1.org/bid_opportunities/index.php This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 150702/KY/4987 Matching Key Words: age:state!ky; state!ky;
Morehead State University , Office of Support Services, Support Services Complex, 606 West Main Street, Morehead, KY 40351
R — Consultant for Executive Searches – Addendum #1. SOL DUE 07/06/2015 Phone: (606) 783-2018, Website: http://www.moreheadstatebids.com/ Proposals are being accepted to establish a contract for assistance in identifying and recruiting prospective candidates for several key positions within the University. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 150702/KY/4990 Matching Key Words: age:state!ky; state!ky;
Morehead State University , Office of Support Services, Support Services Complex, 606 West Main Street, Morehead, KY 40351
R — Intercollegiate Athletic Accident Insurance Coverage – Addendum #1. SOL DUE 07/08/2015 Phone: (606) 783-2018, Website: http://www.moreheadstatebids.com/ This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 150702/KY/4991 Matching Key Words: age:state!ky; state!ky;
City of Winchester , 32 Wall Street, Winchester, Kentucky 40391
R — Downtown Master Plan. SOL DUE 07/17/2015 Website: http://www.winchesterky.com/index.aspx?NID=891 The City of Winchester, in partnership with Main Street Winchester, a department of the City of Winchester, is accepting proposals to develop and design a Downtown Master Plan. The purpose of this RFP is to provide a fair evaluation for all candidates and to provide the candidates with the evaluation criteria against which they will be chosen. The project will be awarded as a not-to-exceed contract, with a total project budget of $90,000. Proposals will be evaluated using The City of Winchester s procurement guidelines and with respect to the extent to which scope of work and deliverables are satisfied within the stated budget. The City reserves the right to reject any and all proposals. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 150702/KY/4994 Matching Key Words: age:state!ky; state!ky;
Kentuckiana Regional Planning and Development Agency , 11520 Commonwealth Drive, Louisville, KY 40299
R — Insurance. SOL DUE 08/24/2015 Website: http://www.kipda.org/Requests_for_Proposals.aspx This Request for Proposals (RFP) has been prepared to solicit alternative quotes for property and casualty and workers’ compensation insurance programs of the Kentuckiana Regional Planning and Development Agency (KIPDA). This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 150702/KY/4997 Matching Key Words: age:state!ky; state!ky;
Eastern Kentucky University , Division of Purchases and Stores, Jones Building, Room 213, Richmond, KY 40475
R — Department of Athletics Equity Audit and Consultation Services – Addendum #1. SOL RFP 04-16 DUE 07/15/2015 Phone: (859) 622-2246; Fax: (859) 622-2047; Website: http://purchasing.eku.edu/bids-and-quotes For more information about this opportunity please contact the buyer directly. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 150702/KY/5003 Matching Key Words: age:state!ky; state!ky;
Department of the Army (Army Contracting Command) , MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
99 — Basketballs with custom imprinting for the U.S. Army Marketing and Research Group. SOL karen.e.keys.civ@mail.mil Basketballs with custom imprinting for the U.S. Army Marketing and Research Group, Fort Knox, KY W9124D-15-T-0085 070915 Karen Keys, 502/624-6853 karen.e.keys.civ@mail.mil. MICC – Fort Knox intends to issue a request for quote (RFQ) for basketballs, mini personal presentation items (PPI) 897 and 685 for a one time for US Army Marketing and Research Group, Fort Knox, Kentucky. Basketballs shall be 4 inch, (mini) polyurethane (foam) material, equal to amerimac.net item #TJOGC-EYDFZ, color: PMS 166 with two color custom imprinting. Total Qty: 130,000 each. This acquisition shall be unrestricted (full and open). NAICS is 339930. Size standard is 500 employees. All responsible sources may submit a quote which will be considered. The solicitation will post to the Army Single Face to Industry (ASFI) Acquisition Business Web Site located at https://acquisition.army.mil/asfi. Contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. Contractors shall ensure SAM registration is active. The official SAM website is https://www.sam.gov/portal/public/SAM/. Solicitation will be issued on or about 3 July 2015 with quotes due on or about 9 July 2015, 2:00 p.m. Fort Knox, KY, (Eastern Time). Please note these dates are subject to change. All amendments to the solicitation will be likewise posted to ASFI. Contractors are cautioned to check this website for amendments. Paper copies of the solicitation (SF 1449) will not be available. Solicitation must be downloaded at the above listed website. All offers/quotes shall be submitted through the Army Single Face to Industry (ASFI) Acquisition Business Web Site located at https://acquisition.army.mil/asfi or mail packaged quotes to MICC- Fort Knox, Bldg 1009B Ste 256, 199 6th Ave, Fort Knox, KY 40121-5720. FAXED or EMAILED WILL NOT BE ACCEPTED. All offers shall be submitted no later than the date and time specified for receipt (see Block 8 on the SF 1449 or the latest issued amendment). Award will be made to the lowest priced, responsive, responsible offer. Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/207a6664aca91feaab2fd326925c9f65 This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 150702/KY/5007 Matching Key Words: age:state!ky; state!ky;
Department of the Army (Army Contracting Command) , MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
99 — Bottles, Water (aluminum) with custom imprinted for US Army Marketing and Research Group. SOL karen.e.keys.civ@mail.mil Bottles, Water (aluminum) with custom imprinted for US Army Marketing and Research Group, Fort Knox, KY W9124D-15-T-0083 071015 Karen Keys, 502/624-6853 karen.e.keys.civ@mail.mil. MICC – Fort Knox intends to issue a request for quote (RFQ) for bottles (aluminum) personal presentation items (PPI) 916 and 600B for a one time for US Army Marketing and Research Group, Fort Knox, Kentucky. Bottles, Water (aluminum), color: black, 28 oz. capacity aluminum water bottle with screw on lid. Water bottle is similar in style to http://www.4imprint.com Excursion aluminum sports bottle SKU: 110199. Army logo and text imprinted on the bottom portion of the bottle on both sides. The opening of the bottle must be large enough to allow ice to be added by the user. Total Qty: 83,750 each. This acquisition shall be unrestricted (full and open). NAICS is 332439. Size standard is 500 employees. All responsible sources may submit a quote which will be considered. The solicitation will post to the Army Single Face to Industry (ASFI) Acquisition Business Web Site located at https://acquisition.army.mil/asfi. Contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. Contractors shall ensure SAM registration is active. The official SAM website is https://www.sam.gov/portal/public/SAM/. Solicitation will be issued on or about 3 July 2015 with quotes due on or about 10 July 2015, 2:00 p.m. Fort Knox, KY, (Eastern Time). Please note these dates are subject to change. All amendments to the solicitation will be likewise posted to ASFI. Contractors are cautioned to check this website for amendments. Paper copies of the solicitation (SF 1449) will not be available. Solicitation must be downloaded at the above listed website. All offers/quotes shall be submitted through the Army Single Face to Industry (ASFI) Acquisition Business Web Site located at https://acquisition.army.mil/asfi or mail packaged quotes to MICC – Fort Knox, Bldg 1009B Ste 256, 199 6th Ave, Fort Knox, KY 40121-5720. FAXED or EMAILED WILL NOT BE ACCEPTED. All offers shall be submitted no later than the date and time specified for receipt (see Block 8 on the SF 1449 or the latest issued amendment). Award will be made to the lowest priced, responsive, responsible offer. Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/2d43f83cc9e19508222c25cfd09f3cb8 This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 150702/KY/5008 Matching Key Words: age:state!ky; state!ky;
University of Kentucky , Capital Construction Division, Peterson Service Building, Lexington, KY 40506-0005
R — Project # 2425.0 Construction Management Services to Construct Research Building 2 – Addendum #2. SOL UK-1564-16 DUE 07/10/2015 Phone: (859) 257-9100; Website address: http://www.uky.edu/Purchasing/bidlist.htm The University of Kentucky desires the services of an experienced and highly qualified construction management firm to provide FULL SERVICE construction management on the proposed project. The Construction Manager (CM) selected will become a responsible, cooperative and contributing member of the Owner s professional team for the design and construction of the project. The Construction Manager (CM) will provide assistance and advice and provide management services to the Owner and design consultants to assure the project is completed within defined budget, program and schedule. The proposal shall include pricing for all phases as described herein. The ultimate total scope of this project is $265 million, with a total maximum construction budget of approximately $212,000,000 to include costs for Construction Management Services as well as for the award of trade contracts. The initial Phase 1 of this project is $165 million with a maximum construction budget of $131,000,000. This phase will include the construction of the core and shell and fit-out of the research facility to the limits of the budget. The Team awarded this project may be retained for future fit-up as the funds are identified. The construction budget is to include any necessary utility infrastructure work as may be required to support the expanded facility. The contract established for construction management services will be of a pure agency relationship through Phase 4 Bidding, and then convert to a LUMP SUM, AT RISK contract for the construction Phase.The Construction Manager (CM) will not be allowed to self-perform work or bid on any of the proposed work categories. The Construction Manager will hold all construction subcontracts. The CM shall break the trade packages down such that there are no fewer than 15 trade contracts. A Pre-Proposal Conference will be held at the University on Wednesday June 24th, 2015 at 1:30 PM in room 234 of the Biological Pharmaceutical Building. Please see Section 3.3 for additional information. The Scope of Services is further defined in Section 7.0 of this Request for Proposal (RFP). This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 150702/KY/5028 Matching Key Words: age:state!ky; state!ky;
Transit Authority of River City (TARC) , 1000 West Broadway, Louisville, KY 40203
T — Transfer Tickets. SOL RFQ SA-2136 DUE 07/09/2015 Website: http://ridetarc.org/about/do-business-with-tarc/current-bid-opportunities/ REQUEST FOR QUOTES. Quotes will be received electronically by Sydney Stowe, Contract Administrator, at sstowe@ridetarc.org until 3:00 p.m. on Thursday, July 9, 2015 for SA-2136 Request for Quotes (RFQ) for Purchase and Delivery of Transfer Tickets. Small, disadvantaged and female owned business enterprises will be afforded full opportunity and are encouraged to submit in response to this Request for Quotes, and will not be discriminated against on the grounds of race, color, creed, sex, or national origin in consideration of an award. Copies of the Request for Quotes may be obtained by contacting Sydney Stowe, Contract Administrator by calling (502) 213-3204 or by e-mail at sstowe@ridetarc.org. TARC reserves the right to accept or reject any and/or all quotes and to waive any informality or technicality in the bidding. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.
July 5, 2015
Business, Business / Career, Education, Government