SOURCE: Kentucky Procurement Assistance Program / Kentucky Small Business Development Center (KSBDC)
NOTE: all information relating to this specific contracting opportunity should be verified with the issuing agency. For any other assistance, contact the KSBDC via email at bidmatch@ksbdc.org
FedBizOpps – Procurements
Department of the Air Force, Air Mobility Command, 92 CONS, BLDG 2451 110 W ENT ST STE 200 FAIRCHILD AFB WA 99011-8568
R — Praise Team Leader FA4620-15-T-A086 082615 Jackson C. Woods, Phone 5092475767, Email jackson.woods@us.af.mil – Rebecca Hoyt, Phone 5092474865, Email rebecca.hoyt.1@us.af.mil Contractor will provide choral direction and leadership for the 1045 Protestant worship service, Holy Day services, funerals, and all Protestant Praise Team rehearsals.
Set-Aside: Total Small Business Place of Performance: Fairchild AFB , WA 99011 US URL: https://www.fbo.gov/spg/USAF/AMC/92CONS/FA4620-15-T-A086/listing.html
OutreachSystems Article Number: 150813/PROCURE/0121 Matching Key Words: naics!711510;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — VIDEO SHOOTER/EDITOR/PRODUCER – VOA PERSIAN – LOS ANGELES, CA BBG39-Q-15-PERSIAN-054 082715 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: VOA PERSIAN DIVISION – VIDEO SHOOTER/EDITOR/PRODUCER – LOS ANGELES, CA
(i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Solicitation No. BBG39-Q-15-PERSIAN-054 is issued as a Request For Quotation (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076.
(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 515120 with a small business size standard of $7M.
(v) The offeror shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The offeror shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months with one (1) option period of six (6) months. Multiple awards may be considered for this requirement at the discretion of the Government.
(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Multimedia services (Video Shooter/Editor/Producer) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in Los Angeles, CA and surrounding areas. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.
(vii) The period of performance is anticipated to start September 7, 2015 through March 7, 2016 with an option to extend services one year from date of award.
(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The offeror shall demonstrate the ability and experience in providing the required services.
Offeror qualifications and Quotation Submission shall include but not be limited to:
1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).
2. Past Performance. See attachment B (Past Performance Reference).
3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal.
In addition, the offeror must agree to undergo a security background check. If the offeror fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.
(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price.
1) Technical – Must be able to speak and write in Farsi and English. Must be familiar with latest computer and broadcast equipment . Must be advanced in using final cut pro and Dalet Plus
2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed.
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, and
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.
3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period.
(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/. Quotation must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address.
(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract.
(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)
(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.
52.252-1 -Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far).
(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.
(xv) Questions must be submitted in writing and only via email to Cheryl Nixon at Persian_Solicitations@voanews.com. Written questions must be submitted before 11:59 p.m. Eastern Daylight Time on August 17, 2015. Responses to questions will be posted to FedbizOps by COB August 19, 2015.
Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral quotations will not be accepted.
ALL TECHNICAL AND PRICE QUOTATIONS, AND PAST PERFORMANCE MUST BE SUBMITTED ELECTRONICALLY TO Persian_Solicitations@voanews.com BEFORE THE CLOSING DEADLINE BELOW to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1650, 330 Independence Ave., SW, Washington, DC 20237. CLOSING DEADLINE is before 11:59 p.m. Eastern Daylight Time on August 27, 2015.
(xvi) Contact: Cheryl Nixon, Contracting Officer, email:Persian_Solicitations@voanews.com. All responsible sources may submit an offer that will be considered by the Agency.
Set-Aside: Total Small Business Place of Performance: Broadcasting Board of Governors/VOA Persian Service Surrounding Areas of Los Angeles, CA US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-054/listing.html
OutreachSystems Article Number: 150813/PROCURE/0126 Matching Key Words: video*; edit*; produc*; website; web; education*; business*; produce?; instruct*; commercial?;
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, 12501 Ardennes Avenue Suite 400 Rockville MD 20857
R — Legal Resources Professional Services 15-233-SOL-00573 082815 David D. Morgan, Phone 3014437078, Email david.morgan@psc.hhs.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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
OGC is the legal team of DHHS, providing quality representation and legal advice on a wide range of highly visible national issues. The OGC’s broad mission is to support the programs of the Department through litigation (mostly defense work), Federal Register drafting and legal advice and legislative services. OGC has an extraordinarily interesting agenda as a result of the breadth of the Department’s activities and the work involved with national issues. Recent issues addressed by OGC include health care reform, tobacco regulation, fetal tissue research, breast implants, Native American tribal self-determination, Head Start, needle exchange, organ donation and transplantation, federally-funded abortion, programs for the aging, affirmative action in science training and nursing home quality of care enforcement. Working for OGC provides individuals with the opportunity to serve the public and support its legal health care interests.
The Contractor shall provide experienced and qualified professionals to perform legal resources and additional services, which shall encompass, but are not limited to the following: Paralegal and Legal Administrative Support Services, Formal Facilitation of Focus and Other Types of Groups, Technical Writing and Editing, Human Resources Support, Information Technology Support and Budget Support.
THIS IS A NOTICE THAT THIS BLANKET PURCHASE AGREEMENT IS A TOTAL SMALL BUSINESS SET ASIDE. ONLY QUOTES SUBMITTED BY SMALL BUSINESS FIRMS WILL BE ACCEPTED BY THE GOVERNMENT. ANY QUOTE THAT IS SUBMITTED BY A CONTRACTOR THAT IS NOT A SMALL BUSINESS WILL NOT BE CONSIDERED FOR AWARD.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/HHS/PSC/DAM/15-233-SOL-00573/listing.html
OutreachSystems Article Number: 150813/PROCURE/0137 Matching Key Words: writ*; technical;
Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105 Bethesda MD 20894
99 — Professional Audiovisual Systems Engineering Services NIHLM2015622 081815 Keturah D. Busey, Phone 3014966546, Email buseyk@mail.nlm.nih.gov This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for market research.
This is a Small Business Sources Sought Notice. This is NOT a solicitation for proposals, Quotation 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; or 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.
BACKGROUND
The National Library of Medicine (NLM) has an established long range goal of encouraging the use of high quality visual information by health professionals and the public. The Lister Hill National Center for Biomedical Communications (LHNCBC), through the Audiovisual Program Development Branch (APDB), has the requirement to perform research and development in the production, distribution, use and evaluation of audio and video materials and systems in support of this NLM goal. Given this mandate, the APDB plans and implements the development of prototype demonstration, instructional and informational projects. APDB also provides technical planning, engineering, and production support for NLM projects utilizing multimedia systems, technology and facilities. As the size and scope of these programs expand, the development of innovative information display and dissemination technologies integrating a wide variety of media becomes critical. Only through the use of current, digital media creation methods and advanced display and distribution systems, can the APDB continue to fulfill its role in meeting the growing demand for awareness and access to relevant biomedical visual information.
PURPOSE and OBJECTIVES
The purpose of this procurement is to obtain, as part of a quick-reaction tasking arrangement, professional audio and video systems planning, design, engineering, installation, integration, and related testing services, including installation materials and equipment, as required, to upgrade multimedia display systems, conference rooms, and production facilities in the NLM. These upgrades are required to continue to provide NLM with proven, state-of-the-art interactive, multimedia production and presentation systems.
The purpose is also to quickly obtain media IT design services, and asset management and multimedia systems expertise required for the final fabrication, installation, and testing of the systems tasked to meet the mandated objectives of the NLM.
PROJECT REQUIREMENTS
1) The contractor shall provide the required planning, design engineering, development, production, fabrication, installation and testing services and related equipment and installation materials required to accomplish specific tasks defined by the designated NLM project officer.
2) The contractor shall provide the required media IT design services, asset management methods, display system designs, and production systems engineering to allow full interactive multimedia capability of the specified facilities.
Potential contractors must bid on all of the services described in paragraph C. 1) and C. 2) above and clearly describe the services and equipment they could provide to address the requirements presented in any resulting task.
The Period of Performance for these services is for one year from the estimated date of award of August 31, 2015, with the right to exercise two successive one-year options. NLM may amend existing tasks and add new tasks, within the scope of this SOW, as necessary. NLM anticipates that it will make one award to the contractor with the required breadth of experience and depth of knowledge of the services required.
OTHER IMPORTANT CONSIDERATIONS
The National Library of Medicine anticipates making multiple awards. The proposed acquisition will be procured in accordance with the policies and procedures under FAR 13-Simplified Acquisition Procedures and FAR Part 12- Commercial Items. 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 Quotation (RFQ), nor is an RFQ available. Interested firms responding to this Sources Sought Notice must adhere to the following:
(a) Provide a capability statement demonstrating relevant experience, skills and ability to fulfill the Government’s requirements for the above. 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 10 pages.
(b) The capability statement must identify the responder’s: small business type and size; DUNS number; NAICS code; and technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.
(c) All capability statements must be submitted electronically no later than 12:00pm eastern standard time on August 18, 2015 to Keturah Busey, at buseyk@mail.nlm.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).
Contracting Office Address:
6707 Democracy Blvd., Suite 105
Bethesda, Maryland 20894
United States
Anticipated Period of Performance:
September 2015
Set-Aside: Total Small Business Place of Performance: National Library of Medicine Bethesda, MD 20892 US URL: https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2015622/listing.html
OutreachSystems Article Number: 150813/PROCURE/0924 Matching Key Words: video; audiovisual; produc*; serv*;
Broadcasting Board of Governors, Director, Office of Contracts, Eurasia Office of Strategy and Development, Vinohradska 159a 100 00 Prague 10 1
R — Macedonian RFERL program BBG-73-R-15-0004 082515 Adam Gartner, Phone 420221123773, Email atgartne@bbg.gov – Dominika Porkertova, Phone 420221123780, Email porkertovad@bbg.gov The station should broadcast RFERL Macedonian program from Monday to Friday at 06:45 – 07:00 local time, RFERL Macedonian News program from Monday to Sunday at 19:00 – 19:15 local time and RFERL Macedonian News program from Monday to Sunday at 22:00-22:15 with the airing not varying more than two minutes from the time agreed upon. Samples can be found here:
http://www.rferl.org/howtolisten/MA/ondemand.html
BBG is authorized to produce program in any way it sees fit, so long as it does not violate the laws of Macedonia.
URL: https://www.fbo.gov/notices/53b08e942f824a444dfdf5c8b2b900d4
OutreachSystems Article Number: 150812/PROCURE/0131 Matching Key Words: broadcast*; program?;
Department of Justice, Offices/Boards/Divisions, Executive Office for the United States Attorneys-EOUSA, 600 E Street Suite 2400 Washington DC 20530
R — Grand Jury and Depositions Court Reporting DJJ-15-RFP-EOA02-0161 062215 Nicole Green, Phone 2022525411, Email nicole.green@usdoj.gov Multiple Award Contract for Grand Jury and Depositions Court Reporting
Questions are due no later than Monday, June 8. 2015; 4pm est.
Place of Performance: U.S. Attorney’s Office Western District of Kentucky 717 West Broadway Louisville, KY 40202 US URL: https://www.fbo.gov/spg/DOJ/JMD/EOUSA-FMSS/DJJ-15-RFP-EOA02-0161/listing.html
OutreachSystems Article Number: 150812/PROCURE/0145 Matching Key Words: state!ky;
Department of Veterans Affairs, VA National Cemetery Administration Centralized Contracting Division, Department of Veterans Affairs National Cemetery Administration, Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
99–GRAVELINER FOR CAMP NELSON BASE PLUS FOUR-ONE YEAR OPTIONS, IF EXERCISED VA78615R0400 082615 KENNETH DOUGHERTY CO’S EMAIL VA786-15-R-0400
PRE SOLICITATION NOTICE FOR CONCRETE GRAVELINERS FOR CAMP NELSON NATIONAL CEMETERY, NICHOLASVILLE, KY 40204
Contractor to provide all labor, equipment, material and transportation (F.O.B. Destination within consignee premises) to Install Type I – Concrete Vaults, Style 1 – Box with Separate Lid at Camp Nelson National Cemetery, Nicholasville, KY 43506 for the base period October 1, 2016 through September 30, 2017, with up to four (4) one-year options to extend the term of the contract through September 30, 2020.
RFP VA786-15-R-0400 – Contractor shall provide all labor, equipment, material and supervision necessary to:
The project would be a base plus four-(1) year option periods.
Total estimated number of Graveliners annually is
(1) small liner 58″ x 30″ x 24″
(45) medium liners 86″ x 30″ x 24″
(5) extra-large liner 92″ x 36″ x 28″
This acquisition is for a 100% Service Disabled Veteran Owned Small Business Set-Aside. North American Industrial Classification System (NAICS) Code 327390 (size standard 500 employees) is applicable. Please reference Solicitation Number RFP VA786-15-R-0400 on remittances. An electronic solicitation will be available for download from http://www.FedBizOpps.gov on or about August 13, 2015. Responses to the solicitation are due by 2:00 p.m., August 26, 2015. Offerors are advised that they are responsible for obtaining amendments to the solicitation which is available at Fed Biz Opps.
Set-Aside: Service-Disabled Veteran-Owned Small Business Place of Performance: CAMP NELSON NATIONAL CEMETERY;6980 DANVILLE RD;NICHOLASVILLE, KY 40356 40356 USA URL: https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78615R0400/listing.html
OutreachSystems Article Number: 150812/PROCURE/0837 Matching Key Words: state!ky;
Department of the Army, Army Contracting Command, MICC, MICC – Moffett Field, MICC – Moffett Field, Bldg 4385, Moffett Field, CA 94035-0000
99–ACOE PSA Requirement W912CJ-15-T-0044 081415 Maria-Teresa Blessing, 650-969-0125 MICC – Moffett Field 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Please see attached PWS.
Set-Aside: Total Small Business Place of Performance: MICC – Moffett Field Bldg 4385, Moffett Field CA 94035-0000 US URL: https://www.fbo.gov/notices/3c8c134c52dac060a8d7bb07b967ef36
OutreachSystems Article Number: 150812/PROCURE/0839 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
99 — ITK Algorithms, Extensibility, Integration, & Outreach for SimpleITK 2015 NIHLM2015597KB 081715 Keturah D. Busey, Contract Specialist, Phone 3014966546, Email buseyk@mail.nlm.nih.gov This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for market research.
This is a Small Business Sources Sought Notice. This is NOT a solicitation for proposals, Quotation 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; or 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.
BACKGROUND
In 1999, the NLM Office of High Performance Computing and Communications awarded multiple contracts for the formation of a software development consortium to create and develop an application programmer interface (API) and first implementation of a segmentation and registration toolkit, subsequently named the Insight Toolkit (ITK). The original awards included six contractors: GE Global Research, Insightful, Inc., Kitware, Inc., the University of North Carolina at Chapel Hill, the University of Pennsylvania, and the University of Tennessee. The six contractors were partnered with five subcontractors: Harvard University Medical School, the University of Pennsylvania, the University of Pittsburgh, Columbia University, and the University of Utah. The period of performance for the original ITK awards began in 1999 and ended in 2003.
The resulting system was originally intended for computer-assisted exploration of the National Library of Medicine (NLM) Visible Human (VHP) Male and Female data sets. The final deliverable for this group was an open-source software library concentrating on segmentation and registration algorithms, directly released to the public that now helps support research worldwide in image analysis and in other domains.
In 2002 and later in 2004, NLM funded outreach efforts known as the program for “ITK Algorithms, Adapters, and Data Distribution” (ITK-A2D2). These programs promoted ITK, tested the ITK API, evaluated the coverage of the algorithm collection, and explored the versatility of the software architecture. In the past, twenty separate awards were made including funding for:
Kitware, Inc. Ken Martin, P.I.
Application of Segmentation and Registration Techniques to Volume Visualization
Georgetown Univ., Kevin Cleary, P.I.
Integrating ITK Segmentation Components into an Existing Software Application for RF Ablation Treatment Planning
Mayo Clinic, Rich Robb, P.I.
Interface for Direct and Seamless Use of ITK with Analyze and AVW
Cognita, Corp., Dan Fritsch, P.I.
Integrating the SNAP (Snake Automatic Partitioning) Segmentation Tool with the NLM Insight Toolkit
Imperial College of London, Derek Hill, P.I.
2D-3D Registration Software for X-ray-to-CT Alignment to the Visible Human Insight Toolkit
Univ. of Iowa, Vincent Magnotta, P.I.
Images, Landmarks, and ROIs
Univ. of Utah, Yarden Livnat, P.I.
Software Design and Development for Integration of the Insight Toolkit and the SCIRun Problem Solving Environment
Insightful, Inc., Lydia Ng, P.I.
Shape-based Level Set Segmentation
Univ. of Pittsburgh, George Stetten, P.I.
Real Time 3D Echocardiographic Data with Semi-Automated Boundary Tracking Algorithms
Harvard BWH Surgical Planning Laboratory, C.F. Westin, P.I.
Vascular Segmentation Using Level Sets for Image Guided Therapy
Kitware, Inc., W. Schroeder, P.I.
3D Widgets for Segmentation and Registration
Univ. of Pennsylvania, Jim Gee, P.I.
ITK Surface-based Analysis and Normalization Environment
Univ. of Pennsylvania, Jim Gee, P.I.
Graph-Based Methods of Energy Minimization in ITK
Univ. of North Carolina at Chapel Hill, Stephen Aylward, P.I.
Neural Networks and Clustering
Univ. of North Carolina at Chapel Hill, Stephen Aylward, P.I.
DICOM and Digital Libraries for Data Archiving
Univ. of North Carolina at Chapel Hill, Stephen Aylward, P.I.
BatchMake and Validation Dashboards
Univ. of North Carolina at Chapel Hill, Stephen Aylward, P.I.
Insight Software Consortium
Georgetown Univ., Kevin Wong, P.I.
ITK Implementation of Deformable Registration Methods for Time-Varying (4D) Imaging Data
Georgetown Univ., Kevin Cleary, P.I.
Tumor Volume Measurement and Volume Measurement Comparison Plug-in for ITK
Kitware, Inc., Bill Hoffman P.I.
The Insight Journal: an Open Access Repository for Technical Papers related to the Insight Toolkit (ITK)
In 2010, with funding from the American Recovery and Reinvestment Act, NLM sponsored a revision and redesign effort, IKT-version4 (ITK-v4), along with an outreach program to test and evaluate the revised API (ITK-A2D2-2010). Part of the ITK-v4 effort was a project to ease the burden of the steep learning curve of ITK, resulting in SimpleITK, an interface that allows multiple language bindings. We recognize that on of the most aggressive communities in scientific computing today include groups that development and use the NumPy and SciPy libraries with the Python programming language. Python is developed under an OSI-approved open source license, making it an attractive outlet for ITK integration and extension efforts.
Open-source initiatives such as ITK help to lower the barriers to entry in complex research fields by providing the foundations of the software infrastructure necessary to conduct advanced investigations. Expanding the use of ITK through SimpleITK to open-source-friendly communities such as Python programmers is considered a contribution to the nation’s infrastructure through software. Careful thought has been placed on the cultivation and maintenance of this software, assuring developers that the software will remain supported with new releases, bug fixes, and continuing growth.
PURPOSE and OBJECTIVES
The National Library of Medicine (NLM) is seeking to improve the position of its software libraries with respect to modern scientific computing software development environments. NLM has established projects to provide multiple language bindings for its open-source image processing application programmers interface (API) for image analysis, known as the Insight Toolkit (ITK). Notably, NLM supports SimpleITK, a simplified layer on tope of ITK, intended to facilitate its use in rapid prototyping and education and easing the learning curve for ITK by providing access to the library of algorithms and methods through scripting languages that are considered more facile and easier to use by the beginning programmer. We have noted that in recent years, the Python programming language has risen in prominence and is now being used in instruction for entry-level programmers at college-level, high-school-level, and even middle-school-level computer science education.
We propose a new outreach effort to help broaden the user community and raise the awareness and effectiveness of SimpleITK, and by association of ITK, through modest awards that will promote the addition of needed algorithms to ITK and SimpleITK, improvements in exposing data structures and buffers for sharing across programs, additional support for the building and installation of SimpleITK direct installation and use of SimpleITK with the Python interpreter or similar programming environment. The objective of this program is to update and modernize the use of ITK through SimpleITK by making our tools more accessible to a modern scientific programming community. The emphasis of this effort will be expanding the software framework, broadening application development efforts, and data sharing to promote open science.
PROJECT REQUIREMENTS
NLM is seeking proposals for:
1. programming that extends ITK through incorporating additional algorithm families not already represented in ITK or projects that incorporate ITK into software and hardware systems in support of clinical or medical research applications (with an emphasis on multidisciplinary, practical applications not yet covered by ITK such as microscopic image analysis, ultrasonography, video processing, and other topics). All work on these core algorithm developments should be executed in C++ in ITK, and the necessary JSON files and other metadata produced to generate the necessary language bindings for extended use through SimpleITK.
AND/OR
2. programming to overhaul and upgrade some valuable or necessary existing applications, examples, or algorithm family within ITK with the express purpose of improving compile and performance testing, enabling streaming for large data, out-of-core computing, promoting thread safety and encouraging multithreaded programming, and leveraging ITK hardware acceleration techniques. All work improving such core algorithm developments should be executed in C++ in ITK, and the necessary JSON files and other metadata produced to generate the necessary language bindings for extended use through SimpleITK.
AND/OR
3. extension of SimpleITK and ITK to other development environments, notably exposing data structures for easy access with NumPy/SciPy programming. Specifically, we are seeking integration improvements with the core scientific Python package NumPy by having the SimpleITK’s Image class directly export the “buffer interface”, while preserving the Image’s controlled access patterns to enable copy-on-write behavior. Alternately or additionally, to facilitate importing data from Numpy and other generic “buffers”, we would like more support for more complicated memory layouts which include strides should be explored for ITK’s ImportImageContainer class.
AND/OR
4. easing the use of SimpleITK with current scientific computing environments, namely Python-based NumPy/SciPy models, through automated CMake-supported building, installation and packaging of SimpleITK through Python’s standard distutils’ “setup” interface from the python setup script. This will enable Python users to use Python standards tools for package management such as pip with SimpleITK without directly using CMake. Additionally this should support automatic downloads and compilation of source code for installation directly from source code archives.
AND/OR
5. demonstration of SimpleITK and ITK by assembling image analysis suites from available algorithmic building blocks, for example constructing a framework for atlas-based segmentation through existing SimpleITK/ITK tools in segmentation of individual datasets and SimpleITK registration of unknown datasets to known atlas models.
AND/OR
6. planning and executing educational efforts to promote SimpleITK at conferences, professional societies, and within university curricula while building tutorials, examples, and teaching materials that can be incorporated into the SimpleITK web site and other portals for continuing outreach.
Some example concepts for this work include:
• Algorithms or families of methods not currently represented in ITK and without interface support through SimpleITK.
• Multiscale genome to physiological expression segmentation and visualization with SimpleITK/ITK support.
• Large data, out-of-core data processing applications including image analysis for microscopy
• An image analysis framework for comparing algorithm performance which might include measure computer-aided diagnosis tools or biomarker evaluation through ROC analysis
• ITK supportable software for creating PACS research archives with automatic scrubbing and de-identification of patient information across PACS vendors.
• A demonstration of ITK algorithms and the use of SimpleITK with Python in the development of a multi-atlas for atlas-based segmentation of medical image data.
• CMake programming and configuration to enable SimpleITK packaging and delivery through Python’s distutils facility.
• Integration with the core scientific Python package NumPy by having the SimpleITK’s Image class directly export the “buffer interface”, while preserving the Image’s controlled access patterns to enable copy-on-write behavior.
• Support for more complicated memory layouts which include strides should be explored for ITK’s ImportImageContainer class to facilitate importing data from NumPy.
• Support for pickling of SimpleITK objects including Images and Transforms. This will add support for standard Python serialization enabling other scientific Python tools such as IPython’s Parallel module.
ANTICIPATED PERIOD OF PERFORMANCE
It is anticipated that the period of performance shall be between twelve (12) from the date of award. Awards are anticipated to be made in September of 2015.
OTHER IMPORTANT CONSIDERATIONS
The proposed acquisition will be procured in accordance with the policies and procedures under FAR 13-Simplified Acquisition Procedures and FAR Part 12- Commercial Items. 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 Quotation (RFQ), nor is an RFQ available. Interested firms responding to this Sources Sought Notice must adhere to the following:
(a) Provide a capability statement demonstrating relevant experience, skills and ability to fulfill the Government’s requirements for the above. 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 10 pages.
(b) The capability statement must identify the responder’s: small business type and size; DUNS number; NAICS code; and technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.
(c) All capability statements must be submitted electronically no later than 12:00pm eastern standard time on August 17, 2015 to Keturah Busey, at buseyk@mail.nlm.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).
Contracting Office Address:
6707 Democracy Blvd., Suite 105
Bethesda, Maryland 20894
United States
Place of Performance:
TBD
United States
Primary Point of Contact.:
Keturah D. Busey,
Contract Specialist
buseyk@mail.nlm.nih.gov
Phone: 3014966546
URL: https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2015597KB/listing.html
OutreachSystems Article Number: 150812/PROCURE/0992 Matching Key Words: writ*; script?; copy; technical; standard;
Department of the Navy, United States Marine Corps, MCAS Cherry Point, Cherry Point Satellite Contracting Office PSC Box 8018 MCAS Cherry Point NC 28533-0018
R — CATHOLIC PIANIST M00146-15-T-X529 082015 JAYNE M BELL, Purchasing Agent, Phone 2524665317, Email jayne.bell@usmc.mil – Joseph A Schwarz, Contract Specialist, Phone 2524667726, Fax 2524663571, Email joseph.schwarz@usmc.mil ;
Th The Station Chapel, Building 100, MCAS Cherry Point, NC has a requirement for a Catholic Pianist Services.
It is the Government’s intention to issue a firm-fixed price contract. The proposed acquisition is a Brand Name Only acquisition. The North American Industry Classification System (NAICS) code for this requirement is 711510. The Government will solicit and award this contract using simplified acquisition procedures, in accordance with FAR subpart 13.5. The Government intends to award to the lowest price technically acceptable offer. Award will be issued on an all or none basis.
The solicitation, (No. M00146-15-T-X529) will be posted on or about 10 August 2015 and made available on the Federal Business Opportunities (FBO) web site at https://www.fbo.gov. It is the responsibility of the quoter to continually view the website for the solicitation and any amendments. Contractors interested in doing business with the Government must be registered with the SAM website accessed through https://www.acquisition.gov. Contractor must also ensure annual representations and certifications are current or complete them at the SAM website as well. All prospective offerors interested in submitting a quote must have a commercial and government entity code (CAGE code). Contractors must be registered with Wide Area Workflow at https:/ /wawf.eb.mil/ .
The point of contact for this solicitation is Jayne Bell, Purchasing Agent (252) 466-5317, jayne.bell@usmc.mil. Alternate point of contact is Joseph Schwarz, Contracting Officer, (252) 466-7726, joseph.schwarz@usmc.mil. All responsible sources may submit an offer, which will be considered
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DON/USMC/M00146/M00146-15-T-X529/listing.html
OutreachSystems Article Number: 150811/PROCURE/0103 Matching Key Words: naics!711510;
Department of the Interior, Bureau of Land Management, Idaho Region, BLM ID-BOISE DIST OFC(IDB00) 3948 DEVELOPMENT AVE
BOISE ID 83705 US
R — Payrolling Service for Technical Writer III L15PS00902 081915 Bachman, Nikki IGF::OT::IGF
Payrolling Service for Technical Writer III
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOI/BLM/ID/L15PS00902/listing.html
OutreachSystems Article Number: 150811/PROCURE/0109 Matching Key Words: writ*; technical;
Department of Veterans Affairs, VA National Cemetery Administration Centralized Contracting Division, Department of Veterans Affairs National Cemetery Administration, Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
99–CAMP NELSON (EVERGREEN SOLDIERS LOT) GROUNDS MAINTENANCE BASE WITH 4 OPTIONS YEARS VA78615R0380 082615 MR. TWILLIE L CURRY III twillie.curry@va.gov twillie.curry@va.gov 100% SERVICE DISABLE VETERAN OWN SMALL BUSINESS SET ASIDE
The National Cemetery Administration is soliciting offers under Solicitation No. VA786-15-R-0380 to provide all labor, supervision, equipment, and materials necessary to furnish and deliver, F.O.B. Destination, and perform Grounds Maintenance Service at Evergreen Cemetery Soldiers’ Lot, 25 South Alexandria Pike, Southgate, KY 41071. All work shall be performed in accordance with the specifications, terms and conditions of the contract.
Electronic solicitations will be available for download from http://www.FedBizOpps.gov on or around August 11, 2015. Responses to the solicitation are due by 2:00 p.m. EDT, August 26, 2015. Offerors are advised that they are responsible for obtaining amendments to the solicitation which is available at Federal Business Opportunities (http://www.FedBizOpps.gov).
Evaluation criteria for this award will be in Lowest Price Technically Acceptable (LPTA).
All proposals must be submitted through the Department of Veterans Affairs – Electronic Management System (eCMS) Vendor Portal website in order to be considered for award. https://www.vendorportal.ecms.va.gov. Please go to the VA eCMS Vendor Portal website at https://www.vendorportal.ecms.va.gov to register. Once on the webpage, proceed to the Vendor Portal Login section located on the far left side of the webpage and click on ‘Request a user account’ to register. In the event an Offeror is unable to submit a proposal through the Vendor Portal domain, prior to the proposal closing date, contact the VAAS helpdesk at 1-877-634-3739, or via email at VA.Acquisition.Systems@va.gov. Submission of proposals through email will not be accepted. Proposal transmission/uploads must be completed by the date/time specified. Late or incomplete Proposals will not be considered.
No telephone requests will be accepted. Any questions should be sent via email to twillie.curry@va.gov by.
Set-Aside: Service-Disabled Veteran-Owned Small Business Place of Performance: EVERGREEN CEMETERY SOLDIERS’ LOT;25 SOUTH ALEXANDRIA PIKE;SOUTHGATE, KY 41071 USA URL: https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78615R0380/listing.html
OutreachSystems Article Number: 150811/PROCURE/0604 Matching Key Words: state!ky
Department of Veterans Affairs, VA Amarillo Health Care System, Department of Veterans Affairs Amarillo Health Care System, 00504;Department of Veterans Affairs;Contracting Section;7201 I-40 West Suite 100;Amarillo TX 79106
99–AMARILLO ARMORED CAR SERVICE VA25815R0499 081015 Garland D. Nichols SAO West, VISN 18 Contracting Office 7201 I-40 West, Suite 100 Amarillo, Texas 79106 phone: 806.354.7831 email: garland.nichols@va.gov email: garland .nichols@va.gov This is a SOLICITATION. It is a request for proposals but does not obligate the Government to award a contract. Responses to this SOLICITATION must be in writing. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional expertise and experience to compete for this acquisition. Responses to this solictation shall include the following:
(a) company name,
(b) address
(c) point of contact
(d) phone, fax and email
(e) DUNS number
(f) type of small business, e.g, Veteran owned
(g) a capability statement or product specifications and shop drawings that addresses qualifications and ability to perform as a contractor for the work described below
The Amarillo VA Health Care System, located in Amarillo, Texas has a requirement for an Armored Car Service for the pick-up and delivery of currency. The contractor shall provide all personnel, supervision, transportation (armored car vehicles), and labor (armed professional guards) and other items and services necessary to perform the driving, pick-up, and delivery of cash and other monetary documents (i.e. checks, change orders, etc.) from the location(s) specified. The contractor will also need to provide all equipment, supplies, personnel, and tools necessary to complete the required task.
The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this SOLICITATION request. This notice is issued by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The North American Industry Classification System (NAICS) code for this acquisition is 561613, and the Size Standard is $20.5 million. All offerors who provide goods or services to the U.S. Federal Government must be registered in the System for Award Management (SAM) located on the web at https://www.sam.gov/portal/public/SAM/
All interested offerors should submit their qualifications by email to: garland.nichols@va.gov no later than August 24, 2015 at 10:00 CST. After review of the responses to this announcement, the Government intends to award.
Place of Performance: Amarillo Veterans Affairs Healthcare System;Fiscal Service;6010 Amarillo Blvd West;Amarillo, Texas 79106 79106 USA URL: https://www.fbo.gov/spg/VA/VAAHCS/VAAHCS/VA25815R0499/listing.html
OutreachSystems Article Number: 150811/PROCURE/0615 Matching Key Words: writ*; technical; standard;
Department of the Army, Army Contracting Command, ACC-APG – Edgewood, ACC-APG – Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
T–Sources Sought Notice quote mark THIS IS A MARKET RESEARCH EFFORT ONLY quote mark THERE IS NO SOLICITATION AT THIS TIME W912JY15R1111 082115 BRIAN COSGRIFF, 7035454975 ACC-APG – Edgewood quote mark THIS IS A MARKET RESEARCH EFFORT ONLY quote mark
The Army Multimedia and Video Information Directorate, Production Acquisition Division (AMVID / PAD) is conducting market research in an effort to identify Small Businesses that are interested in and have the resources and capability in producing professional broadcast quality Video Information (VI) productions utilizing NAICS 512110, Motion Picture and Video Production.
All productions shall comply with Department of Defense Instruction (DoDI) 5040.07 dated 21 February 2013
THERE IS NO SOLICITATION AT THIS TIME. This request is for capability information only and does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. Inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to parties regarding their submissions.
Interested parties shall provide a Capabilities Briefing as follows:
SUBMITTAL INFORMATION:
The Government will not review general capability statements, please ensure submissions are tailored to the information requested below. There is no page limit, however, vendors are encouraged to provide concise responses specifically responding to the capabilities. Responses shall be submitted in PDF or MS Word Format. In order to achieve a thorough understanding of capabilities, please provide a short but detailed explanation for each of the below (if applicable):
Cover Page. The cover page shall include the following information:
-Respondent Name
-Mailing Address
-Point of Contact (POC)
-Title
-POC Phone
-POC E-Mail
-Link to Company Website
-DUNS (if applicable)
-CAGE Code (if applicable)
-Active Registration/Certification in the System for Award Management (https://www.sam.gov/)
-Identify Size and Type of Small Business/Socio economic categories as applicable based on the assigned NAICS of 512110 (Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) small business, Small Disadvantaged Business (SDB)/8a Business Concerns, and Women-Owned Small Business/Economically Disadvantaged WOSB (EDWOSB) etc.
Capability Statements should include information on:
-Staffing: Tailored capability statements addressing your organizational staffing, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
-Education and experience of Script Writers, Producers and Directors
Past performance information on previous video productions that include:
-Links to Video Samples
-Sample Treatments
-Sample Scripts
-Direct experience with military projects
-Budget Management (levels handed and how many time within budget)
-Awards Received (Emmy, Cine, Academy)
-Client Comments
Submittals sent via email to:
Brian.m.cosgriff.civ@mail.mil & Latoya.hall.civ@mail.mil
Submittals Due by: 3:00 pm EST, 20 Augusts 2015
Thank you for your interest!
Set-Aside: Total Small Business Place of Performance: NONE NONE NONE VA 000000 US URL: https://www.fbo.gov/notices/8a8eca3a660befb4be112cc64de40e9d
OutreachSystems Article Number: 150811/PROCURE/0643 Matching Key Words: video*; produc*; you; website; page?; education*; business*; documentation; production?; instruct*; naics!512110; writ*; script?; technical;
FedBizOpps – Awards
Department of Justice, Offices/Boards/Divisions, Executive Office for the United States Attorneys-EOUSA, 600 E Street Suite 2400 Washington DC 20530
R — Grand Jury and Depositions Court Reporting DJJ-15-RFP-EOA02-0161 Nicole Green, Phone 2022525411, Email nicole.green@usdoj.gov DJJ-15-D-EOA02-0293 $299,512.50 081115 Denise L. Cline, P.O. Box 197616, Louisville, KY 40259 US The period of performance for this award begins 9/1/15-8/31/16 with 4 additional ordering periods.
URL: https://www.fbo.gov/spg/DOJ/JMD/EOUSA-FMSS/DJJ-15-RFP-EOA02-0161/listing.html
OutreachSystems Article Number: 150812/AWARDS/1250 Matching Key Words: state!ky;
Department of Justice, Offices/Boards/Divisions, Executive Office for the United States Attorneys-EOUSA, 600 E Street Suite 2400 Washington DC 20530
R — Grand Jury and Depositions Court Reporting DJJ-15-RFP-EOA02-0161 Nicole Green, Phone 2022525411, Email nicole.green@usdoj.gov DJJ-15-D-EOA02-0161 $559,680.00 081115 Taylor Court Reporting Kentucky, 2901 Six Mile Lane, Louisville, KY 40220 US The Period Of Performance for this award begins 9/1/2015-8/31/2016 with 4 additional ordering periods.
URL: https://www.fbo.gov/spg/DOJ/JMD/EOUSA-FMSS/DJJ-15-RFP-EOA02-0161/listing.html
OutreachSystems Article Number: 150812/AWARDS/1251 Matching Key Words: state!ky;
Department of the Interior, Bureau of Land Management, National Centers Region, BLM TC-NATL TRAIN CTR OF/DIR(TC100)
9828 N. 31ST AVENUE
PHOENIX
AZ
85051
US
T–BPA Call Smolinski, Peter L15PA00028/L15PB00644 $7,273.95 081115 CARTER PICTURES, LLC 1202 N VENICE
TUCSON AZ 85712-4630
US IGF::CT::IGF BPA CALL: FIREHOUSE – SAGE GROUSE
URL: https://www.fbo.gov/spg/DOI/BLM/NCR/Awards/L15PA00028/L15PB00644.html
OutreachSystems Article Number: 150812/AWARDS/1260 Matching Key Words: naics!512110;
National Endowment for the Arts, Grants & Contracts Office, Contracts Division, National Endowment for the Arts 1100 Pennsylvania Avenue, N.W., Room 618 Washington DC 20506
T — Video Production (& Supporting) Services NEARFP15-29 Usmaan Chaudhry, Contracting Officer, Phone 2026825494, Email chaudhryu@arts.gov NEAC15-61 $946,605.53 081015 Solaris Media Group, LLC, 445 S. Figueroa St., Ste. 3116, Los Angeles, CA 90071 US
URL: https://www.fbo.gov/spg/NEA/DCMB/GC/NEARFP15-29/listing.html
OutreachSystems Article Number: 150811/AWARDS/0948 Matching Key Words: video*; produc*; production?; naics!512110;
FedBizOpps – Special Notes
Department of the Army, Army Contracting Command, ACC-APG – Edgewood, ACC-APG – Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
T–Beneficiary Communication and Outreach Video Productions W912JY15R0001 BRIAN COSGRIFF, 7035454975 ACC-APG – Edgewood The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to produce professional broadcast quality video productions for the United States Army, Regional Health Command-Atlantic (RCH-A), as defined in this SOW.
URL: https://www.fbo.gov/notices/308048504404610b4ac3c9df5a6a1073
OutreachSystems Article Number: 150813/SPECIAL/1604 Matching Key Words: video*; produc*; produce?; production?; naics!512110;
USABID State and Local Purchases
Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/online/vss/AltSelfService
U – Percussion Instructor RFP : 1600000026 Department Of SOL Percussion Instructor RFP : 1600000026 Department Of Education Published On : 8/12/15 Amended On : Closing On : 8/19/15 4:00 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150813/BID/0024 Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/online/vss/AltSelfService
R – Assistance with Legal Services RFP : 1600000033 Audit SOL Assistance with Legal Services RFP : 1600000033 Auditor Of Public Accounts Legal Services Published On : 8/11/15 Amended On : Closing On : 8/17/15 3:30 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150812/BID/0050 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 – REQUEST FOR PROPOSALS Notice is hereby given by the Board of E SOL Public Notice ID: 22708199 REQUEST FOR PROPOSALS Notice is hereby given by the Board of Education of the Roswell Independent School District of Roswell, New Mexico that sealed RFPs for the furnishing of the following services will be received by Yajaira Alvarez in the Support and Transportation Services Office, 300 N. Kentucky, Suite 201, Roswell, New Mexico 88201, unti1 September 15, 2015 @ 2:00 pm RFP #16-02 Construction of Parkview Early Learning Center A mandatory Pre-Bid Conference will be held on August 19, 2015 from 10:00am at 300 N. Kentucky, Roswell, NM 88201 in the Boardroom. Specifications and instructions for RFP’s may be obtained from the Roswell Independent School District’s website and the above office. The Board of Education reserves the right to reject all bids and to waive technicalities and irregularities. /s/Peggy Brewer Peggy Brewer, President Board of Education Journal: August 11, 2015 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150812/BID/0305 Matching Key Words: state!ky;
Ohio – City of Cleveland http://vss.city.cleveland.oh.us/webapp/VSSAPPP/Advantage DIVISION OF PURCHASES & SUPPLIES 601 Lakeside Ave., Room 128 Cleveland, Ohio 44114 216-664-2620 Fax: 216-664-2177
T – Video Production Equipment SOL RFB-2001-201500000000610-2 Due Date: 08/20/2015 Video Production Equipment For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150812/BID/0356 Matching Key Words: video*; produc*; production?;
Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/online/vss/AltSelfService
R – Jenny Wiley SRP Zip Line, Rock Climbing, Rappelling Attract. RFB SOL Jenny Wiley SRP Zip Line, Rock Climbing, Rappelling Attract. RFB : 1600000107 Facilities & Support Services Published On : 8/10/15 Amended On : Closing On : 9/3/15 2:00 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150811/BID/0009 Matching Key Words: age:state!ky; state!ky;
Kentucky – Fayette County Public Schools https://fcps.economicengine.com The Purchasing Office Louie Mack Building Room 101 460 Springhill Drive Lexington, Kentucky 40503
R – Tutoring Services SOL RFQ 081015 Due Date: 08/21/2015 Tutoring Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150811/BID/0195 Matching Key Words: age:state!ky; state!ky;
Kentucky – Jefferson County Public Schools https://webapps.jefferson.kyschools.us/FinanceWeb/bidopps.aspx P.O. Box 34020; Louisville, Kentucky 40232-4020; (502) 485-3011
99 – Glass, plastic & Glazing Compounds #7145Bid closes @ 11:00 a.m. SOL Glass, plastic & Glazing Compounds #7145Bid closes @ 11:00 a.m. on August 31, 2015 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 150811/BID/0197 Matching Key Words: age:state!ky; state!ky;
Kentucky State Procurement
Fayette County Public Schools , The Purchasing Office, Louie Mack Building Room 101, 460 Springhill Drive, Lexington, Kentucky 40503
U — Tutoring Services. SOL RFQ 081015 DUE 08/21/2015 Phone: (859) 381-4100; Website: https://fcps.economicengine.com 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: 150812/KY/0280 Matching Key Words: age:state!ky; state!ky;
City of Anchorage , Anchorage City Hall, 1306 Evergreen Rd. Anchorage, KY 40223
99 — Business District Street Signs and Posts. SOL DUE 09/03/2015 Website: http://www.cityofanchorage.org The City of Anchorage is accepting sealed bids for the production and installation of custom-made cast aluminum City street signs each with aluminum posts. Sign specifications sheets can be obtained online at http://www.cityofanchorage.org, at Anchorage City Hall, or by contacting the City at 502-245-4654. Sealed bids clearly marked “City Street Signs” are due by 12:00 Noon on Thursday, September 3, 2015, at the Anchorage City Hall, 1306 Evergreen Rd. Anchorage, KY 40223. Bids will be opened at 12:15 pm and presented to City Council for approval at the next public meeting. The City reserves the right to accept or reject any bid. The successful bidder will be required to show evidence of adequate workers’ compensation and liability insurance by supplying the City with a certificate of insurance naming the City co-insured. 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: 150811/KY/0205 Matching Key Words: age:state!ky; state!ky;
Northern Kentucky Independent District Health Department , 610 Medical Village Drive Edgewood, KY 41017
R — SUBSTANCE USE RESEARCH & COMMUNICATIONS CAMPAIGN. SOL DUE 08/26/2015 Proposals will be received by the Northern Kentucky Independent District Health Department on the date listed for the following: PROPOSAL ITEM: SUBSTANCE USE RESEARCH & COMMUNICATIONS CAMPAIGN OPENING TIME:12:00 PM Eastern Standard Time (synchronized at the following web-site): http://www. time.gov LOCAL TIME DATE: August 26, 2015 LOCATION NORTHERN KENTUCKY HEALTH DEPT – Upper Level 610 Medical Village Drive Edgewood, KY 41017. Specifications can be obtained from Emily Gresham Wherle by phone at (859) 344-5470, by fax at (859) 578-3689 or by e-mail at Emily.Gresham-Wherle@nkyhealth.org. Sealed proposals must be clearly marked “SUBSTANCE USE RESEARCH & COMMUNICATIONS CAMPAIGN PROPOSAL” on the outside of the envelope. Proposals will be opened and read aloud. The Health Department reserves the right to reject any and all bids, to waive any informalities and to negotiate for the modifications of any proposal or accept that proposal which is deemed the most desirable and advantageous from the standpoint of customer value and may not, on its face, appear to be the lowest and best price. No proposal may be withdrawn for a period of thirty (90) days after the scheduled proposal opening date. 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: 150811/KY/0207 Matching Key Words: age:state!ky; state!ky;
Anderson Township , 7850 Five Mile Road, Anderson Township, OH 45230
R — ANDERSON TOWNSHIP COMPREHENSIVE PLAN UPDATE. SOL DUE 09/02/2015 Website: http://www.andersontownship.org/ The Township will conduct a pre-submittal conference two weeks prior to the submittal deadline. This will allow proposers to present any oral inquiries. The Township will respond to oral inquiries only at the pre-submittal conference, which will be held on Friday August 21, 2015 at 10:00 am, 7850 Five Mile Rd, Anderson Township, Ohio 45230. Specifications can be obtained from the Planning and Zoning Department at 7850 Five Mile Rd, Anderson Township, Ohio 45230, Telephone: (513) 688-8400, or downloaded at http://www.andersontownship.org. Proposals may be either mailed or hand delivered to Paul Drury, Director of Planning and Zoning, 7850 Five Mile Rd, Anderson Township, Ohio 45230. The Board of Township Trustees reserves the right to waive any informalities or minor irregularities, reject any and all proposals which are incomplete, conditional, obscure, or which contain additions not allowed for, accept or reject any proposal in whole or in part with or without cause, and accept the proposal which best serves Anderson Township. Anderson Township is an Equal Opportunity/Affirmative Action Employer. For further information on this Request for Proposals, please call (513) 688-8400 or email pdrury@andersontownship.org. 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: 150811/KY/0208 Matching Key Words: age:state!ky; state!ky;
Housing Authority of Newport (HAN) , 30 East 8th. St., Newport, KY 41071
R — Commercial Insurance services. SOL DUE 08/27/2015 The Housing Authority of Newport (HAN) is requesting proposals from firms and/or individuals to provide Commercial Insurance services for our Grand Towers 139 unit elderly highrise building located at 1359 Grand Ave., Newport, KY 41071. Proposals are due no later than 4:00 p.m., local time, August 27, 2015, at the offices of the Housing Authority of Newport, located at 30 East 8th. St., Newport, KY 41071. Responses are to be marked “Commercial Insurance Services Grand Towers”. RFP packets can be requested by contacting Randy Schweinzger at (859) 581-2533, ext. 217 or at rschweinzger@neighborhoodfoundations.com. The hearing and/or speech-impaired may call our TDD line at (859) 581-3181. The Housing Authority of Newport reserves the right to waive any informality, irregularity, or defect in any request for qualification, and to reject any/or all proposals should it be deemed in the best interest of The Housing Authority of Newport to do so. The Housing Authority of Newport, Kentucky is an Equal Opportunity Employer. MBE/WBE firms are encouraged to respond. Randy Schweinzger, Procurement Director, Housing Authority of Newport, Kentucky (859) 581-2533, ext. 217 rschweinzger@neighborhoodfoundations.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: 150811/KY/0211 Matching Key Words: age:state!ky; state!ky;
Northern Kentucky Water District , 2835 Crescent Springs Road, P.O. Box 18640, Erlanger, KY 41018
R — Electronic Bill Presentment and Payment. SOL DUE 08/21/2015 PROJECT: Electronic Bill Presentment and Payment. SEALED BIDS WILL BE RECEIVED AT: Northern Kentucky Water District, 2835 Crescent Springs Rd., P.O. Box 18640, Erlanger, Kentucky 41018 UNTIL: Date: August 21, 2015 Time: 2:00 p.m., local time. At said place and time, and promptly thereafter, all Bids that have been duly received will be publicly opened and read aloud. The proposed services are generally described as follows: Provide a fully hosted system for real-time and/or batch integration of electronic presentation and payment of bills to customers of the Northern Kentucky Water District and/or the Sanitation District No. 1 of Northern Kentucky (individually “Owner” and collectively “Owners”) in a format identical to the current paper statement each Owner uses. Services will be provided to one or both of the Owners over a one-year period beginning October 1, 2015 with the term ending September 30, 2016. There will be optional one-year extensions at the same unit prices bid for up to four additional one-year terms beginning October 1, 2016 with extensions possible through September 30, 2020. All Bids must be in accordance with the Bidding Documents on file, and available for examination at: Northern Kentucky Water District, 2835 Crescent Springs Rd., Erlanger, Kentucky 41018. Copies of the Bidding Documents may be obtained from the office at the address indicated herein by contacting Denise Manning at 859-426-2718. Questions regarding the bid documents should be directed to Chris Bryant at 859-426-2708. There is no charge for these documents. Bids will be received on a unit price basis as described in the Contract Documents. Evaluation of Bids and the awarding of a final contract are subject to the reciprocal preference for Kentucky resident bidders pursuant to KRS45A490 to 45A.494 and KAR2005:400. Each Bid must contain evidence of Bidder s qualifications to transact business in the State of Kentucky or covenant to obtain such qualifications prior to award of the Contract. The Bidder s Organization Number from the Kentucky s Secretary of State and principal place of business as filed with Kentucky s Secretary of State must be included where applicable. Each Owner reserves the right to reject any or all Bids, including without limitation the right to reject any or all nonconforming, non-responsive, incomplete, unbalanced, or conditional Bids, to waive informalities, to reject the Bid of any Bidder if Owner believes that it would not be in the best interest of Owner to make an award to that Bidder, and/or to accept a Bid that is deemed the most desirable and advantageous from the standpoint of customer value and service and concept of operations, even though such bid may not, on its face, appear to be the lowest price. The Owners reserve the right for each of the Owners to award a contract to a separate Bidder and the right to have only one Owner award a contract. Minority Bidders are encouraged to bid. Bids shall remain subject to acceptance for 90 days after the day of bid opening or for such longer period of time to which a Bidder may agree in writing upon request of the Owner. If one or more Contracts are to be awarded, the Owner(s) will give the successful Bidder a Notice of Award during the period of time during which the successful Bidder s bid remains subject to acceptance. 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: 150811/KY/0213 Matching Key Words: age:state!ky; state!ky;
Commonwealth of Kentucky , 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601
R — Community Corrections Grant Audit – Addendum #1 – NEW DUE DATE. SOL RFP 527 1600000005 2 DUE 08/14/2015 Nikki James, email: NikkiJ.James@ky.gov Phone: (502) 782-2246; Website: https://emars.ky.gov/online/vss/AltSelfService 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: 150811/KY/0231 Matching Key Words: age:state!ky; state!ky;
City of Danville , 445 West Main Street, Danville, KY
R — RFP for Investment Management Services for Police & Fire Pension Fund. SOL DUE 09/15/2015 Website: http://danvilleky.org/bids.aspx This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 150811/KY/0238 Matching Key Words: age:state!ky; state!ky;
KCTCS , Purchasing, 300 North Main Street, Versailles, KY 40383
69 — Breathing Simulator. SOL KCT-00966 DUE 08/21/2015 Website: http://www.kctcs.edu/en/Vendor_Information/Opportunities_to_Bid.aspx For more information about this opportunity please contact the buyer directly. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 150811/KY/0244 Matching Key Words: age:state!ky; state!ky;
Kentucky Lottery Corporation , 1011 West Main Street, Louisville, KY 40202-2623
R — Web-Based Payroll & Human Resources Integrated Solution and Related Services. SOL KL-16-001 DUE 08/26/2015 Website: http://www.kylottery.com/apps/about_us/procurement/solicitations.html 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: 150811/KY/0261 Matching Key Words: age:state!ky; state!ky;
FedBid.com , Register for free at http://www.FedBid.com and enter the Buy number to find out more about the bid solicitation below.
99 — Stethoscopes with Gift Boxes, PPI 519. SOL 742136 DUE 08/14/2015 FedBid.com-8500 Leesburg Pike, Vienna, Virginia 22182; Phone: 877.933-3243: Email: Info@FedBid.com Category: 65 – Medical, Dental, and Veterinary Equipment and Supplies; Buy: 742136; Buy Name: Stethoscopes with Gift Boxes, PPI 519; Buy Setaside: Women-Owned Small Business; Subcategory: 6515 – Medical and Surgical Instruments, Equipment, and Supplies; Buyer Organization: MICC Fort Knox; Buy Shipping Address State: Kentucky; Open Date: 8/10/2015; End Datetime: 8/14/2015 14:00. 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: 150811/KY/0266 Matching Key Words: age:state!ky; state!ky;
August 14, 2015
Business, Business / Career, Education, Government