BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

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

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

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

R — 30 Minute Scripted Satire BBG50-Q-16-1020MD 103015 Malita M. Dyson, Contracting Officer, Phone 2023827204, Email mdyson@bbg.gov – Herman Shaw, Contracting Officer, Phone 202-382-7856, Fax (202) 382-7854, Email hshaw@bbg.gov
Title: PURCHASE ORDER NON-PERSONAL SEVICE
Synopsis:
This solicitation announcement, BBG50-Q-16-1015MD is prepared and posted in accordance with Federal Acquisitions Circular (FAC) 2005-83, Effective 01 Oct 2015.   In accordance to FAR Subpart 5.1 is to notify potential Offers for a competitive requestBroadcasting Board of Governors for quote, solicitation, issued by the Broadcasting Board of Governors, International Broadcasting Bureau, Voice of America (BBG/IBB/VOA.
(i)               This is combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and Subpart 13 as supplemented with additional information included in this notice.   This announcement constitutes the only solicitation; Request For Quotes (herein after (RFQ) are being solicited and written solicitation will not be issued.
(ii)              This solicitation is issued as a RFQ Under solicitation number FBO NOTICE BBG50-Q-16-1015MD for Non-Personnel Service. The award will be made using Simplified Acquisition Procedures in accordance with FAR Part 13.
(iii)             This RFQ incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-82, Effective 01 Oct 2015. The results of this requirement will be a firm fixed priced (FFP) Purchase Order with a Base Term and option for increased quantity.
(iv)            This procurement is being issued as a 100% small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510, with a small business size standard of $7.0 M.
(v)             There will be one Contract Line item (CLIN) for ten (10) episodes in the base period with no guaranteed minimum quantities purchased beyond the Base Period.

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

The Office of Office of Cuba Broadcasting (OCB) has a requirement for exclusive, non-transferrable license and rights for a Cuban satirical variety and comedy sketch show for inclusion into its programming.   The format will be a 30 minute, scripted satire produced by a team with a demonstrated ability to engage and entertain audiences in Cuba.   The show will provide some lighter fare to go along with the news and information relevant to Cuban’s daily lives provided by the Marti’s in their regular programming.

These comedic skits must be able to parody events in the daily lives of Cubans on the Island, and will use humor to entertain, engage, educate and enlighten audiences in Cuba.
The show will ideally be 3 segments with accompanying commercial breaks followed by a formal close with a total running time between 26 and 30 minutes.   It should also be easily transferrable to online and mobile platforms so fans can consume content in ‘snackable’ short form segments.   The OCB requirement is for ten shows (one 30 minute show per week for a total of ten weeks).
OCB is seeking parodies that will be uniquely funny, ironic, satirical and entertaining to a wide cross-section of the Cuban population.
Specific User Rights sought in order to license content for distribution to Cuba:
1.  Satellite rights: i.e., the rights to transmit the program(s) via Agency satellites, as an integral part of the Agency’s regular Spanish language programming.
2.  Broadcast rights: to deliver the program(s) and the music contained therein (if any) in the following ways: Satellite television, DVD, Internet, and other digital distribution platforms.
3.  Reproduction rights: The right to duplicate program(s) solely for the purpose of making Licensee’s masters. The Licensee will receive from Vendor/Licensor, broadcast quality master(s), preferably DV25 or DVCAM, with industry standard color bars, 16:9 aspect ratio, split track audio, and countdown.
4.  Educational/Screening Rights: The right to conduct non-theatrical, non-commercial video projection screenings of the program(s) before audiences at U.S. government premises.
5.  Excerpting Rights:  Licensee shall have the right to review each episode upon its receipt, and shall request that Licensor make cuts or edits to the Program content solely for the purposes of either (i) editing any inappropriate content which may be deemed vulgar, indecent, or offensive, or (ii) technical or timing reasons or (iii) in the event that in Licensee’s good faith determination, such content may violate the law, or expose Licensee to legal action, which request shall be in writing, shall contain the reason for such requested edits, and shall also contain specific instructions regarding the items to be edited (the “Edit Notes”).  In the event that, upon Licensee’s such request, Licensor refuses or is unable to make such cuts or edits and return the edited Episode(s) no later than thirty (30) calendar days, The Licensee shall have the right to make such cuts or edits to the Programs, but solely to the extent stated in the Edit Notes.  Licensee has the right to create excerpts of program(s) for broadcast, and for promoting and advertising the exhibition of the Programs. Licensor shall edit and provide such excerpts to be used for such purposes.  Licensee shall not edit or modify the Programs in any other manner or for any other purpose without first (i) providing Licensor the opportunity to make such edits, or (ii) obtaining Licensor’s written consent.
6.  Abridgement Rights: Licensee has the right to shorten the program(s) to fit an abbreviated broadcast time slot as per the terms.
7.  The right to acquire one copy of the music cue sheets (if any) an/or dialogue script(s), at no additional cost.
8.  The Licensee may not sell or provide individual Programs to any source.  None of the above-mentioned rights in any way limits or extinguishes the copyright protection of the Licensor
9.  The Licensor warrants that it has the authority to grant the Agency the rights as stated above, and that no additional clearances would be required for the Agency described use of the Program(s)
10.  All other rights of every kind in and unto the Programs are reserved unto the Licensor except as specifically set forth above.

Quote Submission
Interested independent Contractor(s)/Vendor(s), who are capable of providing these services, should submit an offer which identifies your capabilities as noted below. The Contractor shall demonstrate the ability and experience in providing the required services.   Submit a signed and dated offer to the office specified in this RFQ at or before the exact closing time. At a minimum, offers must include:
1.      A cover page that includes the name, physical and email addresses, and telephone number of the Offeror; the RFQ number; DUNS number and Commercial and Government Entity (CAGE) code; or NATO Cage Code (NCAGE) number on your quote; Submittal time which should be before or at the time specified in the RFQ YOU MUST HAVE AN ACTIVE SAM REGISTRATION TO BE CONSIDERED FOR THIS REQUIREMENT UNLESS YOU ARE EXEMPT.   If you do not have a DUNS, CAGE, or NCAGE, first register for DUNS at https://iupdate.dnb.com/iUpdate/viewiUpdateHome.htm Next, register for NCAGE or CAGE at http://www.dis.dia.mil/Forms/Form_AC135as the instructions for US based organizations will take you tohttps://www.sam.gov/portal/public/SA). Please select “Emergency” for Block 5 “PRIORITY/PRIORITE”;
2.      A DVD or video link with samples of Comedy sketches and/or prior work in scripted satire;
3.      Offerors shall limit their response to six (6) or less pages. Pages shall include:
a)     Technical- (Resume/Curriculum Vitae) no more than two (2) pages. Pertinent past performance in producing scripted satire;
b)     Past Performance no more than three (3) pages.   Should include recent and relevant past experience for the same or similar relevant services and other references with relevant information (i.e. dates, locations, Points of Contact Information, contract numbers, scope of work etc.).
c)      Pricing on a page by itself no more than one (1) page
i.           Quote to include the Offeror’s proposed firm fixed price for the ten (10) 30-minute shoes to be delivered over a period of ten (10) weeks (one show per week)
ii.           Price(s) for all of the Contract Line Item Number (CLIN) shall be in the English language and in the United States Dollar (USD)

4.      Acknowledgment of receipt of Amendments to Request for Quote (if applicable);
5.      Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for one hundred and fifty (150) calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.
6.      In the event Offerors did not complete the responsibility and certification portion of the SAM registration they shall include completed copy of the provision at FAR Subpart 52.212-3 (Offeror Representations and Certifications – Commercial Items) with their offer. This provision can be found at the following website https://www.acquisition.gov/Far; if requested by an Offeror, a copy of FAR subpart 52.212-3 will be provided by the Contracting Officer.

All Request For Quotes (RFQ) as well as inquiries should be submitted electronically to Malita Dyson with the referenced solicitation number BBG50-Q-16-1015MD in the subject via e-mail to mdyson@bbg.gov .   Please note NO PHONE CALLS WILL BE ACCEPTED.

Provisions incorporated by reference:
FAR 52.212-1 Instructions to Offerors- Commercial Items (Oct 2015);
FAR 52.212-2 Evaluations Commercial Items;
FAR 52.212-3 Offeror Representations and Certifications- Commercial Items (Nov 2015)
FAR 52.212-4 Contract Terms and Conditions (May 2015)

Evaluation Factors
Used to determine the competitive ranking of qualified applicants in comparison to other applicants. The factors are listed in priority order from highest to least:
Factor #1- Technical ability to include work experience, expertise, education and specialized training
Factor #2- Price
Factor #3- Past Performance (referred to in references)

Basis for Award:
The procurement is being conducted under FAR Subpart 13. Best value is defined as the expected outcome of an acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement, in accordance with FAR 2.101. The Government reserves the right to make a selection based upon the initial quote submissions so the Offeror should submit its best terms in the initial quote. The Government may also determine to make no award. A single vendor/contractor will be selected who is deemed responsible in accordance with FAR 9.104-1 and whose offer provides the Government with a best value solution.

All questions regarding this RFQ should be submitted by 26 October 2015 , via e-mail and are due by 30 October 2015 Eastern Standard Time (EST) at 2:00 p.m. Responses to questions will be provided no later than 28 October, 2015. Pursuant to FAR 15.305(a) (2) (iv), in the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror may not be evaluated favorably or unfavorably on past performance, and
(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/ Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address.
OFFERS MUST BE REGISTERED IN SAM PRIOR TO CONTRACT AWARD.
Contracting Office Address:
330 Independence Avenue, S.W.
Washington, District of Columbia 20237
United States

Place of Performance:
Office of Cuba Broadcasting
4201 NW 77 th Avenue
Miami, FL 33166
United States

Primary Point of Contact:                               Secondary Point of Contact:
Malita Dyson                                                    Herman Shaw
Contracting Officer                                           Contracting Officer
mdyson@bbg.gov                                            hshaw@bbg.gov

Set-Aside: Total Small Business Place of Performance: Office of Cuba Broadcasting 4201 NW 77th Avenue Miami , FL 33166 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-16-1020MD/listing.htm OutreachSystems Article Number: 20151021/PROCURE/0060
Matching keyword(s): video*; edit*; duplicat*; produc*; train*; you; website; page?; education*; business*; entertain*; event?; produce?; distribut*; instruct*; commercial?; broadcast*; program?; naics!711510;

dept of health and human servicesDepartment of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105 Bethesda MD 20894

U — Consumer Health and Medical News Source for MedlinePlus NIHLM2016688 102915 Maryann Carroll, Phone 3014517329, Email maryann.carroll@nih.gov This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; 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.
All responsible sources may submit a capability statement which will be considered by the National Library of Medicine. This Sources Sought Notice is not a Request for Quotations (RFQ), nor is an RFQ available.
Interested firms responding to this Sources Sought Notice must provide a capability statement that displays the following:
(a) Microsoft Word or PDF file in 12 point font
(b) DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc) pursuant to the applicable NAICS code)
(c) Technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses
(d) Staff expertise, including their availability, experience, and formal and other training;
(e) Current in-house capability and capacity to perform the work;
(f) Prior completed projects of similar nature;
(g) Corporate experience and management capability; and
(h) Examples of prior completed Government contracts, references, and other related information;
The capability statement should contain enough sufficient detail for the Government to make an informed decision regarding your capabilities; however, the statement should not exceed 6 pages (excluding attachments.)
This sources sought notice requires capability statements to be submitted via eCPS.:
1) Electronic copy via the NLM electronic Contract Proposal Submission (eCPS) website at https://ecps.nih.gov/NLM For directions on using eCPS, go to https://ecps.nih.gov/NLM/home/howt

NOTE: To submit your electronic capability statement using eCPS, all offerors must have a valid NIH External Directory Account, which provides authentication and serves as a vehicle for secure transmission of documents and communication with the NLM. The NIH External Directory Account registration process may take up to 24 hours to become active. Submission of proposals by facsimile or e-mail is not accepted.

All capability statements must be submitted electronically no later than 10:00am eastern time on October 29th, 2015 to Maryann Carroll, at maryann.carroll@nih.gov.

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

Statement of Work
Consumer Health and Medical News Source for MedlinePlus
National Library of Medicine
1. Background Information
To assist consumers in obtaining the information they need to make informed decisions about health care, the National Library of Medicine (NLM) has developed MedlinePlus (medlineplus.gov), an easily understandable Web resource for the public. MedlinePlus contains and links to information from authoritative health Web sites and content providers, especially those from the National Institutes of Health. NLM makes MedlinePlus available to the public through a variety of MedlinePlus-branded Web sites, Web services, Web applications, APIs, email and social media communications, XML files and search results.
This Statement of Work (SOW) addresses NLM’s need to license a consumer health and medical news source for MedlinePlus in English and Spanish.
2. Objective
It is the intent of the National Library of Medicine (NLM) to procure health and medical news articles, written for a lay audience, to be included on the MedlinePlus sites in English and Spanish. Content must be formattable for viewing with a Web browser, but NLM will also consider additional news content in video or other formats. NLM will host the content on its own servers.
3. Mandatory Requirements:
a) Vendor must allow NLM to host the health news articles, and retain them for public search and display for an agreed upon time (minimum of 90 days).
b) News articles must cover health and medical topics of broad (national or international) interest targeted at U.S. audience and should include: health and wellness, biomedical research results, new drug information and new disease treatments. NLM will not display or consider in-scope content focusing on the business aspects of medicine, healthcare or content written solely for health professionals.
c) Articles must include: headline, byline, body, and published-on date.
d) Vendors must provide at least five English and five Spanish in-scope health news articles daily, Monday through Friday.
e) Spanish content must be in correct and culturally neutral Spanish, not written or narrated in the style or vocabulary of a particular Spanish nationality.
f) Vendor must not require NLM to display all received content.
g) Respondents should include any documentation related to editorial policies and procedures that insure the accuracy and integrity of each story.
h) Delivery of content must be reliable and consistently available at least every weekday.
i) Information must be current. Published dates and times included as a standard field are required. The vendor must also provide NLM with the ability to identify the final version of each news article and to associate that final version with all previously delivered versions, so NLM may display only the final version.
j) Articles must be of substantial content. The majority of stories should be a minimum of 150+ words in length. Please indicate the average reading level for all articles and video transcripts.
k) Titles must be accurate in spelling and grammar and also brief yet descriptive.
l) Vendor must allow NLM to edit content for length and/or clarity (spelling out acronyms, removing extraneous words, such as “study” at the end of a headline, etc.).
m) Vendor must allow NLM to edit or add metadata or structured data markup to news content in order to achieve Search Engine Optimization (SEO) and social sharing goals for the MedlinePlus sites.
n) Attribution to outside resources provided: Information should include names and affiliations for sources quoted, and publication date and issue if source is a journal article.
o) No commercial content: Information must be free of commercial endorsements or advertisements.
p) Unobtrusive co-branding: Co-branding must not be intrusive. Please include a description and/or example of the desired co-branding.
q) Accessibility of content: Content must be accessible in accordance with Section 508 (29 U.S.C. 794d). It is the responsibility of the content provider to familiarize themselves with Section 508 requirements and ensure that their content meets these requirements.
r) Vendor must allow NLM to index the content provided for our search engine.
s) Vendor must allow NLM to have linked headlines to the content appear on any MedlinePlus-branded page and in the search results for the NLM main web site. Linked headlines may also appear on the NLM homepage (http://www.nlm.nih.go).
t) Vendor must allow NLM to send out linked headlines to individual subscribers by email, via RSS feeds or through links in social media applications such as Twitter.
u) Awardees will be required to provide NLM with technical support and access to any needed files in order for the NLM transition team to work on programming necessary in advance of the release for a seamless implementation on the MedlinePlus sites.
Vendor Responsibilities:
v) For citations of journal articles in the PubMed database (http://www.ncbi.nlm.nih.gov/pubme), the data provided by the vendor includes a mechanism for linking from individual news stories to the specific PubMed record/abstract.
w) Equivalent news content provided in English and Spanish.
(1) English stories translated or trans-created in Spanish should be delivered within 2 business days of the equivalent English story.
(2) There must be a mechanism for toggling between the English and Spanish versions of a news story when it is available in both languages.
x) Images are included with some articles to provide added value (indicate what percentage of articles include images). Any included image must have appropriate alt attribute text that conveys the context and purpose of the image as well as any text within the image. The alt attribute text should conform to accessibility best practices. NLM is allowed to edit the alt attribute text for any image.
y) Content file data includes metadata such as Medical Subject Heading (MeSH) unique identifiers or Unified Medical Language System (UMLS) Metathesaurus Content Unique Identifiers.
z) Video or other multimedia health news stories meant for consumers are included in the delivered content (indicate the average frequency and volume as well as format for this news).
If supplied, the videos must be accessible and meet the following requirements:
(1) Each video must be in mp4 format to be compatible with JW Player and HTML5.
(2) Each video must be closed-captioned and the closed captioning must use WebVTT format.
(3) Each video must be supplied with a full text transcript.
(4) Each video must have a synchronized audio description track for visually impaired users, unless all of the visually presented information in the video is already described or provided in the audio portion of the video.
(5) Videos must have no flashing, strobing, or flickering elements within a frequency greater than 2 Hz and lower than 55 Hz.
4. Specific Technical Requirements
a) Format of content: Awardees must deliver content to NLM via XML. NLM prefers to retrieve data via FTP. Vendor must deliver files a minimum of once per business day.
b) Vendor’s transfer method must be compatible with NLM’s high-security environment.
c) Article files must be delivered in XML (Extensible Mark-up Language) such that allows NLM to transfer the data into our online system.
d) Content include unique identifier and/or “final” version designation to identify duplicates and updated/final articles.
e) Any content hosted by the vendor rather than by NLM must be securely accessible via https protocol.
f) Sample technical documents, including the schema specifying layout of articles, and sample XML marked-up articles for English and Spanish should be included in response to this solicitation. NLM prefers schema versus DTD for better data validation.
g) Vendor will allow NLM to implement links to social networking sites and other online sharing forums from the individual content pages to allow MedlinePlus users to share content of interest within their social networks. NLM will implement the links through a custom solution or through a third party such as AddThis.com.
h) Vendor will allow MedlinePlus users to generate an ‘email to a friend’ containing the linked headline, to generate a print version of the article on the fly, or to otherwise share for personal use. The content provider does not need to provide the service. NLM may implement this with a custom solution.
i) NLM will forward to the vendor any feedback received from users regarding content.
j) When NLM staff identify major issues related to content, accessibility, or technical requirements, they will communicate the issues to the vendor. The vendor must describe their procedure for remediation and turn-around time for responding to the issues.

4.1 Accessibility Requirements
Section 508 of the Rehabilitation Act requires that Federal agencies’ electronic and information technology is accessible to people with disabilities. The news files received must be Section 508 compliant. Specifically, the end product must be conformant with all applicable provisions, including:
1194.21 Software applications and operating systems
1194.22 Web-based intranet and internet information and applications
1194.24 Video and multimedia products (if applicable to the product offering)
1194.31 Functional performance criteria.
1194.41 Information, documentation, and support.
Applicable clauses depend on the nature of the content. These provisions can be found at the U.S. Access Board Guidelines and Standards.
Updates to Section 508 guidelines are currently under revision. The Offeror will be expected to comply with revised section 508 standards within a reasonable timeframe once these new accessibility guidelines are issued.
In addition, the Offeror should provide Level AA conformance to the World Wide Web Consortium’s Web Accessibility Initiative (W3C-WAI) WCAG 2.0 standards when possible since they will likely soon be required by law under the update. Conformance includes ensuring that all content, including text, all non-text content such as multimedia and images, and any associated players or viewers, are fully accessible per Section 508 and WCAG 2.0 Level AA standards. This includes but is not limited to ensuring that all text elements are captioned and synchronized with the content and that all non-text elements are fully described, including any images, still or moving, that provide context as to the meaning of the content.
4.2 Accessibility Program Need
Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined to be relevant for the following program need: “Consumer Health and Medical News for MedlinePlus.”
4.3 Accessibility Product Requirements
1194.21, 1194.22, 1194.24, 1194.31 and 1194.41 from 36 CFR part 1194 Subpart D have been determined to apply to this acquisition. Solicitation respondents must describe how Information and Communication Technology deliverables meet at least these requirements identified as applicable in the attached Government Product/Service Accessibility Template (GPAT).
4.4 Accessibility Evaluation Factors
Responses to this solicitation will only be considered for award after it has been determined that the proposal adequately addresses the requirements for Section 508. Only proposals which contain adequate information to document their responsiveness to the accessibility requirements (e.g. a completed GPAT) will be eligible for any additional merit consideration.
If the deliverable proposed in response to this solicitation includes features and functions in addition to those identified as requirements, these features and functions also need to conform to relevant Section 508 technical provisions, functional performance criteria, and information, documentation and support. The accessibility of these additional features and functions should be described in the completed GPAT.
4.5 Accessibility Acceptance Criteria
The consumer health and medical news stories licensed as a result of this solicitation will be accepted based in part on satisfaction of identified requirements for accessibility. The Offeror must include a completed GPAT, a sample of which is included as a part of this solicitation. The Offeror should complete the two right-hand columns, including an explanation of how the product complies with the clause.
If the deliverable includes features and functions in addition to those identified as requirements, these features and functions also need to conform to relevant accessibility technical provisions, functional performance criteria, and information, documentation and support.
5. Other Required Information
a) The response to this solicitation must include the cost for licensing this product. The cost should be an annual flat fee for providing the content to users of any MedlinePlus branded sites or services.
b) Respondents should provide a representative list of other organizations that license the content, along with accompanying Web site URLs, for NLM to review. Provide at least three references that we may contact. Also requested is a copy of your policy (or other evidence of commitment) of your customer service policy.
c) License agreement governing use of content on Web sites, email, RSS and other electronic distribution/media must be included in response to this solicitation.
6. Contract Type
Anticipated Contract Type: Firm Fixed Price
7. Place of Performance
Files will be delivered or retrieved electronically.
8. Period of Performance
There will be a base year, plus four option years.
Base Year: 1/11/2016-1/10/2017
Option Year 1: 1/11/2017-1/10/2018
Option Year 2: 1/11/2018-1/10/2019
Option Year 3: 1/11/2019-1/10/2020
Option Year 4: 1/11/2020-1/10/2021
9. Deliverables/Delivery Schedule
SOW TASK # Deliverable Title #Calendar Days After Award
3 Regular content update At a mutually agreeable schedule
14 Initial content file delivery 14 days after award
4 Response to requests for emergency updating of content Within a mutually agreeable turn-around time
10. Inspection and Acceptance Criteria
NLM will inspect and do a quality review of the delivered content as part of the regular update process.
11. Accounting and Appropriation Data
Funds are available or will become available prior to the award. For each subsequent year of funding, the task order is subject to availability of funds.
12. Other Pertinent Information or Special Considerations
Features and product offerings will be evaluated as they exist at the time of proposal submission. Beta releases and planned updates will not be considered.
13. Post-Award Administration
The process for the routine delivery and updating of content will be followed. Past Performance Evaluations will be completed annually and at the end of the task.
14. Transition Plan
The awardee will be required to provide NLM with technical support and advanced delivery of the content files within 14 days of being selected by NLM so that NLM can plan for the implementation of the content pages and links to these pages on MedlinePlus-branded sites, services and files.
In the event that NLM ceases licensing this product, the Offeror will be notified within 30 calendar days of the change, but will help assist with the transition by providing technical support and addressing questions that facilitate transitioning to a new provider of content. The contractor shall create any requested non-proprietary documentation that NLM requests to aid with the transition. Any documentation developed for this purpose shall be the property of the government.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2016688/listing.htm OutreachSystems Article Number: 20151021/PROCURE/0446
Matching keyword(s): video*; edit*; duplicat*; produc*; train*; website; web; site?; page?; business*; documentation; event?; distribut*; commercial?;

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

R — 30 Minute Scripted Satire BBG50-Q-16-1015MD 103015 Malita M. Dyson, Contract Support Specialist, Phone 2023827204, Email mdyson@bbg.gov – Herman Shaw, Contracting Officer, Phone 202-382-7856, Fax (202) 382-7854, Email hshaw@bbg.gov Title: PURCHASE ORDER NON-PERSONAL SEVICE
Synopsis:
This solicitation announcement, BBG50-Q-16-1015MD is prepared and posted in accordance with Federal Acquisitions Circular (FAC) 2005-83, Effective 01 Oct 2015. In accordance to FAR Subpart 5.1 is to notify potential Offers for a competitive requestBroadcasting Board of Governors for quote, solicitation, issued by the Broadcasting Board of Governors, International Broadcasting Bureau, Voice of America (BBG/IBB/VOA.
(i) This is combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and Subpart 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Request For Quotes (herein after (RFQ) are being solicited and written solicitation will not be issued.
(ii) This solicitation is issued as a RFQ Under solicitation number FBO NOTICE BBG50-Q-16-1015MD for Non-Personnel Service. The award will be made using Simplified Acquisition Procedures in accordance with FAR Part 13.
(iii) This RFQ incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-82, Effective 01 Oct 2015. The results of this requirement will be a firm fixed priced (FFP) Purchase Order with a Base Term and option for increased quantity.
(iv) This procurement is being issued as a 100% small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510, with a small business size standard of $7.0 M.
(v) There will be one Contract Line item (CLIN) for ten (10) episodes in the base period with no guaranteed minimum quantities purchased beyond the Base Period.
STATEMENT OF WORK (SOW)
The Broadcasting Board of Governors (BBG), an independent federal agency, is a fast-moving, multi-cultural organization that encompasses all U.S. civilian international broadcasting. The BBG is comprised of the Voice of America, which delivers high quality, multimedia programming in 44 languages to audiences worldwide; the Office of Cuba Broadcasting (Radio and TV Marti); the International Broadcasting Bureau, which provides transmission, administrative, and other support service; and three grantee organizations – Radio Free Europe/Radio Liberty; the Middle East Broadcasting Networks (Alhurra TV and Radio Sawa), and Radio Free Asia.

The Office of Office of Cuba Broadcasting (OCB) has a requirement for exclusive, non-transferrable license and rights for a Cuban satirical variety & comedy sketch show for inclusion into its programming. The format will be a 30 minute, scripted satire preferably by a team with a demonstrated ability to engage and entertain audiences in Cuba, and a popular following inside the Island. The OCB requirement is for ten (10) shows (one 30-minute show per week for a total of ten (10) weeks).
These skits must be able to parody public figures, politicians, government officials, entertainers, as well as recognizable members of Cuban civil society groups who are active in the political and civil sphere and widely known throughout the Island.
Each skit should ideally be comprised of three (3) segments with accompanying commercial breaks followed by a formal close. Total running time between 26-30 minutes.
These parodies must be uniquely funny, ironic, satirical and entertaining to a wide cross-section of the Cuban population.
Specific User Rights sought in order to license content for distribution to Cuba:
1. Satellite rights: i.e., the rights to transmit the program(s) via Agency satellites, as an integral part of the Agency’s regular Spanish language programming.
2. Broadcast rights: to deliver the program(s) and the music contained therein (if any) in the following ways: Satellite television and radio, DVD, Internet, and other digital distribution platforms.
3. Reproduction rights: The right to duplicate program(s) solely for the purpose of making Licensee’s masters. The Licensee will receive from Vendor/Licensor, broadcast quality master(s), preferably DV25 or DVCAM, with industry standard color bars, 16:9 aspect ratio, split track audio, and countdown.
4. Educational/Screening Rights: The right to conduct non-theatrical, non-commercial video projection screenings of the program(s) before audiences at U.S. government premises.
5. Excerpting Rights: Licensee shall have the right to review each episode upon its receipt, and shall request that Licensor make cuts or edits to the Program content solely for the purposes of either (i) editing any inappropriate content which may be deemed vulgar, indecent, or offensive, or (ii) technical or timing reasons or (iii) in the event that in Licensee’s good faith determination, such content may violate the law, or expose Licensee to legal action, which request shall be in writing, shall contain the reason for such requested edits, and shall also contain specific instructions regarding the items to be edited (the “Edit Notes”). In the event that, upon Licensee’s such request, Licensor refuses or is unable to make such cuts or edits and return the edited Episode(s) no later than thirty (30) calendar days, The Licensee shall have the right to make such cuts or edits to the Programs, but solely to the extent stated in the Edit Notes. Licensee has the right to create excerpts of program(s) for broadcast, and for promoting and advertising the exhibition of the Programs. Licensor shall edit and provide such excerpts to be used for such purposes. Licensee shall not edit or modify the Programs in any other manner or for any other purpose without first (i) providing Licensor the opportunity to make such edits, or (ii) obtaining Licensor’s written consent.
6. Abridgement Rights: Licensee has the right to shorten the program(s) to fit an abbreviated broadcast time slot as per the terms.
7. The right to acquire one copy of the music cue sheets (if any) an/or dialogue script(s), at no additional cost.
8. The Licensee may not sell or provide individual Programs to any source. None of the above-mentioned rights in any way limits or extinguishes the copyright protection of the Licensor
9. The Licensor warrants that it has the authority to grant the Agency the rights as stated above, and that no additional clearances would be required for the Agency described use of the Program(s)
10. All other rights of every kind in and unto the Programs are reserved unto the Licensor except as specifically set forth above.
Quote Submission
Interested independent Contractor(s)/Vendor(s), who are capable of providing these services, should submit an offer which identifies your capabilities as noted below. The Contractor shall demonstrate the ability and experience in providing the required services. Submit a signed and dated offer to the office specified in this RFQ at or before the exact closing time. At a minimum, offers must include:
1. A cover page that includes the name, physical and email addresses, and telephone number of the Offeror; the RFQ number; DUNS number and Commercial and Government Entity (CAGE) code; or NATO Cage Code (NCAGE) number on your quote; Submittal time which should be before or at the time specified in the RFQ YOU MUST HAVE AN ACTIVE SAM REGISTRATION TO BE CONSIDERED FOR THIS REQUIREMENT UNLESS YOU ARE EXEMPT. If you do not have a DUNS, CAGE, or NCAGE, first register for DUNS at https://iupdate.dnb.com/iUpdate/viewiUpdateHome.htm Next, register for NCAGE or CAGE at http://www.dis.dia.mil/Forms/Form_AC135as the instructions for US based organizations will take you tohttps://www.sam.gov/portal/public/SA). Please select “Emergency” for Block 5 “PRIORITY/PRIORITE”;
2. A DVD or video link with samples of Comedy sketches and/or prior work in scripted satire;
3. Offerors shall limit their response to six (6) or less pages. Pages shall include:
a) Technical- (Resume/Curriculum Vitae) no more than two (2) pages. Pertinent past performance in producing scripted satire;
b) Past Performance no more than three (3) pages. Should include recent and relevant past experience for the same or similar relevant services and other references with relevant information (i.e. dates, locations, Points of Contact Information, contract numbers, scope of work etc.).
c) Pricing on a page by itself no more than one (1) page
i. Quote to include the Offeror’s proposed firm fixed price for the ten (10) 30-minute shoes to be delivered over a period of ten (10) weeks (one show per week)
ii. Price(s) for all of the Contract Line Item Number (CLIN) shall be in the English language and in the United States Dollar (USD)
4. Acknowledgment of receipt of Amendments to Request for Quote (if applicable);
5. Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for one hundred and fifty (150) calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.
6. In the event Offerors did not complete the responsibility and certification portion of the SAM registration they shall include completed copy of the provision at FAR Subpart 52.212-3 (Offeror Representations and Certifications – Commercial Items) with their offer. This provision can be found at the following website https://www.acquisition.gov/Far; if requested by an Offeror, a copy of FAR subpart 52.212-3 will be provided by the Contracting Officer.
All Request For Quotes (RFQ) as well as inquiries should be submitted electronically to Malita Dyson with the referenced solicitation number BBG50-Q-16-1015MD in the subject via e-mail to mdyson@bbg.gov. Please note NO PHONE CALLS WILL BE ACCEPTED.
Provisions incorporated by reference:
FAR 52.212-1 Instructions to Offerors- Commercial Items (Oct 2015);
FAR 52.212-2 Evaluations Commercial Items;
FAR 52.212-3 Offeror Representations and Certifications- Commercial Items (Nov 2015)
FAR 52.212-4 Contract Terms and Conditions (May 2015)
Evaluation Factors
Used to determine the competitive ranking of qualified applicants in comparison to other applicants. The factors are listed in priority order from highest to least:
Factor #1- Technical ability to include work experience, expertise, education and specialized training
Factor #2- Price
Factor #3- Past Performance (referred to in references)
Basis for Award:
The procurement is being conducted under FAR Subpart 13. Best value is defined as the expected outcome of an acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement, in accordance with FAR 2.101. The Government reserves the right to make a selection based upon the initial quote submissions so the Offeror should submit its best terms in the initial quote. The Government may also determine to make no award. A single vendor/contractor will be selected who is deemed responsible in accordance with FAR 9.104-1 and whose offer provides the Government with a best value solution.
All questions regarding this RFQ should be submitted by 26 October 2015, via e-mail and are due by 30 October 2015 Eastern Standard Time (EST) at 2:00 p.m. Responses to questions will be provided no later than 28 October, 2015. Pursuant to FAR 15.305(a) (2) (iv), in the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror may not be evaluated favorably or unfavorably on past performance, and
(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/ Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address.
OFFERS MUST BE REGISTERED IN SAM PRIOR TO CONTRACT AWARD.
Contracting Office Address:
330 Independence Avenue, S.W.
Washington, District of Columbia 20237
United States
Place of Performance:
Office of Cuba Broadcasting
4201 NW 77th Avenue
Miami, FL 33166
United States
Primary Point of Contact: Malita Dyson mdyson@bbg.gov
Secondary Point of Contact: Herman Shaw hshaw@bbg.gov
Set-Aside: Total Small Business Place of Performance: Office of Cuba Broadcasting 4201 NW 77th Avenue Miami, FL 33166 Miami, FL 33166 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-16-1015MD/listing.htm OutreachSystems Article Number: 20151020/PROCURE/0045
Matching keyword(s): video*; edit*; duplicat*; produc*; train*; you; website; page?; education*; business*; entertain*; event?; distribut*; instruct*; commercial?; broadcast*; program?; naics!711510;

600px-US-DeptOfNavy-Seal.svgDepartment of the Navy, Chief of Naval Installations, Chief of Naval Installations Command-MWR/VQ, 5720 Integrity Drive Bldg 457 Millington TN 38055

R — Video Production Services HDQMWR-15-R-0033 102115 Jackie Primer, Contract Specialist, Phone 901-874-6900, Fax 901-874-2073, Email Jackie.Primer@navy.mil – Troy L Milburn, Phone 901.874.6681, Fax 901.874-2073, Email troy.milburn@navy.mil Response date is extended until October 21, 2015 at 3:00 p.m. CST.
Place of Performance: SEE SOLICITATION US URL: https://www.fbo.gov/notices/b4343d2bad2f322a3651a88853f4061

OutreachSystems Article Number: 20151020/PROCURE/0464
Matching keyword(s): video*; produc*; production?; naics!512110;

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

R – Competitive Negotiation on Communications Officer Services #3051 SOL Competitive Negotiation on Communications Officer Services #3051Bid closes @ 3:00 p.m. on October 28, 2015 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151021/BID/0114
Matching keyword(s): age:state!ky; state!ky;

Virginia – County of Chesterfield http://www.chesterfield.gov/PurchasingBid.aspx Copies of the documents may be requested by phone at (804) 748-1617 or by E-mail to purchasing@co.chesterfield.va.us.

T – Video Production Services SOL 15-1309 Video Production Services For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151021/BID/0291
Matching keyword(s): video*; produc*; production?;

Colorado – Regional Transportation District, Colorado – Regional Transportation District http://www.rtd-denver.com/CurrentSolicitations.shtm

R – Request for Quotation (RFQ) No. 15BB003, issued October 16, 2015, SOL Request for Quotation (RFQ) No. 15BB003, issued October 16, 2015, is seeking quotations from qualified firms to provide Parking Pricing Technical Assessment. Written quotations will be received by Contracts and Procurement, RTD, 1600 Blake Street, Denver, CO 80202 until 4:00 p.m. prevailing local time on November 16, 2015. Bob.brown@rtd-denver.com. For RFQ documents please e-mail your request to RTD Contracts and Procurement at purchasing.help@rtd-denver.com For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151021/BID/0363
Matching keyword(s): writ*; technical;

Metropolitan Sewer District of Greater Cincinnati (MSDGC), MSD Procurement, 1035 Woodrow St., Cincinnati, OH 45204

R — Capital Improvement Program Controls. SOL RFP #2015-003 DUE 10/28/2015 Website: http://msdgc.org/cip/2005/onsale.ht 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: 20151021/KY/2543
Matching keyword(s): age:state!ky; state!ky;

Sanitation District No. 1, 1045 Eaton Drive, Ft. Wright, KY 41017

T — Generate and Mail Billing Statements & Notices. SOL DUE 10/23/2015 Website: http://www.sd1.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: 20151021/KY/2545
Matching keyword(s): age:state!ky; state!ky;

Southwest Ohio Regional Transit Authority, 602 Main St., Suite 1100, Cincinnati, OH 45202

T — Video Production for Cincinnati Streetcar. SOL RFP 56-15 Website: http://www.go-metro.com/doing-business/bid-opportunitie The Southwest Ohio Regional Transit Authority (SORTA) requests proposals to provide video production services for the Cincinnati Streetcar. Proposal instructions, specifications and contractual terms and conditions may be obtained by contacting SORTA’s Procurement Department, Lyndi Bryan at 513-632-9229 or lbryan@go-metro.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: 20151021/KY/2546
Matching keyword(s): video*; produc*; website; business*; production?; instruct*; age:state!ky; state!ky;

Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601

R — Actuarial Services for Kentucky Reclamation Guaranty Fund – Addendum #1. SOL RFP 128 1600000078 version 2 DUE 11/04/2015 Jeff O Dell, email: Jeff.O Dell@ky.gov Phone: (502) 564-2340; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic The Kentucky Reclamation Guaranty Fund Commission, of the Energy and Environment Cabinet (EEC), is requesting actuarial services to determine the actuarial soundness, as defined in KRS 350.500(1), of the Kentucky Reclamation Guaranty Fund (KRGF). This request is in accordance with the mandate of KRS 350.509(4). This study will assist the Commission in determining the solvency and sustainability of the KRGF. The actuary will be tasked with making professional determinations and provide written recommendations to the KRGF Commission concerning the risk, viability, impact and maintenance of the KRGF. Specifically, the actuary will perform the following functions: perform statistical calculation of risk; evaluate the Fund structure, funding schemes and financial soundness of the Fund; evaluate and analyze data provided by the Kentucky, Department for Natural Resources (DNR), Kentucky Reclamation Guaranty Fund (KRGF), Office of the Reclamation Guaranty Fund (ORGF) and/or data acquired by the actuary in order to summarize Fund activity and make recommendations on the best operation of the KRGF. The actuary also will provide analysis on mechanisms in place to provide adequate financial oversight to the Fund. 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: 20151021/KY/2567
Matching keyword(s): age:state!ky; state!ky;

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

R – Services: Professional SOL RFP51-2015 Due Date: 11/16/2015 Local Grant Sub-Recipient Services For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151020/BID/0012
Matching keyword(s): age:state!ky; state!ky;

TransitTalent.com http://www.transittalent.com/search_solicitations_all.cf This bid has been provided by TransitTalent.com. For more information, please visit the TransitTalent.com web site.

T — RFP 2015553 Portable Video-Based Transit Vehicle Operator Assess SOL Due Date: November 13, 2015 Address: Nashville, Tennessee Contact: Nashville Metropolitan Transit Authority (MTA) RFP 2015553 Portable Video-Based Transit Vehicle Operator Assessment & Training System For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151020/SMALL/5362
Matching keyword(s): video*; train*;

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

R — 2015 Free-Flight Bird Show. SOL RFP-3549-0-2016/ES DUE 10/29/2015 Phone: (502) 574-3211; Website: http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp Contact: Eugene Skeete. 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: 20151020/KY/2505
Matching keyword(s): age:state!ky; state!ky;

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

99 — 2015 Free-Flight Bird Show. SOL RFP-3549-0-2016/ES. DUE 10/29/2015 Phone: (502) 574-3211; Website: http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp Contact: Eugene Skeete. 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: 20151020/KY/2506
Matching keyword(s): age:state!ky; state!ky;

Jefferson County Public Schools, P.O. Box 34020; Louisville, Kentucky 40232-4020

U — Competitive Negotiation for Montessori Curriculum Coach. SOL #3052 DUE 10/30/2015 Purchasing/Bid Department, Phone:(502) 485-3011; Website: https://webapps.jefferson.kyschools.us/FinanceWeb/bidopps.asp 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: 20151020/KY/2516
Matching keyword(s): age:state!ky; state!ky;

Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601

R — RFP ATM KY HORSE PARK BUILDINGS – Addendum #1 – NEW DUE DATE. SOL RFP 785 1600000090 version 2 DUE 11/04/2015 Wendell Harris, email: wendell.harris@ky.gov Phone: (502) 564-5945; Website: https://emars.ky.gov/online/vss/AltSelfServic RFP For the operation of multiple automated teller machines at the Ky Horse Park – Alltech Arena, Camp Ground Store, Paddock Cafe and Visitors Information Center. 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: 20151020/KY/2523
Matching keyword(s): age:state!ky; state!ky;

City of Bowling Green, PO Box 430; Bowling Green, KY-42102-0430

69 — Car Fire Training System – Addendum #1 – NEW DUE DATE. SOL 2016-14 DUE 10/28/2015 Purchasing Office Phone: 270-393-3000; Website: http://www.bgky.org/citymanager/bids.ph This specification defines the functional and performance characteristics of a propane fueled, portable, live Car Fire Training System. 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: 20151020/KY/2529
Matching keyword(s): age:state!ky; state!ky;

Cleary Construction, Inc., 2006 Edmonton Road, Tompkinsville, KY 42167

99 — Potential Construction Opportunities – Diverse Businesses Requested. SOL Phone: (270) 487-1784; Fax: (270) 487-8029; website http://www.clearyconst.com BID Date: 10/28/15: BID TIME: 10:00 AM CST. Cleary Construction, Inc. is inviting quotes on the following. Project: KILLOUGH SPRINGS ROAD DRAINAGE. Project Location: BIRMINGHAM, AL. Quotes Requested for the following subcontractors: Trucking, Asphalt, Traffic Control, Signage, Concrete Flatwork, Equipment, etc. Quotes Requested for the following materials: Pipe and appurtenances, Stone, Concrete, Asphalt, etc. Additional Information: We would greatly appreciate any and all DBE participation. Plans Available at the following location(s): Cleary Construction, Inc., 2006 Edmonton Road, Tompkinsville, KY 42167. Telephone Number: 270-487-1784. Project Contact Information: Name: MARY JO SPURLOCK Phone: 270-487-1784 EXT. 31 Email: estimating@clearyconst.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: 20151019/KY/2469
Matching keyword(s): age:state!ky; state!ky;

Cleary Construction, Inc., 2006 Edmonton Road, Tompkinsville, KY 42167

99 — Potential Construction Opportunities – Diverse Businesses Requested. SOL Phone: (270) 487-1784; Fax: (270) 487-8029; website http://www.clearyconst.com BID Date: 11/17/15: BID TIME: 11:00 AM CST. Cleary Construction, Inc. is inviting quotes on the following. Project: PULASKI PIKE WATER LINE REPLACEMENT. Project Location: HUNTSVILLE, AL. Quotes Requested for the following subcontractors: Trucking, Asphalt, Traffic Control, Signage, Concrete Flatwork, Video, CCTV, Pressure testing, Equipment, etc. Quotes Requested for the following materials: Pipe and appurtenances, Stone, Concrete, Asphalt, etc. Additional Information: We would greatly appreciate any and all DBE participation. Plans Available at the following location(s): Cleary Construction, Inc., 2006 Edmonton Road, Tompkinsville, KY 42167. Telephone Number: 270-487-1784. Project Contact Information: Name: MARY JO SPURLOCK Phone: 270-487-1784 EXT. 31 Email: estimating@clearyconst.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: 20151019/KY/2473
Matching keyword(s): age:state!ky; state!ky;

Cleary Construction, Inc., 2006 Edmonton Road, Tompkinsville, KY 42167

T — Potential Construction Opportunities – Diverse Businesses Requested. SOL Phone: (270) 487-1784; Fax: (270) 487-8029; website http://www.clearyconst.com BID Date: 11/17/15: BID TIME: 11:00 AM CST. Cleary Construction, Inc. is inviting quotes on the following. Project: PULASKI PIKE WATER LINE REPLACEMENT. Project Location: HUNTSVILLE, AL. Quotes Requested for the following subcontractors: Trucking, Asphalt, Traffic Control, Signage, Concrete Flatwork, Video, CCTV, Pressure testing, Equipment, etc. Quotes Requested for the following materials: Pipe and appurtenances, Stone, Concrete, Asphalt, etc. Additional Information: We would greatly appreciate any and all DBE participation. Plans Available at the following location(s): Cleary Construction, Inc., 2006 Edmonton Road, Tompkinsville, KY 42167. Telephone Number: 270-487-1784. Project Contact Information: Name: MARY JO SPURLOCK Phone: 270-487-1784 EXT. 31 Email: estimating@clearyconst.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: 20151019/KY/2474
Matching keyword(s): age:state!ky; state!ky;

University of Kentucky, Capital Construction Division, Peterson Service Building, Lexington, KY 40506-0005

99 — SNAP-Ed and EFNEP Program Reinforcement Items and Related Services – Addendum #2. SOL UK-1632-16 DUE 10/30/2015 Phone: (859) 257-9100; Website address: http://www.uky.edu/Purchasing/bidlist.ht Intent and Scope: The purpose of this Request for Proposals is to establish one or more price contracts for the purchase of Nutrition and Physical Activity reinforcement items for participants of the two Nutrition Education Programs (NEP), Supplemental Nutrition Assistance Program (SNAP-Ed) and Expanded Food and Nutrition Program (EFNEP). A listing of items contained in the accompanying Attachment A shall serve as basis for Financial Proposals by Offerors. Offerors shall also provide related services for products purchased by the NEP such as product selection guidance, customer service, etc. Attachment B is for any alternate product Offeror would like to propose. Samples of these items are not to be sent with the Offerors response and theUniversity reserves the right to request samples of these items at any time during the RFP process.Offeror must be knowledgeable of contemporary marketing strategies and capable of creative input with respect to the reinforcement items. In addition to soliciting proposals based on competitive, best-value pricing, the University is also interested in value-added services such as designated account representatives, customer service and other value-added services as needed. In addition to provision of products, successful contractor(s) will be responsible for fulfilling, packing and direct shipping of items to over 100 destinations within the state of Kentucky. Offeror must possess (or agree to obtain, if considered for award) the Restricted level license for imprinting University Of Kentucky logos via the University s licensing agent, Fermata Partners. Any items ordered by the University for Internal Use only are not subject to the royalty fee. Among other requirements, Fermata Partners licensing requires an application fee, product liability insurance, etc. If needed, additional information regarding the licensing process can be found at the Fermata Partners website, http://www.fermatapartners.com. Offerors are not required to hold or apply for the Fermata Partners restricted license in order to submit a proposal to this RFP. Offerors must be familiar with University Of Kentucky Graphics Standards and agree to abide by all related policies and usage. The University Graphics Standards are located on the UK Public Relations website at the following: http://www.uky.edu/Graphics See Section 7.0 for additional information. SNAP-Ed category items may include: Apparel Accessories; Kitchen textiles; Kitchenware; Coloring; Health and Safety; Magnets; Personal Care; Pencils; Flyers; Pedometers; Fitness; Novelty and Sport Balls. 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: 20151019/KY/2493
Matching keyword(s): age:state!ky; state!ky;

University of Kentucky, Capital Construction Division, Peterson Service Building, Lexington, KY 40506-0005

T — SNAP-Ed and EFNEP Program Reinforcement Items and Related Services – Addendum #2. SOL UK-1632-16 DUE 10/30/2015 Phone: (859) 257-9100; Website address: http://www.uky.edu/Purchasing/bidlist.ht Intent and Scope: The purpose of this Request for Proposals is to establish one or more price contracts for the purchase of Nutrition and Physical Activity reinforcement items for participants of the two Nutrition Education Programs (NEP), Supplemental Nutrition Assistance Program (SNAP-Ed) and Expanded Food and Nutrition Program (EFNEP). A listing of items contained in the accompanying Attachment A shall serve as basis for Financial Proposals by Offerors. Offerors shall also provide related services for products purchased by the NEP such as product selection guidance, customer service, etc. Attachment B is for any alternate product Offeror would like to propose. Samples of these items are not to be sent with the Offerors response and theUniversity reserves the right to request samples of these items at any time during the RFP process.Offeror must be knowledgeable of contemporary marketing strategies and capable of creative input with respect to the reinforcement items. In addition to soliciting proposals based on competitive, best-value pricing, the University is also interested in value-added services such as designated account representatives, customer service and other value-added services as needed. In addition to provision of products, successful contractor(s) will be responsible for fulfilling, packing and direct shipping of items to over 100 destinations within the state of Kentucky. Offeror must possess (or agree to obtain, if considered for award) the Restricted level license for imprinting University Of Kentucky logos via the University s licensing agent, Fermata Partners. Any items ordered by the University for Internal Use only are not subject to the royalty fee. Among other requirements, Fermata Partners licensing requires an application fee, product liability insurance, etc. If needed, additional information regarding the licensing process can be found at the Fermata Partners website, http://www.fermatapartners.com. Offerors are not required to hold or apply for the Fermata Partners restricted license in order to submit a proposal to this RFP. Offerors must be familiar with University Of Kentucky Graphics Standards and agree to abide by all related policies and usage. The University Graphics Standards are located on the UK Public Relations website at the following: http://www.uky.edu/Graphics See Section 7.0 for additional information. SNAP-Ed category items may include: Apparel Accessories; Kitchen textiles; Kitchenware; Coloring; Health and Safety; Magnets; Personal Care; Pencils; Flyers; Pedometers; Fitness; Novelty and Sport Balls. 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: 20151019/KY/2494
Matching keyword(s): age:state!ky; state!ky;

bmg logo(R)2BMG AD (fv)

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

Comments are closed.

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

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

Truth- A Right to Fight For...

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

%d bloggers like this: