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
Department of the Air Force, AFICA, AFICA- PACAF,
R — Visual Information Services FA5215-16-Q-0001 112515 Ryan T. Truong, Contracting Officer, Phone (808) 448-2976, Fax (808) 448-2912, Email ryan.truong.1@us.af.mil – Amy Burke, Contract Specialist, Phone 808-448-2941, Fax 808-448-2912, Email amy.burke.2@us.af.mil Please note that this requirement was previously synopsized under Special Notice No. FA5215-15-R-0013.
This is a Request for Proposal (RFP) for Visual Information (VI) Services for the Daniel K. Inouye Asia Pacific Center for Security Studies (DKI APCSS) located at 2058 Maluhia Road, Honolulu HI 96815. DKI APCSS is a regional study, conference, and research center whose mission is to enhance cooperation and build relationships through mutual understanding and study of comprehensive security issues among military and civilian representatives of the United States and other Asia-Pacific nations. DKI APCSS has identified the need for qualified personnel, management, supervision and services necessary to perform VI Services in support of the mission of DKI APCSS. The primary work performed by these functions is to provide graphics, digital media, audiovisual, Video Teleconferencing (VTC) and technical support services in preparation for, support during, and after action evaluations of Workshops/Seminars, courses and events offered by DKI APCSS. Services include graphic arts, audiovisual, VTC services and information technology services to include systems/network management and seminar room support (help desk) and technical support services.
The period of performance/contract completion time is anticipated to be a period of 12 months with four (4) 12 month option periods. The North American Industry Classification System (NAICS) code for this work is 541990. This requirement will be procured in accordance with FAR 19.805, 8(a) competitive set aside. The Government intends to award without discussions. Interested offerors must be registered in the System for Award Management (SAM) database. Firms can register via the SAM Internet site at https://www.sam.gov/ Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf (Please note the registration for access to the secure site takes approximately five business days, therefore, plan accordingly). All contractors and subcontractors interested in this project must be certified by SBA as an 8(a) company. The plans and specifications will be available only at Federal Business Opportunities (FedBizOpps.gov or fbo.gov). FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf Reference paragraph 4.4 of the Vendor Guide for instructions on how to retrieve the specification and drawing documents for this project.
Written inquiries (via email to ryan.truong.1@us.af.mil or amy.burke.2@us.af.mil) will be answered and posted to http://www.fedbizopps.go when requests are received no later than 06 Nov 2015; 2:00PM Hawaii Standard Time (HST) in order to ensure timely receipt of proposals.
DISCLAIMER: Amendments, if/when issued, will be posted on the FBO page for electronic downloading. This will normally be the only method of distributing amendments prior to the solicitation’s closing; therefore, it is the offeror’s responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror’s inability to access the documents posted on the referenced web pages. The Government will not issue paper copies of the solicitation. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting on the web.
No facsimile or email proposal will be accepted.
Contracting Office Address:
90G St. Bldg. 1201
JBPH-H Hawaii, 96853-5230
Primary Point of Contact:
Name: Ryan T. Truong
Email: ryan.truong.1@us.af.mil
Phone: 808.448.2976
Fax: 808.448.2912
Secondary Point of Contact:
Name: Amy J. Burke
Email: amy.burke.2@us.af.mil
Phone: 808.448.2941
Fax: 808.448.2912
Set-Aside: Competitive 8(a) Place of Performance: Daniel K. Inouye Asia Pacific Center for Security Studies (DKI APCSS) located at 2058 Maluhia Road Honolulu, HI 96815 US URL: https://www.fbo.gov/notices/ee9ef8c73b51b8d3e5d9fface1e1489 OutreachSystems Article Number: 20151027/PROCURE/0037
Matching keyword(s): video; audiovisual; serv*;
National Aeronautics and Space Administration, Kennedy Space Center, Office of Procurement, NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
U–APPEL TRAINING NNK545403Q NNK545403Q 111215 Marco Pochy, Contracting Officer, Phone 321-867-8567, Fax 321-867-1188, Email marco.l.pochy@nasa.gov Marco Pochy NASA/John F. Kennedy Space Center (KSC) is hereby soliciting information about potential sources for support services of the Academy of Program, Project, and Engineering Leadership (APPEL), including but not limited to, managing, reviewing, evaluating, implementing APPELs Career Development (CD) and Knowledge Sharing (KS) processes and activities that align with the NASA Mission. The contractor shall provide resources and activities required to maintain an adequate level of base support to provide challenging and beneficial learning activities to develop the expertise of NASA program/project managers (PPMs) and program/project support team members. The Contractor shall engage NASA stakeholders, contractor partners, university and professional and research organization partners, and non-NASA partners to maintain and extend the Program/Project Management Development Process (PMDP) and its online version. The contractor shall Manage and develop APPELs collaboration with NASAs international partners throughout the world and facilitate moving the APPEL coursework from traditional classroom or lecture venue to electronic/computer/web-based learning. The work requires a broad depth and span of expertise and experience in providing full range of support services to Government personnel in the following areas: training and knowledge sharing, event planning and executing, international collaboration, curriculum development, publishing, technical<span style=”color:blue;”> writing, editing, marketing, eLearning technologies, employee development support, database management, program management, project management, engineering. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of two pages or less indicating the ability to perform, size status of your company, and all aspects of the effort described herein. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified may be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to jennifer.l.jewell@nasa.gov no later than 11/12/2015. Please reference the RFI reference number in any response. Any referenced notes may be viewed at the following URLs linked below. Point of Contact Name: Jennifer Jewell Title: Contract Specialist Phone: 321-867-7807 Email: jennifer.l.jewell@nasa.gov
URL: https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK545403Q/listing.htm
OutreachSystems Article Number: 20151027/PROCURE/0049
Matching keyword(s): writ*; copy; technical;
Department of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598
99 — Sale Of Post-Consumer Baled Mixed Recycle Material QRP16-0011 110215 Bridgette Caico, Clerk, Phone 502-624-5026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil – Daniel Sundeen , QRP Manager, Phone 502-624-2358, Fax 502-624-5672, Email daniel.j.sundeen.naf@mail.mil The Fort Knox Qualified Recycle Program is issuing an invitation for sale of Post-Consumer Baled Mixed Precyclable Material. The duration of this is for 1 year.
Please open the attached document on this posting for the sale solicitation/agreement that is required for bidding. Sign, initial each page in the designated field, date and enter all of the required information in your bid. Send your bid to Daniel Sundeen or Bridgette Caico by fax: 502-624-5672 or by email at bridgette.r.caico.naf@mail.mil. Respond due date is a 2pm Eastern Standard Time.
Please call Fort Knox QRP, if you have any questions or concerns. All Bids are welcome.
The contract performance location is bldg 2962, 309 Frasier Rd. Fort Knox Ky 40121
Bridgette Caico
Shipping, Sales, and Receiving Clerk
Fort Knox Qualified Recycle Program
Phone- 502-624-5026
Fax- 502-624-5672
Place of Performance: 309 Frazier Rd. Bldg 2962 Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP16-0011/listing.htm OutreachSystems Article Number: 20151027/SURPLUS/0634
Matching keyword(s): state!ky;
Department of the Air Force, Air Force Material Command, AFRL/RIK – Rome , 26 Electronic Parkway Rome NY 13441-4514
R — DOCUMENT SHREDDING SERVICE FA8751-16-Q-0103 110315 Tabitha Haggart, Contract Specialist, Phone 315-330-3787, Fax 315-330-3001, Email Tabitha.Haggart@us.af.mil General Information
Title: Document Shredding Service
Solicitation Number: FA8751-16-Q-0103
Classification Code: R499
Set-Aside: Small business- total
NAICS Code: 561990
Contracting Office Address
Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514
Description
This is a Combined Synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, Offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.
Solicitation FA8751-16-Q-0103 is issued as a Request for Quotation (RFQ).
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20150930. See http://farsite.hill.af.mil“>http://farsite.hill.af.mil for the full text of all provisions and clauses incorporated by reference herein.
This procurement is being issued as a total small business set-aside under NAICS code 561990 with average annual receipts of $11,000,000.
The contractor shall provide the service as described in the Performance of Work Statement (PWS) on a firm fixed price basis including the cost of shipping FOB Destination:
The Period of Performance will be one (1) Base Year and four (4) Option Years:
17 November 2015 – 16 November 2016;
17 November 2016 – 16 November 2017;
17 November 2017 – 16 November 2018,
17 November 2018 – 16 November 2019,
17 November 2019 – 16 November 2020.
Price each option separately and include an overall total. (See attached bid schedule, Attachment No. 2)
Refer to the attached PWS for contract specific requirements (Attachment No.1)
Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice
The required Period of Performance is 17 November 2015 to 16 November 2016 Plus 4 Option Years. If all options are exercised the period of performance will end 16 November 2020. All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Rome, NY 13441
The provision at 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are:
(b) Written quotes are due at or before 3PM, 11/3/2015. Submit to AFRL/RIKO to Attn: Tabitha Haggart, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-3001 or by email to Tabitha.Haggart@us.af.mil .
Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items.
(b)(4) Submit a technical description of the items service being offered in sufficient detail for the Government to evaluate the acceptability of the offer. Include product literature and other documentation necessary to demonstrate compliance with the products listed and the terms and conditions of the PWS.
(b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration
(g) Contract award. The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror’s initial offer should contain the Offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
(k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror.
The provision at FAR 52.212-2, Evaluation — Commercial Items (Oct 2014) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers:
(i) technical acceptability
(ii) price
All evaluation factors, when combined, are of equal importance. Award will be made to the lowest priced, technically capable Offeror.
Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications — Commercial Items and Alternate I as well as:
252.203-7998, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION
(See attached Reps & Certs)
The clause 52.217-8, Option to Extend Services applies to this acquisition. The Government may exercise the option by written notice to the contractor before the contract expires.
The clause at 52.217-9, Option to Extend the Term of the Contract (Mar 2000) applies to this acquisition as follows: “(a) The Government may extend the term of this contract by written notice to the Contractor prior to the expiration of the contract provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 1 day before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this
clause, shall not exceed 60 months.
The clause at 52.212-4, Contract Terms and Conditions — Commercial Items applies to this acquisition
The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders — Commercial Items applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition:
52.219-6, Notice of Total Small Business Aside
52.219-28, Post Award Small Business Program Re-representation
52.222-3, Convict Labor
52.222-17, Nondisplacement of Qualified Workers
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Equal Opportunity for Workers With Disabilities
52.222-41, Service Contract Labor Standards
52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67)
This Statement is for Information Only:
It is not a Wage Determination
Employee Class Monetary Wage — Fringe Benefits
23470 Laborer WG-2/2 $15.05 + $4.27 $19.32
52.222-50, Combating Trafficking in Persons
52.222-55, Minimum Wages Under Executive Order 13658
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment By Electronic Funds Transfer-System For Award Management
52.239-1, Privacy or Security Safeguards
The following additional FAR and FAR Supplement provisions and clauses also apply:
52.204-16, Commercial and Government Entity Code Reporting
52.204-18, Commercial and Government Entity Code Maintenance
52.232-18, Availability of Funds.
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.247-34, FOB Destination
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements
(a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.
(b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect.
(c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.
(d) (1) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause.
(2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause.
252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (DEVIATION 2016-O0001)
(a) Definitions. As used in this provision-
“Controlled technical information, ” “covered contractor information system,” and “covered defense information” are defined in clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2016-O0001)(OCT 2015).
(b) The security requirements required by contract clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2016-O0001)(OCT 2015), shall be implemented for all covered defense information on all covered contractor information systems that support the performance of this contract.
(c) If the Offeror anticipates that additional time will be necessary to implement derived security requirement 3.5.3 “Use of multifactor authentication for local and network access to privileged accounts and for network access to non-privileged accounts” within National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, “Protecting Controlled Unclassified Information in Nonfederal Information Systems and Organizations (see http://dx.doi.org/10.6028/NIST.SP.800-17), the Offeror shall notify the Contracting Officer that they will implement the requirement within 9 months of contract award.
(d) If the Offeror proposes to deviate from any of the security requirements in NIST SP 800-171 that is in effect at the time the solicitation is issued or as authorized by the Contracting Officer, the Offeror shall submit to the Contracting Officer, for consideration by the DoD Chief Information Officer (CIO), a written explanation of-
(1) Why a particular security requirement is not applicable; or
(2) How an alternative but equally effective, security measure is used to
compensate for the inability to satisfy a particular requirement and achieve equivalent protection.
(e) An authorized representative of the DoD CIO will approve or disapprove offeror requests to deviate from NIST SP 800-171 requirements in writing prior to contract award. Any approved deviation from NIST SP 800-171 shall be incorporated into the resulting contract.
252.204-7011, Alternative Line Item Structure
252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2016-O0001)
252.223-7008, Prohibition of Hexavalent Chromium
252.225-7031, Secondary Arab Boycott of Israel
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies on Contract Payments
252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
252.239-7017, Notice Of Supply Chain Risk
252.239-7018 Supply Chain Risk
252.244-7000, Subcontracts for Commercial Items
252.247-7023, Transportation of Supplies by Sea
252.247-7024, Notification of Transportation of Supplies by Sea
5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407, email: Barbara.Gehrs@us.af.mil .
5352.223-9001, Health and Safety on Government Installations
5352.242-9000, Contractor Access to Air Force Installations
Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow – Receipt and Acceptance (see website – https://wawf.eb.mi“>https://wawf.eb.mi ). Wide Area Workflow Training may be accessed online at http://www.wawftraining.co“>http://www.wawftraining.co .
Requirement specific guidance is provided for the following clause:
In accordance with DFARS 252.232-7006 Wide Area Workflow (WAWF) Payment Instructions- Vendors will be expected to have WAWF system capabilities. Guidance will be provided to the vendor with their order with applicable code.
Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause.
All responsible organizations may submit a quote, which shall be considered.
URL: https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-16-Q-0103/listing.htm OutreachSystems Article Number: 20151024/PROCURE/0061
Matching keyword(s): writ*; copy; technical; standard; procedure?;
FedConnect https://www.fedconnect.net/FedConnect/PublicPages/PublicSearch/Public_Opportunities.asp FedConnect phone: 800-899-6665 email: support@fedconnect.net
T — Interpretive Video for Pu’ukohola Heiau National H SOL P16PS00030 Description The National Park Service, Harpers Ferry Center, is soliciting proposals for Audiovisual Services to create interpretive videos for Pu?ukohola Heiau National Historical Siteand other sites on the island of Hawai?i. The purpose of this contract is to provide all services, including labor, materials, equipment, facilities, fees and travel necessary to plan and produce audiovisual productions. The government anticipates award of one firm-fixed price contract. This solicitation is totally set-aside for small businesses. The solicitation will be available via Fedconnect on or about October 30, 2015. No paper copies of the solicitation will be issued. Questions regarding this solicitation should be directed to Jason Albright, Contract Specialist, National Park Service, Harpers Ferry Center, Office of Acquisition Management, P.O. Box 50, 67 Mather Place, Harpers Ferry, WV 25425 or via email at jason_albright@nps.gov. THIS SOLICITATION IS TOTALLY SET-ASIDE FOR SMALL BUSINESS CONCERNS UNDER NAICS CODE 512110, ENTITLED Motion Picture and Video Production, WITH A SIZE STANDARD OF $32.5 million. Overview Reference number: P16PS00030 Issue date: 10/22/2015 Response due: 12/01/2015 10:00 AM ET Set Aside: Total Small Business NAICS: 512110-Motion Picture and Video Production PSC / FSC: T006-PHOTO/MAP/PRINT/PUBLICATION- FILM/VIDEO TAPE PRODU Agency: DOI Contracting office: NPS, HFC – Acquisition Management 67 Mather Place IDC Building Harpers Ferry, WV 25425 Place of Performance: Contact: Jason Albright Phone: Fax: Email: Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20151024/SMALL/9458
Matching keyword(s): video*; film?; produc*; conference?; site?; business*; produce?; production?; video; tape; audiovisual; serv*;
Department of Agriculture, Rural Development, 771 CORPORATE DRIVE SUITE 200 LEXINGTON KY 40503
R — Provide single family housing appraisals for USDA RD in KY. SOL RFQ-16-0001 DUE 11/05/2015 Linda D. Wolfe, Purchasing Agent, Phone 8592247302, Email linda.wolfe@ky.usda.gov rovide Single Family Housing Appraisals for USDA Rural Development – Kentucky in Accordance with the terms of the RFQ. Insert your price quote on Attachment A-1 for Market Value, A-2 for Market Value “As-Is” and Liquidation Value. The due date/time for submission of quotations is 4:30pm local time (Lexington, KY) 11/5/15. Mail response to: Attn: Linda D. Wolfe, Purchasing Agent/CO, USDA Rural Development, Suite 200, Lexington, KY 40503 OR email linda.wolfe@ky.usda.gov Place of Performance: Throughout the State of Kentucky. US URL: https://www.fbo.gov/spg/USDA/RD/KY/RFQ-16-0001/listing.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: 20151026/KY/2643
Matching keyword(s): age:state!ky; state!ky;
Minnesota – State of Minnesota, Minnesota – State of Minnesota http://www.mmd.admin.state.mn.us/solicitations.ht
R – REFERENCE NUMBER: PT2271 Nature of Work/Contract Title: Pr SOL REFERENCE NUMBER: PT2271 Nature of Work/Contract Title: Production of an informational video presentation. Description of Work: The Minnesota Department of Human Services (DHS) is requesting proposals for creative services, specifically for the creation and production of an informational video presentation. This work will be done for DHS?? Radiological Emergency Preparedness (??REP??) program. Estimated Cost: $5,001 – $25,000 Contracting Agency: Department of Human Services Location of Work: State of Minnesota Response to this solicitation is due no later than 11/13/15 at 12:30 PM CENTRAL TIME. To receive a copy of the complete solicitation, contact: Name: David Jensen Phone: 651.431.3001 TTY: 711 or 1.800.627.3529 (MN Relay Service for persons with speech or hearing disabilities) Email: david.a.jensen.@state.mn.us Date This Solicitation Was Posted: 10/23/2015 7:55:28 AM For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20151024/BID/0565
Matching keyword(s): video*; produc*; production?;
Arizona Newspapers Association http://www.publicnoticeads.com/AZ/search/searchnotices.asp 1001 N. Central Ave., Suite 670, Phoenix, AZ 85004; (602)261-7655
R – BID NOTICE TOWN OF MARANA FINANCE DEPARTMENT PUBLIC NOTICE RE SOL Public Notice ID: 22889063 BID NOTICE TOWN OF MARANA FINANCE DEPARTMENT PUBLIC NOTICE REQUEST FOR PROPOSAL FOR FIRMS INTERESTED IN IMPLEMENTING AND CONFIGURING A SCADA MANAGEMENT SYSTEM FOR THE TOWN OF MARANA WATER DEPARTMENT BID NUMBER 2015-019 Proposals Due: Monday, November 9, 2015 The TOWN OF MARANA (the ?Town?), FINANCE DEPARTMENT, IS SOLICITING REQUEST FOR PROPOSALS to select a Firm to implement and configure a SCADA management system utilizing Rockwell Automation software applications. The project is within the Town of Marana, Pima County, Arizona. The Town will award a General Service Agreement and Purchase Order to the Firm selected to provide services. All submittals become the property of the Town, and any portion of any submittal may be subject to publication and/or public review pursuant to the Arizona public records law, A.R.S. ?39-121.01 et seq. Proposals will be accepted up to but no later than 4:00 p.m., local time, on Monday, November 9, 2015, at the 1st Floor Receptionist, Administration Building, Marana Municipal Complex, 11555 West Civic Center Drive, Marana, AZ 85653. A Proposal submitted after the time and date specified herein will not be accepted. All Proposals received by the Town in accordance with the requirements herein will be processed to identify eligible Firms for the selection process. The solicitation documents providing information and instructions for this Request for Proposals will be available on Public Purchase at http://www.publicpurchase.com/gems/maran,az/buyer/public/home. For assistance and questions please contact Mr. Patrick O?Kane at pokane@maranaaz.gov or (520) 382-2679. A Pre-Submittal Conference is scheduled for 10:00 a.m., Tuesday, October 27, 2015, in the Palo Verde Room, Marana Operations Center, 5100 W. Ina Road, Tucson, AZ 85743. The Town encourages written technical questions be submitted prior to the Pre-Submittal Conference and may be e-mailed to pokane@maranaaz.gov, faxed to 520 382-1902, mailed to Finance Department at the address above or delivered to the address above ? all to the Attention: Mr. Patrick O?Kane. The Town reserves the right to reject any and all Proposals and to waive any irregularity, informality or technicality in any Proposal to the extent permitted by law. A Firm is to maintain commitment to providing services if deemed qualified and selected for a minimum of 90 days from the date of submission of the proposal. PUBLISH: The Daily Territorial Oct. 15, 23, 2015 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20151025/BID/0021
Matching keyword(s): writ*; technical;
Colorado – Rocky Mountain E-Purchasing System http://www.govbids.com/scripts/CO1/public/OpenBids/ViewSolicitations.as Serving the purchasing needs of more than 70 local agencies across the Rocky Mountain states.
T – COUNTY WIDE VIDEO DISTRIBUTION SYSTEM Due Date: 11/23/2015 COUNTY WIDE VIDEO DISTRIBUTION SYSTEM For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20151025/BID/0101
Matching keyword(s): video*; distribut*;
Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/webapp/vssonline/AltSelfServic
R – RFB-121-16 Bond Forfeiture-Group IX MAD 15-Muhlenberg Co RFB – SOL RFB-121-16 Bond Forfeiture-Group IX MAD 15-Muhlenberg Co RFB – 785 – 1600000290 Facilities & Support Services Carolyn Turner Request for Bids(RFB) Published On : 10/26/15 Amended On : Closing On : 11/12/15 10:30 AM EST For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20151027/BID/0107
Matching keyword(s): age:state!ky; state!ky;
University of Louisville, Purchasing Department, Belknap Campus, Room 101, Service Complex, Louisville, KY 40292
R — Fundraising campaign feasibility study. SOL RFP196-PSC DUE 11/09/2015 Phone: (502) 852-6248; Website: http://louisville.edu/purchasing/bid Qualified professional and/or firm to conduct a fundraising campaign feasibility study . 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: 20151027/KY/2662
Matching keyword(s): age:state!ky; state!ky;
University of Louisville, Purchasing Department, Belknap Campus, Room 101, Service Complex, Louisville, KY 40292
R — GCMS, HSC Pediatric Medical Office Building. SOL RP-023-16 DUE 11/10/2015 Phone: (502) 852-6248; Website: http://louisville.edu/purchasing/bid The University of Louisville Foundation seeks to procure Construction Management (CM) services (hereafter titled General Construction/Management Services or GCMS) for the University Foundation s HSC Pediatric MOB Building. The selected GCMS will become a responsible member of the Owner s professional team for design and construction in order to assure the project is completed within the proposed budget, program and schedule. The preliminary size of this facility will be 150,000 GSF and the preliminary construction budget is $40,190,000. The preliminary space program is complete. Design Development is currently underway. Current plans call for a Twenty Two (22) month construction period, with a final construction completion date estimated to be on or before May 1, 2018. GCMS firms seeking to provide services shall have demonstrated specialized experience in estimating, planning, bidding and constructing a fast tracked multi packaged construction project for this building type within a Guaranteed Maximum Price ( GMP), which will be determined at the appropriate time in the design and construction document processes Additional information regarding this project will be supplied to the short-listed GCMS firms regarding but not limited to: Pre-Construction Services, Construction Services, General and Supplemental Terms & Conditions, Price Proposal Format, Basis for GCMS Contract and UofL Foundation Trade Contractor Bidding Documents & Procedures at a Pre-Interview conference approximately 10 days prior to on-campus interviews. 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: 20151027/KY/2665
Matching keyword(s): age:state!ky; state!ky;
Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211
99 – Status Offender Diversion Program SOL RFP-3553-0-2016/PG Due Date: 11/5/2015 Contact: Peggy Goodwin Status Offender Diversion Program For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20151025/BID/0203
Matching keyword(s): age:state!ky; state!ky;
Kentucky – Jefferson County Public Schools https://webapps.jefferson.kyschools.us/FinanceWeb/bidopps.asp P.O. Box 34020; Louisville, Kentucky 40232-4020; (502) 485-3011
69 – Instructional Supplies & Equipment (Percentage) #7172Bid closes SOL Instructional Supplies & Equipment (Percentage) #7172Bid closes @ 11:00 a.m. on November 16, 2015 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20151025/BID/0206
Matching keyword(s): age:state!ky; state!ky;
Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.ht 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100
R – Non-Discretionary Endowment Investment Consultant SOL UK-1636-16 Due Date: 11-20-15 Non-Discretionary Endowment Investment Consultant For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20151024/BID/0228
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
99 – Trophies, Awards and Gifts SOL 150-2015 Due Date: 11/05/2015 Trophies and Plaques For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20151024/BID/0232
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 – Real Estate Services SOL RFP52-2015 Due Date: 11/12/2015 Property Appraisal Services for Insurance Placement & Risk Management Purposes For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20151024/BID/0233
Matching keyword(s): age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/webapp/vssonline/AltSelfServic
R – RFB 113015 – Disc Golf at Taylorsville Lake State Resort PK RFB SOL RFB 113015 – Disc Golf at Taylorsville Lake State Resort PK RFB – 785 – 1600000306 Facilities & Support Services Shelby Luby Request for Bids(RFB) Published On : 10/23/15 Amended On : Closing On : 11/30/15 2:00 PM EST For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20151024/BID/0556
Matching keyword(s): age:state!ky; state!ky;
October 28, 2015
Business, Business / Career, Education, Government