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

 

600px-US-DeptOfState-SealDepartment of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St. Arlington VA 22209

R — Administrative and Professional Support Services SAQMMA14R0416 123015 Sara Collins, Contracting Officer, Phone 7038754889, Email collinsse@state.gov – Denise A Williams, Contract Specialist, Phone 7038754558, Fax 7038756292, Email williamsda@state.gov The purpose of this amendment to Solicitation No. SAQMMA14R0416 is to request all offerors who intend to remain within the competition for award to provide a written letter on company letterhead signed by an official authorized to bind the company verifying that the Price and Technical Proposal submitted in response to the solicitation will remain valid until June 15, 2016.  Offerors shall acknowledge receipt of Amendment A010 by returning a signed and dated copy  along with the written letter to Sara Collins ( CollinsSE@state.gov ) with a copy to Denise A. Williams ( WilliamsDA@state.gov ) no later than 4:30 p.m. Eastern Standard Time (EST) on December 30, 2015.

Place of Performance: Rosslyn, VA 22209 US URL: https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA14R0416/listing.htm

OutreachSystems Article Number: 20151218/PROCURE/0618
Matching keyword(s): writ*; copy; technical; standard;

Department of Veterans Affairs, VA Gulf Coast Veterans Health Care System, Department of Veterans Affairs Gulf Coast Veterans Health Care System, Department of Veterans Affairs;Gulf Coast Veterans Health Care System;Network Contracting Office 16;400 Veterans Avenue;Biloxi MS 39531

R–TV advertising for the Joint Ambulatory Care Center (JACC) Pensacola, FL VA25616N0091 122315 Rene’ Impey Contract Specialist rene.impey@va.gov This is a SOURCES SOUGHT NOTICE only. Response to this notice will be used for information and planning purposes. No proposals or quotes are being requested or accepted with this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS or QUOTES and NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. This notice shall NOT be construed as solicitation or as an obligation on the part of the Department of Veterans Affairs. Responses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
The Gulf Coast Veterans Health Care System (GCVHCS) is seeking businesses capable of providing television advertising services for the Joint Ambulatory Care Center (JACC) in Pensacola, FL. Services requested are 1) one prime time (1/2 hour) program every four weeks; 2) three replays each month from 9:00 a.m. to 4:00 p.m.; 3) three replays each month from 12:00 a.m. to 5:00 a.m.;Department_of_Veterans_Affairs_Logo 4) video on demand per month; and 15 (15 second) promos per month. (See SOW below for additional information.)
The GCVHCS is looking to award one firm-fixed contract. The contractor shall furnish all their own labor, equipment, vehicles, materials, and supplies incidental to providing the requested services.
Offeror’s response to this Notice shall include the following information:
Offeror’s company name, DUNS, Federal Tax ID, address, point of contact, title, phone number, and email address
Offeror’s interest in bidding on the solicitation when it is issued to http://www.fbo.gov.
Offeror’s capability to meet this requirement including any current contracts (Civilian or Government). Response must show clear and convincing evidence that your company has the capabilities and qualifications to provide this service to be considered as a source. SDVOSB and VOSB shall also show evidence that they will perform 51% of the work. All parties are asked to identify any subcontractors that shall also be utilized.
Offeror’s type of business (small or large) and socioeconomic status whether Service Disable Veteran Owned, Veteran Owned, Hubzone, 8(a), Woman Owned, Small Disadvantaged, etc. If applicable, Service-Disabled Veteran-Owned Small Business (SDVOSB) or Veteran-Owned (VOSB) must be verified with the seal in VetBiz to be considered as a source. Same for/with subcontractor.
The NAICS code 541840, Media Representatives, applies and the Size Standard is $15.0 million.

Responses must be received by no later than 3:00 p.m. Central, December 23, 2015. Responses shall be emailed to Rene.Impey@va.gov using “sources sought number VA256-16-N-0091” in the subject line. Facsimile or Telephonic responses will not be accepted.
Simply responding as an “interested party” in http://www.fbo.gov doesn’t constitute your company as a source. Offeror must provide the above requested information by the time and date specified to be considered a source. After review of the responses to this sources sought notice, a solicitation announcement may be published on the FBOwebsite in the near future. Responses to this sources sought notice are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought notice.
All interested parties are reminded to be registered with the System for Award Management (SAM) at http://www.sam.go in order to be eligible for award of Government contracts.

Gulf Coast Veterans Health Care System
400 Veterans Avenue
Biloxi, MS 39531
Type of Order: Firm Fixed Price
Period of Performance: 01/01/2016 through 06/30/2016
Place of Performance: Gulf Coast Veterans Health Care System (GCVHCS)
1.0 STATEMENT OF WORK
This task order is intended to provide an avenue of outreach through a broadcast of programs and services for Veterans residing in the Gulf Coast area to include the Florida Panhandle, southern counties of Alabama, and south Mississippi.
2.0 TASKS
2.1 General Requirements
This Task shall include production of one prime time (1/2 hour) program every four weeks, with three replays each month between 9:00 a.m. and 4:00 p.m., three replays each month between
12:00 a.m. and 5:00 a.m., and video on demand. The GCVHCS will provide the host for all programming.
2.2 Specific Mandatory Tasks and Associated Deliverables
Description of Tasks and Associated Deliverables: The contractor shall provide the specific deliverables described below within the performance period stated in this SOW.
2.2.1 Task One (1)
Kick-Off Meeting five (5) business days from date of award. The contractor shall hold a Project Kick-Off Meeting with the GCVHCS Public Affairs Office (PAO) staff. The contractor shall schedule the Kick-Off Meeting to be held within five (5) business days after contract award or as agreed upon between the GCVHCS PAO and contractor. At the Kick-Off Meeting, the contractor shall present a schedule of taping, coordinated with the GCVHCS PAO.
2.2.1.1 Deliverable(s): Kick-Off meeting five (5) business days from date of award.
2.2.2 Task Two (2)
The contractor shall develop an Outreach Plan, based on data and audience analysis and sound outreach principles, which will focus on the creation of a the GCVHCS Outreach Campaign. In order to formulate the Plan, the contractor shall conduct a landscape analysis. The contractor will conduct an organizational/information review to compile existing information/ messaging/ resources. The analysis will identify gaps in information/messaging. The focus of the Outreach Plan will focus on the broader concerns of GCVHCS promotion and include consideration of how GCVHCS relates to other VA outreach plans and messaging. The Outreach plan will include an update on information/resources/messaging to fill gaps identified in the research plan.
In general, all material and messaging will align with the strategies to promote the broader concerns of GCVHCS’s promotion, messaging and material which may include (but are not limited to) attention to specific priority issues of GCVHCS, etc.
As part of the outreach plan, the contractor shall include a media plan that identifies effective dissemination methods using creative web-based internet programs, such as blogs, podcasts, video casts, or any other multimedia and social media tools to deliver messaging and materials to the right audiences and events. The plan shall be consistent with and in support of other VA programs, campaigns and/or efforts. The media plan will identify primary channels/media for communications.
2.2.2.1 Deliverable(s): A Marketing Plan and schedule thirty (30) calendar days from the approved GCVHCS Outreach Plan.
2.2.3 Task Three (3)
The contractor shall develop a standard, consistent outreach identity for the GCVHCS Outreach Program, which is compliant with VA’s outreach identity.
2.2.3.1 Deliverable(s): Outreach Identity and Style Guide.
2.2.7 Task Seven (7)
Contractor shall develop and distribute a series of video promos ranging from ten (10) seconds up twenty (20) seconds for each monthly taping.
2.2.7.1 Deliverable(s): Video promos for monthly taping
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/VA/BiVAMC/VAMCCO80220/VA25616N0091/listing.htm

OutreachSystems Article Number: 20151217/PROCURE/0398
Matching keyword(s): video*; produc*; website; web; business*; event?; production?; distribut*; broadcast*; program?;

Department of the ArmyDepartment of the Army, Army Contracting Command, MICC, MICC – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000

76–Provide Post Guide and Maps for Fort Knox, Kentucky W9124D-15-R-0057 090115 Karen Keys, 502/624-6853 MICC Center – Fort Knox The MICC – Fort Knox is conducting market research for the following requirement for a no cost contract (agreement) for the Public Affairs Office (PAO), Fort Knox, Kentucky. The contractor shall provide all necessary personnel, equipment, labor, supplies, tools, materials, supervision and other items necessary to print and distribute a civilian enterprise guide for Fort Knox, Kentucky. The contractor shall print a minimum of 19,500 copies of the guide and shall deliver the copies to Fort Knox, Kentucky as designated by the PAO. The guide will contain maps of Fort Knox and surrounding communities. Approximately, 15,000 installation flat and fold maps as well as 5,000 historic driving trail maps will be provided in addition to the guidebooks.

The contractor shall provide personnel who are fully competent in the following areas of duty assignment under the no cost agreement as follows:

a. Advance design and planning. The contractor shall understand and implement modern design and techniques and shall plan for production requirements of future issues of the guide.
b. Assist in the design of the guide. The contractor shall provide technical assistance in the design and layout of the guide to better communicate to the intended Fort Knox audience and shall design the guide to accomplish the internal communications and information needs the publisher desires.
c. Paste-up final page proofs under the guidance and instruction of government representatives of the Fort Knox Public Affairs Office, hereinafter referred to as the PAO. The Publisher sets communication objectives. The PAO will determine final layout and design to communicate to the audience for which the publication is intended.
d. Typesetter, to include all typesetting support. The contractor shall set copy at specifications designated by the PAO. The contractor shall proofread copy typeset by contractor personnel prior to paste-up. The contractor shall ensure that all typesetter personnel know the meanings of standard copy editing symbols. When work performance standards exceed the intended specifications on either part, the Contracting Officer will negotiate, with the contractor a change to the contract.
e. Provide final color pagination for approval (when requested.) Color keys will be approved by both the contractor and the PAO.

This synopsis is not a request for proposal. It is a market research tool being used to determine procurement strategy. Appropriate procurement strategy will be determined after consideration of industry response to this sources sought synopsis. The government is not obligated to, and will not, pay for any information received from potential sources as a result of this synopsis.

Responses to this announcement should be e-mailed to karen.e.keys.civ@mail.mil no later than close of business on 1 September 2015 and should include the following:

1. A statement of interest in services contained herein.
2. A synopsis of the contractor’s capabilities.
3. Company size: small or large, HUBZone, 8(a), Service-disabled veteran-owned, SDB, Woman-owned
4. Contact information, to include name, e-mail address, phone number, and fax number.
5. Provide company’s Dun and Bradstreet and Cage Code numbers

Set-Aside: Partial HBCU / MI Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/86de7539a6c469e4ae1455e192c4552

OutreachSystems Article Number: 20151217/PROCURE/0449
Matching keyword(s): age:state!ky; state!ky;

Department of the Army, Army Contracting Command, MICC, MICC – Fort Knox, Bldg 1109, Room 373 Fort Knox KY 40121-5720

R — IT Support Services – Army Civilian Information System (ITSS-ACIS2) W9124D-16-R-0009 121515 Nathalie Riley, Contract Specialist, Phone 5026248264, Email nathalie.w.riley.civ@mail.mil The pre-solicitation notice regarding MICC -Knox intention to issue a request for proposal (RFP) for Information Technology (IT) Support Services for the Army Department of the ArmyCivilian Information System (ITSS-ACIS2) is canceled in its entirety.  Please continue to monitor FedBizOpps ( http://www.fbo.go“>www.fbo.gov ) for federal business opportunities.
Place of Performance: USA Civ Human Resource Agency 6010 6th Street Fort Belvoir, VA 22060-5595 US URL: https://www.fbo.gov/notices/74b3746f0872738b2d5d9ff8b4a54a4OutreachSystems Article Number: 20151216/PROCURE/0519
Matching keyword(s): age:state!ky;

600px-National_Guard_Logo.svgDepartment of the Army, National Guard Bureau, National Guard Bureau, Contracting Support, ATTN: NGB-AQC 111 South George Mason Drive Building 2, 4th Floor Arlington VA 22204-1382

R — PRE-SOLCITATION NOTICE – Non-Commercial Sustaining Announcements (NCSA) Single Award Indefinite Delivery/Indefinite Quantity Contract (IDIQ) W9133L-16-R-0011 Neal H Dedicatoria, Contract Specialist, Phone 7036072172, Email neal.h.dedicatoria2.civ@mail.mil – Aaron D. Skinner, Contracting Specialist, Phone 7036071141, Email aaron.d.skinner.civ@mail.mil Pre-Solicitation Notice for the Army National Guard’s Non-Commercial Sustaining Announcements (NCSA) Single Award Indefinite Delivery/Indefinite Quantity Contract (IDIQ)

Pursuant to FAR 5.2, this notice is hereby issued to inform interested Offerors that the National Guard Bureau – Acquisition Office (NGB-AQ) intends on issuing a Final Request for Proposal (RFP) for the Army National Guard’s   NCSA Single Award IDIQ Contract. The final RFP is tentatively scheduled to be released on or around 11 January 2016. This notice is being issued early in lieu of the upcoming holiday. This RFP will be competed and is set-aside for Small Businesses. The evaluation approach will be a best value/tradeoff. The applicable NAICS code is 541810 – Advertising Agencies and the size standard is $15,000,000.00.

The main components of this requirement will involve the purchase of PSA In-Home Media and the NCSA program. PSA In-Home media includes: cable television, television spots and radio spots between 12:01 AM to 05:59 AM local standard time. The NCSA Program will provide a hybrid of public service broadcasting and paid advertising. The NCSA Program must utilize the States’ Broadcasters Associations (SBAs) which are represented nationally by the National Alliance of State Broadcasters Associations (NASBA). The objective of the ARNG NCSA program is to reach the ARNG’s primary target demographic of 17-24 year-olds and a secondary demographic of 25-35 year olds. This acquisition will be competed as a Small Business Set-Aside. The Applicable NAICS Code is 541830 – Media Buying Agencies. The size standard is $15,000,000.00. The Period of Performance for this acquisition is for a five (5) year base period. The expected performance start date for this acquisition is 01 July 2016.

The Draft solicitation for this requirement was issued on 27 November 2015 on FBO.gov for public review and comments. Questions are due to the Government on 15 December 2015 at 04:00 PM EST. It is possible that the Government may have to make adjustments to the solicitation and milestones, based on feedback from industry on this Draft solicitation.
Set-Aside: Total Small Business Place of Performance: 111 South George Mason Drive, AH2 Arlington, Virginia United States Arlington, VA 22204-1382 US URL: https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L-16-R-0011/listing.htmOutreachSystems Article Number: 20151215/PROCURE/0041
Matching keyword(s): broadcast*; program?;

Department of Transportation, Federal Aviation Administration (FAA), Mike Monroney Aeronautical CTR, FEDERAL AVIATION ADMINISTRATION, AAQ-731 AC – Mike Monroney Aeronautical Center (Oklahoma City, OK)

R — FAA ESC-Information Technology Support Services (ITSS) Request for Information (RFI) 23175 010816 Monica Price, monica.price@faa.gov, Phone: 405-954-4137 Click here to email Monica Price The Federal Aviation Administration’s (FAA) Enterprise Services Center (ESC) seeks information from private industry about providing Information Technology (IT) support services in a fee-for-service environment under a fixed price performance-based contract. The responses to this Request for Information (RFI) will be used for informational purposes only. This isDOT LOGO not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to this RFI; therefore, any cost associated with voluntary responses are solely at the interested vendors expense.
NAICS Code: The North American Industry Classification System (NAICS) code for these requirements is 541519, Other Computer Related Services with a size standard of $25.5 Million.
1.0 BACKGROUND
The FAA’s Enterprise Services Center (ESC) is an Office of Management and Budget (OMB) designated Financial Shared Services Provider under the Financial Management Line of Business (FMLoB) and Information Systems Security Line of Business (ISSLoB) programs.
ESC is also a General Services Administration (GSA) accredited Third Party Assessment Organization (3PAO) under the Federal Risk and Authorization Management Program (FedRAMP). In addition, ESC provides a full spectrum of IT services spanning application development, system hosting, disaster recovery and Help Desk. ESC operates as a fee-for-service (franchise) organization, providing services to a multitude of federal agencies.
2.0 IDENTIFIED REQUIREMENTS
As a point of reference, at a high level, ESC’s IT services presently encompass:
• Enterprise Architecture (EA)
• Quality Assurance (QA) and Functional Testing
• Technical<span style=”color:blue;”> Writing<br> • Project Management
• Database Administration
• System/Application Development
• System/Application Administration
• Middle Tier Administration
• Infrastructure Design/Support
• Storage Area Network (SAN) / Network Attached Storage (NAS) Administration
• Network Design/Support
• Configuration Management
• Legacy Mainframe Application Support
• Information Systems Security
• Vulnerability Scanning/Remediation Tracking
• Operational Security Support
• Independent Assessments

3.0 PURPOSE OF ANNOUNCEMENT
ESC is contemplating transitioning from an Indefinite Delivery Requirements (ID/R) contract with labor hour tasks to an ID/R performance-based contract with fixed price tasks. The goals of this Request for Information are as follows:
• Determine, in a federal, fee-for-service environment, which particular IT support service areas are better suited for a performance-based contract (versus other contracting approaches);
• Identify if multiple vendors exist in the marketplace that have experience providing IT support services under a performance-based contract, to federal, fee-for-service organizations;
• Gain insights into vendor perspectives on performance-based contracting in the IT support services arena.
The FAA expects this RFI to provide a better understanding of potential benefits, perceived risks, lessons learned, recommendations and best practices from the use of a performance-based contract within a fee-for-service, IT services environment.
The FAA anticipates the future procurement of an IT services contract utilizing a contracting methodology best suited for the IT support services that are not inherently governmental in function nor for which mission requirements dictate the tasks be performed by federal employees.
4.0 INSTRUCTIONS
Responses, submitted electronically in MS-Word or Adobe PDF format, are limited six (6) pages excluding a completed Business Declaration, using 12 point Times New Roman font (or similar) with 1 inch margins. Responses are due no later than 5:00 P.M. (CST) on January 8, 2016. All interested parties must submit their responses via email to monica.price@faa.gov. Questions must be in writing. No phone calls please. Respondents are to outline the information in the following categories/format:
A. Company Overview
Provide a brief description of your company, services, business size, and point(s) of contact, including name, address, phone, and e-mail address. Include a completed Business Declaration.
B. Past Experience Providing IT Support Services under a Performance-based Contract
Describe your company’s past experience providing IT support services under a performance-based contract. Emphasis should be placed on federal organizations, with a broad customer base, operating in a fee-for-service environment. Based upon your experience, what considerations must be taken to ensure success when transitioning to a performance based, fixed price environment?
C. Specific Service Areas Addressed by the IT Support Services
Describe which areas of IT were addressed by the performance-based contract your company provided services under, to include:
• Name of the federal agency for which services were provided
• Period of Performance of the contract
• Contract dollar amount
• IT service areas addressed by the contract
Please identify if your experience correlates with the list provided in paragraph 2.0. Areas or tasks relate where a contractor does not have prior experience should also be annotated as such.
D. Performance-based Contracting – Benefits
Describe actual or perceived benefits (to both parties) recognized by your company while providing IT services under a performance-based contract.
E. Performance-based Contracting – Perceived Risks
Describe actual or perceived risks (to either party) recognized by your company while providing IT services under a performance-based contact.
F. Performance-based Contracting – Recommendations
Describe recommendations your company would have for a federal organization considering the use of a performance-based contract for IT services. Include the preferred contract structure that, based upon your proven success, is best suited for IT performance-based acquisitions.
Thank you for your interest and participation in this RFI.

If you’re viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/2317 to view the original announcement.

URL: https://www.fbo.gov/spg/DOT/FAA/MMACTR/23175/listing.htm

OutreachSystems Article Number: 20151215/PROCURE/0516
Matching keyword(s): writ*; technical; standard; operating;

DOT LOGODepartment of Transportation, Federal Aviation Administration (FAA), Mike Monroney Aeronautical CTR, FEDERAL AVIATION ADMINISTRATION, AAQ-731 AC – Mike Monroney Aeronautical Center (Oklahoma City, OK)

R — FAA ESC-Information Technology Support Services (ITSS) Request for Information (RFI) 23175 010816 Monica Price, monica.price@faa.gov, Phone: 405-954-4137 Click here to email Monica Price The Federal Aviation Administration’s (FAA) Enterprise Services Center (ESC) seeks information from private industry about providing Information Technology (IT) support services in a fee-for-service environment under a fixed price performance-based contract. The responses to this Request for Information (RFI) will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to this RFI; therefore, any cost associated with voluntary responses are solely at the interested vendors expense.
NAICS Code: The North American Industry Classification System (NAICS) code for these requirements is 541519, Other Computer Related Services with a size standard of $25.5 Million.
1.0 BACKGROUND
The FAA’s Enterprise Services Center (ESC) is an Office of Management and Budget (OMB) designated Financial Shared Services Provider under the Financial Management Line of Business (FMLoB) and Information Systems Security Line of Business (ISSLoB) programs.
ESC is also a General Services Administration (GSA) accredited Third Party Assessment Organization (3PAO) under the Federal Risk and Authorization Management Program (FedRAMP). In addition, ESC provides a full spectrum of IT services spanning application development, system hosting, disaster recovery and Help Desk. ESC operates as a fee-for-service (franchise) organization, providing services to a multitude of federal agencies.
2.0 IDENTIFIED REQUIREMENTS
As a point of reference, at a high level, ESC’s IT services presently encompass:
• Enterprise Architecture (EA)
• Quality Assurance (QA) and Functional Testing
• Technical<span style=”color:blue;”> Writing<br> • Project Management
• Database Administration
• System/Application Development
• System/Application Administration
• Middle Tier Administration
• Infrastructure Design/Support
• Storage Area Network (SAN) / Network Attached Storage (NAS) Administration
• Network Design/Support
• Configuration Management
• Legacy Mainframe Application Support
• Information Systems Security
• Vulnerability Scanning/Remediation Tracking
• Operational Security Support
• Independent Assessments

3.0 PURPOSE OF ANNOUNCEMENT
ESC is contemplating transitioning from an Indefinite Delivery Requirements (ID/R) contract with labor hour tasks to an ID/R performance-based contract with fixed price tasks. The goals of this Request for Information are as follows:
• Determine, in a federal, fee-for-service environment, which particular IT support service areas are better suited for a performance-based contract (versus other contracting approaches);
• Identify if multiple vendors exist in the marketplace that have experience providing IT support services under a performance-based contract, to federal, fee-for-service organizations;
• Gain insights into vendor perspectives on performance-based contracting in the IT support services arena.
The FAA expects this RFI to provide a better understanding of potential benefits, perceived risks, lessons learned, recommendations and best practices from the use of a performance-based contract within a fee-for-service, IT services environment.
The FAA anticipates the future procurement of an IT services contract utilizing a contracting methodology best suited for the IT support services that are not inherently governmental in function nor for which mission requirements dictate the tasks be performed by federal employees.
4.0 INSTRUCTIONS
Responses, submitted electronically in MS-Word or Adobe PDF format, are limited six (6) pages excluding a completed Business Declaration, using 12 point Times New Roman font (or similar) with 1 inch margins. Responses are due no later than 5:00 P.M. (CST) on January 8, 2016. All interested parties must submit their responses via email to monica.price@faa.gov. Questions must be in writing. No phone calls please. Respondents are to outline the information in the following categories/format:
A. Company Overview
Provide a brief description of your company, services, business size, and point(s) of contact, including name, address, phone, and e-mail address. Include a completed Business Declaration.
B. Past Experience Providing IT Support Services under a Performance-based Contract
Describe your company’s past experience providing IT support services under a performance-based contract. Emphasis should be placed on federal organizations, with a broad customer base, operating in a fee-for-service environment. Based upon your experience, what considerations must be taken to ensure success when transitioning to a performance based, fixed price environment?
C. Specific Service Areas Addressed by the IT Support Services
Describe which areas of IT were addressed by the performance-based contract your company provided services under, to include:
• Name of the federal agency for which services were provided
• Period of Performance of the contract
• Contract dollar amount
• IT service areas addressed by the contract
Please identify if your experience correlates with the list provided in paragraph 2.0. Areas or tasks relate where a contractor does not have prior experience should also be annotated as such.
D. Performance-based Contracting – Benefits
Describe actual or perceived benefits (to both parties) recognized by your company while providing IT services under a performance-based contract.
E. Performance-based Contracting – Perceived Risks
Describe actual or perceived risks (to either party) recognized by your company while providing IT services under a performance-based contact.
F. Performance-based Contracting – Recommendations
Describe recommendations your company would have for a federal organization considering the use of a performance-based contract for IT services. Include the preferred contract structure that, based upon your proven success, is best suited for IT performance-based acquisitions.
Thank you for your interest and participation in this RFI.

If you’re viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/2317 to view the original announcement.

URL: https://www.fbo.gov/spg/DOT/FAA/MMACTR/23175/listing.htm

OutreachSystems Article Number: 20151215/PROCURE/0599
Matching keyword(s): writ*; technical; standard; operating;

Washington – General Administration Goods and Services https://fortress.wa.gov/ga/webs/bidcalendar.asp State of Washington; PO Box 41000; Olympia, WA 98504 Phone 360-902-7300

T – Video Captioning Services for Video Productions SOL Ref #: #B-15-05 Due Date: 01/05/16 Contact: Dianna Thiele Video Captioning Services for Video Productions For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151215/BID/0421
Matching keyword(s): video*; produc*; production?;

California – University of California https://bids.sciquest.com/apps/Router/PublicEvent UC Procurement Services Support: support@ucprocure.zendesk.com

T – UC Berkeley RFP Videography Services, Haas School of Business Due Date: 1/6/2016 3:00 PM PST This RFP is for videography services supporting instructional delivery and events at the Haas School of Business. For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151218/BID/0107
Matching keyword(s): video*; business*; event?; instruct*;

Washington – Whatcom County http://www.co.whatcom.wa.us/Bids.asp 311 Grand Avenue Suite 503; Bellingham, Washington, 98225; (360) 676-6734

T – 15-79 Audio/Video Production Services SOL 15-79 Due Date: 1/12/2016 2:30 PM NOTICE IS HEREBY GIVEN that sealed proposals will be received by Whatcom County Purchasing at their office in the Administrative Services Department on the fifth floor of the Whatcom County Courthouse, 311 Grand Ave Suite 503, Bellingham WA 98225 for the following: AUDIO/VIDEO PRODUCTION SERVICES UNTIL: 2:30 PM Tuesday January 12, 2016 At which time and place proposals will be publicly opened and the names of the submitters read aloud. All interested people are invited to be present. The Whatcom County Council Office is seeking a qualified firm or individual to provide audio-video services to record all of the County Council meetings and provide production services. Further information is contained in the complete RFP document, which may be obtained from Purchasing, email document.write(‘FN_Purchasing’+’@’+’co.whatcom.wa.us’)FN_Purchasing@co.whatcom.wa.usFor security reasons, you must enable JavaScript to view this E-mail address. (preferred), or phone (360) 778-5330. Late submittals will not be considered. Whatcom County reserves the right to reject any or all proposals, and to waive any irregularities. Publication Dates: December 16 and 23, 2015. For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151217/BID/0529
Matching keyword(s): video*; produc*; you; production?;

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

99 — Project 2397.0 Specialty Graphics, Signage, and Wayfinding Football Training Facility. SOL UK-1645-16 DUE 01/15/2016 Phone: (859) 257-9100; Website address: http://www.uky.edu/Purchasing/bidlist.ht Pre-Proposal Conference: A Pre-Proposal Conference will be held on Tuesday, December 22, 2015 at 10:00 am for field contractors at Nutter Field House, located at 1401 Sports Center Drive, Lexington, KY 40506 on the campus of the University of Kentucky. Nutter Field House is located next to Commonwealth Stadium. This conference is to allow prospective contractors an opportunity to ask questions, and clarify the University s expectations. Please allow extra time for travel as it may be difficult to find parking space. Parking will be provided in the lot south of Nutter Field house. Decisions and clarifications discussed at this meeting will not be incorporated into the bid documents unless submitted in writing. For directions see the following Website: http://ukcc.uky.edu/cgi-bin/dynamo+campus+0285 Attendance at the Pre-Bid Conference is optional. At this conference the scope of services will be discussed in more detail and will include an opportunity to visit the site. Oral answers given at the conference are not binding. Offerors are encouraged to submit written questions after the Conference by the date listed in Section 3.1, Written Questions of this RFP. The questions and answers will be made part of the RFP and may become part of the contract with the successful Offeror. Oral answers giiven at the conference are not binding. 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: 20151218/KY/3817
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

U – Safety Training SOL RFP64-2015 Due Date: 01/14/2016 Safety Management Program Evaluation and Improvement For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151217/BID/0198
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

99 – Arc Flash Prevention Service #7190Bid close SOL Arc Flash Prevention Service #7190Bid closes @ 11:00 a.m. on January 12, 2016 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151217/BID/0200
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

99 – Refill System for Brake Cleaner #7196Bid cl SOL Refill System for Brake Cleaner #7196Bid closes @ 11:00 a.m. on January 14, 2016 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151217/BID/0201
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/webapp/vssonline/AltSelfServic

R – FY16 General Assembly Reporter RFP – 545 – 1600000195 SOL FY16 General Assembly Reporter RFP – 545 – 1600000195 Kentucky Educational Television Christine Hurst Request for Proposals(RFP) Published On : 12/15/15 Amended On : Closing On : 12/22/15 4:30 PM EST For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151216/BID/0031
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Eastern Kentucky University, Kentucky – Eastern Kentucky University http://purchasing.eku.edu/bids-and-quote

R – Request for Proposal Eastern Kentucky University RFP 59-16 Cam SOL Request for Proposal Eastern Kentucky University RFP 59-16 Campus Security Analysis and Consultation Issued: December 8, 2015 Due: January 13, 2016, 2pm, ET 521 Lancaster Avenue Richmond, Kentucky 40475 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20151216/BID/0049
Matching keyword(s): age:state!ky; state!ky;

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

U — SFSP Review Contractors – Addendum #1. SOL RFP 540 1600000167 version 2 DUE 12/22/2015 Valerie Blade-Thomas, Email: Valerie.Blade-Thomas@education.ky.gov Phone: (502) 564-2351; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Purpose and Background: The Kentucky Department of Education, Division of School and Community Nutrition (SCN) ( http://education.ky.gov/federal/SCN) is responsible for administering the Child Nutrition Programs for the United States Department of Agriculture. SCN seeks to obtain the services of a professional organization to assist the State Agency in the area of oversight for the Summer Food Service Program (SFSP), to ensure State Agency (SA) compliance. Various types of sponsors participate in the program, which includes private schools, public schools, camps, and government organizations. Approximately 150 sponsors receive technical assistance, training and reimbursement of approximately $6 million annually in program expenditures. Scope of Work: The Vendor s primary responsibility shall be to assist with the programmatic review process. The SFSP requires a full set of professional services to conduct the programmatic reviews- sponsor and, potentially, site reviews. The technical assistance component includes, but is not limited to, conducting reviews efficiently, sharing best practices, and recommendations and assistance with training, workflow processes and administrative tasks. Reviews shall be conducted using an electronic review form incorporated within the claim and application agreement system, which is the Child Nutrition Information and Payment System (CNIPS) that was developed by the Colyar Consulting Group. The compliance module consists of a web component and a laptop component. In the web component, the sponsor reviews are set up, corrective action findings after the review are displayed for the sponsor to review and respond and the tracking of the reviews are performed. The laptop component software is installed on the reviewer s laptop computer. The reviewer then selects the sponsor (and site(s)) to review and then downloads the information onto their laptop. The laptop component is separated by sponsor and site, with a question set for each to perform the programmatic review. The review forms contain a series of option buttons, calculation worksheets and text boxes depending on the nature of the question. If a finding is made, then the reviewer notes the nature of the issue. After the review is completed, then it is uploaded into the web component of the compliance module. The review is then finalized by SCN for the sponsor to submit any corrective action required by the State Agency. The SFSP compliance review module was first utilized in June 2013. Licensing for using the CNIPS review compliance software will be available to the selected vendor at no cost and access to the web component shall be provided as well by SCN. Beginning in 2013 and thereafter all compliance reviews shall be conducted using the CNIPS compliance review software. The SFSP Compliance reviews shall be done beginning in May and concluding in August. The Vendor shall be responsible for completing both the site and sponsor reviews as determined by the State Agency. SCN staff may assist at times with the SFSP site and sponsor reviews depending on their availability. The Vendor shall develop recommended corrective actions to address any findings to include in the Corrective Action Plan. The final Corrective Action Plan and its resolution with the sponsor shall be the responsibility of SCN. The Vendor shall be expected to conduct a full review from planning, conducting and completing the review, including the collection of supporting documentation as needed, up through the submission of findings for the Corrective Action Plan. SCN shall review and approve the review, requesting additional information and clarifications as necessary. SCN will also be responsible for the corrective action plans and associated work thereafter but may require limited assistance from the Vendor. The Vendor will be required to attend meetings in the Frankfort office as well as travel to the sponsor and site locations throughout the state for SFSP reviews. 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: 20151215/KY/3688
Matching keyword(s): age:state!ky; state!ky;

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

R — SFSP Review Contractors – Addendum #1. SOL RFP 540 1600000167 version 2 DUE 12/22/2015 Valerie Blade-Thomas, Email: Valerie.Blade-Thomas@education.ky.gov Phone: (502) 564-2351; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Purpose and Background: The Kentucky Department of Education, Division of School and Community Nutrition (SCN) ( http://education.ky.gov/federal/SCN) is responsible for administering the Child Nutrition Programs for the United States Department of Agriculture. SCN seeks to obtain the services of a professional organization to assist the State Agency in the area of oversight for the Summer Food Service Program (SFSP), to ensure State Agency (SA) compliance. Various types of sponsors participate in the program, which includes private schools, public schools, camps, and government organizations. Approximately 150 sponsors receive technical assistance, training and reimbursement of approximately $6 million annually in program expenditures. Scope of Work: The Vendor s primary responsibility shall be to assist with the programmatic review process. The SFSP requires a full set of professional services to conduct the programmatic reviews- sponsor and, potentially, site reviews. The technical assistance component includes, but is not limited to, conducting reviews efficiently, sharing best practices, and recommendations and assistance with training, workflow processes and administrative tasks. Reviews shall be conducted using an electronic review form incorporated within the claim and application agreement system, which is the Child Nutrition Information and Payment System (CNIPS) that was developed by the Colyar Consulting Group. The compliance module consists of a web component and a laptop component. In the web component, the sponsor reviews are set up, corrective action findings after the review are displayed for the sponsor to review and respond and the tracking of the reviews are performed. The laptop component software is installed on the reviewer s laptop computer. The reviewer then selects the sponsor (and site(s)) to review and then downloads the information onto their laptop. The laptop component is separated by sponsor and site, with a question set for each to perform the programmatic review. The review forms contain a series of option buttons, calculation worksheets and text boxes depending on the nature of the question. If a finding is made, then the reviewer notes the nature of the issue. After the review is completed, then it is uploaded into the web component of the compliance module. The review is then finalized by SCN for the sponsor to submit any corrective action required by the State Agency. The SFSP compliance review module was first utilized in June 2013. Licensing for using the CNIPS review compliance software will be available to the selected vendor at no cost and access to the web component shall be provided as well by SCN. Beginning in 2013 and thereafter all compliance reviews shall be conducted using the CNIPS compliance review software. The SFSP Compliance reviews shall be done beginning in May and concluding in August. The Vendor shall be responsible for completing both the site and sponsor reviews as determined by the State Agency. SCN staff may assist at times with the SFSP site and sponsor reviews depending on their availability. The Vendor shall develop recommended corrective actions to address any findings to include in the Corrective Action Plan. The final Corrective Action Plan and its resolution with the sponsor shall be the responsibility of SCN. The Vendor shall be expected to conduct a full review from planning, conducting and completing the review, including the collection of supporting documentation as needed, up through the submission of findings for the Corrective Action Plan. SCN shall review and approve the review, requesting additional information and clarifications as necessary. SCN will also be responsible for the corrective action plans and associated work thereafter but may require limited assistance from the Vendor. The Vendor will be required to attend meetings in the Frankfort office as well as travel to the sponsor and site locations throughout the state for SFSP reviews. 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: 20151215/KY/3689
Matching keyword(s): age:state!ky; state!ky;

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

R — Construction Manager General Cont Serv. Inst. Complex SCKTC BGKY. SOL RFP 785 1600000197 version 1 DUE 01/21/2016 Margaret MacDonald, Email: Margaret.MacDonald@ky.gov Phone: (502) 564-5182; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Construction Manager/General Contractor Services Instructional Complex South Central KY Community and Technical College, Bowling Green, Warren County, Kentucky. PRE-PROPOSAL MEETING: 10:00 AM/ET December 21, 2015 at 403 Wapping Street, Bush Bldg., Frankfort, Kentucky (Meeting is not mandatory, but highly suggested). 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: 20151215/KY/3691
Matching keyword(s): age:state!ky; state!ky;

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

R — CM/GC MCTC/MSU Postsecondary CTR Rowan Campus Morehead KY. SOL RFP 785 1600000194 version 1 DUE 01/19/2016 Margaret MacDonald, Email: Margaret.MacDonald@ky.gov Phone: (502) 564-5182; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: This proposal is for Construction Manager/General Contractor Services for MCTC/MSU Postsecondary Center of Excellence Phase I-Rowan Campus Maysville Community and Technical College, Maysville KY. PRE-PROPOSAL MEETING: 10:00 AM/ET, December 18, 2015 at 403 Wapping Street, Bush Building, Frankfort, Kentucky (Meeting is not mandatory, but highly suggested). 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: 20151215/KY/3693
Matching keyword(s): age:state!ky; state!ky;

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

R — Construction Manager – General Contractor Services, Student Activity Center. SOL RP-032-16 DUE 01/06/2016 Phone: (859) 257-9100; Website address: http://www.uky.edu/Purchasing/bidlist.ht The University of Louisville seeks to procure Construction Management (CM) services (hereafter titled Construction Manager/General Contractor or CM/GC) for the University of Louisville Belknap Campus Student Activity Center. The selected CM/GC 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 276,501 Square feet of Renovated Space and 32,969 Square feet of New Construction Space. The construction budget is $ 35,000,000. Schematic Design is currently underway and near completion. Current plans call for a construction period, beginning prior to May 15, 2016 with a Substantial Completion date of May 1, 2018 and a Final Completion date of June 1, 2018 CM/GC firms seeking to provide services shall have demonstrated specialized experience in pre-construction, estimating, planning, bidding and constructing on multi packaged construction project for this building type within a Guaranteed Maximum Price (GMP). The GMP is to be estimated at the completion of the Design Development phase. Additional information regarding this project and requested services will be supplied to the short-listed CM/GC short listed. Short listed firms will be provide additional information such as but not limited to: Pre-Construction Services, Construction Services, General and Supplemental Terms & Conditions, Price Proposal Format, Basis for CM/GC Contract and University 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: 20151215/KY/3718
Matching keyword(s): age:state!ky; state!ky;

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

99 — Awards (School Letters & Inserts). SOL #7191 DUE 01/13/2016 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: 20151215/KY/3734
Matching keyword(s): age:state!ky; state!ky;

bmg logo(R)2

BMG AD (fv)

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

Comments are closed.

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

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

Truth- A Right to Fight For...

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

%d bloggers like this: