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, Air Education and Training Command, Fort Sam Houston, 502d Contracting Squadron, 2250 Engineer St. Ste 1 JBSA Ft Sam Houston TX 78234-7584
99 — Portable Iconostasis F2MRAR5317AW010 012716 Elizabeth N Martinez, Contract Specialist, Phone 2108080221, Fax 2108086143, Email elizabeth.n.martinez19.civ@mail.mil – GARY BECK, Lead Contract Specialist, Phone 2108086146, Fax 2102211283, Email gary.d.beck4.civ@mail.mil The 502d Contracting Squadron, Joint Base San Antonio at Fort Sam Houston is seeking information concerning the availability of constructing four (4) wood, portable panel iconostasis. Please see attached Request for Information and Draft Statement of Work for detailed information.
Place of Performance: JBSA-Lackland Air Force Base San Antonio, TX 78234 US URL: https://www.fbo.gov/notices/4b4723cb29aa4d491e7332935d6981e
OutreachSystems Article Number: 20160122/PROCURE/0515
Matching keyword(s): naics!711510;
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North PO Box 36600 Billings MT 59107
69 — Healthcare Compliance Software RFQ-CSU-16-KNA-9 020416 Kimberly Not Afraid, Supervisory Purchasing Agent, Phone 406-638-3390, Email kimberly.notafraid@ihs.gov This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under FAR Part 13, Simplified Acquisitions and FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award a Fixed-Price contract in response to Request for Quotation RFQ-CSU-16-KNA-9, Healthcare Compliance Software. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. The associated North American Industry Classification System code is 541519 and the small business size standard is $25.5 million.
PRICE SCHEDULE – HEALTHCARE COMPLIANCE SOFTWARE
Base Year: 12 months @ $ …………………. per month $ ……………………….;
Option Year One: 12 months @ $ …………………. per month $ ……………………….;
Option Year Two: 12 months @ $ …………………. per month $ ……………………….;
GRAND TOTAL: $ ………………………………
PERIOD OF PERFORMANCE: The performance of this contract shall be for 12 months with two 12-month options (dates to be completed at time of award).
STATEMENT OF WORK: Provide and install healthcare compliance software at the Crow Service Unit, 1 Hospital Road, Crow Agency, Montana. The web-based software must include a policy management system with online library, an online learning management system, and regulatory information service.
1. Policy Management System:
• Policy Manager that maintains and updates new, revised and retired policies.
• Online library with policy templates.
• Customize with the Service Unit’s name and logo.
• Ensure policy format is 508 compliant.
• Includes CMS, FDA, OSHA and other relevant federal agency reference numbers for each policy.
• Provide two days of onsite training.
• Upload initial Service Unit policy/procedure manuals.
• Maintain and update website as needed.
• Free backups, upgrades, hosting, maintenance, and system security.
• Ability to upload in preferred format: Word, Excel, PDF, text, HTML, et cetera.
• All document and contents searchable in preferred format.
2. Learning Management System:
• Customize with the Service Unit’s name and logo.
• Website must be 508 compliant.
• Courses will be provided 24/7 online
– Ability to log in to system directly over the Internet anytime, anywhere.
– Easy-to-use student interface.
– Assigns students to courses and/or allows students to enroll themselves.
– Engaging course contents with secure timed posted tests.
– Allows students to print certificates for completed online courses.
– Courses with contact hours, student ability to print own CE certificates,
– System provides unlimited number of CE certificates at no additional charge.
– Allows Service Unit specific coursework to be uploaded and maintained with LMS coursework.
• User Administrative Module:
– Administrator(s) can add new employees, edit employee accounts, and enroll employees in courses.
– Ability to share data with HR Information System utilizing standard data import/export functions.
– Administrator(s) can assign employees to departments and designate department managers using the bulk import tools or the administration pages.
• Classroom Module:
– Create a catalog and schedule of offline classes and make available to students.
– Users ability to manage their own class enrollments.
– System handles registration, drops and waitlists.
– Assign and manage deadlines for class completion.
– Track attendance, grades, et cetera.
• Reports Module:
– Designated administrators and designated managers have access to reports.
– Numerous standard and customized reports available for use.
– Filter by time period, student or department.
– Advanced features allow user to add/delete fields, add/remove report section headers and control sort order.
– Allows managers, administrator and supervisors to print certificates of completion and CEU certificates.
– Prints HTML formatted reports or export to a spreadsheet.
• Course Creator Module – Online courses:
– Upload training courses using course builder and course import functions.
– Load content in any format (Word, PowerPoint, Excel, pdf, flash, video, et cetera) for viewing and download.
– Designated course creators(s) ability to create new course categories and courses, and edit the courses.
– Create lessons online using a lesion building tool.
– Create quizzes/tests online using a quiz building tool.
• Documentation and Support:
– Online documentation demonstrates step-by-step how to use the system.
– Online feedback provides support for technical issues.
• Initial Setup:
– Customized web portal for IHS system shall include client name and logo, client wording on site landing page and client choice of color scheme.
– Database setup, creation of all database tables and fields.
– Provide up to 4 hours of web conferencing for system training during the initial 90 days.
• Annual License:
– Creation of user accounts.
– User administration module.
– Course creator module, test creation tool, annual hosting of courses developed and loaded by facility (up to 300 MB of course material).
– Classroom management module (student enrollment, grades and reporting).
– Reports module.
– Ongoing updates to course content.
– Hosting, backups and system maintenance.
– Free IT support for applications.
– Access to all available modules and features.
– Free software upgrades.
– Unlimited free data exports at any time.
• Course Library:
– General education library, unlimited use.
– Patient safety and clinical staff competency library, unlimited use.
– Survey preparation library, unlimited use.
– Healthcare management professional library, unlimited use.
– Online video course library, unlimited use.
– Nursing continuing series, unlimited use.
– CME Courses for Physicians, unlimited use.
– Billing and Coding Courses Library, unlimited use
– CNA series Course Library, unlimited use
– SCORM wrap and uploading, unlimited use
CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer.
CONTRACTING OFFICER’S REPRESENTATIVE (COR): The COR shall be responsible for: (1) Monitoring the Contractor’s technical progress, including surveillance and assessment of performance and recommending technical changes; (2) Interpreting the Statement of Work; (3) Technical evaluation as required; (4) Technical inspections and acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract.
INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its original invoice to the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107 and a courtesy copy to the COR at the Crow Service Unit, PHS Indian Hospital, 1 Hospital Road, Crow Agency, Montana 59022.
INVOICES: The Contractor agrees to include the following information on each invoice: (1) Contractor’s name, address and telephone number; (2) Contract Number (entire contract number must be included); (3) Invoice number and date; (4) Cost or price; (5) Dates of Service including the number of hours worked; and (6) Remit to address: Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. The Billings Area Financial Management Branch shall make payment.
PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 EVALUATION – COMMERCIAL ITEMS (JAN 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers and are included in the relative order of importance: (1) Items conforming to the requested list, determined by requesting department. Brand Name or Equal items will be considered and reviewed by the requesting department. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-7, 52.204-13, 52.204-19, 52.209-10 52.212-4, 52.212-5, 52.215-5, 52.216-18, 52.216-21, 52.217-8, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.225-1, 52.225-25, 52.229-3, 52.232-1, 52.232-18, 52.232-33, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.249-1, 352.201-70, 352.202-1, 352.203-70, 352.215-1, 352.215-70, 352.222-70, 352.223-70, 352.224-70, 352.227-70, 352.231-71, 352.237-72, 352.242-71, 352.242-72, 352.242-73, 352.270-2 and 352.270-3. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.209-6, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-18, 52.225-13. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at https://www.acquisition.gov
PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall provide evidence of, or submit a written response to, the technical evaluation factors in FAR 52.212-2. In addition, the Contractor shall submit a completed copy of FAR 52.212-3 with its offer. Contractors intending to conduct business with the Federal Government must be registered with the System for Award Management (SAM), the Official U.S. Government system that consolidated the capabilities of the Central Contractor Registration (CCR) database. SAM is the primary Government repository, which retains information on Government contractors. You may register via the Internet at https://www.sam.go or by calling (866) 606-8220. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Crow Service Unit, Purchasing/Supply Department, Indian Health Hospital, 1 Hospital Road, Crow Agency, Montana 59022, no later than 4:00 p.m., on February 4, 2016. The offer must be submitted in a sealed envelope, addressed to the Purchasing/Supply Department, showing the time specified for receipt, the solicitation number, and your company’s name and address. Offers will also be accepted by e-mail at kimberly.notafraid@ihs.gov. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 90 days from the date of receipt by the Government.
Place of Performance: Crow Service Unit IHS Indian Hospital 1 Hospital Road Crow Agency, MT 59022 US URL: https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-CSU-16-KNA-9/listing.htmOutreachSystems Article Number: 20160121/PROCURE/0406
Matching keyword(s): writ*; copy; technical; standard;
Department of the Army, Army Contracting Command, MICC, MICC – Fort Knox, Bldg 1109, Room 373 Fort Knox KY 40121-5720
R — HUMAN RESOURCES COMMAND CLAIMS AND BENEFITS W9124D-16-Q-5008 020216 Donald L. Clark, Contract Specialist, Phone 5026245803, Email donald.l.clark.civ@mail.mil SOURCES SOUGHT SYNOPSIS
THIS IS A SOURCES SOUGHT NOTICE ONLY. The U.S. Government desires to procure the Human Resources Command Claims & Benefits on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.
This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 524292: Third Party Administration of Insurance and Pension Funds.
A continuing need is anticipated for the Human Resources Command Claims & Benefits which is currently being fulfilled through current contract # W9124D-11-C-0011. (If supply, describe the requirement in sufficient detail to help interested vendors address their capabilities relative to the item.) Attached are the draft Performance Work Statement (PWS) containing the Performance Requirements Summary (PRS) and Technical Exhibits with workload data.
In response to this sources sought, please provide:
1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.
2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.
3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.
4. Information to help determine if the Human Resources Command Claims & Benefits service is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.
5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.
6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Dean Carsello, at dean.m.carsello.civ@mail.mil or 210-466-2419, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.
8. All sources sought information shall be received by 2 February, 2016, at 3:00 PM Eastern Time (ET). Responses shall be emailed to Donald Clark at donald.l.clark.civ@mail.mil.
Set-Aside: Total Small Business Place of Performance: Multiple locations for performance; refer to attached Performance Work Statement. Locations include Fort Knox, Kentucky; Military District of Washington (MDW); Joint Base San Antonio (JBSA), Texas; and Joint Base Lewis McChord (JBLM), Washington. Fort Knox, KY 40121 US URL:https://www.fbo.gov/notices/da3b0ad1a7d1bd5d520564796f4f6a1OutreachSystems Article Number: 20160121/PROCURE/0469
Matching keyword(s): age:state!ky; state!ky;
Kentucky – Eastern Kentucky University, Kentucky – Eastern Kentucky University http://purchasing.eku.edu/bids-and-quote
R – EKU 65-16 Sale of Translator Frequency Opens: January 25, 201 SOL EKU 65-16 Sale of Translator Frequency Opens: January 25, 2016; 2:00 PM (ET) For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20160123/BID/0053
Matching keyword(s): age:state!ky; state!ky;
Colorado – Weld County http://www.co.weld.co.us/Departments/Purchasing/CurrentRequests/index.htm 915 10th Street; Greeley, CO 80632; (970) 336-7225
T – #B15000179 – COUNTY WIDE VIDEO DISTRIBUTION SYSTEM SOL #B15000179 – COUNTY WIDE VIDEO DISTRIBUTION SYSTEM For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20160123/BID/0140
Matching keyword(s): video*; distribut*;
Kentucky – Boone County http://www.boonecountyky.org/government_administration/current_request_for_proposals(rfp_s)/index.aspx 2950 Washington St.; Burlington, KY 41005; (859) 334-2108
99 – 3/4 ton 2WD Cab & Chasis Due Date: 1/29/16 3/4 ton 2WD Cab & Chasis For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20160123/BID/0236
Matching keyword(s): age:state!ky; state!ky;
New Mexico Press Association http://www.publicnoticeads.com/NM/search/searchnotices.as PO Box 95198; Albuquerque, NM 87199; (505) 275-1241
R – _ RFP#16-06. SOL Public Notice ID: 23086215 _ RFP#16-06. Publish January 22, 2016 REQUEST FOR PROPOSALS Notice is hereby given by the Board of Education of the Roswell Independent School District of Roswell, New Mexico that sealed RFP for the furnishing of the following services will be received by Yajaira Alavarez in the Support and Transportation Services Office, 300 N. Kentucky, Suite 201, Roswell, New Mexico 88201, until February 24, 2016 @ 2:00 pm RFP #16-06 LAN Services – Data Connectivity Lines Specifications and instructions for RFP’s may be obtained from the Roswell Independent School District’s website and the above office. The Board of Education reserves the right to reject all bids and to waive technicalities and irregularities. /s/Peggy Brewer Peggy Brewer, President Board of Education For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20160123/BID/0360
Matching keyword(s): state!ky;
Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/webapp/vssonline/AltSelfServic
R – Capital Defense Consultant Professional Services RFP – 515 – 1 SOL Capital Defense Consultant Professional Services RFP – 515 – 1600000213 Department For Public Advocacy James Lamb Pro Services Request for Proposals(RFP) Published On : 1/21/16 Amended On : Closing On : 1/28/16 1:00 PM EST For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20160122/BID/0045
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 – Glass, Plastic & Glazing Compounds #7208Bid SOL Glass, Plastic & Glazing Compounds #7208Bid closes @ 11:00 a.m. on February 16, 2016 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20160122/BID/0224
Matching keyword(s): age:state!ky; state!ky;
Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601
R — DPA LAWYER LIABILITY INSURANCE – Addendum #1 – NEW DUE DATE. SOL RFB 758 1600000498 version 2 DUE 01/28/2016 Mike Gustafson, Email: Mike.Gustafson@ky.gov Phone: (502) 564-5945; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic 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: 20160122/KY/4455
Matching keyword(s): age:state!ky; state!ky;
Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601
R — Capital Defense Consultant Professional Services. SOL RFP 515 1600000213 version 1 DUE 01/28/2016 James Lamb, Email: James.Lamb@ky.gov Phone: (502) 564-8006; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: The work involved will include assisting in training and ongoing consultation tailored to the special needs of criminal defense death penalty teams. Under the direction of the Department of Public Advocacy. Lead case reviews and consultation with criminal defense death penalty teams. Review case review forms, social history and other documents. Develop agenda for case review working with the lead attorney and supervising attorney for the case. Facilitate cases reviews with capital teams and other participants. Each case review will consist of a 2-4 hour meeting. The participants of the case reviews will be identified by DPA. Logistics for case reviews will be provided by DPA. The majority of case reviews will be in Frankfort or Lexington with some travel to other field offices. Assist with DPA training by providing recommendations for training. Participating in planning discussions and assisting with death penalty regional and distance learning training up to 15 hours. 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: 20160122/KY/4456
Matching keyword(s): age:state!ky; state!ky;
Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601
99 — Ribbons and Rosettes Fair Awards – Addendum #1 – NEW DUE DATE. SOL RFB 758 1600000473 version 2 DUE 01/27/2016 Daniel Salvato, Email: daniel.salvato@ky.gov Phone: (502) 564-5862; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic 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: 20160122/KY/4458
Matching keyword(s): age:state!ky; state!ky;
Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601
R — Secretary of State/Bd of Elections Legal Services. SOL RFP 120 1600000230 version 1 DUE 01/26/2016 Michelle Starkweather, Email: michelle.starkweather@ky.gov) Phone: (502) 564-3490; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Scope of Work: Representation of the agency in a current, pending legal matter. To include but not limited to, preparing and drafting legal documents (motions, responses, replies); attending court hearings; participating in conference calls with the court, if any; keeping clients informed on legal issues pertaining to the matter; attending State Board of Elections meetings to meet with and advise clients, as necessary. All timelines and deliverables will be established by the court. 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: 20160122/KY/4460
Matching keyword(s): age:state!ky; state!ky;
University of Kentucky, Capital Construction Division, Peterson Service Building, Lexington, KY 40506-0005
R — Healthcare Leadership Development and Coaching. SOL UK-1651-16 DUE 02/12/2016 Phone: (859) 257-9100; Website address: http://www.uky.edu/Purchasing/bidlist.ht Intent and Scope: This Request for Proposal (RFP) is being issued by the University of Kentucky HealthCare to obtain proposals from qualified, experienced, financially sound and responsible firms. The purpose of the RFP is to solicit vendors, consultants, and firms to provide executive coaching to UK HealthCare leaders as well as solicit learning and development vendors, practitioners, and providers to submit a proposal to provide leadership trainings to UK HealthCare leaders which includes leaders at all levels (e.g., front-line supervisors to executive level faculty and staff). The Enterprise intends to utilize executive coaching as part of its overall talent management strategy and intends to contract with a cadre of executive coaches that can be leveraged for the coaching needs of our leaders. 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: 20160122/KY/4461
Matching keyword(s): age:state!ky; state!ky;
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 – Addendum #4 – NEW DUE DATE. SOL UK-1645-16 DUE 01/26/2016 Phone: (859) 257-9100; Website address: http://www.uky.edu/Purchasing/bidlist.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: 20160122/KY/4463
Matching keyword(s): age:state!ky; state!ky;
City of Georgetown, City Clerk, City Hall, 100 N. Court Street, Georgetown, KY 40324
R — Municipal Solid Waste Collections Consulting Service. SOL DUE 01/28/2016 Website: http://www.georgetownky.gov/bidsolicitations.asp The City of Georgetown is seeking a statement of qualifications and service proposal for professional Municipal Solid Waste Collection Consulting Services. The individual/firm will be expected to deliver a comprehensive report on the City’s existing solid waste collection operations, including logistics and routing, personnel, equipment, finances and rate structure, maintenance, safety, regulatory compliance, facilities, quality of service, solid waste ordinances and enforcement procedures. The report should provide an action plan with detailed recommendations for reducing costs and increasing savings, improving customer service levels, decreasing solid waste-related nuisance violations and improving enforcement, and increasing operational efficiency and safety levels. The report should also provide a feasibility study and cost analysis for implementing a curb-side recycling program. Finally, the report should provide a cost and risk/benefit analysis for any alternate collection methods available to the City, including but not limited to the privatization of residential and commercial collections and recycling. 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: 20160122/KY/4466
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
U – Healthcare Leadership Development and Coaching SOL UK-1651-16 Due Date: 2-12-16 Healthcare Leadership Development and Coaching For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20160121/BID/0266
Matching keyword(s): age:state!ky; state!ky;
Morehead State University, Office of Support Services, Support Services Complex, 606 West Main Street, Morehead, KY 40351
R — Annual Audits. SOL DUE 02/10/2016 Phone: (606) 783-2018, Website: http://www.moreheadstatebids.com Proposals are being accepted to establish a contract for annual audits of the University’s financial statements. 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: 20160121/KY/4339
Matching keyword(s): age:state!ky; state!ky;
Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, KY 40203
R — DISPARITY STUDY. SOL 16-0211 DUE 02/11/2016 Phone: (502) 540-6000; Website: http://www.msdbids.com/construction 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: 20160121/KY/4346
Matching keyword(s): age:state!ky; state!ky;
City of Somerset, 400 E. Mt. Vernon Street, Somerset, KY 42501
99 — Pyrotechnic display. SOL DUE 02/18/2016 Website: http://www.cityofsomerset.com/now_taking_bids/index.ph 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: 20160121/KY/4351
Matching keyword(s): age:state!ky; state!ky;
University of Louisville, Purchasing Department, Belknap Campus, Room 101, Service Complex, Louisville, KY 40292
R — Identify research opportunities to expand the volume of sponsored research projects being conducted at University of Louisville. SOL RFP201-PSC DUE 01/29/2016 Phone: (502) 852-6248; Website: http://louisville.edu/purchasing/bid 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: 20160121/KY/4352
Matching keyword(s): age:state!ky; state!ky;
Louisville Metro Housing Authority, Purchasing Department, 3223 S. 7th Street Road, Louisville, KY 40216
R — Annual Environmental Consulting Contract. SOL 1404 DUE 02/09/2016 Website: http://www.lmha1.org/bid_opportunities/index.ph Pre-bid meeting: January 26, 2016 2:00 p.m., LMHA Purchasing Department, 3223 Seventh St. Rd., Louisville, KY 40216. 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: 20160121/KY/4362
Matching keyword(s): age:state!ky; state!ky;
Madison County Fiscal Court, 101 West Main Street, Richmond, KY 40475
R — Insurance Product Request for Proposal. SOL DUE 02/05/2016 Website: http://madisoncountyky.us/index.php/bid-packet The Madison County Fiscal Court is requesting proposals from businesses (aka: firms(s)) interested in serving as the Insurance Broker/Provider for the following insurance products for Madison County Government. The proposal should outline the services the firm would provide for various products, including but no limited to, auto, property and health insurance. Proposals should be submitted to: Madison County Judge Executive s Office, 101 West Main Street, Suite 100, Richmond, KY 40475 in such a manner that they are received no later than Friday, February 5, 2016, by 4:00pm (ET). For full details on the Request for Proposal (RFP), see the attachment posted on website: http://madisoncountyky.us/index.php/bid-packet 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: 20160121/KY/4370
Matching keyword(s): age:state!ky; state!ky;
Southwest Ohio Regional Transit Authority, 602 Main St., Suite 1100, Cincinnati, OH 45202
99 — Tickets Paper Magnetic. SOL IFB #2016-B01 Website: http://www.go-metro.com/doing-business/bid-opportunitie The Southwest Ohio Regional Transit Authority is seeking bids for IFB #2016-B01 for Paper Magnetic Tickets. Bidding instructions and 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: 20160121/KY/4379
Matching keyword(s): age:state!ky; state!ky;
Kenton County Airport Board, Cincinnati/Northern Kentucky International Airport, P.O. Box 752000, Cincinnati, OH 45275-2000
R — Medical Billing Services. SOL #16-07RFP DUE 02/11/2016 Website: http://www.cvgairport.com/about/biz/procur Pursuant to the provisions of KRS 424.260, the Kenton County Airport Board (“KCAB”) will receive proposals for the Medical Billing Services at the Cincinnati /Northern Kentucky Int’l Airport (“CVG”). Proposals must be received by February 11, 2016 at 2:00 P.M. ET. No proposals will be accepted after that time unless such date or time is extended pursuant to an addendum issued by KCAB. KCAB reserves the right to waive any informality or irregularity in any proposal or bid guaranty, to reject any or all proposals, to award or refrain from awarding a contract for the work, and to negotiate with the apparent qualified responsible proposer to such extent as may be beneficial to KCAB. Preference for Kentucky resident bidders will be applied in accordance with Kentucky law. KCAB in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. Further information and copies of the Request for Proposal (RFP) may be downloaded from http://www.cvgairport.com/bid – Current Opportunities. 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: 20160121/KY/4388
Matching keyword(s): age:state!ky; state!ky;
Lexington-Fayette Urban County Government, Division of Central Purchasing, 200 East Main Street, Lexington, KY 40380
R — Body Worn Camera and Digital Evidence Management Professional Services. SOL RFP3-2016 DUE 02/03/2016 Phone: (859) 258-3320; Website: https://lfucg.economicengine.co Vendor s Scope of Work: Provide a vendor-hosted, off-premises solution to fulfill the business and technical requirements for a Body Worn Camera and Digital Evidence Management solution. Application software. Any other software needed to fulfill these requirements. Provide services to fulfill the business and technical requirements for a Body Worn Camera and Digital Evidence Management solution. To manage this project as the prime contractor, if other firms are involved. To develop, test and implement any customized components of the software. To provide and install any required application components. To develop, test and implement the system interfaces described in this RFP. To provide documentation of the locations, approach, process and procedures regarding the business recovery (e.g. including backup and restore, failover hot sites) of your hosted solution. To provide support, and any applicable hourly rates or any other charges for post-warranty support. To provide training via Train the Trainer approach with accessible augmentation from the Web on a 24/7/365 basis. Please provide a syllabus for this training. To provide training documentation, in both hardcopy and electronic formats, for users and administrators. To comply with all RFP response criteria and terms. Provide hardware to fulfill the functional and technical requirements for a Body Worn Camera and Digital Evidence Management solution. Including all equipment and associated software required for the successful operation of the proposed solution, per the scenarios described in the Pricing Matrix section of the RFP Response Template. 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: 20160121/KY/4410
Matching keyword(s): age:state!ky; state!ky;
Lexington-Fayette Urban County Government, Division of Central Purchasing, 200 East Main Street, Lexington, KY 40380
R — Parks and Recreation Master Plan Consultant. SOL RFP1-2016 DUE 02/08/2016 Phone: (859) 258-3320; Website: https://lfucg.economicengine.co 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: 20160121/KY/4411
Matching keyword(s): age:state!ky; state!ky;
Eastern Kentucky University, Division of Purchases and Stores, Jones Building, Room 213, Richmond, KY 40475
R — Search Consultant – Addendum #1. SOL RFP 61-16 DUE 01/26/2016 Phone: (859) 622-2246; Fax: (859) 622-2047; Website: http://purchasing.eku.edu/bids-and-quote 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: 20160121/KY/4413
Matching keyword(s): age:state!ky; state!ky;
KCTCS, Purchasing, 300 North Main Street, Versailles, KY 40383
69 — Industrial/Technical Training Equipment and Related Accessories (PCT) – Addendum #1. SOL KCT-00992 DUE 01/26/2016 Website: http://www.kctcs.edu/en/Vendor_Information/Opportunities_to_Bid.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: 20160121/KY/4423
Matching keyword(s): age:state!ky; state!ky;
January 24, 2016
Business, Business / Career, Education, Government