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
National Aeronautics and Space Administration, Goddard Space Flight Center, Code 210.P, NASA/Goddard Space Flight Center, Code 210.P Greenbelt MD 20771
R — Diversity Dialogue Project NNG16573188Q 022216 Keva R. Crossen, Purchasing Agent, Phone 3012865385, Email keva.r.crossen@nasa.gov – Keisha S. Willingham, Contract Specialist, Phone 3012863010, Email keisha.s.willingham@nasa.gov This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Firm-Fixed Price (FFP) offers are being requested and a written solicitation will not be issued.
This notice is being issued as a Request for Quotations (RFQ) for Diversity Dialogue Program Facilitator and Coaching in accordance with the attached Statement of Work.
Scheduled Period of Performance: March 2016 – February 2017 (Base Period) + 1 Year Option
The provisions and clauses in the RFQ are those in effect through FAC 05-86
This procurement is a total small business set-aside.
The NAICS Code and the small business size standard for this procurement are 541611 and $15 million respectively. The offeror shall state in their offer their size status for this procurement.
All responsible sources may submit a FFP offer which shall be considered by the agency.
Offers for the service described above are due by February 22, 2016 at 4:30pm EST to Keva.R.Crossen@nasa.gov and must include, solicitation number, proposed delivery schedule, discount/payment terms, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tm“>http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tm
Offerors shall provide the information required by FAR 52.212-1 (OCT 2015), Instructions to Offerors-Commercial Items, which is incorporated by reference.
FAR 52.212-4 (MAY 2015), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: NFS 1852.225-70; NFS 1852.237-73
FAR 52.212-5 (FEB 2016), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-7, 52.217-5, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33.
The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm
The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.ht“>http://www.hq.nasa.gov/office/procurement/regs/nfstoc.ht
All contractual and technical questions must be in writing via e-mail to Keva.R.Crossen@nasa.gov not later than February 16, 2016. Telephone questions will not be accepted.
Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the service offered meets the Government’s requirement. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)).
Offerors must include completed copies of the provision at 52.212-3 (NOV 2015), Offeror Representations and Certifications – Commercial Items with their offer. The provision may be obtained via the internet at URL:
http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.ht“>http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.ht . These representations and certifications will be incorporated by reference in any resultant contract.
NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html
Prospective offerors shall notify this office of their intent to submit an offer. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
Set-Aside: Total Small Business Place of Performance: NASA/Goddard Space Flight Center Greenbelt, MD 20771 US URL: https://www.fbo.gov/notices/3992d359fc9e8f34cc7135bd68ddfec OutreachSystems Article Number: 20160212/PROCURE/0097
Matching keyword(s): writ*; copy; technical; standard;
Department of the Interior, Bureau of Reclamation, BOR – All Offices, Bureau of Reclamation
Mid-Pacific Region Regional Office Division of Acquisition Services 2800 Cottage Way, Room E-1815
Sacramento CA 95825-1898 US
T–Shasta Historical Tour Video R16PS00415 031816 Fleming, Kara A IGF::OT::IGF::Shasta Historical Tour Video<br> Set-Aside: Total Small Business URL: https://www.fbo.gov/notices/4845623fb8f74263095afe4e39798cf
OutreachSystems Article Number: 20160212/PROCURE/0136
Matching keyword(s): video*; business*; naics!512110;
Department of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex 346 Marine Forces Drive Grand Prairie TX 75051
U — Culinary Arts/Horticulture Educational Programs RFQP03021600001 120815 Charles Keith Dailey, Phone 972-352-4522, Fax 972-352-4545, Email cdailey@bop.gov This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
The solicitation number is RFQP03021600001 and it is issued as a Request for Quote (RFQ). The requirement will be solicited on an Unrestricted basis. The applicable North American Industry Classification System (NAICS) code is 611210, Junior Colleges and the size standard is $20.5 million.
The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, Texas intends to establish a single award, indefinite-delivery, requirements type contract with firm-fixed unit pricing for Culinary Arts/Horticulture programs for the inmate population incarcerated at the Federal Correctional Complex (FCC) Coleman, located in Coleman, Florida. Information regarding the Bureau of Prisons (BOP) and its facilities can be located at http://www.bop.gov. A description of the services required is attached to this posting and labeled as Attachment II – Statement of Work.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83-3.
CONTRACT CLAUSES:
52.252-2 – Clauses Incorporated by Reference (Feb 1998).
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: http://www.acquisition.gov/far. Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested in writing from the Contracting Officer.
52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2015) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract.
52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011)
52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014)
52.228-5 Insurance – Work on a Government Installation (JAN 1997) – Employers liability: $100,000; Comprehensive General Liability: $500,000 per occurrence for bodily injury; and
52.232-40 Providing Accelerated Payment to Small Business Subcontractors (DEC 2013)
The following clauses will be incorporated into a resultant contract in full text with applicable fill-in information as noted:
52.21-603-70 Contracting Officer’s Representative (JUN 2012) – Michielle Atherton, Assistant Supervisor of Education, FCC Coleman is hereby appointed as COR.
52.216-18 Ordering (OCT 1995) – (a) from the first day of the effective performance period through the last day of the effective performance period
52.216-19 Order Limitations (OCT 1995) – (a) less than one hour; (b) (1) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (2) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (3) 30 days; (d) 5 days
52.216-21 Requirements (OCT 1995) – (f) after the last day of the effective performance period
52.217-8 Option to Extend Services (NOV 1999) prior to the expiration of the current performance period
52.217-9 Option to Extend the Term of the Contract (MAR 2000) – (a) prior to expiration of the current performance period; 60 days; (c) but excluding the exercise of any option under the clause at 52.217-8 which is also incorporated into this contract, shall not exceed five (5) years.
52.228-5 Insurance – Work on a Government Installation (JAN 1997)
52.24-403-70 Notice of Contractor Personnel Security Requirements (OCT 2005)
52.27-103-72 DOJ Contractor Residency Requirement – BOP (JUN 2004)
52.242-11-004 Evaluation of Contractor Performance Utilizing CPARS (APR 2011)
Department of Justice Order 2640.2F (NOV 2008)
2852-223-70 Unsafe Conditions Due to the Presence of Hazardous Material (JUN 1996)
DJAR-PGD-15-02-Attachment 2A Corporate Representation Regarding Felony Conviction Under Any Federal Law or Unpaid Delinquent Tax Liability – Award (DEVIATION 2015-02)(March 2015)
DJAR-PGD-15-02-Attachment 2B Contractor Internal Confidentiality Agreements or Statements Prohibiting or Restricting Reporting of Waste, Fraud, and Abuse – Award (DEVIATION 2015-02)(March 2015)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (NOV 2015) – (b) 52.203-6, 52.204-10, 52.209-6, 52.209-9, 52.219-4, 52.219-8, 52.219-9, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37,
52.222-40, 52.223-18, 52.225-13, 52.232-33; (c) 52.222-17.
OTHER CONTRACT TERMS AND CONDITIONS:
Type of Contract: A resultant contract will be an indefinite delivery/requirements type contract with firm-fixed pricing. It is anticipated that contract award(s) resulting from this solicitation will be made in December 2015 with an effective date of award of January 1, 2016. The estimates of hours is not a representation to an offeror or contractor that the estimated quantity will be required or ordered or that conditions affecting requirements will be stable or normal.
Performance Period: The periods of performance of the resulting contract shall be Base Year – Effective Date of Award (EDOA) thru 12 months; Option Year 1 – 13 months from EDOA thru 24 months; Option Year 2 – 25 months from EDOA thru 36 months; Option Year 3 – 37 months from EDOA thru 48 months; Option Year 4 – 49 months from EDOA thru 60 months.
The contractor shall commence performance of services by submitting information to initiate security clearance procedures within 15 calendar days from effective date of award of the contract. In accordance with FAR 46.503 and 46.403(a) (6), the place of acceptance for services under this contract is at the destination, FCC Coleman.
Ordering Official: Task orders may be issued only by the Contract Specialist or a warranted procurement official from the Contract Administration Office at FCC Coleman. Orders may be issued orally, faxed, electronically, or via mail.
Security and Investigative Requirements: The employees of the contractor entering the institution may be required to meet certain security requirements prior to entering the institution. Primary concerns are the amount of contact that may occur between the contractor and his/her employees with the inmate population during the performance of the contract. Contractor employees are allowed access to the institution at the sole discretion of the Warden of the institution.
The program manager at FCC Coleman is responsible for conducting the appropriate law enforcement check on all contractor staff that may need access inside the prison facility. The following investigative procedure will be performed:
1). National Crime Information Center (NCIC) check; 2). DOJ 99 (Name Check); 3). FD 258 (fingerprint check); 4). Law Enforcement Agency checks; 5). Vouchering of Employers; 6). Resume/Personal Qualifications; 7). OPM 329 A (Authority for Release of Information); 8). National Agency Check and Inquiries (NACI) check (if applicable); and 9). Urinalysis Test (for the detection of marijuana and other drug usage)
By submitting a quote for service, the contractor and its employees agree to complete the required documents and undergo the listed procedure. An individual who does not pass the security clearance will be unable to enter the BOP facility. Any individual employed by the contractor who is deemed not suitable by the BOP requirements will not be granted access to perform services under the contract. This is a condition of the contract. Finally, the contractor shall be in compliance with 8 CFR 274a regarding employment of aliens.
Non-personal services: A resultant contract will be a non-personal services contract, as defined in FAR 37.101, under which the contractor is an independent contractor. Award of a contract does not constitute an employer/employee relationship. The contractor will not be subject to Government supervision, except for security related matters; however, contractor performance shall be closely monitored to ensure contract compliance.
Pricing Methodology- The contract rate for service will be on a per session basis, where a session is defined as one hour in duration. Pricing shall be inclusive of all charges (i.e., wages, insurance, overhead, profit, etc.). Please note that there will be minimal processing time required to enter the institution that should be reflected in the price quoted. Also, the rates applicable for 52.217-8 option, if utilized, shall be those rates effective in the preceding performance period. FAR 52.217-8 is an option to extend services of any such performance period and therefore the Governments evaluation of proposed pricing is inclusive of all base and options as related to FAR 52.217-8 and 52.217-9. Should the Government elect to exercise the extension authorized by 52.217-8, the total contract price will increase.
SOLICITATION PROVISIONS:
52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
This solicitation incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: http://www.acquisition.gov/far.
52.212-1 Instructions to Offerors – Commercial Items (OCT 2015) tailored to delete paragraphs at d, h, and i, as they have been determined to be non-applicable to this solicitation. Paragraph c has been changed to 60 days. The additional provisions listed below are incorporated into this solicitation via addendum to this provision. All references to “Offer” and “Offeror” are changed to “Quote” and “Quoter” respectively.
52.209-7 Information Regarding Responsibility Matters (JUL 2013)
52.212-3 Offeror Representations and Certifications – Commercial Items (NOV 2015)
52.217-5 Evaluation of Options (JUL 1990)
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities Relating to Iran – Representation and Certifications (DEC 2012)
52.233-2 Service of Protest (AUG 1996) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5005, Washington, D.C. 20534
52.237-1 Site Visit (APR 1984)
Protests Filed Directly with the Department of Justice (JAR 2852.233-70)
Faith-Based and Community- Based Organizations (AUG 2005) – can submit quotations equally with other organizations for contracts for which they are eligible.
DJAR-PGD-15-02-Attachment 1A Corporate Representation Regarding Felony Conviction Under Any Federal Law or Unpaid Delinquent Tax Liability – Solicitation (DEVIATION 2015-02)(March 2015)
DJAR-PGD-15-02-Attachment 1B Contractor Internal Confidentiality Agreements or Statements Prohibiting or Restricting Reporting of Waste, Fraud, and Abuse – Solicitation (DEVIATION 2015-02)(March 2015)
Evaluation and Award Methodology: This acquisition will be procured in accordance with FAR Part 12 – Acquisition of Commercial Items and Part 13 – Simplified Acquisition Procedures. In addition to price, quoters must demonstrate technical capability and successful past performance history. Pursuant to FAR 12.602(c), an award decision will be made to the responsible contractor whose quote is most advantageous and represents the best value to the Government based on price, technical capability, and past performance.
Pursuant to FAR 17.203(b), the Government’s evaluation shall be inclusive of options. Pursuant to FAR 17.203(d), quoters may offer varying prices for options, depending on the quantities actually ordered and the dates when ordered. The estimated quantity of service required is not a representation to a quoter that the estimated quantities will be required or ordered, or that conditions affecting requirements will remain stable or normal.
Quoters are advised that the Contracting Officer will verify registration in the System for Award Management database (www.sam.gov) prior to award of any contract, by entering the potential awardee DUNS number into the database. Failure to complete a registration record may result in elimination from consideration for award.
If you have questions about the System for Award Management (SAM), Government procurements in general, or need assistance in the preparation of your quote, a local Procurement Technical Assistance Center (PTAC) may be able to help. The Procurement Technical Assistance Program was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Government marketplace. To locate a PTAC near you, go to http://www.aptac-us.org
Quoters are further advised to mark each individual item within their quote considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA.
SUBMISSION OF QUOTATIONS:
On letterhead or business stationary, the following information must be submitted. Failure to provide required information may result in your quote not being considered.
(1) Contractor’s DUNS Number.
(2) Completed copy of Attachment I – Contract Pricing/Schedule of Items.
(3) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (if different from entry made to the System for Award Management record at http://www.sam.gov.) Offeror’s Representations and Certifications should include NAICS code 611210 Junior Colleges.
(4) Quotes must demonstrate the contractor’s technical capability to provide the required services with a description of how the contractor plans to meet the requirements of the solicitation in accordance with the Statement of Work. This statement should include the number of instruction hours provided to each student in the contractor’s accredited curriculum.
(5) A completed copy of the Business Questionnaire – Attachment III.
(6) Quotes must provide documentary evidence of accreditation.
(7) Completed copy of 52.209-7 Information Regarding Responsibility Matters.
Quote Submission Information:
Quotes must be received at the Federal Bureau of Prisons, Field Acquisition Office, Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, TX 75051 no later than 2:00 pm local time on Tuesday, December 8, 2015.
Written quotes will be accepted by mail, hand-carried delivery, or email. However, emailed quotes are encouraged. Emailed quotes must be sent to cdailey@bop.gov. Include the following in your subject line: Quote submitted in response to RFQP03021600001. Quotes must include all required information.
Mailed or Hand-carried quotes must be delivered to the attention of Charles Dailey, Contract Specialist at the address listed above. The official point of receipt for hand-carried quotes will be at the first floor reception area of the address listed above. Please give 24 hour of advanced notice to Contracting Officer prior to hand-carrying quotes to accommodate access to secured base.
Questions regarding this requirement may be directed in writing to Charles Dailey, Contract Specialist at cdailey@bop.gov. Please submit all questions no later than November 24, 2015.
Place of Performance: FCC Coleman 846 N.E. 54th Terrace Coleman, FL 33521 US URL: https://www.fbo.gov/spg/DOJ/BPR/70032/RFQP03021600001/listing.htm OutreachSystems Article Number: 20160212/PROCURE/0140
Matching keyword(s): documentar*;
Department of the Interior, Bureau of Reclamation, BOR – All Offices, Bureau of Reclamation
Mid-Pacific Region Regional Office Division of Acquisition Services 2800 Cottage Way, Room E-1815
Sacramento CA 95825-1898 US
T–Shasta Historical Tour Video R16PS00415 031816 Fleming, Kara A The Bureau of Reclamation, Acquisition Division, Supply and Services Branch, Sacramento, CA 95825, intends to issue a Request for Quotation for a firm fixed-price purchase order to produce an historical/educational tour video for the Shasta Dam in Shasta County, Shasta CA. This requirement is being advertised under NAICS Code 512110 (Motion Picture and Video Production). The Small Business size standard is $32.5 million. The applicable Product or Service Code is T0006, Film/Video Tape<span style=”color:blue;”> Production Services. This procurement will be set-aside 100% for Small Business concerns. The applicable solicitation for this requirement, R16PS00415, will be posted on the Federal Business Opportunities website at https://www.fbo.go on or about March 7, 2016. The date for receipt of offers will be on or about March 18, 2016 at 4:00 p.m. Pacific Standard Time. The solicitation will be downloaded at the above website; no paper copy of this solicitation will be distributed. A pre-solicitation site visit will be held for those who wish to attend. The date and time will be announced with the solicitation.
Prospective contractors shall be actively registered in System for Award Management (SAM) database at https://www.sam.go to be eligible for award. Questions concerning this solicitation should be directed to Dean Seggay at dseggay@usbr.gov.
Set-Aside: Total Small Business URL: https://www.fbo.gov/notices/40f335a1a07013a7258d0dc289c9bcb
OutreachSystems Article Number: 20160212/PROCURE/0806
Matching keyword(s): video*; film?; produc*; website; site?; education*; business*; produce?; production?; distribut*; video; tape; serv*; naics!512110;
Department of the Navy, United States Marine Corps, MCB Quantico – National Capital Region (NCR), 2010 Henderson Road Quantico VA 22134-5045
99 — USMC Embassy Security Group (MCESG) Advertising Support Service M00264-16-R-0019 021216 Leslie Kenser, Contract Specialist, Phone 7037841316, Fax 7037843597, Email leslie.kenser@usmc.mil Please use number M00264-16-RFI-0413 when responding to this Sources Sought.
Place of Performance: Varying places of performance between Contractor and Government sites US URL: https://www.fbo.gov/spg/DON/USMC/M00264/M00264-16-R-0019/listing.htm
OutreachSystems Article Number: 20160212/PROCURE/0889
Matching keyword(s): naics!512110;
Department of Housing and Urban Development, OCPO, Northern (Philadelphia) Field Contracting Operations, Chicago Operations Branch, NFNC, 77 West Jackson Boulevard Chicago IL 60604-3507
R — National Rent Comparability Study Contract DU205NC-16-R-0002 Lisa W Simon, Phone 312-913-8599, Fax 312-353-8965, Email Lisa.Simon@hud.gov – Lisa Simon-Lewis, Contracting Officer, Phone 312-913-8599, Fax 312-353-8965, Email lisa.simon@hud.gov The U.S. Department of Housing and Urban Development (HUD) intends to issue a solicitation, Request for Proposal (RFP) DU205NC-16-R-0002, The US Department of Housing and Urban Development (HUD) will have a need to obtain the services of real estate appraisers who will provide Rent Comparability Study Services (RCS) for HUD in designated geographical areas in the United States. The HUD Section 8 Renewal Policy Guidebook requires that HUD obtain and review Rent Comparability Studies (RCSs) when an owner’s RCS exceeds 110 percent of a threshold established by the Department. The market rents resulting from these studies determine the rents owners can receive and, hence, greatly influence whether an owner will renew and continue providing project-based assisted housing or opt-out of the Section 8 contract and convert to unassisted, market rent housing. The market rents set in these studies also drive HUD’s outlays for Section 8 project-based subsidy.
The contractor will perform the services (i.e. projects) in the Southeast Region, based in Atlanta the states are; Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, Puerto Rico, South Carolina, and Tennessee.
The solicitation will be posted at https://www.fbo.gov website no later than 45 days after this notice. This is full and open competition. The NAICS code is 531320, Office of Real Estate Appraisers with a Business Size Standard of $7.5 million. HUD will procure MFH Rent Comparability Studies according to Federal Acquisition Regulation (FAR) Part 12 – Commercial Acquisition, and FAR Subpart 15 Contracting by Negotiation. The type of contract will be a combination Firm-fixed-price/Indefinite-Delivery-Indefinite Quantity contract. HUD anticipates awarding up to two (2) contracts as a result of this solicitation, but reserves its right to award less than 2 contracts. The ordering period will be five years.
The solicitation and amendment will be available to all and should be acquired through Federal Business Opportunities (FBO). It’s is the offeror’s responsibility to monitor FBO for the release of the solicitation and amendments. Prospective offerors are responsible for downloading the solicitation and all attachments. HUD will not honor written or telephone requests. All prospective Offerors shall be actively registered in the System for Award Management (SAM) Database at http://www.sam.gov. The solicitation will not be available in paper format. Businesses may obtain information on registration by calling 1-866-606-8220, or via the Internet at website http://www.fsd.gov.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/HUD/NF/NFNC/DU205NC-16-R-0002/listing.htm OutreachSystems Article Number: 20160211/PROCURE/0071
Matching keyword(s): state!ky;
National Aeronautics and Space Administration, Johnson Space Center, Mail Code: BH, NASA/Lyndon B. Johnson Space Center, Mail Code: BH Houston TX 77058-3696
99 — PERFORATED DOUBLE ALUMINIZED PET FILM AND POLYESTER B4A NETTING NNJ16576925Q 021616 Colleen Wells, Email colleen.l.wells@nasa.gov – J.R. Carpentier, Contracting Officer, Email john.r.carpentier@nasa.gov This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued.
This notice is being issued as a Request for Request for Quotations (RFQ) for:
1) Perforated double aluminized polyethylene terephthalate (PET) film of 1 mil thickness, 54″ width x 1500 ft. The evenly spaced perforation shall equal 1% (+ 0.2%) of the total film area.
2) POLYESTER B4A NETTING, 1500ft, width 54″.
The provisions and clauses in the RFQ are those in effect through FAC 2005-85 and NASA Far Supplement (NFS) through 01/04/2016.
This procurement is a total small business set-aside.
The NAICS Code and the small business size standard for this procurement are 326113 and 500 employees respectively. The offeror shall state in their offer their size status for this procurement.
All responsible sources may submit an offer which shall be considered by the agency.
Delivery to NASA Johnson Space Center is required within 45 days ARO. Delivery shall be FOB Destination.
Offers for the items(s) described above are due by February 16, 2016 at 4:00pm CST to colleen.l.wells@nasa.gov and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL:
http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tm
Offerors shall provide the information required by FAR 52.212-1 (OCT 2015), Instructions to Offerors-Commercial Items, which is incorporated by reference.
If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled “Buy American Act — Supplies,” the offeror shall so state and shall list the country of origin.
FAR 52.212-4 (MAY 2015), Contract Terms and Conditions-Commercial Items is applicable.
FAR 52.212-5 (FEB 2016), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-50, 52.223-18, 52.225-13, 52.232-33.
The following NFS clause is applicable: 1852.237-73.
The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm
The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.ht
All contractual and technical questions must be in writing (e-mail or fax) to colleen.l.wells@nasa.gov not later than 4:00 PM CST on 02/11/2016. Telephone questions will not be accepted.
Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government’s requirement.
Offerors must include completed copies of the provision at 52.212-3 (NOV 2015), Offeror Representations and Certifications – Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm These representations and certifications will be incorporated by reference in any resultant contract.
NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html
Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror’s responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/nais/link_syp.cg . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
URL: https://www.fbo.gov/notices/1dd9da7b2099b6af586e419f8e06db4 OutreachSystems Article Number: 20160211/PROCURE/0551
Matching keyword(s): writ*; copy; technical; standard;
National Aeronautics and Space Administration, Glenn Research Center, Office of Procurement, NASA/Glenn Research Center 21000 Brookpark Road Cleveland OH 44135
R — NASA SAFETY CENTER TECHNICAL SERVICES SUPPORT 2 (NSCTSS2) NNC16ZNA009R 042416 Bernadette J. Kan, Contracting Officer, Phone 2164332525, Email bernadette.j.kan@nasa.gov NASA/GRC plans to issue a Request for Proposal (RFP) for NASA Safety Center Technical Services Support 2 (NSCTSS2). This requirement is a follow-on to the NASA Safety Center Technical Services Support (NSCTSS) contract, NNC14BA02B with Alphaport, Inc. (Alphaport). The Contractor shall provide all material, personnel and supervision to provide SMA training/professional development, discipline training and support, SATERN administration, information dissemination and knowledge sharing including SMA website content development, technical<span style=”color:blue;”> writing, graphics design, video production, and Agency-wide conference and event support, operational support of NSC IT systems including infrastructure management, application development and maintenance, and application user support, mishap investigation safety engineering services support, data mining, analysis, trending, and special studies, and project management and support.
The period of performance for the resulting contract will be a two (2)-year base plus three (3) one-year options.
The Government does not intend to acquire a commercial item using FAR Part 12.
This procurement is a total woman owned small business set-aside.
The NAICS Code and Size Standard are 611430 and $11M, respectively.
All responsible sources may submit an offer which shall be considered by the agency.
NASA/GRC anticipates releasing a DRAFT RFP on or about February 11, 2016. An Industry Day for the NSCTSS2 procurement is being planned for February 23, 2016, from 1:00 p.m. to approximately 3:30 p.m. ET, to be held at the NASA Safety Center. The NASA Safety Center is located at the Ohio Aerospace Institute (OAI), 22800 Cedar Point Road, Brook Park, OH 44142. Specifics instructions are uploaded to this notice. The anticipated release date of the FINAL RFP is on or about March 24, 2016 with an anticipated offer due date of on or about April 24, 2016.
NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.htm
The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA Business Opportunities home page is http://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi;pin-
Prospective offerors shall notify this office of their intent to submit an offer. It is the Offeror’s responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any).
All contractual technical questions must be submitted in writing (e-mail or fax). Telephone questions will not be accepted.
Set-Aside: Woman Owned Small Business URL: https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC16ZNA009R/listing.htm OutreachSystems Article Number: 20160210/PROCURE/0074
Matching keyword(s): video*; produc*; train*; conference?; website; web; site?; page?; business*; event?; production?; instruct*; commercial?; writ*; copy; technical; standard;
National Aeronautics and Space Administration, Glenn Research Center, Office of Procurement, NASA/Glenn Research Center 21000 Brookpark Road Cleveland OH 44135
R — NASA Safety Center Technical Services Support 2 (NSCTSS2) NNC16ZNA09R 042416 Bernadette J. Kan, Contracting Officer, Phone 2164332525, Email bernadette.j.kan@nasa.gov As a result of clerical errors the Presolicitation Notice is canceled in its entirity and a new Presolicitation Notice Number NNC16ZNA009R is substituted in its place. Please direct all activity to the new solicitation number.
NASA/GRC plans to issue a Request for Proposal (RFP) for NASA Safety Center Technical Services Support 2 (NSCTSS2). This requirement is a follow-on to the NASA Safety Center Technical Services Support (NSCTSS) contract, NNC14BA02B with Alphaport, Inc. (Alphaport). The Contractor shall provide all material, personnel and supervision to provide SMA training/professional development, discipline training and support, SATERN administration, information dissemination and knowledge sharing including SMA website content development, technical<span style=”color:blue;”> writing, graphics design, video production, and Agency-wide conference and event support, operational support of NSC IT systems including infrastructure management, application development and maintenance, and application user support, mishap investigation safety engineering services support, data mining, analysis, trending, and special studies, and project management and support.
The period of performance for the resulting contract will be a two (2)-year base plus three (3) one-year options.
The Government does not intend to acquire a commercial item using FAR Part 12.
This procurement is a total Woman Owned Small Business set-aside.
The NAICS Code and Size Standard are 611430 and $11M, respectively.
All responsible sources may submit an offer which shall be considered by the agency.
NASA/GRC anticipates releasing a DRAFT RFP on or about February 11, 2016. An Industry Day for the NSCTSS2 procurement is being planned for February 23, 2016, from 1:00 p.m. to approximately 3:30 p.m. ET, to be held at the NASA Safety Center. The NASA Safety Center is located at the Ohio Aerospace Institute (OAI), 22800 Cedar Point Road, Brook Park, OH 44142. Specifics instructions are uploaded to this notice. The anticipated release date of the FINAL RFP is on or about March 24, 2016 with an anticipated offer due date of on or about April 24, 2016.
NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.htm
The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA Business Opportunities home page is http://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi;pin-
Prospective offerors shall notify this office of their intent to submit an offer. It is the Offeror’s responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any).
All contractual technical questions must be submitted in writing (e-mail or fax). Telephone questions will not be accepted.
Set-Aside: Woman Owned Small Business URL: https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC16ZNA09R/listing.htm OutreachSystems Article Number: 20160210/PROCURE/1156
Matching keyword(s): video*; produc*; train*; conference?; website; web; site?; page?; business*; event?; production?; instruct*; commercial?; writ*; copy; technical; standard;
Department of the Army, Army Contracting Command, MICC, MICC – Fort Knox, Bldg 1109, Room 373 Fort Knox KY 40121-5720
99 — Sandstone coasters with custom imprinting for the US Army Marketing and Research Group, Fort Knox, KY. W9124D-16-T-0024 021816 Taylor Wellman, Contract Specialist, Phone 5026246859, Email hobart.t.wellman.civ@mail.mil This solicitation notice has been cancelled due to changing requirements from the customer.
Place of Performance: ACCESSIONS DISTRIBUTION CENTER (ADC) 9TH Cavalry Regiment Avenue, Building 210 Fort Knox, KY 40121-2726 US URL: https://www.fbo.gov/notices/8d1d659ee5f4b67cf9563f2eb645bd0 OutreachSystems Article Number: 20160210/PROCURE/1294
Matching keyword(s): age:state!ky; state!ky;
Massachusetts Public Notices http://ma.mypublicnotices.com/PublicNotice.as Provides public notice advertisements from newspapers throughout Massachusetts.
R – ELDERLY 667-1Section 00 11 00 ADVERTISEMENT The North Brookfield SOL ELDERLY 667-1Section 00 11 00 ADVERTISEMENT The North Brookfield Housing Authority, the Awarding Authority, invites sealed bids from Contractors for the Housing Type: Elderly 667-1 Development for the North Brookfield Housing Authority in North Brookfield Massachusetts, in accordance with the documents prepared by TBA Architects, Inc. The Project consists of: Roof replacement, flashing replacement, and siding replacement as indicated on the drawings. base Bid Buildings: #1, #3, #4, #5, & #8. Add Alternate #1 Building: #2. The Base Bid scope of work is estimated to cost $135,825.00 The Add Alternate #1 scope of work is estimated to increase the cost by $24,066.00. The Total Base Bid + Add Alternate #1 scope of work is estimated to cost $159,891.00. Bids are subject to M.G.L.c.149 ?44A-J & to minimum wage rates as required by M.G.L.c.149 ??26 to 27H inclusive. General bidders must be certified by the Division of Capital Asset Management and Maintenance (DCAMM) in the category of Roofing. General Bidders must include a current DCAM Prime Contractor Certificate of Eligibility and a signed DCAM Prime Contractor Update Statement. General Bids will be received until 2:00 p.m., Thursday February 25th, 2016 and publicly opened online, forthwith. All Bids should be delivered to: North Brookfield Housing Authority, 271 N. Main St., North Brookfield, MA, 01525 and received no later than the date & time specified above. General bids and sub-bids shall be accompanied by a bid deposit that is not less than five (5%) of the greatest possible bid amount (considering all alternates), and made payable to the North Brookfield Housing Authority. Bid Forms and Contract Documents will be available for pick-up at: THIS PROJECT IS BEING ELECTRONICALLY BID AT PROJECTDOG, INC. Project Code 810513 Hard copy bids will not be accepted by the Awarding Authority. Bids must be submitted electronically at http://www.Projectdog.com. Obtain all documents online via the job specific project number. Tutorials, instructions and videos on how to complete the electronic bid documents are available online as well as in the instructions to bidders. Call Projectdog, Inc at 978-499-9014 for assistance (M – F 9AM – 5PM) There is a plan deposit of $25.00 per set (maximum of 2 sets) payable to the Projectdog, Inc. The full amount of the deposit will be refunded to all responsive bidders returning the Contract Documents in good condition within ten (10) days after date of general bid opening. Otherwise, the deposit will become the property of Projectdog, Inc. Refundable Deposits must be a certified or cashier’s check, or money order. This deposit will be refunded for up to two sets for general bidders and for one set for sub-bidders upon return of the sets in good condition within thirty (30) days of receipt of general bids. Otherwise the deposit shall be the property of Projectdog, Inc. Additional sets may be purchased for $25.00 Bidders requesting Contract Documents to be mailed to them shall include a separate check for $25.00 per set, payable to the Projectdog, Inc., to cover mail handling costs. The job site and/or existing building(s) will be available for inspection betwwen 11:00 A.M. and 12:00 P.M. on Thursday February 18th, 2016. For an appointment call Donna Gauthier at (508) 867-2826. The Contract Documents may be seen by electronic media at: Project Dog – http://www.projectdog.com; Joseph Merrit & Co http://www.merrittgraphics.com; and CMD (formerly Reed Construction Data) http://www.cmdgroup.com/Home END of Section 00 11 00 ADVERTISEMENT February 10, 2016 Appeared in: Worcester Telegram & Gazette on Wednesday, 02/10/2016 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20160211/BID/0401
Matching keyword(s): video*; site?; instruct*;
Oregon – City of Eugene https://www.eugene-or.gov/Bids.asp 125 East 8th Avenue; Eugene, OR 97401; (541) 682-5010
T – 2012200002: Videography Services Due Date: 7/15/2016 5:00 PM Work includes providing videotaping and encoding services for the City of Eugene on an as needed basis. I. INVITATION TO SUBMIT STATEMENTS OF QUALIFICATIONS CITY OF EUGENE INVITATION TO SUBMIT QUALIFICATIONS 2012200002 Notice to Offerors Statements of Qualifications for Videography Services for the City of Eugene will be accepted by the Purchasing Office, 100 West 10th Avenue, Suite 400, Eugene, Oregon 97401. The City intends to establish a pool of qualified Videographers. Inclusion in the pool does not guarantee that a contract for services will be offered to the contractor. There is no closing date for this RFQ. Qualifications will be reviewed as they are submitted. All contractors will be notified of acceptance or rejection of qualifications. The City may reject any statement of qualifications not in compliance with all prescribed public bidding procedures and requirements, and may reject for good cause any or all statements of qualifications or waive any specification or requirement upon a finding of the City it is in the public interest to do so. Project Description In general, work includes providing videotaping and encoding services for the City of Eugene on an as needed basis. Solicitation Documents Solicitation documents may be examined at the City of Eugene Purchasing Office, 100 West 10th Avenue, Suite 400, Eugene, Oregon 97401 or electronically on the eBid system at http://www.eugene-or.gov/purchasing . A paper copy of the Solicitation may be obtained at the Citys Purchasing Office at 100 West 10th Avenue, Suite 400, Eugene, Oregon 97401. Vendors must submit a total of one statement of qualifications, unbound, directly to the Citys Purchasing Office at 100 West 10th Avenue, Suite 400, Eugene, Oregon 97401. Dated: July 15, 2011 Heather Nelson Purchasing Analyst City of Eugene (541) 682-5056 document.write(‘heather.k.nelson’+’@’+’ci.eugene.or.us’)heather.k.nelson@ci.eugene.or.usFor security reasons, you must enable JavaScript to view this E-mail address. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20160213/BID/0503
Matching keyword(s): videotap*; serv*;
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
99 – Master Patient Index (MPI) Clean Up SOL UK-1657-16 Due Date: 3-15-16 Master Patient Index (MPI) Clean Up For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20160213/BID/0207
Matching keyword(s): age:state!ky; state!ky;
University of Kentucky, Purchasing Division, 322 Peterson Service Building, 411 S Limestone, Lexington, KY 40506-0005
R — Master Patient Index (MPI) Clean Up. SOL UK-1657-16 DUE 03/15/2016 Phone: (859) 257-9100; Website: http://www.uky.edu/Purchasing/bidlist.ht Intent and Scope: This Request for Proposal (RFP) is being issued by University of Kentucky HealthCare to solicit proposals from qualified, experienced, financially sound and responsible firms to perform the tasks necessary to eliminate duplicate medical record numbers, and/or merge master patient index (MPI) from newly acquired (in the future) organizations with the existing UK HealthCare Enterprise Master Patient Index (ePI). UK HealthCare does not currently have work available related to this RFP, we are in search of a firm for contracting purposes to enable us to move swiftly should an organization be purchased in which we need the ePI to be updated. The process of merging an outside MPI with the ePI will include uploading the information into the ePI, and linking patients that are verified to be the same in both MPI databases. Patients without UK HealthCare medical record numbers will be assigned a UK HealthCare medical record number during the process. The selected offeror shall provide services including process management, and staff to complete the work efficiently and with a high level of accuracy. There are a number of Interfaced departmental systems that are not able to accept automatic merge messages and these systems must be corrected along with any paper medical records and the entries in the electronic medical record. The MPI maintenance operation must provide security and quality measures throughout the process sufficient to maintain UKHC standards and meet federal, state and local regulations regarding UKHC medical records. This notice is provided by the Kentucky Procurement Technical Assistance Center (KY PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 20160213/KY/5214
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 – Lunchroom Commodities (Warehouse Delivery) SOL Lunchroom Commodities (Warehouse Delivery) Supplement #7217Bid closes @ 11:00 a.m. on February 19, 2016 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20160212/BID/0300
Matching keyword(s): age:state!ky; state!ky;
FedConnect https://www.fedconnect.net/FedConnect/PublicPages/PublicSearch/Public_Opportunities.asp FedConnect phone: 800-899-6665 email: support@fedconnect.net
T — Shasta Historical Tour Video SOL R16PS00415 Description The Bureau of Reclamation, Acquisition Division, Supply and Services Branch, Sacramento, CA 95825, intends to issue a Request for Quotation for a firm fixed-price purchase order to produce an historical/educational tour video for the Shasta Dam in Shasta County, Shasta CA. This requirement is being advertised under NAICS Code 512110 (Motion Picture and Video Production). The Small Business size standard is $32.5 million. The applicable Product or Service Code is T0006, Film/Video Tape<span style=”color:blue;”> Production Services. This procurement will be set-aside 100% for Small Business concerns. The applicable solicitation for this requirement, R16PS00415, will be posted on the Federal Business Opportunities website at https://www.fbo.go on or about March 7, 2016. The date for receipt of offers will be on or about March 18, 2016 at 4:00 p.m. Pacific Standard Time. The solicitation will be downloaded at the above website; no paper copy of this solicitation will be distributed. A pre-solicitation site visit will be held for those who wish to attend. The date and time will be announced with the solicitation. Prospective contractors shall be actively registered in System for Award Management (SAM) database at https://www.sam.go to be eligible for award. Questions concerning this solicitation should be directed to Dean Seggay at dseggay@usbr.gov. Overview Reference number: R16PS00415 Issue date: 02/11/2016 Response due: 03/18/2016 04:00 PM PT Set Aside: Total Small Business NAICS: 512110-Motion Picture and Video Production PSC / FSC: T006-PHOTO/MAP/PRINT/PUBLICATION- FILM/VIDEO TAPE PRODU Agency: DOI Contracting office: Bureau of Reclamation Mid-Pacific Region Regional Office Division of Acquisition Services 2800 Cottage Way, Room E-1815 Sacramento, CA 95825-1898 Place of Performance: Contact: Kara Fleming Phone: Fax: Email: kfleming@usbr.gov Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20160212/SMALL/1585
Matching keyword(s): video*; film?; produc*; conference?; website; site?; education*; business*; produce?; production?; distribut*; video; tape; serv*;
Eastern Kentucky University, Division of Purchases and Stores, Jones Building, Room 213, Richmond, KY 40475
U — Harassment & Discrimination Online Training Solution. SOL RFP 53-16 DUE 03/01/2016 Phone: (859) 622-2246; Fax: (859) 622-2047; Website: http://purchasing.eku.edu/bids-and-quote SERVICE: Eastern Kentucky University (EKU) is requesting proposals in order to contract with one consultant to provide internet based anti-harassment and nondiscrimination training compliant with federal and state law to all employees, including student workers. 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: 20160212/KY/5189
Matching keyword(s): age:state!ky; state!ky;
Eastern Kentucky University, Division of Purchases and Stores, Jones Building, Room 213, Richmond, KY 40475
R — Shredding Services for Confidential & Sensitive Information. SOL EKU 62-16 DUE 03/04/2016 Phone: (859) 622-2246; Fax: (859) 622-2047; Website: http://purchasing.eku.edu/bids-and-quote General Specifications: Estimated Shredding Volume. In 2015 Eastern Kentucky University destroyed approximately 36,000 pounds of confidential information annually with 30% of those materials being recyclable. 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: 20160212/KY/5190
Matching keyword(s): age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky https://emars.ky.gov/webapp/vssonline/AltSelfServic 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601; (502) 564-4510
99 – 2016 Quilt Festival-Old Mulkey Meetinghouse SHS-Sponsorship SOL RFP-670-1600000210 Due Date: 2/23/1611:00 AMEST Contact: Kentucky Department Of Parks 2016 Quilt Festival-Old Mulkey Meetinghouse SHS-Sponsorshi For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20160211/BID/0268
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 — Loan Servicing for the Division of Grants and Special Programs. SOL RFP5-2016 DUE 03/09/2016 Phone: (859) 258-3320; Website: https://lfucg.economicengine.co GENERAL: The Lexington-Fayette Urban County Government is requesting proposals from qualified persons or firms to contract for the servicing of housing rehabilitation and mortgage loans made under the government s Housing Rehabilitation and Homeownership Programs. In order for a proposal to be considered, the persons or firms responding to this proposal (Respondents) must demonstrate the capacity to perform (at minimum) all of the services described in the Request for Proposals.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: 20160211/KY/5127
Matching keyword(s): age:state!ky; state!ky;
Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601
R — 2016 Quilt Festival-Old Mulkey Meetinghouse SHS-Sponsorship. SOL RFP 670 1600000210 version 1 DUE 02/23/2016 Sheena Pettway, Email: SheenaL.Pettway@ky.gov Phone: (502) 564-8110; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: The Department of Parks is issuing this solicitation for the purpose of finding sponsors for the 2016 Quilt Festival to be held at Old Mulkey Meetinghouse State Historic Site June 10 – 12, 2016. See attachment for details. 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: 20160211/KY/5134
Matching keyword(s): age:state!ky; state!ky;
University of Louisville, Purchasing Department, Belknap Campus, Room 101, Service Complex, Louisville, KY 40292
R — Consulting services to provide services in regards to Health Sciences Center Office of Diversity & Inclusion’s Cultural Humility initiatives – Addendum #1. SOL RFP202-PSC DUE 02/17/2016 Phone: (502) 852-6248; Website: http://louisville.edu/purchasing/bid SCOPE OF SERVICES REQUIRED: The University of Louisville ( institution ), Health Sciences Center Office of Diversity and Inclusion (HSC ODI) is issuing this Request for Proposals (RFP) from qualified parties ( consultant(s) ) to provide services in regards to HSC ODI s Cultural Humility initiatives. In general, HSC ODI seeks guidance on developing and putting Cultural Humility concepts and ideas tailored to our setting into action within the HSC ODI office itself, with individuals at the Health Sciences Center (HSC) and within the broader institution. Our needs for consultation services can be generalized to the following areas: a. Guiding the HSC ODI into the practices of Cultural Humility. Based on their experience and expertise, the consultant(s) should provide guidance on how institutions and individuals have traditionally incorporated Cultural Humility concepts into their lives and daily practices. How the HSC ODI office can begin to model Cultural Humility for the greater institution. b. Assist with the development of the content to educate the institution about Cultural Humility. The consultant(s) should provide guidance and information about how Cultural Humility information and activities should/could be provided in an educational academy which would give participants a comprehensive understanding of Cultural Humility. The content and practices should be centered on helping participants begin to engage in critical self-reflection, addressing power dynamics in their lives and practices, and working to ensure institutional accountability. The consultant(s) should also provide guidance on how such an academy would flow, be structured, and what skill sets facilitators should have in leading components of this academy. This could include assisting in assessing the skills of individuals within the University of Louisville or identified in the greater Louisville area. The consultant(s) should also identify areas they would be willing to serve in educating participants of the academy, especially in its first year of implementation (either remotely or in person). Ultimately, participants in this Cultural Humility academy should be empowered to practice Cultural Humility in their daily lives and practices, use their new knowledge and skills to go back to their schools/departments and make changes with the institution, and hopefully make changes within broader healthcare systems. c. Identify (with institutional partners) how the institution can be moved toward more Cultural Humility based practices and policies. Within the institution, numerous partners have been identified who are interested in moving institutional practices more towards Cultural Humility based practices and policies. The consultant(s) will need to collaborate with these individuals and the HSC ODI to determine what priority areas within the institution need to be addressed, and how partners within the institution might be able to address the priority areas. 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: 20160211/KY/5155
Matching keyword(s): age:state!ky; state!ky;
Cincinnati Metropolitan Housing Authority, 1627 Western Avenue, Cincinnati, OH 45214
R — Document Destruction Services. SOL 2016-8006 DUE 02/24/2016 Website: http://www.cintimha.com/business-opportunities.asp SCOPE OF WORK (SOW); TECHNICAL SPECIFICATIONS (T/S): CMHA is seeking quotes from qualified, licensed independent Contractor(s) with demonstrated professional competence and experience to provide on-site certified document shredding and removal services in accordance with applicable statutes, rules and regulations. 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: 20160211/KY/5157
Matching keyword(s): age:state!ky; state!ky;
Kentucky – Eastern Kentucky University, Kentucky – Eastern Kentucky University http://purchasing.eku.edu/bids-and-quote
U – RFP 53-16 Harassment & Discrimination Online Training Solution D SOL RFP 53-16 Harassment & Discrimination Online Training Solution Due: March 1, 2016, 2:00 PM (ET) For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20160210/BID/0037
Matching keyword(s): age:state!ky; state!ky;
Kentucky – City of Lexington https://lfucg.economicengine.co 200 East Main Street; Lexington, KY 40380; (859) 258-3320
R – Real Estate Services SOL RFP5-2016 Due Date: 03/09/2016 Loan Servicing for the Division of Grants and Special Programs For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20160210/BID/0242
Matching keyword(s): age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky https://emars.ky.gov/webapp/vssonline/AltSelfServic 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601; (502) 564-4510
99 – Reintegration Specialist SOL RFP-527-1600000242 Due Date: 2/23/162:00 PMEST Contact: Department Of Corrections Reintegration Specialist For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 20160210/BID/0245
Matching keyword(s): age:state!ky; state!ky;
February 13, 2016
Business, Business / Career, Education, Government