BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

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

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

Department of the ArmyDepartment of the Army, Army Contracting Command, ACC – RI (W9098S) (JMTC-RIA), BLDG 211 RODMAN AVENUE Rock Island IL 61299-5000

99 — Marketing Video W9098S16T0105 032516 Sabrina L. Lowe, Phone 3097821598, Email sabrina.l.lowe.civ@mail.mil Army Contracting Command – Rock Island (ACC-RI) has requirements for a marketing video in support of Rock Island Arsenal Joint Manufacturing and Technology Center (RIA-JMTC).

RIA-JMTC has requirements for a marketing video which highlights the core capabilities with emphaisis on such topics as employees, soliders, safety and security, equipment, and product use in the field.

This requirement shall be in accordance with the Scope of Work (SOW) dated 11-05-2015.

The anticipated release date for solicitation is:   10 March 2016
All interested vendors may download a copy on or after 10 March 2016.
All responsible sources may submit a proposal which shall be considered by the Government.

100% Small Business Set Aside

Questions may be directed to Sabrina Lowe at sabrinal.l.lowe.civ@mail.mil

URL: https://www.fbo.gov/notices/f0ff76ad4f24ffaf6113e6a161cfb6d

OutreachSystems Article Number: 20160308/PROCURE/0538
Matching keyword(s): naics!512110;

Department of the Army, FedBid, FedBid.com — for Department of Army procurements only, 1000 Halsey Ave SE, Marietta, GA 30060

R–Georgia Association of Broadcasters Event Advertising W912JM-T0058 031116 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is W912JM-T0058 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisionsDepartment of the Army and clauses are those in effect through Federal Acquisition Circular 2005-86. The associated North American Industrial Classification System (NAICS) code for this procurement is 541810 with a small business size standard of $15.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on http://www.FedBid.com will start on the date this solicitation is posted and will end on 2016-03-11 14:00:00.0 Eastern Time or as otherwise displayed at http://www.FedBid.com.FOB Destination shall be Marietta, GA 30060 Set-Aside: Total Small Business Place of Performance: Marietta, GA 30060 30060 US URL: https://www.fbo.gov/notices/0b8c25fd80f5eed1cd98df0a6ff34eb

OutreachSystems Article Number: 20160307/PROCURE/0004
Matching keyword(s): broadcast*; event?;

140px-US-GeneralServicesAdministration-Logo.svgGeneral Services Administration, Public Buildings Service (PBS), Acquisition Management Division (3PQC), The Strawbridge Building 20 North 8th Street, 9th Floor Philadelphia PA 19107-3191

R — Art in Architecture Project – William J. Green Building GS-03-P-16-AZ-C-7006 040516 Neil Gilligan, Contracting Officer , Phone 2154462892, Email neil.gilligan@gsa.gov The General Services Administration (GSA) Art in Architecture Program commissions American artists (citizens and Lawful Permanent Residents or Permanent Workers of the United States) to create publicly scaled and permanently installed artworks for federal buildings nationwide.
GSA announces an opportunity for a federal art commission in conjunction with the modernization of the William J. Green Jr. Federal Building in Philadelphia, PA.

The modernization project will improve the building’s overall utilization through the realignment and implementation of various economical workplace solutions and result in effective long-term housing solutions for multiple federal agencies. By maximizing space in the federal building, additional federal tenant agencies will relocate from leases space resulting in significant savings in annual lease payments to the private sector.

GSA allocates one-half of one percent of the estimated construction costs of new or modernized federal buildings for art commissions. The art budget for the William J. Green Jr. Federal Building project is currently estimated to be between $300,000.00 and $400,000.00. One or more artists will be awarded a fixed-price contract for a commission. A portion of the art budget may be used to care for existing artwork at the building.

Artists who wish to be considered for this and all future GSA art commissions must submit application materials to GSA’s National Artists Registry (Registry). The Registry constitutes the qualified list of artists for this and all GSA commissions. Instructions on how to join the Registry are available on the following Web site:

http://www.gsa.gov/artinarchitecture

All artists who wish to be considered as candidates for a commission at the William J. Green Jr. Federal Building in Philadelphia, PA, must have their application materials submitted and received by GSA by 3:00 PM Eastern Time on April 5, 2016. Artists’ submissions received after the deadline will not be considered for this project, but will be eligible for consideration on future GSA commissions alongside the other artists on the Registry. Artists already on the Registry need not resubmit, but may elect to update their information prior to the deadline.

GSA evaluates artists based on the following criteria: the media, materials, content, style, and scope of the artist’s past work, along with the artist’s past performance and experience with commissions or projects similar to the one described in this synopsis. Short-listed artists will be contacted and asked to submit additional information including a statement that he or she can perform the work associated with the GSA commission within the identified budget. GSA will count the combined weight of all the selection criteria as significantly more important than price.

At a minimum, the scope of services for this commission will require: collaboration with the lead designer selected for the building project; development of preliminary and final concepts; fabrication of the artwork; participation in meetings and conservation reviews as necessary; and the installation of the artwork at the project site.

Place of Performance: William J. Green Federal Building, 600 Arch Street, Philadelphia, PA 19106 Philadelphia, PA 19106 US URL: https://www.fbo.gov/spg/GSA/PBS/3PPRC1/GS-03-P-16-AZ-C-7006/listing.htm OutreachSystems Article Number: 20160305/PROCURE/0072
Matching keyword(s): naics!711510;

Department of the Army, U.S. Army Medical Command, European Regional Contracting Office, ATTN:MCAA E CMR 402 Box 1376 Landstuhl Germany APO AE 09180-3460

R — SHARP Seminars/Classes Instructors W9114F16T0027 040416 Domenico Maddaloni, Phone 01149637194645414, Email domenico.maddaloni.ln@mail.mil 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; offers are being requested and a written solicitation will not be issued.
Solicitation number W9114F-16-T-0027 is issued as a request for quotation (RFQ).

Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, effective 16 March 2011. Not a set-aside. North American Industry Classification System (NAICS) code for this solicitation is 611430.
The Regional Health Contracting Office- Europe has a requirement to procure non-personal services for Instructors to conduct a training seminar forDepartment of the Army up to 120 participants from 24 thru 26 May 2016, of SHARP Training classes Domestic Violence, Drug and Crime Prevention in accordance with Sexual Harassment/Assault Response & Prevention (SHARP) Program standards, established principles and ethics of the medical profession, the national standards established by the Department of the Army (DA), Department of Defense (DoD), National Advocate Credentialing Program (NACP), Department of Defense (DoD) Sexual Assault Advocate Certification Program (D-SAACP), and the professional standards at U.S. Army Medical Treatment Facilities (MTFs).
The contract line items (CLINs) for this acquisition are as follows:
Line Items 0001
QTY 6 Days
Non-personal services for two (2) Seminar Instructors – SHARP Training classes Domestic Violence, Drug and Crime Prevention Instructors to conduct a training seminar for up to 120 participants, from 24 thru 26 May 2016, in accordance with Sexual Harassment/Assault Response & Prevention (SHARP) Program standards, established principles and ethics of the medical profession, the national standards established by the Department of the Army (DA), Department of Defense (DoD), National Advocate Credentialing Program (NACP), Department of Defense (DoD) Sexual Assault Advocate Certification Program (D-SAACP), and the professional standards at Medical U.S. Army Treatment Facilities (MTFs).
Line Item 0002
QTY 1 Lump Sum
Travel & Lodging Costs Not-to-exceed (NTE) reimbursement of costs for all travel, transportation, meals, lodging, and incidentals IAW FAR Part 31 and IAW the rates prescribed by the Joint Travel Regulations (JTR) and § 1.10.1 of the PWS. Costs for these expenses will be reviewed, certified and approved by the Contracting Office. All travel and transportation shall utilize commercial sources and carriers provided the method used for the appropriate geographical area results in reasonable charges to the government. The Government will not pay for business class or first-class travel.

Line Item 0003
QTY 1
Contractor Manpower Reporting (CMR) In accordance with PWS paragraph 10. entitled “Accounting for Contract Services/Contractor Manpower Reporting”. Delivery Date: NO LATER THAN (NLT) 31 October 2015.
The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition:
CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE
52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011
52.212-4 Contract Terms and Conditions–Commercial Items – MAY 2015
52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving – AUG 2011
52.225-13 Restrictions on Certain Foreign Purchases JUN 2008
52.232-33 Payment by Electronic Funds Transfer–System for Award Management – JUL 2013
52.232-39 Unenforceability of Unauthorized Obligations – JUN 2013
52.233-1 Disputes – MAY 2014
52.233-3 Protest After Award – AUG 1996
52.233-4 Applicable Law for Breach of Contract Claim – OCT 2004
52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984
252.201-7000 Contracting Officer’s Representative DEC 1991
252.203-7000 Requirements Relating to Compensation of Former DoD Officials – SEP 2011
252.203-7002 Requirement to Inform Employees of Whistleblower Rights – SEP 2013
252.204-7000 Disclosure Of Information AUG 2013
252.204-7003 Control Of Government Personnel Work Product – APR 1992
252.222-7002 Compliance With Local Labor Laws (Overseas) JUN 1997
252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014
252.225-7041 Correspondence in English JUN 1997
252.225-7048 Export-Controlled Items JUN 2013
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012
252.232-7008 Assignment of Claims (Overseas) JUN 1997
252.232-7010 Levies on Contract Payments DEC 2006
252.233-7001 Choice of Law (Overseas) JUN 1997
CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT
52.209-2 Prohibition on Contracting With Inverted Domestic Corporations. (NOV 2015)
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. (NOV 2015)
52.212-1 Instructions to Offerors-Commercial Items (OCT 2015)
52.212-2 Evaluation-Commercial Items (OCT 2014)
52.212-3 Offeror Representations and Certifications-Commercial Items ALT I – OCT 2014
52.212-5 Contract Terms and Conditions required to implement Statutes or Executive Orders – Commercial Items – FEB 2016 (Deviation)
52.222-50 Combating Trafficking in Persons (Aug 2007) Alternate I – MAR 2015
52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran–Certification. – OCT 2015
52.252-1 Solicitation Provisions incorporated by Reference – FEB 1998
52.252-2 Clauses incorporated by Reference – FEB 1998
52.252-5 Authorized deviations in Provisions (APR 1984)
52.252-6 Authorized Deviations in Clauses (APR 1984)
252.203-7005 Representation Relating to Compensation of Former DOD Officials (NOV 2011)
252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016-O00003 (OCT 2015)
252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016-O00003 (OCT 2015)
252.204-7012 Safeguarding Of Unclassified Controlled Technical Information DEC 2015
252.204-7015 Disclosure of Information to Litigation Support Contractors (FEB 2014)
252.209-7991 Representation by Corporations Regarding an Unpaid delinquent Tax Liability or a Felony Conviction under Any Federal Law – Fiscal 2016 Appropriations (Deviation 2016-O0002) (OCT 2015)
252.225-7042 Authorization to Perform (APR 2003)
252.225-7043 Antiterrorism/Force Protection Policy for Defense Contractor Outside the United States (JUN 2015)
HIPAA – Non-Defense Health Agency (Non-DHA) Health Insurance Portability and Accountability Act (HIPAA) Business Associate Agreement (BAA) (7 July 2014)
ADDENDUM TO 52.212-1 Instructions to Vendors–Commercial Items –
Quoter shall submit written narratives explaining how they will comply with the requirements in the RFQ by submitting written technical quotes which describe:
i. SUBFACTOR 1: EXPERIENCE. Quoters shall submit narratives demonstrating the Quoter’s capability to provide Sexual Harassment/Assault Response & Prevention  (SHARP) Program training seminar, and to warrant continuing education (CEU) credits for renewal of D-SAACP credentials to Sexual Assault Response Coordinators (SARC), Victim Advocates (VA), as well as renewal of Social Workers licenses for the Landstuhl Regional Medical Center (LRMC) and Regional Health Command-Europe (RHC-E), as described in the PWS. The Government will evaluate the narrative quote for demonstrating that the Quoter has a clear understanding of the nature and magnitude of the effort.
ii. SUBFACTOR 2: TECHNICAL APPROACH. Quoters shall submit narratives that clearly describe what resources – personnel, equipment, training and material – will be dedicated to meeting the requirements outlined in the PWS. Quoters shall submit a Lesson Plan in accordance with § 5.1.1.3 and Technical Exhibit B of the PWS.
iii. SUBFACTOR 3: QUALIFICATIONS. Quoters, specifically his/her representative who will conduct the training courses, shall submit written documentation indicating their capability to facilitate continuing education (CEU) credits for advocacy services in Sexual Assault, Crime and Drug Prevention, Domestic Violence and Interdisciplinary Rape, and Crisis Intervention.
iv. SUBFACTOR 4: QUALITY CONTROL PLAN (QCP). Quoters shall submit written QCP including a description of communications and authorities and responsibilities within the organization as it relates to maintaining a QCP and quality management; methods of measuring performance against the standards and the proposed metrics; use by management of performance measures in controlling quality through corrective and preventive actions; and Quality Control organization/staffing and independence.
FACTOR II: PRICE. Quoters shall submit prices on the price schedule in the solicitation. Price will be evaluated for reasonableness based on anticipated adequate price competition. Price analysis will be performed through the use of comparative price quotation analysis for technically acceptable quotations. Price will not be rated. The extended amount for each contract line item will be added up for a grand total and will be used to calculate the Quoter’s total price. Contract award will be made to the technically acceptable quote with the lowest acceptable total price.
All CLINs shall be priced. If you fail to price all CLINs, your quote will not be considered for award.
Para (n) ELECTRONIC QUOTES. Vendors may submit electronic quotes in response to this RFQ. The quote must arrive by the time specified on Page 1, Block 8 of the Standard Form 1449 (RFQ )to the following email address: domenico.maddaloni.ln@mail.mil
Vendors may call Domenico Maddaloni at 011-49-6371-9464-5414 to verify receipt of the quote. If the vendor chooses to email the quote, the Government will not be responsible for any failure of transmission or receipt of the quote, or any failure of the vendor to verify receipt of the emailed quote. If receipt of the quote submitted by email is not verified within 24 hours of submission, the vendor must resubmit their quote by fax.
Para (o) QUESTIONS. Prospective vendors are strongly encouraged to submit any questions regarding this RFQ no later than the 28 March 2016 to domenico.maddaloni.ln@mail.mil or by fax (011) 49-6371-86-8070. If the vendor chooses to email the questions, the Government will not be responsible for any failure of transmission or receipt of the questions, or any failure of the vendor to verify receipt of the emailed inquiry. If receipt of questions submitted by email is not verified within 24 hours of submission, the vendor must resubmit their inquiry by fax..
ADDENDUM TO FAR 52.212-2
The Government will offer a Purchase Order with fixed unit priced CLINs resulting from this solicitation to the responsible Quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Quoter can accept the Government’s offer and form a binding contract by signing block 28 of the SF 1449 and returning it to the Contracting Officer.
The offer of the Purchase Order will be made using the Lowest Price Technically Acceptable (LPTA) source selection process. Issuance of the Purchase Order will be made to the responsible Quoter on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors. Issuance of the Purchase Order may be made without discussions with Quoters (except communications conducted for the purpose of minor clarification). Therefore, each initial quote shall contain the Quoter’s best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the Contracting Officer to be necessary.
TECHNICAL EVALUATION STANDARDS:
The Government will use the following standards to rate Technical:
1. Acceptable – Quote clearly meets the minimum requirements of the solicitation.
2. Unacceptable – Quote does not clearly meet the minimum requirements of the solicitation.
SPECIAL NOTE: All vendors must be registered in the System for Award Management (SAM) prior to award. Lack of registration shall make a quote ineligible for award. Vendors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via Internet at http://www.sam.go . All quotes are due on the date and Central European Time (CET) time shown on page 1, Block 8 of the SF 1449. Quotes may be sent via email to domenico.maddaloni.ln@mail.mil , or faxed to 011-49-6371-86-8070. If the Quoter does not receive confirmation that the quote was received within 24 hours of submission, the Quoter shall fax a copy of the quote to 011-49-6371-86-8070. The point of contact for this acquisition is Domenico Maddaloni, telephone number 011-49-6371-9464-5414 or at domenico.maddaloni.ln@mail.mil
ADDENDUM TO 52.212-4
(w) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found.
(x) SHARP Advisory Publications Army Regulation 600-20, Army Command Policy, 20 Sep 2012.
OTSG/MEDCOM Policy Memo 13-062, Policy for Reporting Incidents of Sexual Assault and Sexual Harassment under the Sexual Assault Prevention and Response Program (SHARP), 12 Nov 2013.
Place of Performance: Landstuhl Regional Medical Center (LRMC), Landstuhl Germany DE URL: https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114F16T0027/listing.htm OutreachSystems Article Number: 20160305/PROCURE/0085
Matching keyword(s): writ*; copy; technical; standard;

600px-US-DeptOfAgriculture-Seal2.svgDepartment of Agriculture, Forest Service, R-8 Northern Acquisition Zone – Daniel Boone NF, 1700 Bypass Road Winchester KY 40391

99 — Toilet Pumping on the Cumberland Ranger District of the Daniel Boone National Forest in Kentucky AG-531A-S-16-0002 032116 Sharon R Martin, Contract Specialist, Phone 859-745-3131, Fax 859-745-4710, Email smartin03@fs.fed.us – Leslie C. Hughes, Contract Specialist, Phone 859-745-3128, Fax 859-745-4710, Email lesliechughes@fs.fed.us This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Offers are being requested and a separate solicitation will not be issued. This solicitation, identified as AG-531A-S-16-0002, is issued as a Request for Quotation (RFQ) and is attached, using the Simplified Acquisition Procedures.
SET-ASIDE: This solicitation is a Total Small-Business Set-Aside. The NAICS code is 562991 and the applicable small business size standard is $7.5 Million.
DESCRIPTION OF REQUIREMENT: Toilet Pumping and cleaning services on a call when needed basis at the Morehead Sites (North Side) and Stanton Sites (South Side) on the Cumberland Ranger District of the Daniel Boone National Forest in Rowan, Bath, Menifee, Morgan, Powell and Wolfe Counties, Kentucky for a Base Period + 4 Option Years if exercised.

SUBMIT OFFERS: Complete and return the information shown under Instructions to Offerors on Page 7. Offers must be received by 4:30 PM EST on March 21, 2016. You can submit your offer by regular or express mail to: USDA, Forest Service, Daniel Boone National Forest, Attn: Procurement, 1700 Bypass Road, Winchester, KY 40391 or fax your offer to 859-745-4710.  If you fax your offer please followup and mail a signed original via regular or express mail as soon as possible.
Offers will be evaluated based on Price, Experience and Past Performance. Any award resulting from this solicitation will be a firm, fixed price contract.
SPECIAL NOTE: Successful contractor must be registered in the System for Award Management (https://www.acquisition.go) or (https://www.sam.go) prior to award of a contract. Offerors must submit a DUNS number with their offer.
Contact Lee Breth at (606) 784-6428, Extension 130 for technical questions or contact Sharon Martin at (859) 745-3131 or Leslie Hughes at (859) 745-3128 if you have questions regarding this solicitation.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquistion Circular 2005-85-2. The clauses and provisions referenced in this solicitation may be obtained in full text form at https://www.acquisition.gov/far
The following provisions and clauses apply to this commercial item acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items.

Set-Aside: Total Small Business Place of Performance: USDA FOREST SERVICE Cumberland Ranger District Various Counties Morehead, KY 40351 US URL: https://www.fbo.gov/notices/fa5216aa27c1af9f01173cfac6a1abb OutreachSystems Article Number: 20160305/PROCURE/0429
Matching keyword(s): age:state!ky; state!ky;

Social Security Administration, Office of Budget, Finance, Quality and Management, Office of Acquisition and Grants, Social Security AdministrationOffice of Acquisition and Grants10th Floor, Post B8601 E 12th StKansas CityMO64106-2818

R–On-Site Shredding Services – Reg. 7 ODAR Hearing Offices SSA-RFI-16-1029 031516 TERRY CROWLEY TERRY.CROWLEY@SSA.GOV THIS IS A REQUEST FOR INFORMATION (RFI). The Social Security Administration is seeking sources, for Market Research ONLY, to determine the availability of potential small business firms for set-aside. Potential Offerors having the skill, capabilities and personnel necessary to perform the on-site shredding services requirement for the Hearing Offices located in the states of Missouri, Kansas, Nebraska, Iowa, and Kentucky are invited to provide feedback via e-mail to Mr. Terry Crowley at terry.crowley@ssa.gov. The associated North American Industrial Classification Code (NAICS) is 561410, with a small business standard $15 million. The Product Service Code (PSC) is R614, Support ? Administrative: Paper Shredding. A fixed price contract anticipated. The duration of this requirement anticipated to be one base year with four one-year options. This requirement planned for release in early April. Project Description: The Contractor shall provide all management, personnel, supervision, labor, materials, secured vehicles to provide on-site destruction services for security waste, such as, but not limited to, administrative papers, braille documents, compact disks(CD), digital600px-US-SocialSecurityAdmin-Seal.svg versatile disc(DVD), video home system tapes(VHS), for the Social Security Administration located at Social Security Hearing Offices in Kansas, Missouri, Nebraska, Iowa, and Kentucky. Security waste will be collected in secured bins or containers provided by the Contractor. Hearing Office locations are listed on the attachment. Capability Statement: The following request designed to apprise the Social Security Administration of any prospective small businesses capabilities to execute the requirement. Please provide your response to the following: 1) Offeror’s Name, Address, Point of Contact, Phone Number, and E-Mail Address; 2) Offeror’s interest in bidding on the solicitation when it is issued; 3) Offeror’s business size certified status, number of years in business, and your DUNS number; 4) Offeror’s capability statement demonstrating the Offeror’s ability to perform comparable work within the last five (5) years – brief description of the project, indicate the Hearing Office locations you can provide on-site shredding services, customer name, phone number, timeliness of performance, customer satisfaction, dollar value ? limit to three (3) examples The capabilities statement for this RFI is not a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. The Government is seeking short statements regarding the company’s ability to demonstrate existing-or-developed expertise, past performance, and experience in relation to the requirement specified herein. Submission of your Capabilities Statement is not a prerequisite to any future offerings, but, will assist the Social Security Administration in tailoring requirements to be consistent with industry capabilities. The Government will not pay for any information or materials provided in response to this RFI. ALL interested Offerors should notify this office in writing via e-mail by 2:00pm CST on/ or before March 15, 2016. Submit your response and information by e-mail to: terry.crowley@ssa.gov.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/SSA/DCFIAM/OAG/SSA-RFI-16-1029/listing.htm

OutreachSystems Article Number: 20160305/PROCURE/0468
Matching keyword(s): state!ky;

Department of the ArmyDepartment of the Army, National Guard Bureau, USPFO for Iowa, Camp Dodge 7700 NW Beaver Drive Johnston IA 50131-1902

U — Amend 0002: Technical Instruction Services – Video Techniques for Drug and Border Investigations W912LP-16-R-0003 041516 Tracy C. Canada, Contracting Specialist, Phone 5152524616, Fax 5152524617, Email tracy.c.canada.mil@mail.mil – Vicky L. Williams, Contracting Officer, Phone 5152524615, Fax 5152524617, Email vicky.l.williams10.civ@mail.mil Amendment 0002 is incorported to add Round 1 Questions and Answers.

Amendment 0001 is incorporated to correct the number of iterations for the base and option periods.

The Iowa Army National Guard’s (IARNG) Midwest Counterdrug Training Center (MCTC) has a requirement for Technical Instruction Services for a Video Techniques for Drug and Border Investigations course. The IARNG anticipates award on or about 13 May 2016.

Initial award will be for a base period from date of award to 30 September 2016, and will consist of 10 iterations of the course with dates and locations to be determined. The award will also be for one (1) option period that will include a maximum of 14 course iterations, dependent upon available funding and need determined by MCTC, with dates and locations to be determined from 1 October 2016 – 30 September 2017. The requested course shall provide a three-day, 24-hour block of instruction to law enforcement officers and/or military personnel.
The course of instruction shall be designed to teach law enforcement personnel to document narcotics-related criminal activity using video camcorders and associated equipment. The course shall cover the use of video to document drug crimes such as the sale of narcotics, the documentation of drug search warrants and seizures, and the evidence generated by drug labs and surveillance of narcotics activity. In addition, it shall cover the use of video surveillance systems to document narcotics cases.
The class shall include hands-on practical exercises that are relevant and represent real world activities. They shall challenge students to apply effective classroom theory to the exercises. Topics covered shall include shooting video of both controlled and uncontrolled action, such as controlled drug buys and mobile surveillance. Students shall learn how to use an alternate light source and specialized equipment such as night vision and IR illuminators. Each hands-on exercise shall be followed by an after-action review of the students’ products to ensure training objectives have been met.
Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available.

Set-Aside: Total Small Business Place of Performance: Camp Dodge Joint Maneuver Training Center 7105 NW 70th Avenue Johnston, IA 50131 US URL: https://www.fbo.gov/spg/USA/NGB/DAHA13/W912LP-16-R-0003/listing.htm OutreachSystems Article Number: 20160305/PROCURE/0595
Matching keyword(s): video*; produc*; train*; business*; documentation; instruct*;

FedConnect https://www.fedconnect.net/FedConnect/PublicPages/PublicSearch/Public_Opportunities.asp FedConnect phone: 800-899-6665 email: support@fedconnect.net

R — On-Site Shredding Services – Reg. 7 ODAR Hearing O SOL SSA-RFI-16-1029 Description THIS IS A REQUEST FOR INFORMATION (RFI). The Social Security Administration is seeking sources, for Market Research ONLY, to determine the availability of potential small business firms for set-aside. Potential Offerors having the skill, capabilities and personnel necessary to perform the on-site shredding services requirement for the Hearing Offices located in the states of Missouri, Kansas, Nebraska, Iowa, and Kentucky are invited to provide feedback via e-mail to Mr. Terry Crowley at terry.crowley@ssa.gov. The associated North American Industrial Classification Code (NAICS) is 561410, with a small business standard $15 million. The Product Service Code (PSC) is R614, Support ? Administrative: Paper Shredding. A fixed price contract anticipated. The duration of this requirement anticipated to be one base year with four one-year options. This requirement planned for release in early April. Project Description: The Contractor shall provide all management, personnel, supervision, labor, materials, secured vehicles to provide on-site destruction services for security waste, such as, but not limited to, administrative papers, braille documents, compact disks(CD), digital versatile disc(DVD), video home system tapes(VHS), for the Social Security Administration located at Social Security Hearing Offices in Kansas, Missouri, Nebraska, Iowa, and Kentucky. Security waste will be collected in secured bins or containers provided by the Contractor. Hearing Office locations are listed on the attachment. Capability Statement: The following request designed to apprise the Social Security Administration of any prospective small businesses capabilities to execute the requirement. Please provide your response to the following: 1) Offeror’s Name, Address, Point of Contact, Phone Number, and E-Mail Address; 2) Offeror’s interest in bidding on the solicitation when it is issued; 3) Offeror’s business size certified status, number of years in business, and your DUNS number; 4) Offeror’s capability statement demonstrating the Offeror’s ability to perform comparable work within the last five (5) years – brief description of the project, indicate the Hearing Office locations you can provide on-site shredding services, customer name, phone number, timeliness of performance, customer satisfaction, dollar value ? limit to three (3) examples The capabilities statement for this RFI is not a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. The Government is seeking short statements regarding the company’s ability to demonstrate existing-or-developed expertise, past performance, and experience in relation to the requirement specified herein. Submission of your Capabilities Statement is not a prerequisite to any future offerings, but, will assist the Social Security Administration in tailoring requirements to be consistent with industry capabilities. The Government will not pay for any information or materials provided in response to this RFI. ALL interested Offerors should notify this office in writing via e-mail by 2:00pm CST on/ or before March 15, 2016. Submit your response and information by e-mail to: terry.crowley@ssa.gov. Overview Reference number: SSA-RFI-16-1029 Issue date: 03/04/2016 Response due: 03/15/2016 02:00 PM CT Set Aside: Total Small Business NAICS: 561410-Document Preparation Services PSC / FSC: R614-SUPPORT- ADMINISTRATIVE: PAPER SHREDDING Agency: Social Security Administration Contracting office: Social Security Administration Office of Acquisition and Grants 10th Floor, Post B8 601 E 12th St Kansas City, MO 64106-2818 Place of Performance: Region 07 Contact: TERRY CROWLEY Phone: Fax: Email: TERRY.CROWLEY@SSA.GOV Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160305/SMALL/8606
Matching keyword(s): state!ky;

FedConnect https://www.fedconnect.net/FedConnect/PublicPages/PublicSearch/Public_Opportunities.asp FedConnect phone: 800-899-6665 email: support@fedconnect.net

T — BRCA FILM CINEMATOGRAPHY SOL P16PS00560 Description BRYCE CANYON NATIONAL PARK FILM CINEMATOGRAPHY Overview Reference number: P16PS00560 Issue date: 03/04/2016 Response due: 04/05/2016 10:00 AM ET Set Aside: Total Small Business NAICS: 512110-Motion Picture and Video Production PSC / FSC: T006-PHOTO/MAP/PRINT/PUBLICATION- FILM/VIDEO TAPE PRODU Agency: DOI Contracting office: NPS, HFC – Acquisition Management 67 Mather Place IDC Building Harpers Ferry, WV 25425 Place of Performance: Contact: Jason Albright Phone: Fax: Email: Jason_Albright@nps.gov Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160305/SMALL/8607
Matching keyword(s): video*; film?; produc*; conference?; business*; production?;

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 – Auto Physical Damage, Auto Liability, and General Liability Clai SOL UK-1653-16 Due Date: 3-29-16 Auto Physical Damage, Auto Liability, and General Liability Claims AdministrationAttachment A For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160308/BID/0274
Matching keyword(s): age:state!ky; state!ky;

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

R — Veterinary Services – Blackburn Farm Lexington, Ky. SOL RFP 527 1600000253 version 1 DUE 03/21/2016 Nikki James, Email: NikkiJ.James@ky.gov Phone: (502) 564-2246; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: Provide veterinary services for the cattle on the Department of Corrections farm in Lexington, KY. (Fayette County) at the Blackburn Correctional Complex. 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: 20160308/KY/6052
Matching keyword(s): age:state!ky; state!ky;

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

R — KDFWR CAMP ACCIDENT AND SICKNESS INSURANCE. SOL RFB 758 1600000673 version 1 DUE 03/16/2016 Debbie Mathews, Email: debbie.mathews@ky.gov Phone: (502) 564-8649; 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: 20160308/KY/6053
Matching keyword(s): age:state!ky; state!ky;

Eastern Kentucky University, Division of Purchases and Stores, Jones Building, Room 213, Richmond, KY 40475

R — Virtual Campus Tour. SOL EKU 79-16 DUE 04/08/2016 Phone: (859) 622-2246; Fax: (859) 622-2047; Website: http://purchasing.eku.edu/bids-and-quote Non-Mandatory Pre-Proposal Conference: A non-mandatory pre-proposal conference will be held on March 22nd, 2016. The meeting will begin promptly at 2:00 PM in 122 Jones Building at Eastern Kentucky University. The purpose of this conference is to fully acquaint potential Offerors with all proposal conditions. During this conference questions concerning the RFP will be answered. Attendance at the pre-proposal conference is not a prerequisite requirement to be qualified to submit a proposal. SCOPE OF SERVICES: 3.1 General: It is the University s goal to establish a single contract to serve all of the programs and buildings of the University. With this RFP, the University is taking a campus-wide approach to building a customized partnership with a major vendor to serve our University community. The initial term of the contract shall commence on May 2nd, 2016 May 1st, 2019. The contract will have a provision to renew annually up to four (4) additional years upon the agreement of the Successful Offeror and the University. 3.2 Objectives: The initial virtual tour would include a guided interactive tour with videos, pictures, and maps of our main University campus in Richmond, KY, which encompasses 83 buildings total, as well as the city of Richmond. The buildings including in this virtual tour includes our main classrooms, dining facilities, our athletic complex and facilities, as well as several buildings that enhance the students experience such as the library, the union, recreation center, and residence halls. 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: 20160308/KY/6066
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211

R – Consultant Services for Transforming Dixie Highway Bus Rapid Tra SOL RFQ-3619-0-2016/KBM Due Date: 3/25/2016 3:00 PM Eastern Contact: Kim Henry Consultant Services for Transforming Dixie Highway Bus Rapid Transit (BRT) System For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160305/BID/0379
Matching keyword(s): age:state!ky; state!ky;

Northern Kentucky University, Procurement Services, 617 Lucas Administrative Center, Suite 617, 1 Nunn Drive, Highland Heights, KY 41099

R — HSA and Cobra Services. SOL NKU-19-16 DUE 03/18/2016 Website: http://nkuplanroom.com/View/Default.asp NKU desires a long-term relationship with a vendor who is committed to providing a high level of quality service through a strong, innovative and creative service team at a competitive cost. 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: 20160308/KY/6074
Matching keyword(s): age:state!ky; state!ky;

Northern Kentucky University, Procurement Services, 617 Lucas Administrative Center, Suite 617, 1 Nunn Drive, Highland Heights, KY 41099

R — Vision Services. SOL NKU-18-16 DUE 03/21/2016 Website: http://nkuplanroom.com/View/Default.asp Request for Proposal to provide Vision Insurance coverage. The RFP PDF version will serve as a master copy but the excel file will allow vendors to answer directly within the file.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: 20160308/KY/6075
Matching keyword(s): age:state!ky; state!ky;

Transportation Cabinet, Division of Professional Services, 200 Mero Street, 3rd Floor, Frankfort, KY 40622

R — TRANSPORTATION ENGINEERING SERVICES – Statewide Right of Way Appraisal Services. SOL Procurement Bulletin 2016-09 DUE 03/30/2016 Phone: (502) 564-4555; Fax: (502) 564-4422; Website: http://transportation.ky.gov/Professional-Services/Pages/default.asp PROJECT DESCRIPTION: Up to six (6) appraisers will be selected to provide Right of Way Appraisal Services for proposed highway projects on a statewide basis on an as-needed basis for two (2) years. A restriction of communication is in effect for this project. From the advertisement date of the solicitation through selection, all respondents are not allowed to communicate about this solicitation or scope with any staff of KYTC, including the Appraisal Branch Manager or Director of Right of Way & Utilities, except for submission of questions as instructed in the RFP or as provided by any existing work agreement(s). For violation of this provision, KYTC reserves the right to reject the submittal of the offending Respondent. SCOPE OF WORK: The selected Appraiser(s) will be responsible for appraisal and other appraisal-related services. Additionally the Appraiser may be called upon to testify in a court of law during a condemnation trial. Additional compensation will be negotiated at the time of the request to testify. a. The selected Appraiser agrees that upon request, he or she will be available to assist in responding to FHWA or State inquiries or citations. b. Scoping Meeting a scoping meeting shall be required for all projects and should follow the Scoping Meeting Requirements General Guidelines c. Project Report It will be the responsibility of the selected Appraiser to compile and complete the Project Report prior to the scoping meeting. The Report shall summarize in detail all appraisal related issues related to each parcel to be assigned. Note: Project Report shall be written by a qualified person(s). Note: The Cost of the Project Report shall be part of the fee proposal. d. The District Right of Way Agent Supervisor will be the single point of contact for all Valuation Services and will be responsible for resources, assignment of work, managing workload, monitoring schedules and ensure quality of reports meet Department expectations and requirements. PREQUALIFICATION REQUIREMENTS: To respond to this project, the proposed consultant must be prequalified for Appraisal Services by the Division of Right of Way and Utilities by the Response Due Date of this Advertisement. The selected Appraiser must maintain prequalification as set out in the ROW Guidance Manual throughout the term of the contract. APPRAISAL SERVICES: Right of Way Appraisal. 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: 20160308/KY/6079
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

76 – Software SOL Q2-2016 Due Date: 03/07/2016 AutoCAD Subscription Renewals For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160307/BID/0046
Matching keyword(s): age:state!ky; state!ky;

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

R — Health Insurance Actuarial and Consulting Services. SOL RFP 790 1600000292 version 1 DUE 04/19/2016 Sherry Kefauver, Email: SherryA.Kefauver@ky.gov Phone: (502) 564-3638; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: The Vendor/Consultant engaged will be responsible for: 1) providing actuarial and consultant services; 2) assisting with plan design and premium contribution calculations; 3) assisting with member and stakeholder communications; 4) providing actuarial and financial reporting; 5) providing support services; 6) providing assistance with case management, utilization management, disease management, and wellness initiatives; 7) providing assistance with auditing vendors and vendor contractual requirements; 8) assisting with drafting RFP s and contract negotiations; and 9) providing assistance with HIPAA policies and other compliance. 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: 20160307/KY/6015
Matching keyword(s): age:state!ky; state!ky;

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

T — Bookbinding for KY Colonel Executive Orders and Legislation – Addendum #1 – NEW DUE DATE. SOL RFB 758 1600000642 version 2 DUE 03/18/2016 Jenifer Taylor, email: jenifer.taylor@ky.gov Phone: (502) 564-4510; 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: 20160307/KY/6017
Matching keyword(s): age:state!ky; state!ky;

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

R — Auto Physical Damage, Auto Liability, and General Liability Claims Administration. SOL UK-1653-16 DUE 03/29/2016 Phone: (859) 257-9100; Website address: http://www.uky.edu/Purchasing/bidlist.ht Intent and Scope: The programs covered by this RFP include Auto Physical Damage, Auto Liability and General Liability lines. Only one claim service provider will be chosen to administer all programs. Background Information: The University of Kentucky is self-insured for Auto and GL. This contract is for Third Party Administrator services only. Brokerage services for excess insurance above the SIR or deductible are provided through a separate contract. 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: 20160307/KY/6020
Matching keyword(s): age:state!ky; state!ky;

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

R — Commercial Excess Liability Insurance Coverages for LAGIT. SOL RFQ-3615-0-2016/KBM DUE 03/10/2016 Phone: (502) 574-3211; Website: http://www.demandstar.com/supplier/bids/agency_inc/bid_list.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: 20160308/KY/6036
Matching keyword(s): age:state!ky; state!ky;

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

R — Third Party General Liability Claims Administration Services to the Louisville Area Governmental Self Insurance Trust. SOL IFB-3613-0-2016/KBM DUE 03/24/2016 Phone: (502) 574-3211; Website: http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp Pre-Bid Conference: Thursday, March 10, 2016 10:00 am. Office of Management and Budget, Division of Purchasing, 611 West Jefferson St, Mezzanine Level Conference Room, Louisville, KY 40202. 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: 20160307/KY/6035
Matching keyword(s): age:state!ky; state!ky;

bmg logo(R)2

BMG AD (fv)

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

Comments are closed.

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

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

Truth- A Right to Fight For...

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

%d bloggers like this: