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, MICC, MICC – Fort Knox, Bldg 1109, Room 373 Fort Knox KY 40121-5720

R — HRC CLAIMS AND BENEFITS W9124D-16-R-0020 052016 Donald L. Clark, Contract Specialist, Phone 5026245803, Email donald.l.clark.civ@mail.mil MICC-Fort Knox intends to issue a Request for Proposal (RFP) to provide Claims and Benefits Processing (CBP) services for the Human Resources Command (HRC) located at Fort Knox, KY for the period 4 July 2016, or date of award, whichever is later, through 3 June 2017, with two one-year option periods. This solicitation will be 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB). NAICS code 524292 (Size Standard: $32,500,000) applies to this procurement. The contractor shall provide all personnel, supervision, and non-personal services necessary to support the Claims and Benefits Processing (CBP) program for the Office of the Adjutant General Directorate (TAGD) and its subordinate agencies. All responsible SDVOSB business sources may submit a proposal. The RFP will be posted to the FedBizOpps website on or about 6 May 2016 with proposals due on 20 May 2016. These dates are subject to change. All amendments to the solicitation will be likewise posted on these websites. Contractors are cautioned to check the websites periodically for amendments. Solicitation mailing list will not be compiled and amendments will not be sent out in paper copy. All contractors must be registered in the System for Award Management (SAM) website to be eligible for award of a contract. Faxed offers and amendments will not be accepted. All questions must be submitted in writing to the contract specialist via email to donald.l.clark.civ@mail.mil by 10 am Eastern Standard Time (EST) 11 May 2016.
Set-Aside: Service-Disabled Veteran-Owned Small Business Place of Performance: Fort Knox, Kentucky Crystal City, Virginia Joint Base San Antonio, Texas Joint Base Lewis McChord, Washington Fort Knox, KY 40121 US URL: https://www.fbo.gov/notices/7568f3f3b6f4f058e17e87851333034OutreachSystems Article Number: 20160430/PROCURE/0071
Matching keyword(s): age:state!ky; state!ky;

Other Defense Agencies, U.S. Special Operations Command, Special Operation Forces Support Activity (SOFSA), 5749 BRIAR HILL ROAD LEXINGTON KY 40516-9723

R — Special Operations Forces Global Logistics Support Services (SOF GLSS) H92254-16-R-0001 060816 Michael J. Hawkins, Contracting Officer, Phone 8138267047, Email michael.hawkins4@socom.mil – Michelle Riisma, Contract Specialist, Phone 8138268080, Email michelle.riisma@socom.mil **NOTE – This notice replaces FBO Notice H9222215ROSGS**

This is a draft Request for Proposal (RFP) for the Special Operations Forces Global Logistics Support Services (SOF GLSS) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This notice is160px-Special_Operations_Specops_Army.svg provided for purposes of providing Industry with the most current information and receive Industry feedback on the draft RFP. One-on-One sessions will also be scheduled as a result of this notice. The objective of the IDIQ is to acquire contractor-provided services to perform:

1. Global program support services utilizing three Core Competencies: Streamlined Design and Rapid Prototyping; Production, Modification, and Integration; and Lifecycle Sustainment Activities across the two major areas of SOF platforms: aviation and SOF systems (ground and maritime); and

2. Enterprise functions normally associated with running a Government-Owned Contractor-Operated (GOCO)-type (state-owned, Government-leased (tenant), contractor-operated) operation in a cost efficient manner to include logistics operations; facility management; environmental, safety, and health; security management; and information technology (IT) management.

This announcement does not constitute a solicitation and proposals are not being requested at this time. However, the Government is requesting comments and questions on the draft RFP and its attachments. The draft RFP and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. The NAICS code is 561990 and the small business size standard is $11 million. The ordering period is 10-years if all options are exercised, the guaranteed contract minimum is $500,000.00, and the contract maximum is $8,000,000,000.00.

After receipt of comments and questions, the Government may issue a final RFP for this requirement. In that case, the RFP number H92222-16-R-0001 will be issued as an RFP using full and open competition with no exclusions/set-asides but with minimum mandatory requirements for Small Business subcontracting (outlined in RFP Section H.11). If/when issued, the final RFP may result in a single award IDIQ contract issuing task and delivery orders of multiple contract types. If/when the final RFP is issued, offerors will be required to submit proposals in accordance with the instructions outlined in Section L of the RFP.

To gain access to several of the draft RFP attachments including the Performance Work Statement (PWS), PWS Appendices, Quality Assurance Surveillance Plan (QASP), Contract Data Requirements List (CDRLs), and Representative Task Order Instructions to Offerors (ITOs) and Statements of Objectives (SOOs), an Explicit Access Request must be made via this FBO posting. Email and/or phone call requests will not be accepted.

Before Explicit Access is granted, the Contracting Officer will verify registration in SAM with the proper NAICS code for this requirement, and Top Secret Facility Clearance and Top Secret Level of Safeguarding in accordance with the DD 254.

Please be advised, this verification can take up to 24 hours. Requests for Explicit Access received on a Friday after 3:00 pm Eastern Time will not begin verification until the next business day.

This verification process has been established to limit the dissemination of sensitive but unclassified information and proof of Top Secret Facility Clearance and Top Secret Level of Safeguarding are required to propose on this effort.

Communications with anyone other than the Contracting Officer and Contract Specialist are prohibited. Those contractors interested in proposing as a prime contractor or teaming with a prime contractor on this effort and desiring to provide value added feedback on the draft RFP must email their questions and/or comments in writing to Mike Hawkins, Contracting Officer, michael.hawkins4@socom.mil and Mrs. Michelle Riisma, Contract Specialist, michelle.riisma@socom.mil NLT 9 May 2016, 1200 hrs EDT. Please provide suggested edits and comments utilizing the track changes and review features via Microsoft Word directly in the draft RFP documents where possible and utilize RFP Attachment 12, Q&A Template to summarize all comments and questions. Oral requests (e.g. phone call) for information will be re-directed to provide email correspondence (using the Q&A Template), for documentation purposes. Individual responses to inquiries will not be provided. If it is necessary to include proprietary information in the template, it must be marked appropriately in Column E of the Q&A Template.

The Government desires feedback that focuses on the following draft RFP sections:

1. Section H unique clauses and post award processes
2. Attachment 1, PWS
3. Attachments 5, 7, and 9, Representative Task Order SOOs
4. Sections L and M
a. Do the requirements in Section L clearly articulate what is being requested?
b. Is it evident what capabilities are most important to the Government, which will be the focus of the trade-off decision?
c. Considering the Government’s goals and objectives provided as part of the excerpts from the approved Acquisition Strategy briefing (provided in package 7) and the requirements outlined in the PWS, do you feel these sections focus on the right capabilities to achieve both the desired objectives and requirements of the PWS?
d. How could Factors 1 and 3 be streamlined and/or simplified further while still achieving the desired results and providing the Government with adequate information in order to determine the best value proposal?
e. What are your thoughts regarding the Enterprise Budget and Business Unit language outlined in Section L.4.1

Notes/Information before providing comments:
1. A complete scrub and/or peer and policy review of Sections D-I of the draft RFP has not yet been accomplished but will be accomplished prior to the final RFP release.
2. All Attachments to the RFP in Section J have not been finalized.
3. PWS Appendix G is still being finalized with TO information and final color coding.
4. The Draft AFA0000000-107 Specification for Representative Task Order 1 (AC-130J Kits and Installs) is not currently available. The Government intends on posting it when it becomes available and NLT the final RFP posting.
5. The Government is still contemplating the following:
a. The templates for submission of required cost data per task order.
b. The language in Section L and M regarding subcontractor cost data.
c. The use of a business unit with appropriate indirect rate structure to support enterprise functions of the PWS.
d. The details of the penalty for not meeting the Small Business subcontracting mandates.
e. The relative order of importance of the Factors and subfactors.
The Government plans to post a revised draft RFP NLT 13 May 2016 with suggested edits and comments from Industry incorporated as appropriate. The intent of this subsequent posting is to answer any preliminary and administrative questions prior to the One-on-One sessions so the value of those sessions can be maximized. Offerors will have an opportunity to provide additional suggested edits, comments, and questions on the revised draft RFP.
Please read through the entire draft RFP and attachments prior to submitting questions. Package 1 contains a list summarizing all of the draft RFP attachments, their associated FedBizzOps package number, and whether or not Explicit Access is required.
Excerpts of the approved Acquisition Strategy briefing are included in Package 7 so offerors can understand the Government’s goals and objectives for this requirement as well as to provide additional information that may be useful in preparing and submitting eventual proposals.
All initial questions received by 9 May 2016, 1200 hrs EDT and answers will be posted along with the revised draft RFP. Offerors may submit questions to the Contracting Officer at any time; however, questions received after 9 May 2016, 1200 hrs EDT may not be answered prior to the One-on-One sessions.
The final RFP is anticipated to be available on FedBizOpps on/around 4 Aug 2016.
One-on-One Sessions
One-on-One sessions will be an opportunity for Industry to ask specific, approach-dependent questions about the draft RFP for the SOF GLSS contract. In order to ensure that both the Government and Industry derive as much possible value from these sessions within the available schedule timeframe, priority for these sessions will be given to those interested companies that have the ability to be a prime offeror for this SOF GLSS effort and any subcontractors or teaming partners they choose to invite. The Government encourages those subcontractors or teaming partners to attend with the prime offeror. Sessions will be held on 24, 25, and 26 May 2016 during the Special Operations Forces Industry Conference (SOFIC) at the Tampa Convention Center at 333 Franklin Street, Tampa, FL 33609. To register for a One-on-One session, a single representative for the prime offeror must send a request NLT 16 May 2016, 1600 hrs EDT to the Contracting Officer and Contract Specialist (one email) with the following information:
1. Prime Offeror Company Name / CAGE Code
2. Team Member Company Names / CAGE Codes
3. Names of participants attending the session. Space is limited so no more than 15 participants may attend the session.
The Contracting Officer or Contract Specialist will then send the prime company representative a link to the registration site at Eventbrite.com. Each prime/team is only allowed to register for one session. Attendance at the scheduled One-on-Ones and any discussions/release of information is strictly voluntary. The Government will not pay for any information provided or costs associated with travel for this session.
NLT 16 May 2016, 1600 hrs EDT, provide a list of questions for your One-on-One session using the Q&A Template to the Contracting Officer and Contract Specialist (one email). This list should not repeat any questions previously answered by the Government. This list of questions will be used by the Government to prepare for the One-on-One sessions. Offerors will not be limited to this list during the One-on-One sessions but the Government may not be able to answer questions that do not appear on the list during the One-on-One sessions. Answers to those questions will be provided directly to the offeror.
URL: https://www.fbo.gov/spg/ODA/USSOCOM/SOFSA/H92254-16-R-0001/listing.htmOutreachSystems Article Number: 20160430/PROCURE/0080
Matching keyword(s): age:state!ky;

360px-US_Department_of_Homeland_Security_Seal.svgDepartment of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW BLDG T-5 WASHINGTON DC 20223

U — ABNORMAL PSYCHOLOGY CLASSES HSSS01-16-R-0017 051816 Siobhan E. Mullen, Phone 202-406-6818, Fax 202-406-6801, Email siobhan.mullen@usss.dhs.gov HSSS01-16-R-0017
This Solicitation is for Abnormal Psychology Courses prepared in accordance with the format in FAR Part 12, subpart 12.6 as supplemented with additional information attached to this notice. This announcement constitutes the only solicitation; proposals are being requested. Solicitation number HSSS01-16-R-0017 is issued as a Request for Proposal (RFP) through Federal Acquisition Circular 05-06. The NAICs code is 611430 for Professional development training with a small business size standard of $11,000,000.00 per the Small Business Administration. This procurement is a total small business set aside.
The Government intends to award a competitive commercial fixed priced type Blanket Purchase Agreement (BPA) for the US Secret Service James J. Rowley Training Center located in the Laurel, Maryland. Contract award is intended to be made by 1 June 2016. Award will be made on best value. The resulting award will be for a five year period from 1 June 2016 to 31 May 2021. This solicitation is a total small business set aside. The North American Industry Classification System (NAICS) is 611430. The awardee shall provide all courses and trainers for the Abnormal Psychology Training Curriculum.
Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available by downloading the documents at the Federal Business Opportunities Website at http://www.fbo.gov This office will not issue hard copy solicitations. By submitting a proposal, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency.
The Government anticipates awarding on initial offers but reserves the right to establish a competitive range and open discussions with those offerors most highly rated. The competitive range may be further limited in accordance with FAR 15.306(c)(2) for purposes of efficiency. Therefore, the offeror’s initial proposal should contain the offeror’s best terms from a price and technical standpoint.
The Government reserves the right to eliminate any offeror from the competitive range that does not follow the instructions or fails to include any information that is required as stated with in this solicitation.
All proposal documents listed above shall be submitted in electronic format and emailed to Siobhan Mullen at Siobhan.Mullen @usss.dhs.gov by no later than 18 May 2016, 1300 EST. Please include in the subject line of the email the solicitation number HSSS01-16-R-0017.
Questions in regards to this RFP shall be emailed to Siobhan.Mullen @usss.dhs.gov no later than 11 May 2016 1300 EST. Please include in the subject line of the email the solicitation number HSSS01-16-R-0017. Questions after this date will not be answered. Answers to questions will be posted collectively via the RFP notice and will remain anonymous.
All written material submitted shall be in 12 point Times New Roman Font, single spaced, and shall have 1″ margins left and right. The written copy of the Technical portion shall not exceed more than 20 typed pages. If graphs or pictures are included at the end as attachments, they will not be counted against the page limit. Resumes are not included in the page limit. There is no page limit for past performance submissions.
The offeror’s quote shall be valid 180 days from the closing date of this RFP.

Set-Aside: Total Small Business Place of Performance: Laurel, MD 20708 US URL: https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-16-R-0017/listing.htmOutreachSystems Article Number: 20160430/PROCURE/0113
Matching keyword(s): writ*; copy; technical; standard;

Other Defense Agencies, U.S. Special Operations Command, Special Operation Forces Support Activity (SOFSA), 5749 BRIAR HILL ROAD LEXINGTON KY 40516-9723160px-Special_Operations_Specops_Army.svg

R — Special Operations Forces Global Logistics Support Services (SOF GLSS) H9225415ROSGS Michael J. Hawkins, Contracting Officer, Phone (813) 826-7047, Fax (813) 826-7139, Email michael.hawkins4@socom.mil – Ms. Sherri Blankenship, Contracting Officer, Phone (859) 566-5173, Email sherri.blankenship@socom.mil This notice has been replaced by a separate FBO Notice H92254-16-R-0001. The draft RFP and attachments are located in the separate FBO Notice as well as instructions on how to register for One-on-One sessions. No further postings will appear under this notice.
URL: https://www.fbo.gov/spg/ODA/USSOCOM/SOFSA/H9225415ROSGS/listing.htm

OutreachSystems Article Number: 20160430/PROCURE/0520
Matching keyword(s): age:state!ky;

160px-Special_Operations_Specops_Army.svgOther Defense Agencies, U.S. Special Operations Command, Special Operation Forces Support Activity (SOFSA), 5749 BRIAR HILL ROAD LEXINGTON KY 40516-9723

R — Special Operations Forces Global Logistics Support Services (SOF GLSS) H92254-16-R-0001 060816 Michael J. Hawkins, Contracting Officer, Phone 8138267047, Email michael.hawkins4@socom.mil – Michelle Riisma, Contract Specialist, Phone 8138268080, Email michelle.riisma@socom.mil An error occurred during the initial posting of Package 1 so it is being re-posted as Package 1a. This Package 1a replaces Package 1 in its entirety.
URL: https://www.fbo.gov/spg/ODA/USSOCOM/SOFSA/H92254-16-R-0001/listing.htm

OutreachSystems Article Number: 20160430/PROCURE/0521
Matching keyword(s): age:state!ky;

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

T — Marketing Video W9098S16T0105 Sabrina L. Lowe, Phone 3097821598, Email sabrina.l.lowe.civ@mail.mil W9098S16P0218 $24,278.55 042916 0001 Metro Communications, Inc. ArmyDepartment of the Army Contracting Command – Rock Island (ACC-RI) hereby issues W9098S-16-P-0218 for Marketing and safety videos in support of Rock Island Arsenal – Joint Manufacturing and Technology Center (RIA-JMTC).

URL: https://www.fbo.gov/notices/84ca4f42b5db43c1779caaa1a049434

OutreachSystems Article Number: 20160430/AWARDS/0695
Matching keyword(s): naics!512110;

600px-US-DeptOfJustice-Seal.svgDepartment of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W. Washington DC 20535

U — Forensic Video Analysis Training RFQ-3367 050216 Crystal K. Finch, Phone (703)985-6233, Fax (703)985-6103, Email crystal.finch@ic.fbi.gov 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 RFQ-3367 and is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-87-2. The associated North American Industrial Classification System (NAICS) code for this procurement is 611420. SBA Size Standards: $11M in annual revenue. This is a small business set aside.

REQUESTED SERVICES – The Federal Bureau of Investigation (FBI) requests open market pricing for the training classes listed in the attached list of specifications. Quoted training courses must meet and/or exceed the minimum training objectives of the requested courses. Quote submission packages must contain all information detailed in the “Quote Submissions” section of this RFQ. Offerors must be able to fulfill requirement in its entirety.

S HIPPING/DELIVERY REQUIREMENT – All services ordered shall be performed on-site, in FBI workspace in Quantico, VA, on the dates noted in the attached list of specifications. Please note that individuals assigned to assist in the facilitation of this training must possess an active Top Secret (TS) clearance in order to gain access to FBI workspace.

SUBMISSION OF QUESTIONS – Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Given the FBI’s need to expedite the issuance of award for this requirement, offeror questions must be submitted and received no later than Friday, April 29, 2016 at 1:00pm (Eastern). Questions shall be submitted via email only, to the attention of Crystal Finch at Crystal.Finch@ic.fbi.gov. Questions sent via other means (i.e. via telephone call, facsimile transmission, etc.) and/or received after the submission deadline will not receive responses.

1. Quote submissions must be valid for 30 days from closing of posting.
2. Once this RFQ has closed, update(s) regarding this requirement will be provided as soon as possible. All interested parties will be notified of the outcome of this solicitation at the same time. No information regarding award status will be released prior to an official notification being sent; any individual request for updates may not receive a response.

The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instruction to Offerors – Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items-the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52-212-4, Contract Terms and Conditions-Commercial Items; FAR 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/

The selected offeror must also comply with the terms and conditions detailed in the following attachments, as they apply to this RFQ/requirement:
1. Attachment 1A – Corporate Representation Regarding Felony Conviction Under Any Federal Law or Unpaid Delinquent Tax Liability – Solicitation, and
2. Attachment 1B – Contractor Internal Confidentiality Agreements or Statements Prohibiting or Restricting Reporting of Waste, Fraud, and Abuse – Solicitation.

SUBMISSION OF QUOTES – Given the FBI’s need to expedite the issuance of award for this requirement, quotes must be submitted and received no later than Monday, May 2, 2016 at 1:00pm (Eastern). Questions shall be submitted via email only, to the attention of Crystal Finch at Crystal.Finch@ic.fbi.gov. Questions sent via other means (i.e. via telephone call, facsimile transmission, etc.) and/or received after the quote submission deadline will be considered “unresponsive” and will not be taken into consideration.

Offers must be valid for 30 calendar days after submission. In addition to pricing information, each quote submission shall include the following information:

1. Training syllabus for each course,
2. Name(s) and CV(s) of instructors for each course,
3. Instructor(s) profile(s) to include summary of teaching experience relevant to the subject matter, experience testifying to the related forensics discipline being taught, and if applicable, a listing of any/all instances in which the instructor(s) has/have been disqualified or failed to qualify as experts in any discipline in any court,
4. Pricing and product description for each line item,
5. Offeror Tax ID Number,
6. Offeror DUNS Number,
7. Offeror contact information with email and telephone information.

EVALUATION FACTORS – Award will be made to the lowest price/technically acceptable offeror.

SAM.GOV REQUIREMENT – Please ensure your firm is registered in System for Award Management (SAM). Effective July 29, 2012, all vendors must be registered on http://www.SAM.gov (SAM) to be considered eligible to receive government contracts. The FBI is utilizing a new financial system that has a direct interface with the SAM. If any current FBI vendor data conflicts with SAM data, the information contained in SAM may override our current information. Please ensure that your company’s SAM information is updated and accurate. This includes: TIN, EFT, DUNs, addresses and contact information. The EFT banking information on file in SAM will be what the FBI uses to process payment to your organization.
Set-Aside: Total Small Business Place of Performance: Quantico, VA 22135 US URL: https://www.fbo.gov/spg/DOJ/FBI/PPMS1/RFQ-3367/listing.htm

OutreachSystems Article Number: 20160428/PROCURE/0087
Matching keyword(s): video*; produc*; train*; site?; business*; instruct*; commercial?;

160px-Special_Operations_Specops_Army.svgOther Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street Riverside CA 92518-2031

99 — JANITORIAL SERVICES Hq0028-16-R-0005 012716 Jessie Feliciano, Contract Specialist, Phone 951-413-2406, Fax 951-413-2432, Email jesus.feliciano3.civ@mail.mil – Kathryn Maurais, Contracting Officer, Phone 9514132502, Email kathryn.a.maurais.civ@mail.mil The mission of the Defense Media Center (DMC) and Defense Imagery Management Operations Center-Riverside (DIMOC-R) is to provide broadcast and audiovisual services worldwide. All janitorial work will be under the direct control and supervision of the DMC Facilities Management Office, Engineering Directorate, a field activity of the Defense Media Activity (DMA), under the Office of the Assistant to the Secretary of Defense (Public Affairs). As DMC is the major agency and facility occupant, facility maintenance is under their responsibilities, to include custodial services will be Base and Four (4) options. Both DMC and DIMOC-R agencies are collocated and operate in the same 119,000 square foot facility Interested persons may identify their interest and capability to respond to the requirement or submit proposals. The NAICS for this acquisition is 561720. This requirement will seat aside for 8a small bussines. The requests for proposal will be posted on 28 January 2016. All written request should be directed to the address noted with in the notice or sent by FAX to 951-413-2432. Telephonics request will not be honored.
.

Set-Aside: Competitive 8(a) Place of Performance: 23755 Z Street, BLDG 2730 Riverside, CA 92563 US URL: https://www.fbo.gov/notices/fdc0deee9369255b495c8ecc6c31e08

OutreachSystems Article Number: 20160428/PROCURE/0542
Matching keyword(s): audiovisual; serv*;

Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W. Washington DC 20535

U — Forensic Video Analysis Training Courses NOI-3367 042216 Crystal K. Finch, Phone (703)985-6233, Fax (703)985-6103, Email crystal.finch@ic.fbi.gov After receiving information600px-US-DeptOfJustice-Seal.svg regarding potential alternate offerors,  this notice is being cancelled.  An RFQ will be posted shortly to allow interested vendors to submit quotes for this requirement.
Place of Performance: Federal Bureau of Investigation Engineering Research Facility Quantico, VA 22135 US URL: https://www.fbo.gov/spg/DOJ/FBI/PPMS1/NOI-3367/listing.htm

OutreachSystems Article Number: 20160428/PROCURE/0704
Matching keyword(s): video*; train*;

Arkansas – Department of Finance and Administration http://www.arkansas.gov/dfa/procurement/bids/index.ph 1509 W. 7th Street; Little Rock, AR 72201; (501) 324-9316

T – Branding, Multi-channel Marketing, and Video Production Services SOL AED-16-0015 Due Date: 05/27/2016 02:00 PM CDT Contact: Arkansas Economic Development Commission Branding, Multi-channel Marketing, and Video Production Services For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160429/BID/0029
Matching keyword(s): video*; produc*; production?;

Louisiana – Louisiana Press Association http://www.publicnoticeads.com/LA/search/searchnotices.as 404 Europe Street; Baton Rouge, LA 70802; (225) 344-9309

R – 1227331 Request For Proposal St. Landry Parish Government 118 SOL Public Notice ID: 23347705 1227331 Request For Proposal St. Landry Parish Government 118 South Court Street Opelousas, LA 70571 Purpose: The purpose of this proposal is to evaluate various Government Financial Management, Human Resource Management and other software related modules for purchase to replace the current accounting system. The vendor will be evaluated on the proven ability to deliver products on time, flexibility, ease of use, company references, long term stability, and complete integration with other products. Services to Be Provided and Their Corresponding Points for Evaluation: Licensing (100 Pts.) Available Site License Expandability to License Other Agencies Standard Software Maintenance must include upgrades, new releases, temporary fixes, revisions, telephone support at no charge for the first 90 days from delivery/start date and then remain available over a five year period. Training (100 Pts.) Costs of End User Training Available Online “Do-It-Yourself” Training Seminars and Videos Comprehensive Pre-Deployment Administrator Training Comprehensive Setup Training Comprehensive End-User Training Comprehensive Refresher Training Prior to Deployment Continuing Costs (100 pts.) Cost of Annual Service Agreement Expandability of Service To Other Agencies Additional Modules for future consideration Cost of Annual Maintenance Financial Management Modules (200 pts.) General Ledger Budget Management Annual Budget Preparation Accounts Payable Revenue/Cash Receipting Asset Management Project Accounting Bank Reconciliation Third Party Document Imaging Interface Purchasing Module Government (GASB) Reporting Human Resource Management Modules (200 pts.) Payroll Processing Personnel Management Position Control Benefits Administration Time & Attendance Interface Position Budgeting Company Stability and Performance (200 pts.) Company Focuses Exclusively on Government Finance Company Has Been in Business Over 10 Years Minimum of (5) City/Parish References in Louisiana and at least (3) with populations equal to or greater than St. Landry) Expandability (100 pts.) Ability to integrate with additional modules in the future Mandatory to be Microsoft SQL Server based and solution based on the .NET Architecture platform and Development Tools Provide software utilizing the internet for citizen, partner and employee self-service. User Review Presentation Grade (1-5) 1 Least Favorable 5 Being Most Favorable User Friendliness (1-5) 1 Least Favorable 5 Being Most Favorable Q & A Session (1-5) 1 Least Favorable 5 Being Most Favorable The successful firm will be chosen through a qualitative review of the factors listed above as following: Experience and Past Performance especially with other Louisiana cities/ parishes. Capability of proposed solution. Costs of Services Provided. Companies should possess knowledge, expertise and experience in the planning, project management and execution of the services for which they are responding. Company must also provide established relationship with certified Financing partner to enter into a Government lease with terms and conditions tailored to Fiscal Year annual Selected vendor should also have existing partnership with acceptable hardware vendor in event Parish would like to bundle acquired software with appropriate hardware platform. (Note: Hardware pricing is not part of this procurement. This item is being included in event the parish does decide to acquire hardware as part of this initiative.) The proposal shall clearly address all of the information requested herein. Since the written proposal will weigh heavily in the evaluation process, information submitted should be complete and provide a convincing case that the vendor can perform high quality work on schedule. The St. Landry Parish Government Office reserves the right to cancel this job at any time due to but not limited to any of the following reasons; time constraints, budgetary issues, and / or vendor qualifications. The proposals shall be sent to Novella Moore on site or electronically no later than noon (central time) 05-20-2016. novella.moore@stlandryparish.org St. Landry Parish Government c/o Novella Moore PO Drawer 1550 Opelousas, LA 70571 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160429/BID/0428
Matching keyword(s): video*; produc*; train*; seminar?; site?; business*; event?;

Louisiana – Louisiana Press Association http://www.publicnoticeads.com/LA/search/searchnotices.as 404 Europe Street; Baton Rouge, LA 70802; (225) 344-9309

U – PUBLIC NOTICE Sealed bids will be opened and publicly read by S SOL Public Notice ID: 23344648 PUBLIC NOTICESealed bids will be opened and publicly read by Southeastern Louisiana University, Purchasing Department, Property Control & Supply Building, 2400 North Oak Street / SLU 10800, Hammond, LA 70402, at 4:00 p.m., Central Time, on the date specified below:Furnish, deliver, install, and provide training for video equipment for the Southeastern Channel Dept. Fax Inquiry Deadline 5/3/2016. Opens 5/10/2016.Bid documents and forms may be obtained from the Southeastern Purchasing Department as listed above or by downloading a copy from the LA Procurement and Contract Network for Southeastern LA Univ at: http://wwwprd1.doa.louisiana.gov/OSP/LaPAC/dspBid.cfm of authority to submit the bid shall be required in accordance with R.S. 38:2212(A)(1)(c)or R.S 391594(C)(4).No bids will be received after the date and hour specified. The University reserves the right to reject any and all bids.Richard HimberDirector of PurchasingApril 27, 201616-04-124 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160428/BID/0358
Matching keyword(s): video*; train*;

Kenton County Airport Board, Cincinnati/Northern Kentucky International Airport, P.O. Box 752000, Cincinnati, OH 45275-2000

R — Paying Agent, Escrow Agent, and Registrar Services. SOL 16-40RFP DUE 05/04/2016 Website: http://www.cvgairport.com/about/biz/procur The Kenton County Airport Board ( KCAB ) is soliciting proposals for Paying Agent, Escrow Agent, and Registrar Services at the Cincinnati/Northern Kentucky International Airport ( CVG ). KCAB is seeking banks or qualified financial institutions to serve as Paying Agent and Registrar for the issuance of its General Airport Revenue Refunding Bonds, Series 2016 (the Series 2016 Bonds ). This institution will also serve as Escrow Agent for the Series 2003B Bonds which are being refunded with the proceeds of the Series 2016 Bonds.KCAB was created pursuant to a resolution of the Fiscal Court of Kenton County, Kentucky, adopted on June 3, 1943. KCAB was created as a body public and politic pursuant to Kentucky Revised Statutes, Chapter 183, and has complete jurisdiction, control, possession and supervision of CVG with the power and authority to issue revenue bondsKCAB currently has $58.590 million in Airport Revenue Bonds outstanding comprised of the Series 2003B bonds, which KCAB anticipates refunding in full in 2016. Upon the issuance of the refunding bonds, the Series 2016 Bonds will be the only series of Bonds of KCAB outstanding. The Series 2016 Bonds are expected to be issued as fixed rate revenue refunding bonds with semi-annual interest payments each January 1 and July 1 of each year commencing January 1, 2017 and will have principal maturities each January 1, with a final maturity of January 1, 2033.KCAB is drafting a new General Bond Resolution which will replace the current Bond Resolution authorizing the Series 2003 Bonds. Upon final adoption, the proposed General Bond Resolution, as supplemented by a separate series resolution relating to the Series 2016 Bonds, will provide the basis for the authorization of the Series 2016 Bonds and subsequent issues. A copy of the proposed General Bond Resolution and Series 2016 Resolution in draft form is included as Attachment A.At present, it is expected KCAB will sell the Series 2016 Bonds on or about June 20, 2016. Settlement on the Series 2016 Bonds is expected to occur electronically/telephonically on or about July 5, 2016. 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: 20160428/KY/8201
Matching keyword(s): age:state!ky; state!ky;

Morehead State University, Office of Support Services, Support Services Complex, 606 West Main Street, Morehead, KY 40351

R — Establish PSC for Sign Language Interpreters – Addendum #1. SOL RFP-05-17 DUE 05/18/2016 Phone: (606) 783-2018, Website: http://www.moreheadstatebids.com Proposals are being accepted to establish a contract for sign language interpreters. Morehead State University (MSU) is seeking proposals from qualified individuals to provide sign language interpretation for students who are deaf or hard-of hearing, on an as-needed basis. MSU intends to award a contract for the period of July 1, 2016 through June 30, 2017, with an option to renew for up to three (3) additional one year periods with both parties consenting. 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: 20160428/KY/8202
Matching keyword(s): age:state!ky; state!ky;

Morehead State University, Office of Support Services, Support Services Complex, 606 West Main Street, Morehead, KY 40351

R — Establish PSC for CART: Remote Real-Time Captioning Services – Addendum #1. SOL RFP-04-17 DUE 05/18/2016 Phone: (606) 783-2018, Website: http://www.moreheadstatebids.com Proposals are being accepted to establish a contract for CART Services. Morehead State University (MSU) is seeking proposals from qualified firms to provide remote computer aided real-time translation (CART) for students who are deaf or hard-of hearing, on an as needed basis. MSU intends to award a contract for the period of July 1, 2016 through June 30, 2017, with an option to renew for up to three (3) additional one year periods with both parties consenting. 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: 20160428/KY/8204
Matching keyword(s): age:state!ky; state!ky;

Murray State University, Procurement Services, 200 General Services Building, Murray, KY 42071-3355

R — CONSULTANT FOR HEALTH SERVICES. SOL RFP-260J-16 DUE 05/11/2016 Phone: (270) 809-2703; Fax (270) 809-3408; Website: http://campus.murraystate.edu/administ/procurement/Vendor/CurrentBidAds.pd MURRAY STATE UNIVERSITY IS ACCEPTING PROPOSALS FOR A CONSULTANT FOR HEALTH SERVICES. THE PROPOSALS WILL BE EVALUATED FOR SCOPE OF SERVICES, COST, EXPERIENCE AND REFERENCES/COMPANY BACKGROUND, REQUEST FOR PROPOSALS ARE AVAILABLE BY CONTACTING JAN FUQUA AT JFUQUA@MURRAYSTATE.EDU AND REFERENCING RFP NUMBER RFP-260J-16. 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: 20160428/KY/8207
Matching keyword(s): age:state!ky; state!ky;

Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.ht 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506; (859) 257-9100

99 – UKGS Elevator D and Garage Elevator Refurbishment SOL CCK-2126-16 Due Date: 5-18-16 UKGS Elevator D and Garage Elevator Refurbishment UK Planroom For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160430/BID/0331
Matching keyword(s): age:state!ky; state!ky;

The Burkesville-Cumberland Co. Industrial Development Authority, P. O. Box 826, Burkesville. KY 42717.

R — Cumberland County Economic Development Project. SOL DUE 05/16/2016 Waylon Wright, Phone: 270-866-4200, Email: Waylon@lcadd.org. BID Date: May 16, 2016. BID TIME: 12:00 pm Central Time. The Burkesville-Cumberland County Industrial Development Authority is inviting quotes on the following: Project: Cumberland County Economic Development Project. Project Location: 426 South High Street, Burkesville, KY 42717. Office of Judge-Executive John Phelps, Cumberland County Courthouse, Burkesville, KY 42717, Lake Cumberland Area Development District, Inc. 2384 Lakeway Drive, Russell Springs, KY 42642. This notice is provided courtesy of 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: 20160430/KY/8235
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

R – Financial Examiner-in-training SOL RFP-676-1600000414 Due Date: 5/31/162:00 PMEDT Contact: Department of Insurance Financial Examiner-in-training For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160428/BID/0298
Matching keyword(s): age:state!ky; state!ky;

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

R — Financial Examiner-in-training. SOL RFP 676 1600000414 version 1 DUE 05/31/2016 Jennifer Spencer, Email: Jennifer.Spencer@ky.gov Phone: (502) 564-6154; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: This Request for Proposal (RFP) is being issued for the purpose of procuring a vendor to perform the services of Financial Examiner. 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: 20160428/KY/8182
Matching keyword(s): age:state!ky; state!ky;

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

R — National Health Service Corps Promotion Project – Addendum #3 – NEW DUE DATE. SOL RFP 728 1600000266 version 3 DUE 05/03/2016 Shelby Luby, Email: shelby.luby@ky.gov Phone: (502) 564-8623; 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: 20160428/KY/8192
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