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

356px-Seal_of_the_US_Air_Force.svgDepartment of the Air Force, Air Force Global Strike Command, 7 CONS, 381 Third Street Dyess AFB TX 79607-1581

U — Test Administrator FA4661-16-Q-0058 071116 Sara Marron, Contract Administrator, Phone 3256968239, Fax 3256964078, Email sara.marron@us.af.mil – Megan VanHorn, Contract Officer, Phone 3256961072, Email megan.vanhorn.1@us.af.mil ;
Th This is a combined synopsis and solicitation for the following commercial services:
CLIN 0001 : Provide non-personal services as a Test Administrator in accordance with the attached Performance Work Statement (PWS) for a period of 12 months, Jul 2016 – Jul 2017.   Quantity:   520 Units.   1 Unit 4 hours.
CLIN 1001:   Provide non-personal services as a Test Administrator in accordance with the attached Performance Work Statement (PWS) for a period of 12 months, Jul 2017 – Jul 2018.   Quantity:   520 Units.   1 Unit 4 hours.
CLIN 2001:    Provide non-personal services as a Test Administrator in accordance with the attached Performance Work Statement (PWS) for a period of 6 months, Jul 2018 – Jan 2019.   Quantity:   260 Units.   1 Unit 4 hours.
This synopsis and solicitation is prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.   This solicitation FA4661-16-Q-0058 is issued as a Request for Quotations (RFQ). Submit written offers (oral offers will not be accepted), on RFQ FA4661-16-Q-0058.   Quotes will be evaluated and award will be made to the responsible offeror whose offer conforms to the solicitation. This will be the most advantageous to the Government using price as the evaluation factor.   This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88 effective 16 May 2016.   All firms or individuals responding must be registered with an active System for Award Management (SAM) account at the closing time of the RFQ.   This procurement is being issued as a 100% SMALL BUSINESS Set-Aside.   North American Industrial Classification Standard 611710, Size Standard $15M applies to this procurement.
The 7th Contracting Squadron at Dyess AFB TX intends to award a Firm Fixed Price (FFP) contract for the services described in the PWS.   The Period of Performance for this requirement is twelve (12) months for the base year, twelve (12) months for option year 1, and six (6) months for an optional extension to complete all work associated with the contract.   This requirement will be F.O.B. Destination.

Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications — Commercial Items, with your offer.

The provisions that apply to this solicitation are as follows:
FAR
52.204-7 Systems for Award Management
52.204-16 Commercial and Government Entity Code Reporting
52.207-1 Notice of Standard Competition
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation
52.212-1 Instructions to Offerors-Commercial
Instructions to Offerors — Commercial Items (Oct 2015)
(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees.
(b) Submission of offers . Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show —
(1) The solicitation number;
(2) The time specified in the solicitation for receipt of offers;
(3) The name, address, and telephone number of the offeror;
(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;
(5) Terms of any express warranty;
(6) Price and any discount terms;
(7) “Remit to” address, if different than mailing address;
(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);
(9) Acknowledgment of Solicitation Amendments;
(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and
(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
(c) Period for acceptance of offers . The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.
(d) Product samples . When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender’s request and expense, unless they are destroyed during preaward testing.
(e) Multiple offers . Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.
(f) Late submissions, modifications, revisions, and withdrawals of offers .
(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.
(2)
(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-
(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or
(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or
(C) If this solicitation is a request for proposals, it was the only proposal received.
(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.
(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.
(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.
(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
(h) Multiple awards . The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.
(i) Availability of requirements documents cited in the solicitation.
(1)
(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to–
GSA Federal Supply Service Specifications Section
Suite 8100
470 L’Enfant Plaza, SW
Washington, DC 20407
Telephone (202) 619-8925)
Facsimile (202 619-8978).
(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.
(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites —
(i) ASSIST ( https://assist.dla.mil/online/start” target=”_parent”> https://assist.dla.mil/online/start ).
(ii) Quick Search ( http://quicksearch.dla.mil” target=”_parent”> http://quicksearch.dla.mil ).
(iii) ASSISTdocs.com ( http://assistdocs.com” target=”_parent”> http://assistdocs.co ).
(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-
(i) Using the ASSIST Shopping Wizard ( https://assist.dla.mil/wizard/index.cf” target=”_parent”> https://assist.dla.mil/wizard/index.cf );
(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or
(iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462.
(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.
(j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $3,500, and offers of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “DUNS” or “DUNS+4” followed by the DUNS or DUNS+4 number that identifies the offeror’s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://fedgov.dnb.com/webfor” target=”_parent”> http://fedgov.dnb.com/webfor . An offeror located outside the United States must contact the local Dun and Bradstreet office for DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office.
(k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov” target=”_parent”> https://www.acquisition.go .
(l) Debriefing . If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:
(1) The agency’s evaluation of the significant weak or deficient factors in the debriefed offeror’s offer.
(2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror.
(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.
(4) A summary of rationale for award;
(5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.
(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.
(End of Provision)
52.212-2 Evaluation-Commercial Items
Evaluation — Commercial Items (Oct 2014)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
1. Price
2. Technical Acceptability
Technical acceptability is approximately equal to Price when being evaluated.   Technical requirements are listed under Section 3, Job Qualifications, in the attached PWS.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)

52.212-3 Offeror Representations and Certificates
52.217-5 Evaluation of Options
52.219-1 Small Business Program Representation
52.222-22 Previous Contracts and Compliance Reports
52.222-25 Affirmative Action Compliance
52.237-1 Site Visit
52.252-1 Solicitation Provisions Incorporated by Reference
Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address:
http://farsite.hill.af.mil“> http://farsite.hill.af.mil
DFARS
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7004 Alternate A, System for Award Management
The clauses that apply to this solicitation are as follows:
FAR
52.204-13 System for Award Management Maintenance
52.204-19   Incorporation by Reference of Representations and Certifications
52.212-4 Contract Terms and Conditions-Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (the following clauses are cited):
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractor’s Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post Award Small Business Program Representation
52.222-3 Convict Labor
52.222-21 Prohibition of Segregated Facilities
52.222-22 Previous Contracts and Compliance Reports
52.222-26 Equal Opportunity
52.222-36 Affirmative Action for Workers with Disabilities
52.222-41 Service Contract Labor Standards
52.222-50 Combating Trafficking in Persons
52.222-55 Minimum Wages Under Executive Order 13658
52.223-18 Contractor Policy to Ban Text Messaging While Driving
52.225-1 Buy American-Supplies
52.225-2 Buy American Certificate
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer
52.233-3 Protest after Award
52.233-4 Applicable Law for Breach of Contract Claim
52.217-8 Option to Extend Services
52.217-9 Option to Extend the Term of the Contract
Option to Extend the Term of the Contract (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years.
(End of Clause)
52.232-1 Payments
52.232-8 Discounts for Prompt Payment
52.232-11 Extras
52.232-39 Unenforceability of Unauthorized Obligations
52.233-1 Disputes
52.237-2 Protection of Government Buildings, Equipment, and Vegetation
52.249-4 Termination for Convenience of the Government (Services) (Short Form)
52.252-2 Clauses Incorporated by Reference
Clauses Incorporated by Reference (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address:
http://farsite.hill.af.mil“> http://farsite.hill.af.mil
52.253-1 Computer Generated Forms

DFARS

252.201-7000 Contracting Officer’s Representative
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7015 Disclosure of Information to Litigation Support Contractors
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.211-7003 Item Unique Identification and Valuation
252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7036 Buy American Act -Free Trade Agreements-Balance of Payments Program
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area Workflow Payment Instructions
AFFARS

5352.201-9101 OMBUDSMAN
5352.223-9001 Health and Safety on Government Installations
5352.242-9000 Contractor Access to Air Force Installations
CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012)
(a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.
(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver’s license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass.
(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.
(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with http://static.e-publishing.af.mil/production/1/af_a4_7/publication/afi31-101/releasibility_for_afi31-101.pd” target=”_blank”> AFI 31-101 , Integrated Defense, and http://static.e-publishing.af.mil/production/1/af_a4_7/publication/afi31-501/afi31-501.pd” target=”_blank”> AFI 31-501 , Personnel Security Program Management citing the appropriate paragraphs as applicable.
(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.
(f) Failure to comply with these requirements may result in withholding of final payment.
(End of clause)

A site visit will be held on the following date/time: 27 June 2016/ 02:00 P.M. (CST)
The meeting location for contractors without Dyess AFB access will be at the main front gate of Dyess AFB, TX, at the intersection of Arnold Blvd and Dub Wright Blvd, Abilene, TX, at the Dyess Visitor’s Center on 27 June 2016 at 01:30 P.M. (CST).   Contractors with access to Dyess AFB can meet at Bldg 7238, front parking lot (7 Contracting Squadron, 381 3rd Street) at 2:00 p.m. (CST).

The Visitor Control Center is considered a high congestion area.   Please bring all required paperwork (i.e., valid driver’s license, car insurance, and valid car registration) and arrive with adequate time for processing.

Only one site visit will be conducted and offerors are urged and expected to inspect the site to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.

All interested parties must send an email to both the Contract Administrator and Contracting Officer listed below stating the name and telephone number of all individuals to be in attendance.

All questions pertaining to this requirement must be submitted and received no later than 10:00 a.m. (CST), 29 June 2016 .   Questions must be submitted to Mrs. Sara M. Marron at sara.marron@us.af.mil and 1st Lt Megan VanHorn at megan.vanhorn@us.af.mil.
All quotes must be sent via email to Mrs. Sara M. Marron at sara.marron@us.af.mil and 1st Lt Megan VanHorn at megan.vanhorn@us.af.mil.   For any questions call 325-696-8239 or 325-696-1072.   Quotes are required to be received no later than 02:00 PM CST, Monday, 11 July 2016 .

2 Attachments:
1. Performance Work Statement, dated 17 June 2016
2. Service Contract Act Wage Determination, dated 8 March 2016
Set-Aside: Total Small Business Place of Performance: Dyess AFB, TX 79607 US URL: https://www.fbo.gov/notices/4797209c8bde4130cc3cf59c5fd1dea OutreachSystems Article Number: 20160621/PROCURE/0089
Matching keyword(s): documentar*;

Department of the Air Force, Air Force Global Strike Command, 7 CONS, 381 Third Street Dyess AFB TX 79607-1581

U — CCAF Advisor FA4661-16-Q-0057 071116 Sara Marron, Contract Administrator, Phone 3256968239, Fax 6256964078, Email sara.marron@us.af.mil – Megan VanHorn, Contract Officer, Phone 3256961072, Email megan.vanhorn.1@us.af.mil ;
Th This is a combined synopsis and solicitation for the following commercial services:
CLIN 0001 : Provide non-personal services as a CCAF Advisor in accordance with the attached Performance Work Statement (PWS) for a period of 12 months, Jul 2016 – Jul 2017.   Quantity:   520 Units.   1 Unit 4 hours.
CLIN 1001:   Provide non-personal services as a CCAF Advisor in accordance with the attached Performance Work Statement (PWS) for a period of 12 months, Jul 2017 – Jul 2018.   Quantity:   520 Units.   1 Unit 4 hours.
CLIN 2001:    Provide non-personal services as a CCAF Advisor in accordance with the attached Performance Work Statement (PWS) for a period of 6 months, Jul 2018 – Jan 2019.   Quantity:   260 Units.   1 Unit 4 hours.
This synopsis and solicitation is prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.   This solicitation FA4661-16-Q-0057 is issued as a Request for Quotations (RFQ). Submit written offers (oral offers will not be accepted), on RFQ FA4661-16-Q-0057.   Quotes will be evaluated and award will be made to the responsible offeror whose offer conforms to the solicitation. This356px-Seal_of_the_US_Air_Force.svg will be the most advantageous to the Government using price as the evaluation factor.   This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88 effective 16 May 2016.   All firms or individuals responding must be registered with an active System for Award Management (SAM) account at the closing time of the RFQ.   This procurement is being issued as a 100% ECONOMICALLY DISADVANTAGED WOMAN-OWNED SMALL BUSINESS SET-ASIDE.   North American Industrial Classification Standard 611710, Size Standard $15M applies to this procurement.
The 7th Contracting Squadron at Dyess AFB TX intends to award a Firm Fixed Price (FFP) Contract for the services described in the PWS.   The Period of Performance for this requirement is twelve (12) months for the base year, twelve (12) months for option year 1, and six (6) months for an optional extension to complete all work associated with the contract.   This requirement will be F.O.B. Destination.

Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications — Commercial Items, with your offer.

The provisions that apply to this solicitation are as follows:
FAR
52.204-7 Systems for Award Management
52.204-16 Commercial and Government Entity Code Reporting
52.207-1 Notice of Standard Competition
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation
52.212-1 Instructions to Offerors-Commercial
Instructions to Offerors — Commercial Items (Oct 2015)
(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cov. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees.
(b) Submission of offers . Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show —
(1) The solicitation number;
(2) The time specified in the solicitation for receipt of offers;
(3) The name, address, and telephone number of the offeror;
(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;
(5) Terms of any express warranty;
(6) Price and any discount terms;
(7) “Remit to” address, if different than mailing address;
(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);
(9) Acknowledgment of Solicitation Amendments;
(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and
(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
(c) Period for acceptance of offers . The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.
(d) Product samples . When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender’s request and expense, unless they are destroyed during preaward testing.
(e) Multiple offers . Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.
(f) Late submissions, modifications, revisions, and withdrawals of offers .
(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.
(2)
(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-
(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or
(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or
(C) If this solicitation is a request for proposals, it was the only proposal received.
(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.
(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.
(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.
(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
(h) Multiple awards . The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.
(i) Availability of requirements documents cited in the solicitation.
(1)
(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to–
GSA Federal Supply Service Specifications Section
Suite 8100
470 L’Enfant Plaza, SW
Washington, DC 20407
Telephone (202) 619-8925)
Facsimile (202 619-8978).
(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.
(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites —
(i) ASSIST ( https://assist.dla.mil/online/start” target=”_parent”> https://assist.dla.mil/online/start ).
(ii) Quick Search ( http://quicksearch.dla.mil” target=”_parent”> http://quicksearch.dla.mil ).
(iii) ASSISTdocs.com ( http://assistdocs.com” target=”_parent”> http://assistdocs.co ).
(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-
(i) Using the ASSIST Shopping Wizard ( https://assist.dla.mil/wizard/index.cf” target=”_parent”> https://assist.dla.mil/wizard/index.cf );
(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or
(iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462.
(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.
(j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $3,500, and offers of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “DUNS” or “DUNS+4” followed by the DUNS or DUNS+4 number that identifies the offeror’s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://fedgov.dnb.com/webfor” target=”_parent”> http://fedgov.dnb.com/webfor . An offeror located outside the United States must contact the local Dun and Bradstreet office for DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office.
(k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov” target=”_parent”> https://www.acquisition.go .
(l) Debriefing . If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:
(1) The agency’s evaluation of the significant weak or deficient factors in the debriefed offeror’s offer.
(2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror.
(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.
(4) A summary of rationale for award;
(5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.
(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.
(End of Provision)
52.212-2 Evaluation-Commercial Items
Evaluation — Commercial Items (Oct 2014)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
1. Price
2. Technical Acceptability
Technical Acceptability is approximately equal to Price when being evaluated.   Technical requirements can be found in Section 5, Contractor Employee Selection Criteria, in the attached PWS.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)

52.212-3 Offeror Representations and Certificates
52.217-5 Evaluation of Options
52.219-1 Small Business Program Representation
52.222-22 Previous Contracts and Compliance Reports
52.222-25 Affirmative Action Compliance
52.237-1 Site Visit
52.252-1 Solicitation Provisions Incorporated by Reference
Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address:
http://farsite.hill.af.mil“> http://farsite.hill.af.mil
DFARS
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7004 Alternate A, System for Award Management
The clauses that apply to this solicitation are as follows:
FAR
52.204-13 System for Award Management Maintenance
52.204-19   Incorporation by Reference of Representations and Certifications
52.212-4 Contract Terms and Conditions-Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (the following clauses are cited):
– 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
– 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractor’s Debarred, Suspended, or Proposed for Debarment
– 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
– 52.219-6 Notice of Total Small Business Set-Aside
– 52.219-28 Post Award Small Business Program Representation
– 52.222-3 Convict Labor
– 52.222-21 Prohibition of Segregated Facilities
– 52.222-22 Previous Contracts and Compliance Reports
– 52.222-26 Equal Opportunity
– 52.222-36 Affirmative Action for Workers with Disabilities
– 52.222-41 Service Contract Labor Standards
– 52.222-50 Combating Trafficking in Persons
– 52.222-55 Minimum Wages Under Executive Order 13658
– 52.223-18 Contractor Policy to Ban Text Messaging While Driving
– 52.225-1 Buy American-Supplies
– 52.225-2 Buy American Certificate
– 52.225-13 Restrictions on Certain Foreign Purchases
– 52.232-33 Payment by Electronic Funds Transfer
– 52.233-3 Protest after Award
– 52.233-4 Applicable Law for Breach of Contract Claim
52.217-8 Option to Extend Services
52.217-9 Option to Extend the Term of the Contract
Option to Extend the Term of the Contract (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years.
(End of Clause)
52.232-1 Payments
52.232-8 Discounts for Prompt Payment
52.232-11 Extras
52.232-39 Unenforceability of Unauthorized Obligations
52.233-1 Disputes
52.237-2 Protection of Government Buildings, Equipment, and Vegetation
52.249-4 Termination for Convenience of the Government (Services) (Short Form)
52.252-2 Clauses Incorporated by Reference
Clauses Incorporated by Reference (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address:
http://farsite.hill.af.mil“> http://farsite.hill.af.mil
52.253-1 Computer Generated Forms

DFARS

252.201-7000 Contracting Officer’s Representative
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7015 Disclosure of Information to Litigation Support Contractors
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.211-7003 Item Unique Identification and Valuation
252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7036 Buy American Act -Free Trade Agreements-Balance of Payments Program
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area Workflow Payment Instructions
AFFARS

5352.201-9101 OMBUDSMAN
5352.223-9001 Health and Safety on Government Installations
5352.242-9000 Contractor Access to Air Force Installations
CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012)
(a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.
(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver’s license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass.
(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.
(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with http://static.e-publishing.af.mil/production/1/af_a4_7/publication/afi31-101/releasibility_for_afi31-101.pd” target=”_blank”> AFI 31-101 , Integrated Defense, and http://static.e-publishing.af.mil/production/1/af_a4_7/publication/afi31-501/afi31-501.pd” target=”_blank”> AFI 31-501 , Personnel Security Program Management citing the appropriate paragraphs as applicable.
(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.
(f) Failure to comply with these requirements may result in withholding of final payment.
(End of clause)

A site visit will be held on the following date/time: 27 June 2016/ 02:00 P.M. (CST)
The meeting location for contractors without Dyess AFB access will be at the main front gate of Dyess AFB, TX, at the intersection of Arnold Blvd and Dub Wright Blvd, Abilene, TX, at the Dyess Visitor’s Center on 27 June 2016 at 01:30 P.M. (CST).   Contractors with access to Dyess AFB can meet at Bldg 7238, front parking lot (7 Contracting Squadron, 381 3rd Street) at 1400 hours.

The Visitor Control Center is considered a high congestion area.   Please bring all required paperwork (i.e., valid driver’s license, car insurance, and valid car registration) and arrive with adequate time for processing.

Only one site visit will be conducted and offerors are urged and expected to inspect the site to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.

All interested parties must send an email to both the Contract Administrator and Contracting Officer listed below stating the name and telephone number of all individuals to be in attendance.

All questions pertaining to this requirement must be submitted and received no later than 10:00 a.m. (CST), 29 June 2016 .   Questions can be submitted to Mrs. Sara M. Marron at sara.marron@us.af.mil or 1st Lt Megan VanHorn at megan.vanhorn@us.af.mil.
All quotes must be sent via email to Mrs. Sara M. Marron at sara.marron@us.af.mil and 1st Lt Megan VanHorn at megan.vanhorn@us.af.mil.   For any questions call 325-696-8239 or 325-696-1072.   Quotes are required to be received no later than 02:00 PM CST, Monday, 11 July 2016 .

2 Attachments:
1. Performance Work Statement, dated 17 June 2016
2. Service Contract Act Wage Determination, dated 8 March 2016

Set-Aside: Economically Disadvantaged Woman Owned Small Business Place of Performance: Dyess AFB, TX 79607 US URL: https://www.fbo.gov/notices/88966beb0d8a5882cb38274896b8167 OutreachSystems Article Number: 20160621/PROCURE/0090
Matching keyword(s): documentar*;

360px-US_Department_of_Homeland_Security_Seal.svgDepartment of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE STOP 7828 Washington DC 20593-7828

76 — Books & other publications HSCG23-16-Q-PCT048 062416 Jacqueline Newman, Books Printing , Phone 2024753217, Email jacqueline.y.newman@uscg.mil – Trellis T. Martin, Contracting Officer, Phone 202-475-3893, Email trellis.t.martin@uscg.mil SEE ATTACHEMENT ITEMS/QUANTITY AND CLAUSES AND PROVISIONS

To: ALL PROSPECTIVE OFFERORS
Subject: Request for Quote (RFQ) No. HSCG23-16-Q-PCT048
The U.S. Coast Guard (USCG) invites your company to submit a quote to meet the requirements under “Quotation Content” below.
As a result of this RFQ, the USCG intends to award a Firm-Fixed Price (FFP) purchase order.
This procurement will be conducted under the authority of Federal Acquisition Regulation (FAR) Part 12 ACQUISITON OF COMMERCIAL ITEMS. This requirement is being competed as a 100% Total Small Business set-aside (NAICS Code: 334519). Award will be made to the Lowest Price Technically Acceptable (LPTA) offeror.
Any questions or concerns regarding any aspect of this RFQ shall be emailed to Ms. Jacqueline Newman at Jacqueline.Y.Newman@USCG.MIL OR alternatively, Mr. Trellis Martin at Trellis.T.Martin@USCG.MIL
Offerors are strongly encouraged to ask questions and convey their expectations to the requirements as soon as possible during the solicitation process. The USCG desires to alleviate concerns during the solicitation phase so that no assumptions or exceptions will be present in any quotations.
QUOTATION SUBMISSION DEADLINE – SUBMIT BY MONDAY, 24 June 2016
Please submit your quotation via email to Ms. Jacqueline Newman at Jacqueline.Y.Newman@USCG.mil on or before 12 noon EST on 24 June 2016.
This RFQ does not represent authorization to proceed with the subject effort nor is this RFQ a promise of future direction to proceed. Offerors are solely responsible for the RFQ’s submission costs.
Offerors that do not submit all the information required, may or may not be considered for award.
When responding, please include “HSCG23-16-Q-PCT048” in the subject line of the email.
QUOTATION CONTENT:
CLIN PRODUCT DESCRIPTION UNIT QUANTITY TOTAL COST
0001 IMDG Code 37-14 (2014 Edition) 2 Volume Set; SKU#IJ200E; ISBN: 97892980115970 EA 200
0002 UPS Ground EA 1
OVERALL TOTAL
PRICE
Delivery (within 14 days of award):
U.S. COAST GUARD
CONTAINER INSPECTION TRAINING & ASSISTANCE TEAM (CITAT)
6500 S. MACARTHUR BLVD. MPB 239
OKLAHOMA CITY, OK 73169

Points of Contact (POC):
Purchasing Agent: Jacqueline Newman
Jacqueline.Y.Newman@uscg.mil
202.475.3217

Department of the Navy, Assist for Admin Office of the Under Secretary of the Navy, Naval Criminal Investigative Service, N63285 Naval Criminal Investigative Service Russell Knox Bldg 27130 Telegraph Rd Quantico, VA

R–Amendment to extend Proposal due date from June 21, 2016 to June 24, 2016. All questions will be answered on June 22, 2016.600px-US-DeptOfNavy-Seal.svg N632851601147 062516 Deloris Ennis 5713059286 deloris.ennis@ncis.navy.mil Video production services
Place of Performance: 27130 Telegraph Road, , Quantico, VA 22132 US URL: https://www.fbo.gov/notices/657f0d8ef01e09efa6af5b4a3b54345

OutreachSystems Article Number: 20160621/PROCURE/0612
Matching keyword(s): video*; produc*; production?; naics!512110;

600px-US-DeptOfNavy-Seal.svgDepartment of the Navy, Assist for Admin Office of the Under Secretary of the Navy, Naval Criminal Investigative Service, N63285 Naval Criminal Investigative Service Russell Knox Bldg 27130 Telegraph Rd Quantico, VA

R–Amendment to extend Proposal due date from June 21, 2016 to June 24, 2016. All questions will be answered on June 22, 2016. N632851601147 062516 Deloris Ennis 5713059286 deloris.ennis@ncis.navy.mil Video production services
Place of Performance: 27130 Telegraph Road, , Quantico, VA 22132 US URL: https://www.fbo.gov/notices/763d2448db1520ebca2ff69250cdfd3

OutreachSystems Article Number: 20160621/PROCURE/0613
Matching keyword(s): video*; produc*; production?; naics!512110;

Kentucky – City of Henderson http://www.cityofhendersonky.org/bids.asp 222 First Street; Henderson, KY 42420; (270) 831-1200

R – Investment Management and Custody Services SOL Request for Proposal 16-19 Due Date: 7/1/2016 4:00 PM REQUEST FOR PROPOSAL The City of Henderson, Kentucky is seeking proposals for: Investment Management and Custody Services The complete Request for Proposal is on file and may be obtained at the Office of the Director of Finance, first floor of the Henderson Municipal Center, 222 First Street, Henderson, Kentucky 42420. Proposals will be accepted in the Office of the Director of Finance, first floor of the Henderson Municipal Center, 222 First Street, Henderson, Kentucky 42420, no later than 4:00 p.m., prevailing local time, on Friday, July 1, 2016. The City of Henderson reserves the right to reject any and all proposals and to waive irregularities in said proposals. For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160619/BID/0032
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

New Hampshire Public Notices http://nh.mypublicnotices.com/PublicNotice.as Provides public notice advertisements from newspapers throughout New Hampshire.

R – June 16, 2016 Request for Proposals RFQ – 06-16- J SOL June 16, 2016 Request for Proposals RFQ – 06-16- June 16, 2016 Request for Proposals RFQ – 06-16-Culinary Tables Request for Proposal for Dining Room Tables for the Somersworth Career Technical Center (SCTC) You are cordially invited to submit an RFP to supply new dining room tables for the Culinary Arts Dining Room at the Somersworth Career Technical Center, located at Somersworth High School. The Center is a regional educational facility-housing career and technical education programs for students attending Somersworth High School and seven other area high schools. The SCTC was constructed originally in 1990 and has recently received state of New Hampshire and local funding to complete a major renovation of its facility and to update all programs to meet the current and future needs of students, employers and the communities it serves. Construction will begin in March 2016 and be substantially complete by September 2016. This project will include renovation and redesign of facilities for the following instructional programs: Automotive Technology, Broadcast Technology, Building Trades, Culinary Arts, Digital Media, Marketing, Pre-Engineering, and Teacher Education as well as the addition of two new programs in Medical Assisting and Performing Arts. The Center will also include the addition of a separate entry, expanded restaurant and dining room, and a small 1black box’ theatre for the Performing Arts program. Please see the attached basic specifications and requirements to be included in a bid proposal. One original and 4 hard copies of proposal must be submitted in a sealed envelope or box, plainly marked: Sealed RFP – 06-16-Culinary Tables Dining Room Tables for the Somersworth Career Technical Center (SCTC) Lori Lane, Director of Curriculum Somersworth School District 51 West High Street Somersworth, NH 03878 All RFP’s must be received no later than Friday, July 1, 2016, at 3:00 pm. RFP’s sent by email or fax will not be considered. Preliminary questions can be submitted in writing to Lori Lane by Friday, June 24, 2016 at 3 PM to llane@sau56.org. A response in the form of an addendum will be posted on the SAU #56 website by Monday, June 27, 2016. For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160620/BID/0043

New York Public Notices http://ny.mypublicnotices.com/PublicNotice.as Collects and centralizes public notice advertisements from newspapers across New York.

R – Legal Notice # 21190332 PUBLIC NOTICE REQUEST FOR SOL Legal Notice # 21190332 PUBLIC NOTICE REQUEST FOR Legal Notice # 21190332 PUBLIC NOTICE REQUEST FOR PROPOSALS (RFP # SS0620-1622) The Nassau County Department of Social Services requests proposals for the provision of employment services for temporary assistance applicants and recipients under the federal Temporary Assistance for Needy Families (TANF) Family Assistance (FA) and New York State (NYS) Safety Net Assistance (SNA) programs. The TANF program provides assistance and work opportunities to needy families, requiring DSS to engage individuals in countable work activities. DSS is seeking proposals for the provision of these services in order to competitively renew existing contracts, to adjust to changing demand for service, and to enhance the welfare-to-work program. Depending upon program needs, and the number, nature and quality of proposals received, the County may enter into one or more contracts for the provision of RFP services. Proposals must be submitted by August 5, 2016. To obtain a copy of the RFP, write to: John E. Imhof, Ph.D., Commissioner, Nassau County DSS, 60 Charles Lindbergh Blvd., Suite 160, Uniondale, NY 11553-3686. You may also contact Thomas A. Brooks at 516-227-7460, or DSS.RFP.Info@hhsnassaucountyny.us. RFP information may be viewed at http://www.nassaucountyny.gov/3844/Bid-Solicitation-Board. NASSAU COUNTY IS AN EQUAL OPPORTUNITY EMPLOYER Edward P. Mangano County Executive John E. Imhof, Ph.D. Commissioner For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160620/BID/0070
Matching keyword(s): writ*; copy;

R – Rehabilitation Services – Radcliff Veterans Center (RVC) SOL RFP-074-1600000435 Due Date: 7/22/163:00 PMEDT Contact: Department Of Veterans Affairs Rehabilitation Services – Radcliff Veterans Center (RVC) For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160621/BID/0247
Matching keyword(s): age:state!ky; state!ky;

University of Louisville, Purchasing Department, Belknap Campus, Room 101, Service Complex, Louisville, KY 40292

R — Qualified professional and/or firm to gather business and technical requirements for a next-generation Enterprise Resource Planning (ERP) system – Addendum #2 – NEW DUE DATE. SOL RFP212-PSC DUE 06/24/2016 Phone: (502) 852-6248; Website: http://louisville.edu/purchasing/bid The University of Louisville currently uses PeopleSoft as its ERP solution. Scope: The requirements gathering will focus on the business needs of the Finance and Human Capital Management functional areas (including Payroll). 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: 20160621/KY/0130
Matching keyword(s): age:state!ky; state!ky;

Lexington-Fayette Urban County Government, Division of Central Purchasing, 200 East Main Street, Lexington, KY 4038

R — Real Property Appraisers for the Agricultural Land Easement Program – Addendum #1. SOL RFP17-2016 DUE 07/07/2016 Phone: (859) 258-3320; Website: https://lfucg.economicengine.co Background: The Lexington Fayette Urban County Government (LFUCG) Division of Purchase of Development Rights (PDR) will accept Proposals from current Kentucky pre-qualified real estate appraisers, headquartered in Central Kentucky, for Real Estate Appraisal Services relating to the purchase of Conservation Easements in certain agricultural areas in Fayette County. The PDR program will retain a qualified real estate appraiser or appraisal company, to provide general and complex written appraisals necessary to secure conservation easements. Selected property appraiser/Appraisal Company must meet all qualification requirements set forth by the USDA-NRCS in the attached specifications. This project consists of 20-25 eligible farms for appraisal in FY 2017. 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: 20160621/KY/0157
Matching keyword(s): age:state!ky; state!ky;

Cincinnati Metropolitan Housing Authority, 1627 Western Avenue, Cincinnati, OH 45214

R — Third Party Payroll Services. SOL 2016-8015 DUE 06/28/2016 Website: http://www.cintimha.com/business-opportunities.asp CMHA is seeking quotes from qualified independent Contractor(s) with demonstrated professional competence and experience to provide third party payroll services. CMHA will be utilizing Kronos Workforce Ready Payroll. CMHA has about 221 employees. 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: 20160621/KY/0160
Matching keyword(s): age:state!ky; state!ky;

Housing Authority of Covington, 2300 Madison Avenue, Covington, KY

R — Request for Proposals for Legal Services. SOL DUE 07/01/2016 Website: http://www.hacov.org The Housing Authority of Covington (HAC) will receive by no later than 3:00 p.m., July 1, 2016 responses to its Request for Proposals for Legal Services. The RFP may be obtained beginning June 17th at the administrative office of the Housing Authority of Covington, 2300 Madison Avenue, Covington, KY, Monday-Friday, 8:00 am 4:00 pm, by emailing Linda Huber at lhuber@hacov.org or by clicking on the link below: http://www.hacov.org 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: 20160621/KY/0161
Matching keyword(s): age:state!ky; state!ky;

Sanitation District No. 1, 1045 Eaton Drive, Ft. Wright, KY 41017

T — As- Needed Bypass Pumping Services. SOL DUE 07/19/2016 Website: http://www.sd1.org Mandatory pre-bid meeting June 28. 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: 20160621/KY/0163
Matching keyword(s): age:state!ky; state!ky;

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

R — Investigative/Inspection Services – Board Of Opthalmic Dispensers. SOL RFP 255 1600000466 version 1 DUE 06/30/2016 Susan Ellis, email: Susan.Ellis@ky.gov Phone: (502) 564-3296; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: The Board is required by KRS Chapter 326,010-990 to conduct inspections/investigations of licensed ophthalmic dispensers and unlicensed persons. Also to conduct inspections of optical establishments to determine there is a licensed opthalmic dispenser during regular business hours to supervise apprentices. Hourly rate will not be paid while in travel status. 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: 20160620/KY/0094
Matching keyword(s): age:state!ky; state!ky;

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

R — 729 DBH SA Prevention Planning & Evaluation Partnership. SOL RFP 729 1600000400 version 1 DUE 06/29/2016 Cassandra Weiss, Email: Cassandra.Weiss@ky.gov Phone: (502) 782-6141; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Alcohol and Drug Prevention. Extended Description: To provide statistical and survey administration support to the Division of Behavioral Health in meeting the federal requirements of the “Synar Amendment”. This legislation is tied to the Substance Abuse Prevention and Treatment (SAPT) Block Grant requirements. TKIP – Kentucky Incentives for Prevention Survey: To provide technical, scientific, and administrative support to the KIP survey. This survey is administered in odd fiscal years and involves over 150 school districts and 125,000 students. This survey is Kentucky’s primary source of information on alcohol, tobacco, and other drug use among youth available to school systems. While the majority of the activity occurs in the first year of the biennium, the contractor will maintain an active role with KIP each year. To provide assistance in planning, evaluation, and grant writing. This component is designed to provide the Division of Behavioral Health with the capacity to exentd their program evaluation services to other prevention services, and expand the Division’s capacity to document the need for funding to sustain or expand effective programs. 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: 20160620/KY/0096
Matching keyword(s): age:state!ky; state!ky;

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

R — Auditing Services for Unclaimed Property – Addendum #1. SOL RFP 125 1600000448 version 2 DUE 06/27/2016 Rebecca Comley, Email: rebecca.comley@ky.gov Phone: (502) 564-4722; 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: 20160620/KY/0098
Matching keyword(s): age:state!ky; state!ky;

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

R — Investigators – Board Of Dentistry. SOL RFP 180 1600000497 version 1 DUE 06/24/2016 Lisa Turner, Email: LisaA.Turner@ky.gov Phone: (502) 429-7280; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Extended Description: The Kentucky Board of Dentistry is required by statute to investigate dentists and hygienists in response to complaints filed by interested parties. Services of qualified investigators are required by the Board. Duties of the investigators will include, but will not be limited to, reviewing patients charts obtained in the course of the Board’s investigations, prepare an present reports of finding to the Board and its subcommittees. 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: 20160620/KY/0100
Matching keyword(s): age:state!ky; state!ky;

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

R — Well Being Committee. SOL RFP 180 1600000496 version 1 DUE 06/24/2016 Lisa Turner, Email: LisaA.Turner@ky.gov Phone: (502) 429-7280; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Mental Health Program. CONSULTING SERVICES. Extended Description: In accordance with KRS 313.130(4) the Kentucky Board of Dentistry (KBD) may enter into a contractual agreement for the purpose of creating, supporting, and maintaining a Well-being Committee to promote the early identification, intervention, treatment, and rehabilitation of individuals licensed or registered who may be impaired by reasons of illness, alcohol or drug abuse, or as a result of any physical or mental condition. The KBD is seeking a qualified person to coordinate this program (Coordinator). The Coordinator selected shall provide consulting services for the KBD as the Well-being program coordinator and shall be in attendance at the KBD Law Enforcement Committee Meetings which meets the day prior to regularly scheduled Board meetings. He shall oversee licensees/registrants identified as impaired; tracking their recovery and completion of Board requirements. 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: 20160620/KY/0101
Matching keyword(s): age:state!ky; state!ky;

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

T — ENVELOPES, Printed – Addendum #2 – NEW DUE DATE. SOL RFB 758 1600000880 version 3 DUE 06/24/2016 Donald Robinson, Email: DonE.Robinson@ky.gov Phone: (502) 564-6525; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic The Commonwealth issues this RFB to establish a Master Agreement for printed envelopes. 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: 20160620/KY/0102
Matching keyword(s): age:state!ky; state!ky;

Kentucky – City of Henderson http://www.cityofhendersonky.org/bids.asp 222 First Street; Henderson, KY 42420; (270) 831-1200

R – Investment Management and Custody Services SOL Request for Proposal 16-19 Due Date: 7/1/2016 4:00 PM REQUEST FOR PROPOSAL The City of Henderson, Kentucky is seeking proposals for: Investment Management and Custody Services The complete Request for Proposal is on file and may be obtained at the Office of the Director of Finance, first floor of the Henderson Municipal Center, 222 First Street, Henderson, Kentucky 42420. Proposals will be accepted in the Office of the Director of Finance, first floor of the Henderson Municipal Center, 222 First Street, Henderson, Kentucky 42420, no later than 4:00 p.m., prevailing local time, on Friday, July 1, 2016. The City of Henderson reserves the right to reject any and all proposals and to waive irregularities in said proposals. For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160619/BID/0032
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: