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

dept of health and human servicesDepartment of Health and Human Services, Indian Health Service, Navajo Area Office, PO Box 9020 Window Rock AZ 86515

R — Consultation Services DS-16-0005 072216 DeeAndra Salabye, Supervisory Contract Specialist, Phone 9286974342, Email deeandra.salabye@ihs.gov This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Navajo Area Indian Health Services, Kayenta Health Center is requesting for submittal of offers for a Non-Personal Service Contract for Consultation Services to provide services as listed in Section 5 of the attached Performance Work Statement (PWS) and meets qualifications listed under Section 6 of the PWS to the Kayenta Health Center located in Kayenta, Arizona 86033.
Services shall be performed in accordance with the attached Performance Work Statement (PWS) No. 07-16.
Period of Performance: Date of Award through 09/30/2015.
The Kayenta Service Unit population of 20,000 is spread across a remote and sparsely populated area. Kayenta is in a traditional part of the reservation. Services are provided to 200 patients each day in continuity or walk-in clinics and in a 24 hour/day, 7 day/week emergency room. The clinic has on site lab, x-ray and pharmacy services. Current medical staff is made up of Family Practice, Pediatrics, Internal Medicine and Psychiatry specialties.
– Emergency services are fully available at Kayenta Health Center. Inscription House Clinic provides urgent care services 40 hours per week, but is not open after regular hours or on weekends.
– Consultant specialty care (surgery, obstetrics, orthopedics, cardiology, ENT, ophthalmology, etc.) is provided on a regularly scheduled basis from visiting specialists.
– Direct primary care (general medical care, pediatrics, internal medicine, mental health, women’s health, etc.) is routinely available at most sites. Kayenta and Inscription House clinics are open daily. Navajo Mountain and Dennehotso clinics are open 2 days per week.
– Health Promotion/Disease Prevention services including community education, comprehensive school health curriculum support, injury prevention, and fitness activities.
– Special Diabetes programs include Hooghan Project (in-home intensive education for people newly diagnosed with Diabetes), support of Kayenta Township Park Project, additional funding for eye care and dental care for denture patients (IHHC).
– Environmental and Engineering services include vector control, epidemiology, plan reviews, commercial and industrial safety and code inspections, home assessments, water supply and wastewater disposal systems, and environmental hazard assessments.
We live in one of the most scenic areas of the country, and offer almost unlimited opportunities for outdoor recreational activities. Kayenta Service Unit is located near the Scenic National Park Monument Valley, UT which offers great opportunity for hiking, biking, and photography. The nearest cities include Flagstaff, Arizona (2.5 hours), Farmington, New Mexico (2.5 hours) and Durango, Colorado (3.5 hours).
In determining best value, Price and other Evaluation Factors will be considered: Past Performance and Qualifications. The Evaluation Factors and significant sub factors when combined are significantly more important than cost or price. The socio-economic status of an offer may also be considered, should one or more quotes represent the best value.
To be considered for award, your offer shall include the following documents:
1) Pricing Offer.
2) Evidence of Past Performance and Experience of comparable scope and complexity in providing services within the past three (3) years.
3) Minimum three (3) references, including name of organization Point of Contact, Telephone Number and Email Address.
Email offer directly to the Contracting Officer for this action is: DeeAndra Salabye, Supervisory Contract Specialist, deeandra.salabye@ihs.gov, 928.697.4342. Limit offer size to 4MB.
Note: Due to the immediate need for Physician services, we will begin to review only completed documents (Pricing Schedule, Certification, and Profile). Awards may be established before the closing of this solicitation.
The selected Contractor shall comply with Agency Personal Identity Verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) Guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201; this includes fingerprinting guidelines.
52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011)
The Contractor shall comply with Agency Personal Identity Verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) Guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201.
The Contractor shall insert this clause in all subcontracts when the subcontractor is required to have routine physical access to a Federally-Controlled Facility and/or routine access to a Federally-Controlled Information System.
Additional Applicable Federal Acquisition Clauses
52.204-7 System Award Management (Jul 2013)
52.212-4 Contract Terms and Conditions-Commercial Items (May 2015)
52.232-33 Payment by Electronic Funds Transfer – System for Award Management (Jul 2013)
52.224-1 Privacy Act Notification (Apr 1984)
52.224-2 Privacy Act (Apr 1984)
52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Aug 1984)
52.229-3 Federal, State, and Local Taxes (Feb 2013)
52.237-3 Continuity of Services (Jan 1991)
52.249-4 Termination for Convenience of the Government (Apr 1984) (services) (short form)
52.232-18 Availability of Funds (APR 1984)
Department of Health and Human Services Applicable Clauses:
352.224-70 Privacy Act (December 2015)

352.237-70 Pro-Children Act. (December 2015)
Public Law 103-227, Title X, Part C, also known as the Pro-Children Act of 1994 (Act), 20 U.S.C. 7183, imposes restrictions on smoking in facilities where certain federally funded children’s services are provided. The Act prohibits smoking within any indoor facility (or portion thereof), whether owned, leased, or contracted for, that is used for the routine or regular provision of (i) kindergarten, elementary, or secondary education or library services or (ii) health or day care services that are provided to children under the age of 18. The statutory prohibition also applies to indoor facilities that are constructed, operated, or maintained with Federal funds.
By acceptance of this contract or order, the Contractor agrees to comply with the requirements of the Act. The Act also applies to all subcontracts awarded under this contract for the specified children’s services. Accordingly, the Contractor shall ensure that each of its employees, and any subcontractor staff, is made aware of, understand, and comply with the provisions of the Act.
Failure to comply with the Act may result in the imposition of a civil monetary penalty in an amount not to exceed $1,000 for each violation and/or the imposition of an administrative compliance order on the responsible entity. Each day a violation continues constitutes a separate violation. (End of clause)
352.237-71 Crime Control Act of 1990-Reporting of Child Abuse (December 2015).
(a) Public Law 101-647, also known as the Crime Control Act of 1990 (Act), imposes responsibilities on certain individuals who, while engaged in a professional capacity or activity, as defined in the Act, on federal land or in a federally-operated (or contracted) facility, learn of facts that give the individual reason to suspect that a child has suffered an incident of child abuse.
(b) The Act designates “covered professionals” as those persons engaged in professions and activities in eight different categories including, but not limited to, physicians, dentists, medical residents or interns, hospital personnel and administrators, nurses, health care practitioners, chiropractors, osteopaths, pharmacists, optometrists, podiatrists, emergency medical technicians, ambulance drivers, alcohol or drug treatment personnel, psychologists, psychiatrists, mental health professionals, child care workers and administrators, and commercial film and photo processors. The Act defines the term “child abuse” as the physical or mental injury, sexual abuse or exploitation, or negligent treatment of a child.
(c) Accordingly, any person engaged in a covered profession or activity under an HHS contract or subcontract, regardless of the purpose of the contract or subcontract, shall immediately report a suspected child abuse incident in accordance with the provisions of the Act. If a child is suspected of being harmed, the appropriate State Child Abuse Hotline, local child protective services (CPS), or law enforcement agency shall be contacted. For more information about where and how to file a report, the Childhelp USA, National Child Abuse Hotline (1-800-4-A-CHILD) shall be called. Any covered professional failing to make a timely report of such incident shall be guilty of a Class B misdemeanor.
(d) By acceptance of this contract or order, the Contractor agrees to comply with the requirements of the Act. The Act also applies to all applicable subcontracts awarded under this contract. Accordingly, the Contractor shall ensure that each of its employees, and any subcontractor staff, is made aware of, understand, and comply with the provisions of the Act.
352.237-72 Crime Control Act of 1990-Requirement for Background Checks (December 2015).
(a) Public Law 101-647, also known as the Crime Control Act of 1990 (Act), requires that all individuals involved with the provision of child care services to children under the age of 18 undergo a criminal background check. “Child care services” include, but are not limited to, social services, health and mental health care, child (day) care, education (whether or not directly involved in teaching), and rehabilitative programs. Any conviction for a sex crime, an offense involving a child victim, or a drug felony, may be grounds for denying employment or for dismissal of an employee providing any of the services listed above.
(b) The Contracting Officer will provide the necessary information to the Contractor regarding the process for obtaining the background check. The Contractor may hire a staff person provisionally prior to the completion of a background check, if at all times prior to the receipt of the background check during which children are in the care of the newly-hired person, the person is within the sight and under the supervision of a previously investigated staff person.
(c) By acceptance of this contract or order, the Contractor agrees to comply with the requirements of the Act. The Act also applies to all applicable subcontracts awarded under this contract. Accordingly, the Contractor shall ensure that each of its employees, and any subcontractor staff, is made aware of, understand, and comply with the provisions of the Act.
Health Insurance Portability and Accountability Act (HIPAA)
The Indian Health Service (IHS) is required to comply with HIPAA in the provision of health care to IHS patients. HIPAA was implemented by the U.S. Department of Health and Human Services, Office of Civil Rights, under the Code of Federal Regulations, Part 160 and 164. Accordingly, all health care providers, including contracted health care providers are required to comply with HIPAA requirements (Full text will be furnished upon request).
List of Attachments
-Performance Work Statement (PWS No. 07-16)

Place of Performance: Kayenta Health Center US Highway 160, South MP 394.3 Kayenta, AZ 86033 US URL: https://www.fbo.gov/spg/HHS/IHS/IHS-Navajo/DS-16-0005/listing.htm OutreachSystems Article Number: 20160716/PROCURE/0094
Matching keyword(s): film?; site?; education*; commercial?;

Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 Halls Ferry Road VICKSBURG MS 39180-6199

T — Audio Visual Rental W81EWF60972193 Stacy D. Thurman, Phone 6016343198, Email stacy.d.thurman@usace.army.mil W912HZ-Department of the Army16-P-0113 $17627.25 071516 Box Electronic Sound & Lights, Inc
URL: https://www.fbo.gov/spg/USA/COE/329/W81EWF60972193/listing.htm

OutreachSystems Article Number: 20160716/AWARDS/0772
Matching keyword(s): naics!512110;

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 Michael J. Hawkins, Contracting Officer, Phone 8138267047, Email michael.hawkins4@socom.mil – Michelle Riisma, Contract Specialist, Phone 8138268080, Email michelle.riisma@socom.mil **14 Jul 2016 Revised Draft RFP Documents, Additional Q&A, and Updated Information**

Based on feedback received both during internal Government reviews and from industry, the Government has decided to post an updated draft RFP. These updated documents will be utilized for the DPAP Phase I peer review and are still subject to change prior to the final RFP posting, which is now estimated to be 19 August. The following significant changes made to the previous draft RFP documents are summarized below:
1. The Government has the draft Technical Data Package (TDP) for the AC-130J Task Order. Due to the size and complexity of file structure of the TDP, interested prime offerors only must contact the Contracting Officer and Contract Specialist in writing to arrange either shipping of the DVD or a time to pickup the DVD at USSOCOM HQ on MacDill AFB, FL between 0800-1500, Monday-Friday.
2. The Government has decided to hold a Technical Interchange Meeting (TIM) at our facility in Crestview, FL 9-11 August 2016. This will consist of a Facility Tour and a one-on-one meeting with the representative task order subject matter experts for each of the 3 task orders. Interested prime offerors only must contact the Contracting Officer and Contract Specialist in writing NLT noon, Eastern Time on Friday, 22 Jul 2016 to attend the TIM.
3. In order to mitigate any perceived unfair competitive advantages of one offeror over another, the Government has developed a baseline for types of labor categories, number of hours, and specific plug numbers for materials for the Enterprise Management functions and the representative task orders. RFP Attachments 10, 11a, 11b, and 11c have been revised with example baseline information and plug numbers. Pending DPAP review and opinion regarding this approach, the Government intends to revise these attachments again to provide the actual baseline information and plug numbers for the final RFP.
4. The Government is contemplating reducing the task order periods of performance from 5 years to 1 year in order to mitigate the affects this new strategy in providing the baseline operations in RFP Attachment 10 will have on cost and performance beyond the first year.
5. The Government is seeking questions on the NEW information ONLY provided in this updated draft RFP. Offerors are reminded to utilize Attachment 12, Q&A template for such questions.
*NOTE – **UPDATE TO PACKAGES (14 Jul 2016)**
The following packages replace the packages noted in their entirety. Tracked changes were used to the maximum extent possible:
Package 1e replaces Package 1d;
Package 2c replaces Package 2b;
Package 3d replaces Package 3c;
Package 4c replaces Package 4b;
Package 5c replaces Package 5b; and
Package 8b replaces Package 8a

**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 is provided for purposes of providing Industry with the most current information.

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. 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.

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), Representative Task Order Instructions to Offerors (ITOs) and Statements of Objectives (SOOs), Cost Templates, and Government answers to draft RFP questions, 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 and Top Secret Facility Clearance and 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 Secret Level of Safeguarding are required to propose on this effort as a prime offeror.

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 must email their questions in writing to Mike Hawkins, Contracting Officer, michael.hawkins4@socom.mil and Mrs. Michelle Riisma, Contract Specialist, michelle.riisma@socom.mil . If a question must be asked, please utilize RFP Attachment 12, Q&A Template to summarize all questions. These questions should not repeat any questions previously answered by the Government. *NOTE* The Government responses to all draft RFP questions received to date are included in Package 8b. 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.

Notes/Information:
1. All Attachments to the RFP in Section J have not been finalized.
2. PWS Appendix G is still being finalized with TO information and final color coding.
3. The Draft AFA0000000-107 TDP for Representative Task Order 1 (AC-130J Kits and Installs) is available. However, the Government cannot post it so interested prime offerors must contact the Contracting Officer and Contract Specialist to receive the Draft TDP.

Please read through the entire revised draft RFP and attachments prior to submitting additional questions. Package 1e contains a list summarizing all of the revised 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 7b 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.
Offerors may submit questions to the Contracting Officer at any time; however, the Government’s focus has shifted to finalizing the RFP documents so answers to questions may be delayed.
The final RFP is anticipated to be available on FedBizOpps on/around 19 Aug 2016.
URL: https://www.fbo.gov/spg/ODA/USSOCOM/SOFSA/H92254-16-R-0001/listing.htm OutreachSystems Article Number: 20160715/PROCURE/0875
Matching keyword(s): age: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 Michael J. Hawkins, Contracting Officer, Phone 8138267047, Email michael.hawkins4@socom.mil – Michelle Riisma, Contract Specialist, Phone 8138268080, Email michelle.riisma@socom.mil160px-Special_Operations_Specops_Army.svg ***UPDATE TO PACKAGES (14 Jul 2016)***
Package 3e replaces Package 3d in its entirety. The only difference between Package 3e and Package 3d is the SOO Applicable Documents have been included in Package 3e. Therefore, the Attachment List in Package 1e has not been updated and still references Package 3d.
URL: https://www.fbo.gov/spg/ODA/USSOCOM/SOFSA/H92254-16-R-0001/listing.htm

OutreachSystems Article Number: 20160715/PROCURE/0876
Matching keyword(s): age:state!ky;

Kentucky – Commonwealth of Kentucky https://emars.ky.gov/webapp/vssonline/AltSelfServic 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601; (502) 564-4510

99 – Educational SOL RFP-095-1700000005 Due Date: 7/26/161:00 PMEDT Contact: Department Of Military Affairs JRSOI COURSE For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160716/BID/0257
Matching keyword(s): age:state!ky; state!ky;

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

R – Bid # 3691 for the Design, Delivery and Analysis of Surveys and Survey Related Work SOL RFP-3691-0-2016/PL Due Date: 8/3/2016 3:00 PM Eastern Contact: Peter Langlois None For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160715/BID/0234
Matching keyword(s): age:state!ky; state!ky;

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

R — Merchant Services for Credit, Debit and Gift Cards – Addendum #1 – NEW DUE DATE. SOL RFP 758 1600000418 version 2 DUE 08/08/2016 Joydi Hall, email: jodyi.hall2@ky.gov Phone: (502) 564- 8625; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Purpose: The purpose of this Request for Proposal (RFP) is to solicit proposals for competitive negotiations pursuant to 200 KAR 5:307. The Office of the Controller is seeking to secure a vendor to provide credit/debit/gift card payment processing services to all agencies and affiliates of the Commonwealth of Kentucky. *The anticipated ‘go-live’ date of the resulting contract is January 2, 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: 20160715/KY/0772
Matching keyword(s): age:state!ky; state!ky;

Transit Authority of River City (TARC), 1000 West Broadway, Louisville, KY 40203

U — Computer Application Training (On-Site). SOL RFQ SA-2157 DUE 07/29/2016 Website: http://ridetarc.org/about/do-business-with-tarc/current-bid-opportunities This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 20160715/KY/0793
Matching keyword(s): age:state!ky; state!ky;

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

R — Master Lease Financing Program – Addendum #1. SOL RP-080-16 DUE 07/20/2016 Phone: (502) 852-6248; Website: http://louisville.edu/purchasing/bid The intent of this Request for Proposal is to obtain proposals from qualified firms, referred herein as Lessors, to provide lease financing through a tax exempt Master Lease Financing Program. The University plans to create a pool of firms to provide financing under an established Master Lease Financing Program to meet various capital and non-capital needs on an as-needed basis over the term of the contract. The University does not guarantee any minimum or maximum amount of financing to be placed under the resulting contract(s), nor does such program relieve the University for required bidding of equipment to be leased.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: 20160715/KY/0795
Matching keyword(s): age:state!ky; state!ky;

bmg logo(R)2BMG 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: