BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

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

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

 

Department of the ArmyDepartment of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT PO Box 59 Louisville KY 40201-0059

R — Housing Market Analyses W912QR-16-R-0044 091516 Magdalena Bernard, Contract Specialist, Phone 5023156215, Email magdalena.bernard@usace.army.mil DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR-16-R-0044 for the US Army Housing Market Analysis. The contractor shall conduct an HMA for each of the following three (3) locations: Camp Atterbury, Indiana, Camp Zama, Japan, and Presidio of Monterey, California. An HMA is a comprehensive and detailed investigation and projection of housing requirements at a specific military installation. The HMA focuses on the private-sector rental housing that may be available to military personnel in the local housing market area. The contractor shall conduct an analysis of present, and prospective, housing demand and supply relationships in the local housing market. This is done to assess the private sector’s ability to provide adequate support for the future housing needs of military personnel, five years hence. The analysis will consider both accompanied and unaccompanied personnel located at the installation. The contractor shall comprehensively evaluate the current and prospective dynamic forces affecting economic, demographic, and housing conditions. The contractor shall analyze housing trends to quantify the local demand for, and supply of, private sector housing. The contractor personnel will: visit the specific locality and installation; meet with installation leadership and housing staff; conduct in-person interviews with knowledgeable professionals at the installation and in nearby communities; collect primary and secondary data; assess the private sector housing quality neighborhood-by-neighborhood; and apply economic modeling in a method compatible with guidelines approved by the OSD and the OACSIM. Data will include housing inventory, population, demographics, rents, utility costs, renter’s insurance, and rental vacancies and turnovers. The contractor shall use current guidance approved by OSD and the OACSIM. Army policy has established minimum housing requirements, or ‘floor requirements,’ and the method to apply them in the analysis. Adequate housing is defined to be within a reasonable commute of the installation; affordable for military personnel; acceptable in quality; and with the proper number of bedrooms for given household sizes and military ranks. The contractor shall apply economic modeling to assess the ability of the private-sector community to meet military needs of soldiers and military families at a specific site. The modeling must consider the ability of military members and military families to afford private sector housing with their housing allowances that vary by paygrade of the military member. The contractor will project the total military family housing requirement and the total unaccompanied housing requirement. The contractor will compare this to the Army existing and projected inventory that will be provided by the Army.
The project contains options such as:

Conduct an HMA for the following locations:
Option One: Yuma Proving Ground, Arizona
Option Two: Picatinny Arsenal, New Jersey
Option Three: Fort McCoy, Wisconsin
Option Four: Redstone Arsenal, Alabama
Option Five: Camp Merrill, North Carolina
Option Six: Fort Eustis, Virginia
Option Seven: USAG Hawaii, Hawaii
Option Eight: Camp Shelby, Mississippi
The Contract Duration is three hundred sixty-five (365) calendar days from Contract Award.
TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 541611 administrative management and general management consulting services.
TYPE OF SET-ASIDE: This acquisition will be set-aside for Total Small Business.
SELECTION PROCESS: This is a single/phase procurement. The proposals will be evaluated using a Best Value Trade Off source selection process. The technical information contained in the Offeror’s proposal will be reviewed, evaluated, and rated by the Government. The proposal for this procurement, at a minimum, will consist of the following: Prime Contractor Past Performance, Technical, and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than price, when combined, are considered more important than cost or price.
DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government’s best interest.
ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 15 August 2016. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.fbo.gov
SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation.
REGISTRATIONS:
Offerors shall have and shall maintain an active registration in the following database:
System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.go to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.
POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Magdalena Bernard, at Magdalena.Bernard@usace.army.mil.
This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-16-R-0044/listing.htm OutreachSystems Article Number: 20160730/PROCURE/0087
Matching keyword(s): age:state!ky;

Department of the Interior, National Park Service, NPS – All Offices, NPS, PWR – GOGA MABO
Building 201, Fort Mason, San Francisco CA 94123 US

T–Educational Wilderness Use and Stock Management Videos P16PS01753 Daniska, Kyle Educational Wilderness Use and Stock600px-US-DeptOfTheInterior-Seal.svg Management Videos, Sequoia and Kings Canyon National Parks, Tulare County, California
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS01753/listing.htm

OutreachSystems Article Number: 20160730/PROCURE/0126
Matching keyword(s): video*; education*; business*; naics!512110;

600px-US-DeptOfNavy-Seal.svgDepartment of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Norfolk, N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA

U–ONLINE TRAINING FOR CYBER IT AND CYBER SECURITY PROFESSIONALS N0018916QCYBER Thomas Armstrong 7574433115 The Contracting Department, NAVSUP Fleet Logistics Center (FLC), Norfolk, VA, intends to award a firm fixed price (FFP) contract under FAR Part 12 “Acquisition of Commercial Items” and FAR Part 13.5 “Test Program For Certain Commercial Items”.
The purpose of this proposed contracted effort is to provide a comprehensive continuing education/training program to the Department of the Navy’s (DoN) Navy Information Forces’ (NAVIFOR) Cyberspace Information Technology (Cyber IT) and Cybersecurity (CS) Workforces (Cyber IT/CSWF). The education/training program must be available online via a contractor-hosted website and also capable of being hosted on the Navy eLearning (NeL) website for deployment aboard US naval vessels.

NAVIFOR requires learning and development opportunities for its Cyber IT/CSWF through a comprehensive, contractor-provided continuing education/training program. Within this training program, NAVIFOR requires a contractor to provide a collection of self-paced education/training courses, performance support videos which complement and support learning objectives, and student learning assessment opportunities (quizzes/testing). Additionally, the training program shall provide the capability to create individual and group curriculums, assign and track continuing education units, and promote individual progress toward attainment of professional certifications.
This requirement is currently being satisfied by the SKILLSOFT CORPORATION under GSA order HHSP23301400058G, awarded by the Health and Human Services Agency on 19 December 2013.
The current contract resulted from a competitive process among qualified GSA contract holders.
The North American Industry Classification System (NAICS) code for this acquisition is 611430, Professional and Management Development Training, with a Small Business size standard of $11.0M. After analyzing submittals received in response to a Sources Sought notice posted on 18 March 2016, the prospective Request for Proposal (RFQ) will be processed utilizing “Full and Open Competition” and will require a Small Business Subcontracting Plan. The Small Business Subcontracting Plan requirement may be waived with adequate justification.
The resulting contract, if awarded, will be for a twelve (12) month base period and four (4) twelve month option periods.
FAR 52.217-8 “Option to Extend Services” will be included in the solicitation and contract. All options will be evaluated in accordance with FAR 17.206(a). A complete RFQ package will be available by downloading the documents at the NECO Website as follows: http://www.neco.navy.mi or FEDBIZOPPS at http://www.fedbizopps.go on or around 15 August 2016. Potential contractors are hereby notified that the solicitation and subsequent amendments to the solicitation will ONLY be available for download at the above site; this office will NOT issue hard copy solicitations. By submitting a quote, the vendor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency.
Failure to do so may represent grounds for refusing to accept the offer. By submission of a quote, the contractor acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov Please direct all questions regarding this requirement via e-mail to the POC identified in this synopsis.
URL: https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018916QCYBER/listing.htm

OutreachSystems Article Number: 20160730/PROCURE/0131
Matching keyword(s): video*; train*; website; site?; education*; business*; commercial?;

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

T — Educational Wilderness Use and Stock Management Vi SOL P16PS01753 Due Date: ” PRE-SOLICITATION ANNOUNCEMENT SEQUOIA AND KINGS CANYON NATIONAL PARKS EDUCATIONAL WILDERNESS USE AND STOCK MANAGEMENT VIDEOS RFQ No. P16PS01753 The National Park Service, Sequoia and Kings Canyon National Parks, located in Tulare County, California has a requirement for the production of four short films about wilderness use in Sequoia and Kings Canyon Wilderness and one short film about appropriate stock management in the Sequoia and Kings Canyon Wilderness. The Contractor shall provide all services including labor, materials, subject matter research, equipment, facilities, fees, and travel to produce five educational videos. All work shall be performed under a single, fixed price contract. This acquisition is set-aside exclusively for Small Business concerns. The North American Industry Classification System (NAICS) code is 512110; the small business size standard is $32.5 million. Award selection shall be made on a Best Value determination made after consideration of price and factors other than price (relevant prior experience and understanding of the project, key personnel, and past performance). Award is subject to the availability of funding at the time of award. The RFQ will be available via electronic commerce only and may be accessed on or about July 29, 2016 at either FBO: http://www.fbo.go or FedConnect: https://www.fedconnect.net The prospective Offeror is responsible to periodically check these websites for any amendments that may be issued prior to the closing date of the RFQ. Interested parties may explore the SEKI website to acquaint themselves with the general area and to view park maps at http://www.nps.gov/seki ” For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160731/SMALL/7460
Matching keyword(s): video*; film?; produc*; website; education*; business*; produce?; production?;

California – Orange County-CEO/Purchasing http://www.bidsync.com/DPX 1300 S. Grand; Santa Ana, CA 92705; (714) 567-7300

R – Bid #060-C008691-MA2 – Consultant Services for Complete Upgrade Due Date: Aug 26, 2016 4:00:00 PM PDT Bid #060-C008691-MA2 – Consultant Services for Complete Upgrade of Audiovisual System For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160730/BID/0111
Matching keyword(s): audiovisual; serv*;

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

R — Legal Services for Development Activities. SOL 016-4105 DUE 08/30/2016 Website: http://www.cintimha.com/business-opportunities.asp This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 20160729/KY/1164
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 – Dispatch Workstations SOL Request for Proposal 16-22 Due Date: 8/12/2016 4:00 PM REQUEST FOR PROPOSAL The City of Henderson, Kentucky is seeking proposals for: Dispatch Workstations 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, August 12, 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: 20160731/BID/0027
Matching keyword(s): age:state!ky; state!ky;

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

99 – KYDOC Halfway Houses SOL RFP-758-1700000032 Due Date: 1/9/193:30 PMEST Contact: Office Of The Controller KYDOC Halfway Houses For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160730/BID/0250
Matching keyword(s): age:state!ky; state!ky;

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

99 – Historical Markers SOL RFB-758-1700000083 Due Date: 8/12/161:30 PMEDT Contact: Office Of The Controller Historical Markers For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160730/BID/0251
Matching keyword(s): age:state!ky; state!ky;

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

99 – Boots, Danner SOL RFB-758-1700000079 Due Date: 8/4/161:30 PMEDT Contact: Office Of The Controller Boots, Danner For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160729/BID/0263
Matching keyword(s): age:state!ky; state!ky;

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

R — Dean of Arts and Science Academic Dean Search (Re-Issue). SOL NKU-04-17 DUE 08/10/2016 Website: http://nkuplanroom.com/View/Default.asp Northern Kentucky University is seeking a search firm to assist in identifying and selecting an academic dean for the College of Arts and Science. 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: 20160729/KY/1151
Matching keyword(s): age:state!ky; state!ky;

Western Kentucky University, Bowling Green, KY

R — Procurement Card and Accounts Payable Automation Services. SOL WKU-10080 DUE 09/01/2016 Website: http://www.wkuplanroom.com/construction Western Kentucky University requests proposals from banks, financial institutions or otherwise qualified Procurement Card Service providers for commercial card services. These cards will be used by WKU employees for purchasing/payment of supplies, materials, travel, and other products and services necessary for the day-to-day operation of a large university. The contract for the provision of these services is for an initial five-year period with the option for a maximum of five one-year renewals. It is the University s intent to select the most qualified vendor to provide these services. Western Kentucky University expects to award this contract on or about October 31, 2016 with services to begin January 1, 2017. Proposals submitted in response to this RFP must be received before 3:30 p.m. on September 1, 2016. The Unimarket system will not accept proposals after that date and time. Questions regarding this RFP must be received before 3:30 p.m. on August 22, 2016. Any questions received after this date and time will be returned unanswered. Proposals and questions must be submitted via the Unimarket system. The WKU Purchasing contact for this RFP is: Pamela Davidson, Department of Purchasing, Western Kentucky University, pam.davidson@wku.edu 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: 20160729/KY/1153
Matching keyword(s): age:state!ky; state!ky;

Northern Kentucky Water District, 2835 Crescent Springs Road, P.O. Box 18640, Erlanger, KY 41018

R — FISCAL AGENT SERVICES. SOL DUE 08/09/2016 Website: http://www.nkywater.org/procurement/currentprocurementitems.htm The Northern Kentucky Water District (hereinafter the District ) is a public water district organized and operating under Chapter 74 of the Kentucky Revised Statutes. The District provides water service to over 80,000 residential, commercial, industrial and wholesale customers in Northern Kentucky. To provide water service to its customers, the District is regularly in need of fiscal agent services related to managing bonds and meeting requirements applicable to Water Districts as regulated by the Kentucky Public Service Commission. Services requested by the District may include the following: To serve as Fiscal Agent. 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: 20160729/KY/1178
Matching keyword(s): age:state!ky; state!ky;

Northern Kentucky Water District, 2835 Crescent Springs Road, P.O. Box 18640, Erlanger, KY 41018

R — BOND COUNSEL SERVICES. SOL DUE 08/09/2016 Website: http://www.nkywater.org/procurement/currentprocurementitems.htm The Northern Kentucky Water District (hereinafter the District ) is a public water district organized and operating under Chapter 74 of the Kentucky Revised Statutes. The District provides water service to over 80,000 residential, commercial, industrial and wholesale customers in Northern Kentucky. To provide water service to its customers, the District is regularly in need of legal counsel related to managing bonds and meeting requirements applicable to Water Districts as regulated by the Kentucky Public Service Commission. Services requested by the District may include the following: To serve as General Bond Counsel. 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: 20160729/KY/1179
Matching keyword(s): age:state!ky; state!ky;

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

99 — Waterproof Poster Frames. SOL RFB 605 1700000078 version 1 DUE 08/19/2016 Sheila Durham, email: sheila.durham@ky.gov Phone: (502) 564-6524; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Picture Frames. Extended Description: This poster frame will provide information for the public. We are requesting an outdoor frame as we require it to be water-resistant. 11 X 17; Aluminum; Wall Mounted; Portrait or Landscape Orientation; Swing-Open Door; Lockable; Rubber gasket to prevent water from entering frame. 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: 20160729/KY/1185
Matching keyword(s): age:state!ky; state!ky;

Kenton County Fiscal Court, 303 Court Street, Covington, KY 41011

R — Technology and Knowledge-Based Economic Development Services. SOL DUE 08/12/2016 Website: http://www.egovlink.com/kentoncounty/postings.asp The Kenton County Fiscal Court is requesting sealed proposals for Technology and Knowledge-Based Economic Development Services for the Kenton County Fiscal Court. Copies of the RFP may be obtained from the Purchasing Manager’s Office, Kenton County Building, 303 Court Street, Room 207 Covington, KY 41011. Proposals must be received in the Purchasing Manager’s Office no later than 2:00 p.m., Friday, August 12, 2016. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 20160729/KY/1208
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: