Quantcast
Channel: Hydraulics International – beenetworknews
Viewing all articles
Browse latest Browse all 149

BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

$
0
0

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

 

600px-US-DeptOfNavy-Seal.svgDepartment of the Navy, Chief of Naval Installations, Chief of Naval Installations Command-MWR/VQ, 5720 Integrity Drive Bldg 457 Millington TN 38055

R — Video Production Services HDQMWR-15-R-0033 101915 Jackie Primer, Contract Specialist, Phone 901-874-6900, Fax 901-874-2073, Email Jackie.Primer@navy.mil – Troy L Milburn, Phone 901.874.6681, Fax 901.874-2073, Email troy.milburn@navy.mil ;
Th This is a Solicitation notice (synopsis) for a competitive procurement to the maximum extent practical. The Commander, Navy Installations Command (CNIC) Fleet and Family Readiness (FFR) organization is a United States Department of Defense (DoD) agency that provides Quality of Life (QOL) support services for Military Departments, Military Members and their families under conditions of peace and war.

The FFR Marketing has a requirement for a contractor within the local Memphis, Tennessee commuting area to provide High Definition Video Production Services per the performance work statement. The contractor will be responsible for pre-production, production and post-production services of both short and long videos. This requirement may include work on multiple videos at multiple locations within CONUS and OCONUS. Video production services include, but are not limited to, writing, directing, shooting, arranging for talent, narration, music and sound effects, duplication, video scoring and editing. The contractor may be required to film in studios, on locations, live shows or events. The contractor shall provide qualified personnel, services, material and supplies necessary to perform the requirements described in the performance work statement.
This Non-Appropriated Fund Instrumentality (NAFI) intends to award a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) type contract for this requirement.   Any resulting contract from this requirement will allow for the placement of Firm-Fixed Price or Time and Materials Task Orders using the labor categories, equipment prices, and ceiling rates defined in the contract.
The NAICS code for this requirement is 512110. The RFP is available electronically at the http://www.fbo.gov website only. It is the responsibility of interested parties to monitor the FedBizOpps website for any amendments to the RFP package.
Place of Performance: SEE SOLICITATION US URL: https://www.fbo.gov/notices/31586209fe3c1c37cefe395fcb73fadOutreachSystems Article Number: 20150925/PROCURE/0051
Matching keyword(s): video*; film?; edit*; duplicat*; produc*; website; event?; production?; naics!512110;

Environmental Protection Agency, Office of Acquisition Management (OAM), EPA/Headquarters (HPOD & SRRPOD), SRRPOD
US Environmental Protection Agency William Jefferson Clinton Building 1200 Pennsylvania Avenue, N. W. Mail Code: 3805R
Washington DC 20460 USA

R–NEW SSC CONTRACT TO PROVIDE TECHNICAL LABORATORY S RFQ-DC-15-00265 102315 Bell, Ron REQUEST FOR QUOTE # RFQ-DC-15-00265

ANNOUNCEMENT AND SOW FOR STUDENT SERVICES CONTRACTS
U.S. Environmental Protection Agency
Office of Research and Development
National Exposure Research Laboratory
Las Vegas, Nevada
SECTION I GENERAL INFORMATION
This solicitation is being issued pursuant to the personal services contracting authority granted by Congress in the Consolidated Appropriation Resolution for 2003 (P.L. 108-7). A firm-fixed-price606px-Environmental_Protection_Agency_logo.svg purchase order will be issued to the successful student or recent graduate selected for the position. The base period of performance for this purchase order is twelve months with two twelve month options to extend the period of performance.
This solicitation includes the following four attachments:
ATTACHMENT 1 – Statement of Work (SOW) and Associated Attachments
ATTACHMENT 2 – Evaluation Factors
ATTACHMENT 3 – Student Proposal Form
ATTACHMENT 4- Applicable Clauses ¿ Additional Terms and Conditions of the Order
In an effort to clarify the terms student and recent graduate, the definitions of each are provided below.
A student is an individual, at least 18 years of age, who is enrolled, in good standing, in a degree program (actively seeking a degree) at a recognized educational institution. A student is not required to carry a full course load, as long as the individual is a bona fide student, not merely someone who signed up for a class in order to work under these contract arrangements.
A recent graduate is an individual, at least 18 years of age, who has graduated with a degree from a college or university within the last two years.
The Government will make contract award based on evaluation factors other than price which will consider the following: Total months of relevant employment/volunteer service; Total years of study (includes undergraduate and graduate) in Biology, Chemistry, and/or Molecular Biology subjects; Total course hours in biology/chemistry laboratory training; and Cumulative grade point average.
Submissions in response to this solicitation must be submitted before 5:00 p.m. EST, Thursday, October 23, 2015 via e-mail to Contracting Officer Claudia Armstrong, at Armstrong.claudia@epa.gov and Contract Specialist, Ron Bell at bell.ron@epa.gov. All email submissions must have ¿RFQ-DC-15-00265¿ in the subject line. Late submissions will not be considered eligible for award and incomplete submission may not be considered at the Contracting Officer¿s discretion. No telephone inquiries will be accepted in response to this solicitation.
Prior to applying for this position, applicants are encouraged to visit the following web page to access information related to this announcement: https://www.fedconnect.net/FedConnect/ Please follow the link located under the ¿Announcements¿ header, entitled ¿RFQ-DC-15-00265¿Student Services Contract¿ and review all of the attached documents. You are encouraged to visit this webpage periodically to check the status of this announcement and to see whether or not any amendments (changes to the requirement of the posted position) have been issued. Foreign national students are required to fulfill all of the requirements outlined in the eligibility section of this announcement.
SPECIAL NOTE:
Upon receipt of the contract award, the student contractor must go immediately to link http://cdx.epa.gov/warning.as and register with the Central Data Exchange (CDX) and complete the iBoard application. The student contractor must enter the COR as the point on their iBoard application. The student contractor should notify the COR when they have completed their iBoard application. The student must complete iBoard before beginning work. The contract may be terminated if the background check reveals a risk to the interest of the U.S. Environmental Protection Agency and national security.
In addition, the individual(s) selected will be required to register with System for Award Management (SAM) and Dun & Bradstreet to obtain a Data Universal Number System (DUNS number) or DUNS +4 number. To obtain a DUNS number, students or recent graduate contractors can call Dun & Bradstreet 1-866-705-5711 or contact D&B athttp://www.dnb.com/updte To register with SAM, contractors can call 1866-606-8220. There is no charge to register for DUNS or SAM. In addition, students or recent graduates who have been selected for this position will be required to sign an Acknowledgement of Special Terms before work can begin and are subject to these terms as outlined in Attachment 4 of this solicitation.
Application Package Checklist for Applicants
Submissions in response to this announcement MUST include the following:
¿ Resume or Statement of Qualification (not to exceed 2 pages)
¿ Completed Student Proposal Form (refer to Attachment 3)
¿ Copy of college/university transcripts (unofficial copies are acceptable, if it is apparent from the transcript copy that is a copy of an official document and that the school is identified)
¿ One letter of Recommendation (not to exceed 2 pages per letter )
¿ Hourly Rate Certification (refer to Attachment 3)
Failure to submit the required documents may be determined nonresponsive and eliminated from consideration.
This contract is expected to begin approximately (January 2016). The hourly rate is $18.47 per hour for a student who has 3 years of college or greater. The student contractor must be currently enrolled in a degree program at an accredited University/College or a recent graduate within the last 24 months. The student contractor will be paid the basic hourly rate only for the number of hours worked and will not receive overtime pay for any hours worked beyond the 40-hour work week. The student contractor does not accrue leave or holiday benefits and are not paid for any non-work days, regardless of the reason. The student contractor is considered an independent contractor; therefore, Federal, State, Local, Social Security, and Medicare taxes will not be withheld. The student contractor is responsible for reporting income to authorities and paying all taxes.
The student contractor is responsible for all costs of transportation to and from the principal duty station location. EPA does not provide housing, meals or other living expenses while working at the principal duty station. Non-U.S. citizens may be eligible to participate, depending on their immigration status and the applicable regulations of the United States Citizenship and Immigration Service (USCIS). All non-US citizens must submit, as part of their proposal package, evidence of their immigration status that allows them to work in the United States. Students should possess a current US Visa and be able to obtain US work authorization in a timely manner if offered a contract. Students without a US Visa are not eligible.
Academic degrees fulfilled outside of the United States must be judged to be equivalent to that achieved in accredited U.S. education programs in order to be acceptable for this contract. More information about the evaluation of foreign education can be found at the U.S. Department of Education’s web site athttp://www2.ed.gov/about/offices/list/ous/international/usnei/us/edlite-visitus-forrecog.htm
If applicable, applicants shall submit all necessary documents to a recognized private U.S. organization that specializes in interpretation of foreign educational credentials, usually named a credential evaluation service. To be suitable, the foreign credential evaluation must include and describe (i) type of education received by the applicant (i.e., conventional, by mail, or online), (ii) degree of education relative to the U.S. education system, and testify that its comparability recommendations follow the general guidelines of the U.S. National Council for the Evaluation of Foreign Educational Credentials, (iii) the content of the applicant’s educational program earned abroad and the standard obtained, (iv) the ranking of the awarding foreign schools¿ credit and authenticity in its own country’s education system, (v) what the evaluation service did to obtain this information, (vi) the qualifications of the evaluator, and (vii) any indications as to other concerns such as falsification. Foreign credential evaluations that do not include all the above information or indicate there is not enough information on which to make a sound evaluation will not be accepted.
INTERESTED PARTIES MUST COMPLETE ATTACHMENT 3, ¿STUDENT PROPOSAL FORM FOR RFQ-DC-15-00265. Please provide a one or two page resume or statement of qualifications, this proposal form and attach a copy of all your college/university transcripts (unofficial copies are acceptable, if it is apparent from the transcript copy that is a copy of an official document and that the school is identified), and submit to Ron Bell, Contract Specialist, via email at bell.ron@epa.gov or fax to: 202-565-2558. The submission deadline will be listed at the website shown below.

Questions regarding this student contract should be directed to the Contract Specialist at bell.ron@epa.gov. Questions regarding the technical aspects of the contracted duties and responsibilities should be directed to Tammy Jones-Lepp, the EPA technical mentor for the contracted activities at jones-lepp.tammy@epa.gov, 702-798-2144. Tammy Jones-Lepp will serve as the Contracting Officer Representative (COR), and John Zimmerman as the Alternate COR.
SECTION II: ANNOUNCEMENT
Location Las Vegas, NV
Required Level of Education 3 Years of College or greater.
Anticipated Start Date of Contract January 2016
Rate of Pay $18.47/hour
Average Hours per week 20hrs per week during Academic Year and 40hrs per week during summer months
Response Date: October 23, 2015
1. Project Description
1. Project Description
The National Exposure Research Laboratory (NERL) is responsible for conducting studies of exposure of ecosystems and humans to environmental stressors. Emerging contaminants (ECs) are among the stressors of concern and NERL is developing methodologies to assess occurrence data. Occurrence data is necessary for developing risk assessments, whereby risk from a particular exposure is considered and estimated as to its impact on ecosystems and ultimately human health. As a part of this effort, the NERL-Environmental Chemistry Branch, Las Vegas, Nevada, is developing specific approaches to develop standardized methods where analytical gaps are identified for specific ECs in a variety of environmental matrices, and ground-truth those standardized methods.
2. Description of Student Services:
The student will work within a multi-disciplinary research team and will provide technical laboratory support for research projects characterizing emerging contaminants (i.e., algal toxins, pharmaceuticals, HF compounds, etc.) in a variety of environmental matrices (e.g., biosolids, wastewater, surface and ground water, soils, sediments, plants).
Specific duties will include assisting research staff in: (1) preparation of environmental samples, including hazardous environmental samples, for extraction; (2) perform environmental sample extractions using solid-phase liquid extractors, centrifuges, and accelerated solvent extractors; (3) operation and analyses of environmental extracts using a liquid chromatography/mass spectrometer (LC/MS), and/or gas chromatography/mass spectrometry (GC/MC)and/or ICP/MS, and/or scanning electron microscope (SEM); and (4) compilation and summarization of experimental data and literature references into organized computer files. General laboratory support duties may include maintaining research supplies and materials, routine maintenance of laboratory equipment, solution preparation, and other duties necessary to carry out the studies.
The student will perform duties, as requested, according to specifications and instructions provided by the mentor. Where appropriate, the student will maintain careful and accurate records in designated laboratory notebooks. These notebooks, and all other data produced under this order will be the property of the Environmental Protection Agency. The student contractor will be well-versed, and adhere to, proper quality assurance (QA) laboratory procedures.
The student contractor shall perform duties, as requested, according to specifications and instructions provided by the mentor. Where appropriate, the student contractor shall maintain careful and accurate records in designated laboratory notebooks. These notebooks and all other data produced under this order will be the property of the Environmental Protection Agency. All necessary instructions and training will be provided by the EPA mentor. As indicated in the Statement of Work, the student contractor may be expected to participate in conferences and seminars.
3. Required Expertise, Skills, Education and/or Experience:
The student needs to have completed three years of college in the areas of chemistry, biology, environmental sciences, or related field. The preferred student will have training and/or experience in advanced laboratory techniques, and/or environmental studies. The student should be familiar with solid-phase liquid extraction procedures using automated laboratory equipment, high pressure solid extraction procedures using automated laboratory equipment, and manual extraction procedures of animal tissue (i.e., fish and rat plasma) using manual extraction procedures (i.e., liquid/solid, liquid/liquid, and centrifugal operations). The student should also be familiar in operation of liquid chromatograph-mass spectrometers, such that the student can change the gases, pump oil, load the autosamplers, initiate and startup mass spectrometer for successful operation. The student will need to know basic laboratory safety requirements and will be given additional safety training at the Environmental Sciences Division.
4. Required Background Investigation and Suitability Determination:

Student contractors awarded a contract will have to undergo a background investigation, a check of FBI fingerprint files, and a suitability determination by the Environmental Protection Agency. Upon receipt of the contract award, go immediately to link http://cdx.epa.gov/warning.as and register with the Central Data Exchange (CDX) and complete the iBoard application. Notify the Contracting Officer¿s Representative (COR) as soon as this process is completed. (Tammy L Jones-Lepp, jones-lepp.tammy@epa.gov) The student contractor must review and complete the requirements before beginning work on-site at the EPA. If a background check reveals information to indicate the student contractor represents a risk to the interests of EPA and the national security, the contract may be terminated.
Students or recent graduates, who are EPA ORD employees, or the spouse or child of an EPA ORD employee, are not eligible to participate.
5. Description of Working Conditions:
Work will be performed in a laboratory. Students will be required to wear safety apparel and to closely observe safety requirements.
Quality Assurance/Quality Control: The student contractor will be governed by the USEPA Quality System, as described in the approved Quality Management Plan (QMP) for the organization where the student contractor is working. Approved QMPs and Quality Assurance Project Plans (QAPPs) must be in compliance with the US EPA¿s Quality System requirements as expressed in these two documents:
Policy and Program Requirements for the Mandatory Agency-wide Quality System, EPA Order 5360.1 A2, May 2000; and
EPA Quality Manual for Environmental Programs, EPA Order 5360 A1, May 2000.
Work performed by the student contractor must be in compliance with the following QMP: National Exposure Research Laboratory (NERL), Integrated Information and Quality Management Plan (IIQMP), published 2005; and an approved QAPP [and/or Standard Operating Procedures (SOPs)] which must be in place prior to the initiation of the students¿ research activities. The student contractor must complete the NERL online IIQMP training.
6. Duration and Compensation:
Work will begin on or about January 2016. The initial contract will be for one year, with an two options for an additional 24 months, in two option increments, if funds are available. It is anticipated that the student contractor will/may work up to 40 hours per week during the summer months and up to 20 hours/ week during the academic year. The rate of compensation includes the cost of self-employment taxes for Social Security and Medicare. The rate of compensation for this position includes the cost of self-employment taxes for social security and Medicare.
7. Resume and Other Application Requirements
Interested students and recent graduates shall provide a one or two page resume or statement of qualifications, including a copy of the transcripts and documentary evidence from USCIS, if applicable.
In addition to the resume and transcripts, individuals applying to this announcement must complete Attachment 3 of this solicitation, entitled ¿Student Proposal Form¿ and submit as a part of their application package. Students must also submit a statement certifying the student accepts hourly rate of is acceptable for the duration of their employment. A student or recent graduate is required to submit three letters of recommendation. The letters may be from an academic advisor, major professor, or other professional associate familiar with the applicant¿s skills and performance. Foreign National students must submit the required documents outlined in the eligibility section of this announcement.
8. Number of Awards Projected
This is only for a single student position. Only one position will be awarded.
9. Eligibility
Non-U.S. citizens may be eligible to participate, depending on their immigration status and the applicable regulations of the Bureau of Citizenship and Immigration Service (BIS), formerly known as the Immigration and Naturalization Service. All non-US citizens must submit, as part of their proposal package, evidence of their immigration status that allows them to work in the United States. Students should possess a current U.S. Visa and be able to obtain U.S. work authorization in a timely manner if offered a contract. Students without a U.S. Visa are not eligible.
Academic degrees fulfilled outside of the United States must be judged to be equivalent to that achieved in accredited U.S. education programs in order to be acceptable for this contract. More information about the evaluation of foreign education can be found at the U.S. Department of Education’s web site athttp://www2.ed.gov/about/offices/list/ous/international/usnei/us/edlite-visitus-forrecog.html If applicable, applicants shall submit all necessary documents to a recognized private U.S. organization that specializes in interpretation of foreign educational credentials, usually named a credential evaluation service. To be suitable, the foreign credential evaluation must include and describe (i) type of education received by the applicant (i.e., conventional, by mail, or online), (ii) degree of education relative to the U.S. education system, and testify that its comparability recommendations follow the general guidelines of the U.S. National Council for the Evaluation of Foreign Educational Credentials, (iii) the content of the applicant’s educational program earned abroad and the standard obtained, (iv) the ranking of the awarding foreign schools¿ credit and authenticity in its own country’s education system, (v) what the evaluation service did to obtain this information, (vi) the qualifications of the evaluator, and (vii) any indications as to other concerns such as falsification. Foreign credential evaluations that do not include all the above information or indicate there is not enough information on which to make a sound evaluation will not be accepted.
URL: https://www.fbo.gov/spg/EPA/OAM/HQ/RFQ-DC-15-00265/listing.htm

OutreachSystems Article Number: 20150925/PROCURE/0058

Broadcasting Board of GovernorsBroadcasting Board of Governors, Director, Office of Contracts, Office of Cuba Broadcasting, Office of Administration (OCB/A), 4201 NW 77th Avenue Miami FL 33166

R — Radio, Television and Multi-Media Services BBG45-Q-15-OCB00571 100915 Mary A. Amps, Contracting Officer, Phone 305-437-7031, Fax 305-437-7046, Email mamps@bbg.gov (i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Solicitation No. BBG45-Q-15-OCB00571 is issued as a Request For Quotation (RFQ) and a contract will be awarded using simplified acquisition procedures in FAR Part 13.
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-84, dated September 03, 2015
(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $29.5M.
(v) The contractor shall provide a Firm Fixed Price quotation showing an assignment for a base period of three (3) months and three (3) option period of three (3) months. Multiple awards will be considered for this requirement at the discretion of the Government.
(vi) The Broadcasting Board of Governors (BBG), Office of Cuba Broadcasting (OCB) located in Miami, FL anticipates establishing Non-Personal Services Purchase Orders with Independent Contractors for Radio, Television and Multimedia services as described in the attached Statements of Work (SOWs) for Office of Cuba Broadcasting (OCB) in Miami, Florida. Offerors may submit for more than one Statement of Work, however they must submit an individual quote i.e. technical and price for each SOW. The Offerors selected for an award must be able to successfully pass a BBG security investigation.
(vii) The period of performance is anticipated to start November 1, 2015 through October 31, 2016. The Contractor shall submit a monthly invoice electronically for services provided the preceding month.
(viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html Interested contractors who are capable of providing these services should submit a proposal identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.
Offeror qualifications shall include but not be limited to:
1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae that includes work experience, education and specialized training necessary to provide the required services under solicitation. Also, include evidence of the Offeror’s pertinent past performance that can be easily and quickly validated by the OCB. Dates (months/years) and locations for all field experience must also be detailed.
2. Contractors shall submit their price quotation for base and option periods on an hourly basis. Work will be on an as-needed basis, subject to availability of FY-2016 funds and mission consideration.
INTERESTED OFFERORS RESPONDING TO THIS SOLICITATION SHALL SUBMIT THE FOLLOWING ITEMS TO THE CONTRACTING OFFICER: (1) a Technical Proposal which addresses the technical factors described below in (ix) and (2) and a Price Proposal in accordance with (ix). A copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items or a statement that FAR 52.212-3 has been completed in the System for Award Management website. The technical and price proposals must be submitted separately. No price information should be contained within the technical proposal.
To ensure consideration for the intended position, please reference the solicitation number on your proposal and the position name on the individual Statement of Work the offeror is responding to. If responding to multiple SOWs, separate proposal packages are required for each SOW offeror is responding to.
(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services contract resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in the solicitation. When combined, technical evaluation factors are significantly more important than cost/price. The following factors listed in order of importance shall be addressed in the technical proposals and shall be used to evaluate proposals:
1) Contractor Qualifications – The Offeror shall provide their resume that includes work experience, education and specialized training. The Offeror must be able to demonstrate proficiency in writing and speaking Spanish and English;
2) Past Performance – See attachment A (Past Performance Reference)
Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, and
3) A separate Price Quotation showing a breakdown of the price on an hourly basis. The prices shall be provided in in English and United States dollars. (See attachment B – Example Price Quotation). Price quote for base period shall be the same for each option period.
(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/ Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. OFFERORS MUST BE REGISTERED WITH SAM PRIOR TO CONTRACT AWARD.
(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
I. CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract. THE RESULTANT CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE COR TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER, MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED CHANGES. (End of Clause)
II. EXERCISING OF OPTIONS UNDER THIS CONTRACT: The Government reserves the right to unilaterally exercise the options. The Parties agree that the Government may partially exercise and fund any options and may do so multiple times up to the point that the option has been fully exercised and funded. The Contractor, however, will not be entitled to any additional compensation beyond that associated with the amount of the option exercise. In the event that BBG does not give written notice to exercise an option, the contract will expire at the end of the existing period of performance (the Base Period or Option Period) as applicable. Additionally, the parties agree that, in the event the BBG decides not to exercise any options, BBG will have no further obligation to the Contractor under this contract other than to pay for services actually rendered by the Contractor to BBG hereunder. (End of Clause)
III. AVAILABILITY OF FUNDS. Funds are not presently available for performance under this contract beyond the Base Period. The Government’s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond the Base Period, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause)
(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (31 U.S.C. 3332)
(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; 52.232-18 Availability of Funds; and, 52.242-17 Government Delay of Work; 52.243-1 Changes-Fixed Price.
(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.
(xv) Failure to provide any of the above-required Items may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/fa). Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Oral proposals will not be accepted.
Questions must be submitted in writing and only via email to Mary Amps at OCBTALENT@BBG.GOV. Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on September 28, 2015. Responses to questions will be posted to FedbizOps by COB on October 2, 2015, 2015
ALL TECHNICAL PROPOSALS (resumes), PRICE QUOTES AND PAST PERFORMANCE REFERENCES MUST BE SUBMITTED ELECTRONICALLY TO OCBTALENT@BBG.GOV BEFORE THE CLOSING DEADLINE BELOW to Mary Amps, Contracting Officer, Broadcasting Board of Governors, Office of Cuba Broadcasting. CLOSING DEADLINE is 5 PM, Eastern Standard Time on October 9. 2015.
(xvi) Contact: Mary Amps, Contracting Officer, email: OCBTALENT@BBG.GOV. All responsible sources may submit an offer that will be considered by the Agency.
Set-Aside: Total Small Business Place of Performance: 4201 NW 77th Avenue Miami, FL 33166 US URL: https://www.fbo.gov/spg/BBG/ADM/OCBAMIAMIFL/BBG45-Q-15-OCB00571/listing.htmOutreachSystems Article Number: 20150924/PROCURE/0091
Matching keyword(s): naics!711510;

Department 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

R–LIFEGUARD SUPPORT SERVICES AND LIFEGUARD TRAINING PROGRAM N0018915T0597 MISTY ALVAREZ 7574431968 This is a COMBINED SYNOPSIS/SOLICITATION for commercial supplies prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil). The solicitation number is N00189-15-T-0597 and is issued as a Request for Quotes (RFQ). The Government intends to award a firm-fixed-price purchase order. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-84 and DFARS Change Notice 20150826.
It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.ht .
The Government intends to solicit and negotiate, on a TOTAL SMALL BUSINESS SET-ASIDE basis, a contract to supply service for lifeguard support services and lifeguard training for 30 midshipmen to become certified lifeguards. The contractor shall provide lifeguard support each week for one (1) session per weekday between 11:45 – 1:45 at the United States Naval Academy600px-US-DeptOfNavy-Seal.svg Lejeune Pool with the exception of construction or swimming championship meets with support being provided at Scott Pool or MacDonough Pool, Annapolis, Maryland.
The contractor shall train and re-certify, as required, up to 30 midshipman to become certified lifeguards once per academic year to include First Aid card combination with CPR/AED/PR. Services for lifeguard support and lifeguard training is for one year and three option years and shall be in accordance with the Performance Work Statement (PWS).
The NAICS code is 713940 and will be processed as a total small business set-aside. The Small Business Standard is $7.5M.
Performance Work Statement attached.
The required Period of Performance is 01 October 2015 to 30 September 2016, and three option years.
The following FAR provisions and clauses apply to this solicitation and are incorporated by reference and full text:
52.204-7 System for Award Management
52.204-9 Personal Identity Verification of Contractor Personnel
52.204-13 SAM Maintenance (July 2013)
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Representation (Dec 2014)
52.212-1 Instructions to Offerors–Commercial Items
52.212-3, Alt I Offeror Representations and Certifications – Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-6 Notice of Total Small Business Set-Aside (Nov 2011)
52.219-28 Post Award Small Business Program Rerepresentation
52.222-3 Convict Labor
52.222-19 Child Labor—Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36 Affirmative Action for Workers with Disabilities.
52.222-50 Combating Trafficking in Persons
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13 Restriction on Foreign Purchases (June 2008)
52.232-33 Payment by Electronic Funds Transfer – SAM (July 2013)
52.222-41 Service Contract Labor Standards (May 2014)
52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014)
52.222-55 Minimum Wages Under Executive Order 13658 (Dec 2014)
52.217-5 Evaluation of Options
52.217-9 Option to Extend the Term of the Contract (March 2000)
52.222-99 Establishing a Minimum Wage for Contractors (Dev)
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran–Representation and Certifications.

52.232-18 Availability of Funds
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
52.237-1 Site Visit
52.237-2 Protection of Government Buildings, Equipment, And Vegetation
52.247-34 F.O.B. Destination
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference/full text in the order. Additional contract terms and conditions applicable to this procurement are:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7003 Control of Government Personnel Work Product
252.204-7004 Alt A System for Award Management Alternate A
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information
252.204-7011 Alternative Line-Item Structure
252.204-7012 Safeguarding of unclassified controlled technical information
252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014)
252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sept 2014)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area Workflow Payment Instructions (May 2013)
252.232-7010 Levies on Contract Payments
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
252.244-7000 Subcontracts for Commercial Items
252.247-7023 Transportation of Supplies by Sea (April 2014)
ADDENDUM TO FAR 52.212-1
In addition to FAR 52.212-1, “Instructions to Offerors – Commercial Items,” and shall be received by NAVSUP Fleet Logistics Center Norfolk NLT the closing date of the solicitation.
This requirement will be awarded using procedures under Federal Acquisition Regulation (FAR) Part 12 – Acquisition of Commercial Items and FAR Subpart 13, Simplified Acquisition Procedures.

1) Interested vendors may send the quotation to the Navy by replying via email to misty.alvarez@navy.mil;
2) Proposal content and instructions when submitting a quote shall consist of:
a) Technical Capability:
All Quoters should ensure that the content of its technical capability descriptions are such that it demonstrates its understanding of and capability to meet all of the requirements of the PWS. The information provided should be presented in such a manner as to enable the Government to make a thorough and complete evaluation and arrive at a sound determination as to whether or not the products proposed and described will satisfy the requirements of the Government as stated in this request for quote.
b) Price Submission
Quotes submitted shall be in accordance with the Schedule and Performance Work Statement contained in the solicitation.
Quotes shall be held firm for sixty (60) days.
c) Acknowledgement of any amendments
Questions:
Offerors may submit questions regarding clarification of solicitation requirements to Ms. Alvarez by e-mail at misty.alvarez@navy.mil by Wednesday, September 24, 2015 at 11:00 a.m. EST. Any questions received after this date may not be answered.
Response to this solicitation is due 25 September 2015 at 11:00am local time, Norfolk, VA. Quotes shall be submitted via email to misty.alvarez@navy.mil. Please reference the solicitation number on your quote. Oral communications are not acceptable in response to this notice.

System for Award Management (SAM) [Formerly CCR – Central Contractor Registration].
Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov/portal/public/SAM/
All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, DUNS Number, business size and payment terms.
CLAUSES INCORPORATED BY FULL TEXT
52.212-2 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: Technical and Price.
Quotations will be evaluated as follows:
1) Technical<br>2) Price
The Technical evaluation factor is more important than the Price Proposal evaluation factor.

1) TECHNICAL<br>The Government will evaluate each vendor’s Written Technical submission acceptable (pass) or unacceptable (fail). <br>Technical Acceptability – Technical acceptability will be determined based on an evaluation of the vendor’s technical submission.
Written Technical Submittal:
Pass (P): Technical submission demonstrates that the information quoted meets the Government’s requirements as set forth in this Request for Quote.
Fail (F): Failing to provide any of the technical information and/or providing unclear or inadequate information proposed that does not meet the Government’s requirements.
Note: If the Contracting Officer determines that a vendor’s Written Technical Submission is “unacceptable,” that vendor’s entire submittal may be determined to be technically unacceptable and may no longer be considered for further competition or award.
2) PRICE
The vendor’s proposed price will be evaluated on the basis of price reasonableness.
The evaluation may include, but is not limited to:
i. Price comparison with other offerors;
ii. Comparison with independent Government cost estimates.
Vendors responding to this solicitation are advised that, prior to award, the government may request vendors to submit information/data to support price reasonableness such as copies of paid invoices for the same or similar items, sales history for the same or similar items, price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote.
Establishment of a competitive range is not anticipated; however, the Government reserves the right to establish a competitive range if determined by the Procuring Contracting Officer to be in the best interest of the Government.
(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 offers 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)
Attachments:
Attachment I – Performance Work Statement (PWS)
******* End of Combined Synopsis/Solicitation ********
Place of Performance: UNITED STATES NAVAL ACADEMY, ANNAPOLIS, MD 21402 US URL: https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018915T0597/listing.htm

OutreachSystems Article Number: 20150924/PROCURE/0097

720px-USAID-Identity.svgAgency for International Development, Overseas Missions, Uganda USAID-Kampala, Dept. of State Washington DC 20521-2190

R — Supervisory Development Outreach and Communications 617-15-0010 102015 Grace W. Nakaddu, Administrative Specialist , Phone 256-41-4306-001, Fax 2546-41-4306-661, Email gnakaddu@usaid.gov – Alimo Florence, Acquisition and Assistance Assistant , Phone 000256414306001, Email falimo@usaid.gov 1. Position Title: Supervisory Development Outreach and Communications 2. Market Value: GS-14 Equivalent $86,399 to $112,319. Final compensation will be based upon the candidate past salary and work history, experience, and educational background of the successful candidate. 3. Place of Performance: Kampala, Uganda 4. Period of Performance: Two year Contract. 5. The U.S. Agency for International Development Mission in Uganda seeks to employ a U.S. (U.S. and Resident Aliens) Personal Services Contractor who will implement development, outreach, and communications efforts to increase awareness of USAID assistance programs in Uganda for a variety of audiences within and outside of Uganda. 6. Education: It is preferred, but not required, that the candidate hold a Master’s degree with significant coursework in relevant fields. Relevant fields include – but are not limited to – journalism, communications, public relations or affairs, international relations, international development, public administration, Development/area studies, and social studies. Eight to 10 years’ experience as a journalist, in public affairs or international relations is required. 7. Work Experience: At least five years’ relevant experience in a developing country. Relevant experience is defined as work in journalism, public relations, communications, and/or outreach. 8. Language Proficiency: The candidate must be fluent in both spoken and written English. 9. Skills and Abilities: The candidate must have a demonstrated capacity in the following skills and abilities: Demonstrated ability to exercise sound, independent, professional judgment; Excellent organizational and critical thinking skills; Excellent written and verbal communication skills with a demonstrated ability to translate highly technical material into easy to understand narrative; Exceptional interpersonal skills with the ability to influence relationships positively; Superior project management skills and the ability to take initiative working with the direction of management; must be able to take ownership of projects, creatively problem solve and see through to completion; Strong and demonstrated knowledge of the principles and practices of public relations, media relations, and journalistic writing and reporting techniques; Knowledge of technical aspects involved in the production of different public outreach activities, such as production of televised programs; Superior levels of professionalism while working under pressure in a fast-paced and sometimes difficult or dangerous environment; Willingness to assume duties and responsibilities in all communications areas, as needed; Strong, working knowledge of Microsoft Word, Excel, Power Point, and Internet applications; Familiarity using a digital camera and videotaping equipment; 10. Clearance: U.S. Secret clearance (or the ability to attain one) is required. 11. Applicants who meet the minimum qualifications will be evaluated and ranked based on the selection criteria. Applicants are strongly encouraged to address each of the criteria on a separate sheet describing specifically and accurately what experience, training, education, and/or awards that are relevant to each factor. 12. Notice to Applicants: USAID reserves the right to obtain from previous employers relevant information concerning the applicant’s past performance, technical knowledge, required skills, including teamwork and team-building experience and may consider such information in its evaluation. Shortlisted candidates may be required to submit writing samples and/or do a written test. USAID/Uganda shall not pay for any expenses associated with the interviews. Introduction: The S/DOC is an essential member of the Office of Program and Policy Development, responsible for producing and disseminating public information about mission activities for Ugandan and American consumption and to educate and promote a better understanding of USAID/Uganda programs. In this capacity, the incumbent is responsible for strategically planning, developing, implementing, and administering the DOC program to promote better awareness and understanding of U.S. foreign assistance to Uganda. S/he guides, coordinates, and oversees the mission’s communication practices and outreach efforts, helping to ensure that they reflect the U.S. Government’s (USG) priorities and promote USAID’s accomplishments to key audiences. S/he is also responsible for relaying related policies and achievements to key audiences of the host country, in the United States, and other countries. Major duties and responsibilities: The S/DOC will manage the full range of public information and outreach activities in support of USAID/Uganda’s programs and objectives, targeting information to specific audiences in both the US and (country), in accordance with the Mission’s public strategy and evolving circumstances. Specific duties include but are not limited to the following: Supervisory and Coordination: Lead the Mission’s Development Outreach and Communications (DOC) team comprised of one to two Foreign Service Nationals to ensure overall quality and coherence of the team’s communications and outreach products and initiatives. Lead the development and implementation of the Mission’s communications strategy and outreach plan. Represent the Mission at the senior level in all matters pertaining to public affairs and outreach activities with other branches of the USG, the Government of Uganda, implementing partners, other donor nations, the UN, World Bank and other groups or institutions. Train USAID’s technical staff in Uganda/Kampala and the regional offices in support of their public speaking and media outreach roles. Oversee the integration of communications in the project design and implementation processes. Serve as the senior advisor to Mission management regarding all public information, media relations, and outreach matters. Maintain up-to-date knowledge of all USAID/Uganda activities and processes, as well as a keen awareness of political and policy issues. Advise USAID staff and implementing partners on developing appropriate public information programs and initiatives.
Serve as a resident expert on USAID branding and style guidelines, ensuring regulations are followed by recommending revisions and appropriate application as outlined in ADS 320 and the Agency’s Graphic Standards Manual. Oversee and provide regular trainings to USAID staff and implementing partners on the appropriate use of branding and marking; work closely with Contracting/Assistance Officer Representatives (C/AOR) to ensure adherence to branding in the field; and, seek guidance from LPA on any disputes or waiver requests. Coordinate with the PAO, U.S. Military, other USG agencies (e.g. CDC, USDA), and USAID implementing partners to achieve maximum exposure and understanding of U.S. development and humanitarian assistance efforts and initiatives in Uganda, as defined by the Chief of Mission and USAID Mission Director. Establish and maintain contacts with donor representatives, implementing partners, and other USG agencies to collect information for reports. Public Information and Publicity Materials: Coordinate information dissemination, media outreach, and public events within the Mission; with the Mission’s offices, units and technical staff; and with all non-USG organizations. Oversee the drafting, editing, and dissemination of timely and accurate information, fact sheets, press releases, newsletters, brochures, presentations, responses for requests for information, and all other public information materials relating to USAID/Uganda’s activities. These must be written in clear, concise English, prepared with both the media and general audiences in mind, and designed for print, power points, and web use. Oversee the preparation of submissions for USAID Frontlines and other USAID public information platforms including the Administrator’s Blog, USAID Facebook, Twitter, YouTube and other new or emerging social media sites. Oversee the use of social media platforms as an engagement tool with a focus on digital advocacy and outreach; a social media strategy will be developed to align with the broader communications strategy. Oversee the submission of all social media materials to PAO for posting on the U.S. Embassy Facebook and Twitter sites. Manage the preparation and maintenance of an updated standard information package on the USAID program in Uganda for briefings and for distribution to the public and the media; and for USAID/W, LPA, State, Congress, etc.; including scene setters, program briefing papers, project status reports, maps, photos, information about other donors, and general information about Uganda. Oversees the content and posting of Uganda specific English-language materials on the USAID website to ensure they are accurate and up-to-date/he works closely with LPA webmaster to ensure the Uganda specific pages are creative and informative. Oversee the writing and distribution of press releases on program successes, project inaugurations, significant developments, etc. Follow up with media to encourage and support coverage of public events. Coordinate with technical offices, Embassy’s PAO, and LPA to produce and release timely, accurate, and useful written information to local and international media. Media and Public Relations: Promote separate, pro-active, targeted, information and media outreach activities. These activities are specifically designed to push accurate information about USAID programs deep into local, regional and national markets, through the selective use of radio, television, newspapers, magazines, public service announcements, advertisements, billboards, and traditional communications. This necessitates a close and transparent relationship with Mission implementing partners’ communication and outreach staff. Oversee all international and local media relations. Work closely with PAO on press relations and maintain contacts with high-level Western and local journalists from all media outlets. Advise and work with Embassy PAO to expand opportunities to keep media abreast of USAID/Uganda programs, including TV, radio and other media. This may include arranging interviews, briefings, media tours of USAID projects, etc. In collaboration with PAO, advise the Mission Director and USAID staff on press and media relations. Ensure a targeted, coherent, and consistent message from all USAID staff and implementing partners. Coordinate with Government of Uganda public relations offices, maintaining good relations and advising on working with Uganda and international media. Coordinate with PAO to monitor local and international press coverage, awareness, and attitudes concerning USAID programs and monitor effectiveness of the communications strategy. Provide feedback to inform ongoing activities and future programming. As directed by the Mission Director, Deputy Director, and Supervisory Program Officer and in collaboration with PAO, respond to inquiries from the general public, media, and other sources about USAID programs and projects. Publicity Events: Organize and coordinate press events for USAID projects in conjunction with the PAO, USAID Mission Director, USAID staff and implementing partners. This includes conferences, openings, ribbon-cuttings, and other ceremonies. Write press releases, speeches, and talking points; organize background briefings for media; compile and disseminate press packets; deal with protocol issues, site selection, staging, and logistical issues; identify and schedule speakers; liaise with U.S. and local government officials; write or edit Briefing Checklists (BCLs), scene setters, briefing materials and memorandums to the Ambassador or his/her deputies when participation in events is warranted; write or edit BCLs and Scene Setters for USAID’s Front Office when participation in events is warranted; provide on-site coordination of media. Follow up with media to ensure coverage of public events. Manage the posting of all event information and materials to the Mission website. Review and edit press releases, speeches, and talking points drafted by implementing partners for USAID events; review and edit BCLs and Scene Setters drafted by implementing partners for USAID events. Submit all press releases and interview requests – in-house and those drafted by implementing partners – to PAO (and LPA, when appropriate) for review and approval. Oversee the maintenance of a calendar of USAID program events and its distribution within USAID/Uganda, to Embassy stakeholders, and LPA in Washington. Photograph and/or shoot video of USAID events for the USAID and Embassy websites and for USAID/Uganda’s archives. Serve as the Mission’s primary point of contact for publicity events and site visits by official visitors from the U.S. Embassy, USAID/Washington, Congress, and other USG agencies or entities. Coordinate VIP site visits as necessary. Coordinate with Embassy on schedules and logistics. Lead the preparation of briefing materials, scene setters, and other information products and processes to support these visits. Maintain a diverse list of potential site visit locations appropriate for a variety of CODEL, STAFFDEL, and other high-level visitors to USAID/Uganda, coordinating closely with partners in advance. Perform other duties/activities that the US Ambassador, USAID Mission Director, Deputy Director, Supervisory Program Officer, USAID/Washington and circumstances may dictate. Supervision: The S/DOC will report to the Supervisory Program Officer/ Team Leader. For detailed scope of work and evaluation criteria, please send email to gnakaddu@usaid.gov and copy aocen@usaid.gov

Place of Performance: US Embassy Compound ? South Wing, Plot 1577 Ggaba Road Postal Office Box: 7856 Kampala UG URL: https://www.fbo.gov/spg/AID/OM/UGA/617-15-0010/listing.htmOutreachSystems Article Number: 20150924/PROCURE/0098

Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929 Fort Bragg NC 28310

99 — Media Production Video Storage and File Sharing W81RUC5154Q068 Lanora G. Means, Contract Specialist, Phone 9104321503, Fax 9104329345, Email lanora.means@soc.mil – C160px-Special_Operations_Specops_Army.svg Scott Phelps, Contracting Officer, Phone 9104326145, Fax 9104329345, Email conway-phelps@soc.mil H92239-15-P-0051 $50,235.17 092315 FCN, INC, 12315 Wilkins Ave , Rockville, MD 20852 US
URL: https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/W81RUC5154Q068/listing.htm

OutreachSystems Article Number: 20150924/AWARDS/1511
Matching keyword(s): video*; produc*; production?;

 

Navy Electronic Commerce Online https://www.neco.navy.mil/biz_ops/search_edi.asp NECO – Navy Electronic Commerce Online; Vendors must register with NECO. Once registered, agency information can be obtained directly from the website

T — Federal Supply Classification T013 SOL N00189-15-T-0554 Due Date: Quote to be Received By: Fri, Sep 25, 2015 Address: NORFOLK, VA 23511-3392 Contact: Buying Party (Purchaser) NAVSUP Fleet Logistics Center Norfolk General Desc: Technical Writer with SSBN ExpertiseDetail Desc: Please See Synopsis For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20150924/SMALL/3115
Matching keyword(s): writ*; technical;

City of Georgetown , City Clerk, City Hall, 100 N. Court Street, Georgetown, KY 40324

T — Audio/Video and Broadcast Upgrades. SOL Website: http://www.georgetownky.gov/bidsolicitations.asp REQUEST FOR PROPOSALS Audio/Video and Broadcast Upgrades for City Council Chambers and Fiscal Court Chambers. The City of Georgetown is seeking proposals for the design and installation of upgrades to the audio/video and PEG cable broadcasting setup in the City Council Chambers in City Hall and the Fiscal Court Chambers in the County Courthouse. This is a joint city/county project. The City and County desire to provide greater quality of audio/video broadcast, more reliable recording, and increased citizen interactivity during meetings of their respective legislative bodies. The proposal shall be addressed and delivered to City Clerk, 100 North Court Street, Georgetown, KY 40324 prior to proposal opening scheduled for Friday, October 9, 2015 at 2:00 P.M. EST. http://www.georgetownky.gov/Assets/Files/Bid%20Solicitations/2015-09-14%20AV%20Rooms%20RFP.pd 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: 20150924/KY/1878
Matching keyword(s): video*; website; age:state!ky; state!ky;

Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/online/vss/AltSelfServic

R – Consulting services RFP : 1600000080 Board of Prosthe SOL Consulting services RFP : 1600000080 Board of Prosthetics, Orthotics and Pedorthics Pro Services Published On : 9/24/15 Amended On : Closing On : 10/28/15 4:00 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20150925/BID/0457
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Commonwealth of Kentucky, Kentucky – Commonwealth of Kentucky https://emars.ky.gov/online/vss/AltSelfServic

R – Consulting services RFP : 1600000080 Board of Prosthe SOL Consulting services RFP : 1600000080 Board of Prosthetics, Orthotics and Pedorthics Pro Services Published On : 9/24/15 Amended On : Closing On : 10/28/15 4:00 PM EDT For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20150925/BID/0458
Matching keyword(s): age:state!ky; state!ky;

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

R — Improvement Study – Allen Field – Addendum #1. SOL RFP-17-16 DUE 10/01/2015 Phone: (606) 783-2018, Website: http://www.moreheadstatebids.com Proposals are being accepted for firms to serve as a strategic consultant to a Baseball Stadium Improvement Study for MSU Allen Field. Scope of Work: Resurface the baseball field with either natural grass or field turf -depending on cost estimates and shift home plate back as far as possible in order to provide a deeper right field. Include as a part of this work the demolition and reconstruction of the metal barn indoor hitting cage. Look at the feasibility of shifting the right field fence back as far as possible without affecting the existing site drainage/ dry stream. Included as a part this work would be the demolition and replacement of the right field lighting standard. Also included would be the reworking of the left center fence to provide a more workable fence line. Look at the feasibility (and cost) of covering and tiling a portion of the existing site drainage./ dry stream beyond the right field fence to allow the fencing to be shifted to provide a proper depth right field. Develop a cost analysis for the demolition and replacement of the current stands as necessary to allow for a complete reworking of the ball field. This option would not require work on the existing site drainage/ dry stream. 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: 20150925/KY/1912
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

99 – Carousel Parts and Service SOL IFB-3522-0-2016/KBM Due Date: 9/29/2015 3:00 PM Eastern Contact: Kim Henry Carousel Parts and Service For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20150924/BID/0154
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 3523 – Zoo Tram, Parts and Service Contract SOL IFB-3523-0-2015/PL Due Date: 9/29/2015 3:00 PM Eastern Contact: Peter Langlois Bid 3523 – Zoo Tram, Parts and Service Contract For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20150924/BID/0155
Matching keyword(s): age:state!ky; state!ky;

Kentucky – City of Lexington https://lfucg.economicengine.co 200 East Main Street; Lexington, KY 40380; (859) 258-3320

R – Planning Consultants SOL RFP47-2015 Due Date: 10/27/2015 Program Management Services – Town Branch Commons For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20150924/BID/0161
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Transit Authority River City http://ridetarc.org/about/do-business-with-tarc/current-bid-opportunities Transit Authority of River City (TARC), 1000 W. Broadway, Louisville, KY 40203 (502) 585-1234

T – Printing and Delivery of Holographic Passes and Tickets (2016 & SOL RFQ SA-2139 Due Date: Oct 21, 2015 Printing and Delivery of Holographic Passes and Tickets (2016 & 2017) For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20150924/BID/0162
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Transit Authority River City http://ridetarc.org/about/do-business-with-tarc/current-bid-opportunities Transit Authority of River City (TARC), 1000 W. Broadway, Louisville, KY 40203 (502) 585-1234

T – Printing and Delivery of TARC Transit Tickets (2016 & 2017) SOL RFQ SA-2140 Due Date: Oct 21, 2015 Printing and Delivery of TARC Transit Tickets (2016 & 2017) For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20150924/BID/0163
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Transit Authority River City http://ridetarc.org/about/do-business-with-tarc/current-bid-opportunities Transit Authority of River City (TARC), 1000 W. Broadway, Louisville, KY 40203 (502) 585-1234

T – Printing and Delivery of “Passport” Transfer Tickets-2016 SOL RFQ SA-2141 Due Date: Oct 21, 2015 Printing and Delivery of “Passport” Transfer Tickets-2016 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20150924/BID/0164
Matching keyword(s): age:state!ky; state!ky;

Cleary Construction, Inc. , 2006 Edmonton Road, Tompkinsville, KY 42167

T — Potential Construction Subcontracting Opportunities. SOL Phone: (270) 487-1784; Fax: (270) 487-8029; website http://www.clearyconst.com BID Date: 10/13/15: BID TIME: 1:30 PM. Cleary Construction, Inc. is inviting quotes on the following. Project: EAST FORK CLARK S RIVER INTERCEPTOR SEWER REPLACEMENT CONTRACT NO. 2 Project Location: MURRAY, KENTUCKY Quotes Requested for the following subcontractors: Erosion, Trucking, Video Taping, Surveying, Restoration, Bore & Jack, etc. Quotes Requested for the following materials: Pipe and appurtenances, Manholes, Precast Structures, Stone, Concrete, etc. Additional Information (e.g. DBEs strongly encouraged to bid): We would greatly appreciate any and all DBE/MBE/WBE participation. Plans Available at the following location(s): Cleary Construction, Inc., 2006 Edmonton Road, Tompkinsville, KY 42167. Telephone Number: 270-487-1784 Project Contact Information: Name: Ryan Cornwell Phone: 270-487-1784 Email: estimating@clearyconst.com 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: 20150924/KY/1890
Matching keyword(s): age:state!ky; state!ky;

bmg logo(R)2

 

BMG AD (fv)



Viewing all articles
Browse latest Browse all 149

Trending Articles