Quantcast
Channel: beenetworknews » Contracting Officer
Viewing all articles
Browse latest Browse all 8

Business and Career Opportunities Bids and Purchases

$
0
0

FedBizOpps – Procurements

SOURCE:  Kentucky Procurement Assistance Program

Department of the Air Force, Air Force Installation Contracting (AFICA), Air Force Installation Contracting (AFICA), 1940 Allbrook Dr Bldg 1, Door 1, Room 300, Cubicle 481 Wright Patterson AFB OH 45433-5344

R — ESG AFCEC Environmental Services RFI#2 FA8903-13-R-0071 Tracy E Harris, Contract Specialist, Phone 2103958738, Email tracy.harris.8@us.af.mil – Diana L. Taylor, Contracting Officer, Phone 210-395-8273, Email diana.taylor.2@us.af.mil THIS ACQUISITION IS BEING SUSPENDED INDEFINITELY.

A NEW NOTICE WILL BE PROVIDED AS SOON AS WE HAVE CURRENT STATUS.  WE CURRENTLY DO NOT HAVE AN ESTIMATED PROCEED DATE.  PLEASE356px-Seal_of_the_US_Air_Force.svg KEEP WATHCING FBO FOR UPDATES.

772ESS/PKS AND AFCEC APPRECIATE YOUR INTEREST IN THIS AQUISITION AND THANK YOU ALL FOR YOUR VALUABLE INPUTS AND PATIENCE.

Set-Aside: Total Small Business Place of Performance: Eastern United States Region to include: Maine, New Hampshire, Vermont, Connecticut, Delaware, New York, Massachusetts, Rhode Island, District of Columbia, New Jersey, Maryland, Pennsylvania, West Virginia, Virginia, North Carolina, South Carolina, Kentucky, Tennessee, Mississippi, Alabama, Georgia, and Florida (includes EPA regions 1, 2, 3 and 4). US URL: https://www.fbo.gov/notices/6b5eb950907be68e02c6bed2ec4cd552
OutreachSystems Article Number: 131120/PROCURE/0483
Matching Key Words: state!ky; 

Department of Health and Human Services, National Institutes of Health, National Institute of Environmental Health Sciences, Office of Acquisitions, Office of Management 530 Davis Drive Durham NC 27713

dept of health and human servicesT — Multi Media Services NIEHS20120829 112913 Brian J. Souter, Email brian.souter@nih.gov
The National Institute of Environmental Health Sciences (NIEHS), through the Office of Communications and Public Liaison (OCPL), has a requirement to achieve and maintain highly quality performance in the areas of graphic arts, desktop publishing, photography, videography, and audio/video event planning. The contractor will be tasked with communicating scientific concepts and biomedical research methods, processes, and results through print, electronic, audio, and video mediums, using a variety of artistic methods, from simple line art illustration to the most current digital techniques using 2-D and 3-D computer software programs.
The period of performance is base year with four (4) One (1) year options with an optional six month option. This requirement is a 100% Small Business Set-Aside. The proposal material will be available on/about September 15, 2013. The specifications, and amendments/notices, if any, will be posted on this website. Proposals will be due 30 days after issuance of the solicitation. This notice is for informational purposes only and is not a request for proposals. The Government is not obligated to issue a solicitation as a result of this notice. No other information is available until issuance of the solicitation. No bidders list is maintained. All interested vendors should register on thiswebsite.
It is the offerors responsibility to check the website periodically for any amendments/notices to the solicitation. Prospective contractors must be registered in the System for Award Management (SAM) database in order to obtain access in FedBiz Ops and Sam.gov registration must be current and active to be eligible for contract award. Contractors please note: Online Representations and Certifications Applications (ORCA) apply to this solicitation. With ORCA; you now have the availability to enter and maintain your reps and certs with your proposal.. Any questions regarding this announcement and all future announcements regarding this project must be emailed to brian.souter@nih.gov NO TELEPHONE CALLS PLEASE NAICS CODE: 541430

Set-Aside: Total Small Business Place of Performance: Research Triangle Park, NC 27709 US URL: https://www.fbo.gov/spg/HHS/NIH/NIEHS/NIEHS20120829/listing.html
OutreachSystems Article Number: 131119/PROCURE/0056
Matching Key Words: video*; you; website; web; site?; business*; event?; 

Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237

R — TV Shooter/Videographer/Editor BBG51-Q-14-V02700023TE 112213 Theresa D. Elliott, Contract Specialist, Phone 2023827841, Email thelliott@bbg.govBroadcasting Board of Governors This is a combined synopsis/solicitation for commercial items 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. This combined synopsis/solicitation is issued as a Request for Proposals (RFP) to establish Personal Services Contracts. There will be a guaranteed minimum quantities purchased and the Government will be obligated only to the extent of authorized task orders placed against the resulting Personal Services Contracts. The Government reserves the right not to award any Personal Services Contracts. Any resultant Personal Services Contracts will be for one year with one option year.

The Broadcasting Board of Governors, Office of Contracts intends to establish a Personal Services Contract as described in further detail below for the South Asia Division (Urdu Services) in Washington D.C. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.

SAM: System for Award Management (SAM) applies to this procurement. You must be registered in SAM in order to be eligible to receive an award from this solicitation. Information on SAM registration and annual confirmation requirements may be obtained via the Internet at http://www.sam.gov. Prospective contractors must be registered in SAM database prior to award. Lack of registration in SAM database will make an offeror ineligible for award. CONTRACTORS MUST COMPLY WITH FAR 52.204-99 System for Award Management (SAM) Registration (August 2012) (DEVIATION).

NAICS Code: The North American Industry Classification System (NAICS) code for this acquisition is 512110 with a small business size standard of $29.5M in average annual receipts for the past 3 years. Please identify your business size in your response based upon this standard. This requirement will be a 100% Total Small Business.
Period of Performance:
Base:  One year from date of award
One Option Year: To be determined

Contract Type:
Firm- Fixed Price (IDIQ)
Place of Performance:
Broadcasting Board of Governors
South Asia Division (Urdu Service)
330 Independence Ave SW
Cohen Building
Washington, D.C. 20237

Time of Performance:

VOA is a 24/7 news/ program operation and the schedule will vary depending on the need of the government. The program manager will make determination at the time of award.

Applicable Clauses:

**52.252-1 — Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer.

*FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.

Applicable Provisions: See below

Proposal Submission:

Interested independent contractors are required to submit two written documents (price & resume) to the BBG.

1. A Price Proposal that states the Offeror’s proposed annual Total Price based on a 2,080 hours work-year that will be negotiated with the BBG.

2. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent past performance that can be easily and quickly validated by the BBG. Dates (months/years) and locations for all field experience must also be detailed.

3. Proof of US Citizenship or work permit, photo ID and/or visa.

4. References (three)

5. Copy of active SAM registration, https://www.sam.gov/portal/public/SAM / 

6. In the event offerors do not complete the responsibility and certification portion of the SAM registration, they shall include a completed copy of the provision at FAR Subpart 52.212-3 (Offeror Representations and Certifications - Commercial Items) with their offer. This provision can be found at the following websitehttps://www.acquisition.gov/Far/ .  If requested by an offeror, a copy of FAR subpart 52.212-3 can be obtained by contacting the Contracting Officer.

To ensure consideration for the intended position, please reference the solicitation number and title of the position on your proposal.

Proposal must be submitted electronically to thelliott@bbg.gov. The due date is Friday, November 22, 2013 at 12PM EST.  All proposals as well as inquiries should be sent electronically to Theresa Elliott at thelliott @bbg.gov 

Contracting Office Address:

300 C St. SW
Switzer Bldg. Rm. 4300
Washington DC 20237
United States

Primary Point of Contact:

Contracting Officer
Theresa Elliott
thelliott@bbg.gov
202.382.7841

Provision at 52.212-2 — Evaluation – Commercial Items. (Jan 1999) 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:

EVALUATION FACTORS

Factor #1 – Technical ability to include work experience, education and specialized training

Factor #2 – Price

Factor #3 – Past Performance

Basis for Award
The procurement is being conducted under FAR Part 13. Best value is defined as the expected outcome of an acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement, in accordance with FAR 2.101.
The Government reserves the right to make a selection based upon the initial proposal submissions so the offeror should submit its best terms in the initial proposal. The Government may also determine to make no award.

Only one offeror will be selected who is deemed responsible in accordance with FAR 9.104-1 and whose offer provides the Government with a best value solution.

Set-Aside: Total Small Business Place of Performance: Broadcasting Board of Governors South Asia Division (Urdu Service) 330 Independence Ave SW Cohen Building Washington, D.C. 20237 Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG51-Q-14-V02700023TE/listing.html
OutreachSystems Article Number: 131116/PROCURE/0048
Matching Key Words: video*; edit*; train*; you; website; education*; business*; event?; commercial?; naics!512110; 


Department of Energy, Federal Locations, All DOE Federal Contracting Offices, EMCBCU.S. Department of EnergyEM Consolidated Business Center250 E. 5th Street, Suite 500CincinnatiOH45202US

212px-US-DeptOfEnergy-Seal.svg99–Paducah Infrastructure Services DE-SOL-0006383 112613 Kimberly A. Tate Paducah Infrastructure Mailbox The U.S. Department of Energy (DOE) is currently in the acquisition planning stage for infrastructure services at the Paducah Gaseous Diffusion Plant (PGDP or Paducah Site). The infrastructure services to be acquired will be performed at the Paducah Site which is located on a federal reservation in Western Kentucky, approximately 8 miles west of Paducah, Kentucky, and 3.5 miles south of the Ohio River. Swift and Staley, LLC is the incumbent contractor and its contract currently expires on March 15, 2015. The purpose of this announcement is to identify small business concerns with the capability to perform the services with the intent of assessing set-aside possibilities.
URL: https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0006383/listing.html
OutreachSystems Article Number: 131116/PROCURE/0302
Matching Key Words: state!ky; 

Department of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex 346 Marine Forces Drive Grand Prairie TX 75051

U — Customer Service Training Program- FCI McDowell, Welch, WV RFQP01221300025 121113 Lori Wehling, Contracting Officer, Phone (972) 352-4525, Fax600px-US-DeptOfJustice-Seal.svg (972) 352-4545, Email lwehling@bop.gov This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued.

The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, Texas intends to establish an indefinite-delivery, requirements type contracts for the provision of a Customer Service Training Program to be rendered for the inmate population incarcerated at the Federal Correctional Institution (FCI) McDowell located in Welch, West Virginia. FCI McDowell is a medium security prison housing male inmates. Additionally, FCI McDowell operates an adjacent satellite prison camp that houses minimum security male inmates. Information regarding the Bureau of Prisons (BOP) and its facilities can be located at http://www.bop.gov. A description of the services required is attached to this posting and labeled as RFQ Attachment 001 – Description of Requirement.

CONTRACT CLAUSES:
52.252-2 — Clauses Incorporated by Reference (Feb 1998).
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: http://www.acquisition.gov. Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested in writing from the Contracting Officer.
52.212-4 Contract Terms and Conditions–Commercial Items (JUL 2013) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract.
52.203-3 Gratuities (APR 1984)
52.203-16 Preventing Personal Conflicts of Interest (DEC 2011)
52.204-4 Printed or copied doubled-sided on recycled paper (MAY 2011)
52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011)
52.204-13 System for Award Management Maintenance (JUL 2013)
52.223-5, Pollution Prevention and Right to Know Information (MAY 2011)
52.224-1 Privacy Act Notification (APR 1984)
52.224-2 Privacy Act (APR 1984)
52.228-5 Insurance – Work on a Government Installation (JAN 1997) Workers compensation or Employers liability: $100,000; and Comprehensive General Liability: $500,000 per occurrence for bodily injury.
52.232-18 Availability of Funds (APR 1984)
52.232-39, Unenforceabiilty of Unauthorized Obligations (JUN 2013)
52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984)
52.242-13 Bankruptcy (JUL 1995)
52.253-1 Computer Generated Forms (JAN 1991)

The following clauses will be incorporated into a resultant contract in full text with applicable fill-in information as noted:
52.252-6 – Authorized Deviations in Clauses (APR 1984)
52.216-18 Ordering (OCT 1995) – (a) from the first day of the effective performance period through the last day of the effective performance period
52.216-19 Order Limitations (OCT 1995) – (a) less than three credit hours; (b) (1) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (2) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (3) 30 days; (d) 5 days
52.216-21 Requirements (OCT 1995) – (f) after the last day of the effective performance period
52.217-8 Option to Extend Services (NOV 1999) prior to the expiration of the current performance period
52.217-9 Option to Extend the Term of the Contract (MAR 2000) – prior to expiration of the current performance period; 60 days; but excluding the exercise of any option under the clause at 52.217-8 which is also incorporated into this contract, shall not exceed five (5) years.
52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) – beyond September 30th of the Base year or any option year exercised; beyond September 30th of the Base year or any option year exercised
52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013)
52.24-403-70 Notice of Contractor Personnel Security Requirements (OCT 2005)
52.27-103-72 DOJ Contractor Residency Requirement – BOP (JUN 2004)
52.232-99 Providing Accelerated Pymt to Small Business Subcontractors (AUG 2012) DEVIATION
52.242-11-004 Evaluation of Contractor Performance Utilizing CPARS (APR 2011)
Department of Justice Order 2640.2F (NOV 2008)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (SEP 2013) – (b) 1, 4, 6-8, 14, 15, 23, 26, 28-32, 34, 38, 42, and 48.

OTHER CONTRACT TERMS AND CONDITIONS:

Type of Contract: A resultant contract will be an indefinite delivery/requirements type contract with firm-fixed pricing. It is anticipated that contract award(s) resulting from this solicitation will be made in January 2014.

Performance Period: The periods of performance of the resulting contract shall be Base Year – Effective Date of Award (EDOA) thru 12 months; Option Year 1 – 13 months from EDOA thru 24 months; Option Year 2 – 25 months from EDOA thru 36 months; Option Year 3 – 37 months from EDOA thru 48 months; Option Year 4 – 49 months from EDOA thru 60 months.

The contractor shall commence performance of services by submitting information to initiate security clearance procedures within 5 calendar days from effective date of award of the contract. In accordance with FAR 46.503 and 46.403(a) (6), the place of acceptance for services under this contract is at the destination, FCI McDowell.

Ordering Official: Task orders may be issued only by the Contracting Officer or a warranted Contracting Official from the Contract Administration Office. Orders may be issued orally, faxed, electronically, or via mail.

Security and Investigative Requirements: The employees of the contractor entering the institution may be required to meet certain security requirements prior to entering the institution. Primary concerns are the amount of contact that may occur between the contractor and his/her employees with the inmate population during the performance of the contract. Contractor employees are allowed access to the institution at the sole discretion of the Warden of the institution.

The program manager at FCI McDowell is responsible for conducting the appropriate law enforcement check on all contractor staff that may need access inside the prison facility. The following investigative procedure will be performed:

1). National Crime Information Center (NCIC) check; 2). DOJ 99 (Name Check); 3). FD 258 (fingerprint check); 4). Law Enforcement Agency checks; 5). Vouchering of Employers; 6). Resume/Personal Qualifications; 7). OPM 329 A (Authority for Release of Information); 8). National Agency Check and Inquiries (NACI) check (if applicable); and 9). Urinalysis Test (for the detection of marijuana and other drug usage)

By submitting a quote for service, the contractor and its employees agree to complete the required documents and undergo the listed procedure. An individual who does not pass the security clearance will be unable to enter the BOP facility. Any individual employed by the contractor who is deemed not suitable by the BOP requirements will not be granted access to perform services under the contract. This is a condition of the contract. Finally, the contractor shall be in compliance with 8 CFR 274a regarding employment of aliens.

Privacy Act Notification: A resultant contract will require contracted staff to operate a system of records and maintain documentation that will require adherence to the Privacy Act of 1974. The system of records will be maintained in accordance with community standards for adult education. The contractor and/or staff are not authorized to disclose this or any information pertaining to an inmate to any non-BOP source. Any requests for such information shall be forwarded to the Contracting Officer or designee for proper disposition.

Non-personal services: A resultant contract will be a non-personal services contract, as defined in FAR 37.101, under which the contractor is an independent contractor. Award of a contract does not constitute an employer/employee relationship. The contractor will not be subject to Government supervision, except for security related matters; however, contractor performance shall be closely monitored to ensure contract compliance.

Pursuant to FAR 17.203(b), the Government’s evaluation shall be inclusive of options. Pursuant to FAR 17.203(d), quoters may offer varying prices for options, depending on the quantities actually ordered and the dates when ordered. The estimated quantity of service required is not a representation to a quoter that the estimated quantities will be required or ordered, or that conditions affecting requirements will remain stable or normal.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-70.

SOLICITATION PROVISIONS:

52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
This solicitation incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: http://www.acquisition.gov
52.212-1 Instructions to Offerors – Commercial Items (JUL 2013) tailored to delete paragraphs at c, d, h, and i, as they have been determined to be non-applicable to this solicitation. The additional provisions listed below are incorporated into this solicitation via addendum to this provision. All references to “Offer” and “Offeror” are changed to “Quote” and “Quoter” respectively.
52.204-7 System for Award Management (JUL 2013)
52.212-3 Offeror Representations and Certifications – Commercial Items (AUG 2013)
52.217-5 Evaluation of Options (JUL 1990)
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran – Representation and Certifications (DEC 2012)
52.233-2 Service of Protest (AUG 1996) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5005, Washington, D.C. 20534
52.237-1 Site Visit (APR 1984)
Protests Filed Directly with the Department of Justice (JAR 2852.233-70)
Faith-Based and Community- Based Organizations (AUG 2005) – can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible.

Evaluation and Award Methodology: This acquisition will be procured in accordance with FAR Part 12 – Acquisition of Commercial Items and Part 13 – Simplified Acquisition Procedures. Quoters must demonstrate that they can provide a Customer Service Training Program in accordance with Description of Requirement document detailed as RFQ Attachment 001 in order to be determined technically acceptable. The Government intends to evaluate quotes considering technical capability, price, and past performance. Award will be made in accordance with FAR 52.212-1(g).

Quoters are advised that the Contracting Officer will verify registration in the System for Award Management database (www.sam.gov) prior to award of any contract, by entering the potential awardee DUNS number into the database. Failure to complete a registration record may result in elimination from consideration for award.

Quoters are further advised to mark each individual item within their quote considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA.

The North American Industrial Classification (NAICS) code is 611210, Junior Colleges and the applicable small business size standard is $7.0 million dollars.

SUBMISSION OF QUOTATIONS:

On letterhead or business stationary, the following information must be submitted. Failure to provide required information may result in your quote not being considered.

(1) Contractor DUNS Number
(2) Quotes shall describe the quoters Technical Capabilities with a brief written description of how the quoter meets the requirements of the solicitation.
(3) Quotes shall include a price per credit hour as defined in RFQ Attachment 001 under Schedule of Items. Price quotes must be provided for the Base Year, Option 1, Option 2, Option 3, and Option 4 and quoters may offer varying prices for options.
(4) For each service provider proposed, the contractor must submit documentary evidence of qualification as stated in RFQ Attachment 001.
(5) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items if different from entry made to the Online Representations and Certifications Application (ORCA) that is part of the record at http://www.sam.gov.
(6) Point of Contact information for professional references. The contractor should provide a list of the last three contracts awarded to your organization which are of a related nature, size, and scope. Include the following for each: Customer Name, Address, Phone, Fax, Email address; Contract Number; Contact Person; Type of Work; Contract Amount; Contract Status (Active or Complete).
(7) Point of contact information for a financial reference to include Bank Name, Address, Phone, Email address, and Contact Person. Please include a “Release of Information” statement granting permission for bank to provide reference with your quote submittal.

Quote Submission Information:

Quotes must be received at the Federal Bureau of Prisons, Field Acquisition Office, Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, TX 75051 no later than 2:00pm local time on Wednesday, December 11, 2013.

Written quotes will be accepted by mail, hand-carried delivery, fax, or email.

Mailed or Hand-carried quotes must be delivered to the attention of Lori Wehling, Contracting officer at the address shown. The official point of receipt for hand-carried quotes will be at the first floor reception area of the address listed above. Please give 24 hour of advanced notice to Contracting Officer prior to hand-carrying quotes to accommodate access to secured base.

Faxed quotes must be faxed to 972-352-4545, Attn: Lori Wehling, Contracting Officer. Quotes should be clearly marked with the RFQ number and include all required information.

Emailed quotes must be sent in .pdf format only to lwehling@bop.gov. Include the following in your subject line: Quote submitted in response to RFQP01221300025. Quotes must include all required information.

Questions regarding this requirement may be directed in writing to Lori Wehling, Contracting Officer at lwehling@bop.gov.

Place of Performance: Federal Correctional Institution McDowell, 101 Federal Drive Welch, WV 24801 US URL:https://www.fbo.gov/spg/DOJ/BPR/70032/RFQP01221300025/listing.html
OutreachSystems Article Number: 131114/PROCURE/0078
Matching Key Words: documentar*; writ*; copy; technical; standard; 

FedBizOpps – Awards

General Services Administration, Federal Acquisition Service (FAS), Greater Southwest Acquisition Center (7QSA),

140px-US-GeneralServicesAdministration-Logo.svgR — Advertising and Integrated Marketing Solutions (AIMS) 7FCB-H2-070541-B Mary Beth Hudson 817-850-8129 ; Daniel Stafford 817-850-8278 GS07F041BA $500,000 111413 541 1000,541 4B SPACE CITY FILMS, INC. 18333 EGRET BAY BLVD STE 140 HOUSTON TX USA 77058-3239 No Description Provided
URL: https://www.fbo.gov/notices/2a0948df3dd652c77adbde416a805e54
OutreachSystems Article Number: 131115/AWARDS/0649
Matching Key Words: naics!512110; 

USABIDS State and Local Purchases

Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

99 – None at this time SOL None at this time Due Date: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 131120/BID/0310
Matching Key Words: age:state!ky; state!ky; 

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

U – Vendors of Assessments of Student Achievement RFI : 1400000004 SOL Vendors of Assessments of Student Achievement RFI : 1400000004 Department Of Education Published On : 11/13/13 Amended On : Closing On : 1/15/14 4:00 PM EST Time Left: 62 Days, 04:40:50 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 131115/BID/0014
Matching Key Words: age:state!ky; state!ky; 


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

R – Master Agreement for Fire Rings RFB : 1400000355 Office SOL Master Agreement for Fire Rings RFB : 1400000355 Office Of The Controller Daniel Salvato Published On : 11/13/13 Amended On : Closing On : 11/27/13 1:30 PM EST Time Left: 13 Days, 02:09:47 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 131115/BID/0017
Matching Key Words: age:state!ky; state!ky; 

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

FOR MORE NEWS

BeeNetwork

 


PITISE UNIV

Viewing all articles
Browse latest Browse all 8

Latest Images

Trending Articles





Latest Images