Jump to content
Washington DC Message Boards

Grant Opportunities


Luke_Wilbur

Recommended Posts

I am looking into FBO.gov

 

FBO.gov is the single government point-of-entry (GPE) for Federal government procurement opportunities over $25,000. Government buyers are able to publicize their business opportunities by posting information directly to FedBizOpps via the Internet. Through one portal, FBO.gov, commercial seeking Federal markets for their products and services can search, monitor and retrieve opportunities solicited by the entire Federal contracting community.

Edited by Luke_Wilbur
Link to comment
Share on other sites

Contracts and Grants, SBA Certified Small Disadvantaged Business, Minority-Owned business, Self-Certified Small Disadvantaged Business, For-Profit Organization, Service Provider, DoT Certified Disadvantaged Business Enterprise, Subcontinent Asian (Asian-Indian) American Owned

Link to comment
Share on other sites

FBO Terms and Conditions

 

LOG OFF IMMEDIATELY if you do not consent to the conditions stated in the following notice. Otherwise click "Accept" to accept the terms and proceed.

 

SENSITIVE BUT UNCLASSIFIED INFORMATION PROPERTY OF THE UNITED STATES GOVERNMENT

 

DISCLOSURE, COPYING, DISSEMINATION, OR DISTRIBUTION OF SENSITIVE BUT UNCLASSIFIED INFORMATION TO UNAUTHORIZED USERS IS PROHIBITED.

 

Please dispose of sensitive but unclassified information when no longer needed.

 

 

--------------------------------------------------------------------------------

 

I. Usage Agreement

This is a Federal computer system and is the property of the United States Government. It is for authorized use only. Users (authorized or unauthorized) have no explicit or implicit expectation of privacy in anything viewed, created, downloaded, or stored on this system, including e-mail, Internet, and Intranet use. Any or all uses of this system (including all peripheral devices and output media) and all files on this system may be intercepted, monitored, read, captured, recorded, disclosed, copied, audited, and/or inspected by authorized Small Business Administration (SBA) personnel, the Office of Inspector General (OIG),and/or other law enforcement personnel, as well as authorized officials of other agencies. Access or use of this computer by any person, whether authorized or unauthorized, constitutes consent to such interception, monitoring, reading, capturing, recording, disclosure, copying, auditing, and/or inspection at the discretion of authorized SBA personnel, law enforcement personnel (including the OIG),and/or authorized officials other agencies. Unauthorized use of this system is prohibited and may constitute a violation of 18 U.S.C. 1030 or other Federal laws and regulations and may result in criminal, civil, and/or administrative action. By continuing to use this system, you indicate your awareness of, and consent to, these terms and conditions and acknowledge that there is no reasonable expectation of privacy in the access or use of this computer system.

 

II. Privacy Act Routine Uses (5 USC § 522a as amended)

Disclosure (or providing) of information requested in forms contained within this system or provided via email contact is "voluntary." By providing the information, the individual assumes all responsibility to ensure the information provided is correct and valid and is so maintained.

 

Vendor Information: Vendor-provided information, including email addresses and company information, will be used to establish user accounts for submitting subcontracting reports, and to forward items of interest to the email address provided. Vendor-provided information may also be used by Federal contracting officials to assist in the resolution of any errors and data discrepancies.

 

Federal Users: Federal user information, including name, telephone number and email address, is used by this system to set up profiles of user accounts for Federal procurement officials authorized to manage, administer and/or perform FBO activities. FBO user accounts support user authentication and access controls for FBO.

III. Disclosure

Disclosure: Collected information on individuals may be shared and protected as necessary for authorized law enforcement, homeland security and national security activities. Except for such authorized activities, we do not share any information we receive with any outside parties.

Link to comment
Share on other sites

Cone Collection on the Colville National Forest

Solicitation Number: AG-05G1-S-09-0021

Agency: Department of Agriculture

Office: Forest Service

Location: R-6 Eastern Washington ZAP, Colville NF

 

--------------------------------------------------------------------------------

 

Notice Type:

Presolicitation Posted Date:

April 20, 2009 Response Date:

May 26, 2009 3:00 pm Eastern Archiving Policy:

Manual Archive Archive Date:

- Original Set Aside:

N/A Set Aside:

Total Small Business Classification Code:

F -- Natural resources & conservation services NAICS Code:

115 -- Support Activities for Agriculture and Forestry/115310 -- Support Activities for Forestry

 

--------------------------------------------------------------------------------

 

Solicitation Number: AG-05G1-S-09-0021 Notice Type:

Presolicitation Synopsis:

Added: Apr 20, 2009 7:56 pm

The Colville National Forest requires cone collection services in Ferry, Stevens and Pend Oreille County, Washington, located in the NE portion of Washington State.

 

The Contractor shall furnish all labor, materials, equipment, supervision, tools, transportation, operating supplies, and incidentals necessary to perform the work in accordance with the specifications and provisions and clauses of the contract.

 

The contract will be an Indefinite Delivery and Indefinite Quantity contract with a minimum guarantee. The guarantee will be listed in the solicitation. The period of performance will be date of award through September 30, 2011. Most field work will take place the month of August, except for whitebark pine which may require some work in early July to middle of September.

 

Projects will vary in location and the number and type of trees to climb. Task orders will be placed based on site conditions, funding availability and conditions of the cones.

 

Migrant and Seasonal Agricultural Worker Protection Act registration and a Washington State Farm Forest License are required.

 

This project will be advertised as a written request for quotations and will be solicited under the Simplified Acquisition Procedures (SAP) and Commercial Item rules. Estimated issue date of the solicitation is on or about May 5, 2009. Quotes are estimated to be due around May 26, 2009.

 

The project is a 100 percent small business set-aside. The NAICS code is 115310 and Size Standard is $6.5 million.

 

All responsible sources may submit a quote which will be considered. An electronic copy of the solicitation will be posted at this site on the issue date.

 

Contracting Office Address:

765 S. Main

Colville, Washington 99114

Place of Performance:

Stevens, Ferry and Pend Oreille Counties

Colville, Washington 99114

United States

Primary Point of Contact.:

Cathy E. Van Alyne

cvanalyne@fs.fed.us

Phone: (509) 684-7114

Fax: (509) 684-7280

Link to comment
Share on other sites

Solicitation Number:

AG-54A4-S-09-0005 Notice Type:

Award Contract Award Date:

April 21, 2009

Contract Award Number:

AG-54A4-C-09-0008

Contract Award Dollar Amount:

$0.00 (IDIQ Parent Contract)

Contract Line Item Number:

All

Contractor Awarded Name:

Drennen Forestry Inc.

Contractor Awarded Address:

115B 4th Street NE

 

Cullman, Alabama 35056

United States

Synopsis:

Added: Jan 22, 2009 10:56 am

Project consists of Hand Tree Planting of Government Furnished Tree Seedlings in such a manner to insure tree survival and growth on the Huron-Manistee National Forests. The contractor shall provide any and all labor, equpment, supplies, services, permits, licenses and incidentals necessary to perform the work. The work is anticipated to begin in late April or early May dependent on weather. This will be an indefinite delivery, indefinite quantity (IDIQ) contract with one base year and 3 option years. The solicitation is anticpated to be posted on approximately Feb. 2, 2009.

Added: Apr 21, 2009 3:05 pm

The IDIQ contract has been awarded to Drennan Forestry. Future task orders will be ordered under the parent contract terms and conditions.

 

Contracting Office Address:

Federal Building

68 S. Stevens St.

Rhinelander, Wisconsin 54501

 

Place of Performance:

Huron-Manistee National Forests

Northern Lower Michigan

Cadillac, Michigan 49601

United States

 

Primary Point of Contact.:

Tamie Thompson,

Contract Specialist

trthompson@fs.fed.us

Phone: 231-723-2211 ext. 3134

Fax: 231-723-8642

Link to comment
Share on other sites

Solicitation Number:

FA4608-09-Q-S132 Notice Type:

Combined Synopsis/Solicitation Synopsis:

Added: Apr 14, 2009 4:16 pm

This is a combined solicitation/synopsis for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA4608-09-Q-S132, in accordance with FAR Parts 12 and 13, and is in accordance with provisions and clauses effective in Federal Acquisition Circular (FAC 2005-23 effective 26 Dec 2007). The North American Industry Classification System (NAICS) number is 113210, and the business size is $7M. The proposed acquisition is set-aside for small businesses. Small businesses, woman-owned, and disabled veteran-owned businesses are encouraged to participate by submitting quotes.

 

The items being procured are:

 

The planting of hardwood seedlings on 147 acres of land on Barksdale AFB, LA (see attached specifications).

 

The offer submittal shall list the item by part number, number of items being offered, and the product description as listed above. The offer shall list unit prices, total for each part number, and an overall totaled price. Delivery requirements: The period of performance is 1 Dec 2009 through 1 March 2010.

 

Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and the following addenda applies. Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, and the contractor must remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS at FAR 52.212-3, and follow the instruction as provided in the clause. THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE PROPOSALS. Offers will be evaluated on the prices as offered. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the lowest evaluated price. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer.

 

Additionally the following clauses and provisions apply to this acquisition:

 

52.212-4, Contract Terms and Conditions Commercial Items

52.247-34, FOB Destination

52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, and includes the following clauses as cited: (B) 5, 16, 17, 18, 19, 20, 24(i), 24(ii), 31, © 1, and 2.

 

Applicable DFARS clauses included:

 

252.204-7004, Required Central Contractor Registration

252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items provisions 252.232-7003, 252-247-7023, 252.247-7024

 

The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT 1:00 P.M. (CST), 1 May 2009, 2 CONS/LGCAA, 41 Vandenberg Ave, Barksdale AFB, LA 71110-2271. Quotes can be faxed (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) to the attention of Steven Huffines at (318) 456-2107. Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to Steven Huffines, Contract Specialist, at (318) 456-2204, steven.huffines@barksdale.af.mil or Marla Poirier, Contracting Officer, at (318) 456-6887, marla.poirier@barksdale.af.mil.

 

Contracting Office Address:

41 Vandenberg Ave

Barksdale AFB, Louisiana 71110-2271

United States

 

Place of Performance:

BAFB

barksdale AFB, Louisiana 71110

United States

 

Primary Point of Contact.:

Steven W. Huffines

steven.huffines@us.af.mil

Phone: 3184562204

Fax: 3184562107Secondary Point of Contact:

Marla Poirier,

Contracting Officer

marla.poirier@barksdale.af.mil

Phone: 318-456-2774

Fax: 318-456-2629

Link to comment
Share on other sites

Aerial Watershed Restoration

Solicitation Number: R6-18-09-258487

Agency: Department of Agriculture

Office: Forest Service

Location: R-6 Western Oregon ZAP, Willamette NF

--------------------------------------------------------------------------------

 

Notice Type:

Presolicitation Posted Date:

April 15, 2009 Response Date:

- Archiving Policy:

Automatic, on specified date Archive Date:

April 15, 2010 Original Set Aside:

N/A Set Aside:

Total Small Business Classification Code:

F -- Natural resources & conservation services NAICS Code:

481 -- Air Transportation/481212 -- Nonscheduled Chartered Freight Air Transportation

--------------------------------------------------------------------------------

 

Solicitation Number: R6-18-09-258487

Notice Type: Presolicitation

Synopsis:

Added: Apr 15, 2009 3:13 pm

***ESTIMATED ISSUE Date Electronically in FedBizOpps is April 27, 2009 ****

 

 

 

The purpose of this contract is to secure a complete set of services to accomplish a river restoration project. The Contractor shall provide aerial services to transport trees, some with attached root wads, from a staging site to flagged destinations in the streams to be treated. The trees shall be placed in locations and oriented to enhance aquatic habitat. This project will involve 300 logs and root wads with optional line items to add an estimated additional 600 logs and root wads. The Contractor shall furnish all technical expertise, labor, equipment, supervision, transportation, operating supplies and incidentals necessary to complete the work required.

 

 

 

This solicitation will be a Total Small Business Set Aside per FAR 19.502-2(a).

 

 

 

For additional information contact Greg Landin, Middle Fork Ranger District at (541) 782-5216.

 

 

 

The estimated start work date is September 21, 2009.

 

 

 

Contracting Office Address:

3106 Pierce Parkway, Suite D

Springfield, Oregon 97477

United States

Primary Point of Contact.:

F. Sheila Patterson,

Contracting Officer

sheilapatterson@fs.fed.us

Phone: 541-225-6326

Fax: 541-225-6220Secondary Point of Contact:

Jeri L Ledgerwood,

Procurement Technician

jledgerwood@fs.fed.us

Phone: (541) 225-6475

Fax: (541) 225-6220

Link to comment
Share on other sites

Grand Teton National Park Noxious Weed Treatment IDIQ

Solicitation Number: Q1460090022

Agency: Department of the Interior

Office: National Park Service

Location: NPS - All Offices

--------------------------------------------------------------------------------

 

Notice Type:

Modification/Amendment Original Posted Date:

March 10, 2009 Posted Date:

April 7, 2009 Response Date:

May 1, 2009 Original Response Date:

May 1, 2009 Archiving Policy:

Automatic, on specified date Original Archive Date:

March 10, 2010 Archive Date:

March 10, 2010 Original Set Aside:

Total Small Business Set Aside:

Total Small Business Classification Code:

F -- Natural resources & conservation services

--------------------------------------------------------------------------------

 

Solicitation Number: Q1460090022

Notice Type: Modification/Amendment

Please consult the list of document viewers if you cannot open a file.

Solicitation 1

Type: Solicitation Posted Date: April 7, 2009 http://ideasec.nbc.gov/j2ee/solicitationde...p;objId=3286621

Description: NOXIOUS WEED TREATMENTContracting Office Address:

IMR - GRTE - Grand Teton National Park P.O. DRAWER 170 MOOSE WY 83012 Point of Contact(s):

Martin D. Hauch Contract Specialist 3077393448 martin_hauch@nps.gov;

Link to comment
Share on other sites

Entity Identifier: Buying Party (Purchaser) NAVFAC HAWAII

DoD Identification: Department of Defense Activity Address Code (DODAAC) N62478

Address 1: A-E/Construction/FSC PCO Branch

Address 2: 400 MARSHALL RD

City/State/Zip: PEARL HARBOR, HI 96860-3139

 

Grounds Maintenance and Landscaping Services at Central/West Oahu, Hawaii

 

The work includes providing all labor, supervision, quality control, safety prevention, tools, materials, equipment, and transportation necessary to provide grounds and tree maintenance services and other incidental work. The Contractor has full responsibility to perform the service using their own and industry best practices and processes to ensure that a specified outcome is achieved. Establish schedules and service frequencies based on criteria such as: soil analysis findings; species of vegetation; seasons of the year; climatic conditions; soil types; root competition; establishment and age of vegetation; and manufacturers’ directions relative to application of fertilizers, amendments, and pesticides.

 

Buyer Name or Department: Sandy Sekiguchi Telephone: 808-474-3388

Link to comment
Share on other sites

38--Renovation of Aberdeen Proving Ground Building 316

 

Solicitation Number: W91ZLK-09-B-0002

Agency: Department of the Army

Office: Army Contracting Agency, North Region

Location: ACA, Aberdeen Proving Ground

--------------------------------------------------------------------------------

 

Notice Type:

Solicitation Original Posted Date:

February 20, 2009 Posted Date:

April 21, 2009 Response Date:

May 1, 2009 Original Response Date:

April 27, 2009 Archiving Policy:

Automatic, on specified date Original Archive Date:

June 5, 2009 Archive Date:

June 24, 2009 Original Set Aside:

Total Small Business Set Aside:

Total Small Business Classification Code:

38 -- Construction, mining, excavating & highway maintenance equipment NAICS Code:

236 -- Construction of Buildings/236220 -- Commercial and Institutional Building Construction

 

RECOVERY - In compliance with the transparency and accountability requirements associated with the supplemental appropriations provided by the American Recovery and Re-Investment Act of 2009, Pub.L. 111-5, the Government intends to issue a solicitation for the Renovation of Building 316 in the Aberdeen Area of Aberdeen Proving Ground, Maryland.

 

Contracting Office Address:

ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013 Place of Performance:

ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD

21005-3013

US Point of Contact(s):

maureen cameron, 410 278 0858

Link to comment
Share on other sites

Solicitation Number:

F1D3269084A002 Notice Type:

Presolicitation Synopsis:

Added: Apr 21, 2009 10:03 am

RECOVERY - THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER THE ROOFING INDEFINITE DELIVERY CONTRACT, FA4416-08-D-0006.

 

 

 

The contractor shall Repair/Replace Roof at Hangar 1, Bldg 1914 on Andrews AFB. The work covered by these specifications consists of providing all plant, labor, equipment, appliances and materials in performing all operations required to repair/replace the existing roof at Building 1914. The contractor would Repair damaged sections of the existing barrel and built up roofs. This work is to be in accordance with the applicable specifications and clauses as indicated in the Repair Roofs Multi-Facilities Indefinite Delivery Requirement Contract

 

Contracting Office Address:

1535 Command Drive

Andrews AFB, Maryland 20762-6500

 

Place of Performance:

Building 1914, Hangar 1

Andrews AFB, Maryland 20762

United States

 

Primary Point of Contact.:

Keisha K Dawkins,

Contract Specialist

keisha.dawkins@afncr.af.mil

Phone: 301-981-1903

Fax: 301-981-1907Secondary Point of Contact:

Kerry Callahan,

Contracting Officer

kerry.callahan@afncr.af.mil

Phone: 301-981-1977

Fax: 301-981-1907

Link to comment
Share on other sites

4X4 Switch Production Tampers

 

Solicitation Number: RFP_ES9133R-RAM-RAIL

Agency: Washington Metropolitan Area Transit Authority

Office: Procurement and Materiels

Location: PRMT-JGB

--------------------------------------------------------------------------------

 

Notice Type:

Combined Synopsis/Solicitation Posted Date:

April 21, 2009 Response Date:

Jun 05, 2009 2:00 pm Eastern Archiving Policy:

Automatic, 15 days after response date Archive Date:

June 20, 2009 Original Set Aside:

N/A Set Aside:

N/A Classification Code:

22 -- Railway equipment NAICS Code:

336 -- Transportation Equipment Manufacturing/336510 -- Railroad Rolling Stock Manufacturing

--------------------------------------------------------------------------------

 

Solicitation Number: RFP_ES9133R-RAM-RAIL

Notice Type: Combined Synopsis/Solicitation

Synopsis:

Added: Apr 21, 2009 10:01 am

The Washington Metropolitan Area Transit Authority (Authority) is soliciting proposals for the procurement of 4X4 Switch Production Tampers in accordance with RFP ES9133R/RAM. This is a technically acceptable, low price RFP.

 

 

 

Proposals are due no later than 2:00 P.M., on Friday, June 5, 2009. The 4X4 Switch Production Tampers are to be delivered within 420 calendar days from award. Please submit all questions to Ronald A. Michaelis, Contract Administrator, via e-mail at rmichaelis@wmata.com. For minor clarifications, he may be reached at 202-962-2717. A pre-proposal conference will be not be held.

 

 

 

The solicitation is freely downloadable at wmata.com. Click on "Business with Metro" in the lower right corner then on "Solicitations" in the left side bar. Vendors are advised to revisit this site to check for amendments or other information. For e-mail announcements of amendments, please provide an e-mail contact to the Contract Administrator.

 

 

 

WMATA is issuing this solicitation under the Federal Government’s “American Recovery and Reinvestment Act of 2009" (ARRA). Under ARRA, contractors doing business with the Federal Government or receiving ARRA funds must have a DUNS number issued by Dun and Bradstreet and register with the Central Contractor Registration (CRR) at www.CCR.gov.

 

 

 

The solicitation contains a DBE percentage goal. Proposed DBEs must be certified by WMATA before the proposal due date. For information concerning the DBE program, please contact Mr. Kory Gray at (202) 962-1854; kgray@wmata.com

 

 

 

To qualify for an award, all vendors must be registered in the WMATA Vendors Registration System (VRS). To register, visit our website at http://www.wmata.com and click on “Business with Metro” on the lower right. For registration assistance only, please call Mr. Phillip Barrett, Jr. at (202)962-1408.

 

 

 

Any contract award resulting from this solicitation is subject to availability of funds.

 

Please consult the list of document viewers if you cannot open a file.

RFP

Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..) Label:

RFP Posted Date: April 21, 2009 4X4 Switch Production Tamper.pdf (1,088.85 Kb)

Description: Solicitation RFP ES3133R/RAM-RAIL 4X4 Switch Production TampersContracting Office Address:

600 5th Street

Washington, District of Columbia 20001

Place of Performance:

WMATA Alexandria Yard

CTM Office

3101 Eisenhower Avenue

Alexandria, Virginia 22314

United States

Primary Point of Contact.:

Ronald A Michaelis,

Contract Administrator

rmichaelis@wmata.com

Phone: (202) 962-2717

Fax: (20) 962-2038

Link to comment
Share on other sites

Geismar High Rail 360 Crane

 

Solicitation Number: RFP_ES9132R-RAM-RAIL

Agency: Washington Metropolitan Area Transit Authority

Office: Procurement and Materiels

Location: PRMT-JGB

--------------------------------------------------------------------------------

 

Notice Type:

Combined Synopsis/Solicitation Posted Date:

April 21, 2009 Response Date:

Jun 05, 2009 2:00 pm Eastern Archiving Policy:

Automatic, 15 days after response date Archive Date:

June 20, 2009 Original Set Aside:

N/A Set Aside:

N/A Classification Code:

22 -- Railway equipment NAICS Code:

336 -- Transportation Equipment Manufacturing/336120 -- Heavy Duty Truck Manufacturing

--------------------------------------------------------------------------------

 

Solicitation Number: RFP_ES9132R-RAM-RAIL

Notice Type: Combined Synopsis/Solicitation

Synopsis:

Added: Apr 21, 2009 9:38 am

The Washington Metropolitan Area Transit Authority (Authority) is soliciting proposals for the procurement of Geismar or approved equal High Rail 360 Cranes in accordance with RFP ES9132R/RAM. This is a technically acceptable, low price RFP.

 

 

 

Proposals are due no later than 2:00 P.M., on Friday, June 5, 2009. The High Rail 360 Cranes are to be delivered within 90 calendar days from award. Please submit all questions to Ronald A. Michaelis, Contract Administrator, via e-mail at rmichaelis@wmata.com. For minor clarifications, he may be reached at 202-962-2717. A pre-proposal conference will be not be held.

 

 

 

The solicitations is freely downloadable at wmata.com. Click on "Business with Metro" in the lower right corner then on "Solicitations" in the left side bar. Vendors are advised to revisit this site to check for amendments or other information. For e-mail announcements of amendments, please provide an e-mail contact to the Contract Administrator.

 

 

 

WMATA is issuing this solicitation under the Federal Government’s “American Recovery and Reinvestment Act of 2009" (ARRA). Under ARRA, contractors doing business with the Federal Government or receiving ARRA funds must have a DUNS number issued by Dun and Bradstreet and register with the Central Contractor Registration (CRR) at www.CCR.gov.

 

 

 

To qualify for an award, all vendors must be registered in the WMATA Vendors Registration System (VRS). To register, visit our website at http://www.wmata.com and click on “Business with Metro” on the lower right. For registration assistance only, please call Mr. Phillip Barrett, Jr. at (202)962-1408.

 

 

 

Any contract award resulting from this solicitation is subject to availability of funds

 

Contracting Office Address:

600 5th Street

Washington, District of Columbia 20001

Place of Performance:

WMATA-TSSM

3101 Eisenhower Avenue

Alexandria, Virginia 22314

United States

Primary Point of Contact.:

Ronald A Michaelis,

Contract Administrator

rmichaelis@wmata.com

Phone: (202) 962-2717

Fax: (20) 962-2038

Link to comment
Share on other sites

RECOVERY: Construction Management Support Services, US Department of Homeland Security (DHS) Headquarters Program – St. Elizabeths Campus, Washington, DC

 

Solicitation Number: GS11P09MKD0053

Agency: General Services Administration

Office: Public Buildings Service (PBS)

Location: Property Development Division (WPC)

--------------------------------------------------------------------------------

 

Notice Type:

Presolicitation Original Posted Date:

March 23, 2009 Posted Date:

April 21, 2009 Response Date:

Jun 01, 2009 3:00 pm Original Response Date:

Jun 01, 2009 3:00 pm Eastern Archiving Policy:

Manual Archive Original Archive Date:

- Archive Date:

- Original Set Aside:

N/A Set Aside:

N/A Classification Code:

R -- Professional, administrative, and management support services NAICS Code:

236 -- Construction of Buildings/236220 -- Commercial and Institutional Building Construction

--------------------------------------------------------------------------------

 

Solicitation Number: GS11P09MKD0053

Notice Type: Presolicitation

Synopsis:

Added: Mar 23, 2009 8:02 pm Modified: Apr 07, 2009 4:49 pmTrack Changes

American Recovery and Reinvestment Act Action Description: The General Services Administration announces an opportunity for Construction Management Support Services for the St. Elizabeths Campus Consolidation program, Southeast Washington, D.C. . GSA anticipates using funds from the pending FY 2009 Omnibus Appropriations Act and partial funding with funds from the American Recovery and Reinvestment Act ("Recovery Act") of 2009. Accordingly, the contract will be subject to unprecedented levels of transparency and accountability so Americans know where their tax dollars are going and how they are being spent. Mechanisms through special contract terms and conditions will be implemented to accurately track, monitor and report on taxpayer funds. The Recovery Act requires extensive reporting from the prime recipients of Federal funding. This may include special Buy American Act requirements, additional requirements for contractor reporting, and expanded Government Accountability Office (GAO) and Office of Inspector General (OIG) access to contractor records.

 

Contracting Office Address:

7th and D Streets, S.W., Room 2002

Washington, District of Columbia 20407

Place of Performance:

St. Elizabeths Campus

2700 Martin Luther King, Jr. Avenue, SE

Washington, D.C. 20032

Washington, District of Columbia 20032

United States

Primary Point of Contact.:

Bonnie E Echoles,

Contracting Officer

bonnie.echoles@gsa.gov

Phone: (202) 708-6190

Fax: (202)401-6075

Link to comment
Share on other sites

Distance Learning and Telemedicine Grant Program

 

Administered under Rural Development’s Telecommunications Program

 

Advanced telecommunications services play a vital role in the economic development, education and health care of rural Americans. The Distance Learning and Telemedicine (DLT) Program is specifically designed to meet the educational and health care needs of rural America through the use of advanced telecommunications technologies. With DLT grants, loans, and loan-grant combinations, we help rural communities enjoy enhanced educational opportunities, improved health care services and greater economic development.

 

Our partnership with rural America is long-standing. For almost 60 years, the Telecommunications Program has been at the forefront of providing the infrastructure financing that brought advanced telecommunications services to the most rural areas of our country. Today, Rural Development’s Telecommunications Program continues as an essential source of financing and technical assistance for rural telecommunication systems. The DLT Grant Program strengthens that partnership and commitment by continuing to improve the quality of life for rural citizens.

 

Through its telecommunications infrastructure loan program and DLT Program, we have helped build community partnerships that provide both the infrastructure needed to reach the schoolhouse or clinic door and the equipment required inside that door.

 

Your organization is to be commended for its interest in providing rural residents - students, teachers, parents, patients and physicians - with innovative and affordable educational and health care opportunities which were once available only in Urban Areas. By submitting an application for financing under the DLT Program, you take a significant step toward improving the quality of life in rural America.

 

In this guide, you will find information on eligibility requirements; funding purposes and types of financial assistance; the how, when, and where to submit an application; and tips that will be useful in preparing your application.

 

To be eligible for a grant, your organization must:

 

1. Currently deliver or propose to deliver distance learning or telemedicine services for the term of the grant. To receive a grant, the purposes must meet the grant definition of distance learning and telemedicine. The DLT program is focused on sustainability. Planning studies, research projects, and short-term demonstration projects of less than two years will not be considered.

 

2. Be legally organized as an incorporated organization or partnership; an Indian tribe or tribal organization; a state or local unit of government; a consortium; or other legal entity, including a private corporation organized on a for profit or not-for profit basis with the legal capacity to contract with the United States Government. Please see 7 CFR 1703.103(a)(1) & 1703.125(k) for specific legal definitions and citations.

 

3. Operate a rural community facility or deliver distance learning or telemedicine services to entities that operate a rural community facility or to residents of rural areas at rates calculated to ensure that the benefit of the financial assistance passes through to such entities or to residents of rural areas.

 

The DLT Program staff is available to answer questions about the application process and program requirements. In particular, and as described more thoroughly elsewhere in this Guide, we remind applicants that applications are evaluated for eligibility and score based on information submitted by the application deadline. We will not solicit or consider information submitted after the application deadline. If you have questions, the time to contact us with those questions is before you submit the application.

Contact us at:

 

Phone: 202-720-0413

Fax: 202-720-1051

Email: dltinfo@wdc.usda.gov

Link to comment
Share on other sites

Guest
Reply to this topic...

×   Pasted as rich text.   Paste as plain text instead

  Only 75 emoji are allowed.

×   Your link has been automatically embedded.   Display as a link instead

×   Your previous content has been restored.   Clear editor

×   You cannot paste images directly. Upload or insert images from URL.

Loading...
×
×
  • Create New...