Search the Web

Deals

Showing posts with label Government Bids. Show all posts
Showing posts with label Government Bids. Show all posts

Friday, October 10, 2014

EBOLA....Surface treatment should be the 1st line of defense!!!!!! Here is that initial Protection!

A Liberian Man died yesterday of Ebola. Why was there no medicine or vaccine for him? Why is there not a first line of defense established as a protocol for travel, restaurants and other public facilities? I say we are all at risk and policy should be in place or liability should be assessed upon public and private domains that don't take the necessary precautions.
Lawyers should make an example of companies that don't do the minimum, such as surfaced base defense. Protocol guidelines should be to test, treat, and test again. No one people, company or government has adopted the proper lines of defense to establish protocol against the viral and bacterial war.
There is a local company that test for viral loads in public places, restaurants, sports stadiums, hospitals, airports, malls, meat packing plants and other locations. Their testing identifies virus's and bacteria that will cause infection and spread disease. The company also has effective treatment for these facilities. They have treated a host of facilities and hospitals.
They recently received the Lt. Governors award for best new technology for the state of Georgia. Their surface based treatment can effectively kill Ebola, MRSA, HIV and a litany of contaminants on contact that would kill humans or cause sickness. The treatment continues to kill for up to a year. They use a TiO2 mechanical particle that encapsulates and stops the virus from breathing or eating. Afterwards, it destroys the virus by tearing it apart. No adaption opportunity for the germs.

This is what is considered by a lot of companies and scientist within those companies as a first line of defense against the germ warfare. By the way many public facilities have been tested and I think you would find the results in your own facility quite stunning. They have treated facilities and tested before and after with third parties to protect the integrity of the results 12 months out.

 I believe that I could get these guys to provide treatment product and protocols to Missionaries in Africa to assist in stopping and eradicating the spread of Ebola. Here at home we need to encourage all powers that be to do the same. CNN and other News agencies should follow the progress of the offering of such solutions to reassure Americans that we are safe and give the world hope in the wake of this crisis. Let's stop Ebola and all strains from spreading and create a first line of defense. Prevention saves lives. Call 888-753-2521 for more information.  Share this with someone you love.

Wednesday, July 16, 2014

Travel Alert-Watch Out for Priceline.Com and American Airlines!

The last time I did this I was initially told no by the giant of a hotel, but in 30 days I received a check for $600.  Not about the money it is about a wrong being corrected. Every once in a while hiccups occur that should not go un-reported by consumers, because after all, it could happen to you.  This is what happened to me and this is what I did. 


I booked a trip via priceline.com to Nassau flying out of Orlando MCO to Miami and then to Nassau.  Hotel accommodations included in the fair.  I am quite used to airports but because I live in Florida I have never flown into or out of surrounding cities.  What an experience.  I am used to Hartsfield-Jackson International and Jacksonville International where I know people, but Orlando is a different animal. 


I left from Jacksonville and thunderstorms arose from no where covering much of the state and the rain was a pour.  Prohibiting fast travel.  I got to the airport at 7:30pm and was not so busy no luggage to check, just a few gates, no lines, so I thought I am good right? Wrong!  When I got to the counter for American Airlines it was empty.  Now this was startling to me because they had planes on the ground and that is just good business.  Their kiosk did not work so there was no way to check in or obtain a boarding pass.


TSA directs me to the baggage claim for help and no one in baggage claim would contact customer service nor could they help.  I contacted customer after 3 hours of dropped calls and long waits for contact with a human voice.  Customer service had canceled my flight as a no show and told me that I had to book another flight.  There where 2 legs to the flight.  So I could see canceling that leg, but to cancel the total flight... are you serious? 


Priceline informed me that they could do nothing, but they would be keeping my money and that was that.  Now me being the person that I am...I call a spade a spade and this was clearly wrong and unjustified.  These airline mergers and reduction of service do not serve the public at all.  Flights keep increasing while service suffers and consumers are treated with disdain and don't seek avenues for resolution and that provide notice to other consumers.  


I am delayed on a business opportunity as a result, but I did get smarter as a result of this rendezvous with injustice.  I went direct to a counter in Ft. Lauderdale and found that JetBlue and Nassau Air are inexpensive and accommodating.  Direct is better then priceline and airlines with increasing deficiencies.  I am an advocate for destination countries Airlines and I will fly via their Airline in the future because after all if I am traveling to a country that has their own why not be direct, American businesses in some cases take local consumers for granted.  We need to take the time to deliver complaints and avoidance of businesses that have a don't care attitude. 


I am boycotting American Airlines and Priceline.com pending resolution of the complaints that I have filed against both as promised to there customer service teams.  I escalated my concerns, but did not get resolution with their customer service team most of which is outsourced and without teeth to act.  This in itself says that companies hire teams to hear concerns and provide no effective remediation via escalation and they have no way to make a consumer whole. 


I filed complaints with a Consumer Complaints Organization, FAA, Federal and State DOT, FTC, Inspector Generals Office, DOJ and Attorney Generals Office.  I plan to issue letters and direct letters to my attorney.  File a civil and criminal complaint as well as file a UCC claim against the CEO, President and Operations Officers of both Business as well as the corporate entities themselves on any assets that I can identify.


Now this may seem overboard, but if you are wronged you have to let the parties that wronged you know first that I don't want to engage in litigation, but if you do not make me whole that I will engage and I will not stop until I have resolution.  Please take note and do the same when this happens to you.  If you are interested in the results subscribe to this blog.
https://forumforenterprise.blogspot.com
File your own consumer complaint at:
http://www.consumercomplaintagency.org/


Tuesday, July 31, 2012

Professional Compensation Series

Ref: 911118
Buyer: Department of the Treasury, Georgia
Solicitation: T2T23X7GL02
Title: Professional Compensation Series
Category: 611 - Educational Services
Ends: Aug 07, 2012
Buyer: Department of the Treasury, Georgia, USA
Location: Georgia, USA
Contact: Brian J Leo, Phone 4043389224, Fax 4043389233, Email brian.j.leo@irs.gov
2888 Woodcock Boulevard, Suite 300, (Stop 80-N) Atlanta GA 30341
Phone:
Fax:
Email:

Description/Comments:
The Internal Revenue Service (IRS) intends to award a sole source contract under the authority of FAR 13.106-1 (b) (1) to the Economic Research Institute Redmond, WA. This is a renewal for the Professional Assessor Series subscription which includes a Salary Assessor, Geographic Assessor, Relocation Assessor, Non-Profit Comparables Assessor, Executive Compensatioon Assessor and an Occupational Assessor. The anticipated date of award is July 31,2012

This NOTICE is not a Request for Quote (RFP) and no soliciation will be publicized. However, if you have tha capability to fulfill this requirement; you may submit such capabilities in writing to the IRS Point of Contact.
Writen responses to this NOTICE must be provided to this office no later than July 26,2012 by 12:00PM .

Saturday, September 11, 2010

65--Dental Gold

Ref: 629199 Buyer: Department of the Army, Georgia
Solicitation: W91YTV10T0287
Title: 65--Dental Gold
Category: 339 - Miscellaneous Manufacturing
Ends: 12 days 16 hrs 2 mins
(9/24/10 12:00 AM EST)
Buyer: Department of the Army, Georgia, USA
Location: Georgia, USA
Contact: Carla Horsager, 706-787-7723 begin_of_the_skype_highlighting 706-787-7723 Southeast Regional Contracting Office
Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650

Description/Comments:

The US Army Medical Command Southeast Region has a requirement various Dental Gold Alloy items. The Government intends to award a sole source contract for this requirement. The suggested contractor is Jensen Industries, 50 Stillman Road, North Haven CT 06473.

77 ounces JCB Gold Alloy with the following alloy content: 62% Au, 9% Cu, 25% Ag, 3% Pd and must contain les than 1% Zn, Iu and Ir.

7 ounces Premiere Gold Alloy with the following alloy content: 85% Au, 12.4% Pt and must contain less than 1% ZN, Iu and Ir.

This is not a request for proposal. However, companies that can provide an equal product must submit their technical capabilities to include technical specifications of their product, past performance information, price and delivery time. This information will be reviewed by the Government technical representatives for consideration for future requirements

4th Annual SDVOSB/VOSB/SB Conference & Match Making Expo

When: 28-29 October 2010
Where: Tampa Convention Center 333 South Franklin Street Tampa FL 33602 813-274-8511/800-426-5630
Theme: "Building Relationships through Teamwork"

Back by popular demand, the 4th Annual Service Disabled Veteran Owned Small Business (SDVOSB)/Veteran Owned Small Business (VOSB) and ALL other Small Business (small, small disadvantaged, 8(a), HUBZone, Woman Owned) Concerns and Educational Institutions are cordially invited to attend this event.

This conference will be held at Tampa's world-class, Tampa Convention Center located in downtown Tampa, Florida!!! http://www.tampagov.net/dept_Convention_Center/

The focuses of this initiative are to partner with these small business concerns to: increase outreach participation, conduct market research for products and services, match making with industry and government agencies, meet with buyers from federal, state and local government agencies, as well as large corporations, provide educational training contracting and procurement processes and develop new long-term contractual relationships.

This site, http://www.macdillsdvosb.net has been launched and online registration is available for Attendees, Exhibitors and Sponsors. All Federal, State, County and City Employees will receive complimentary attendee with proper ID at time of registration.

Registration fees are determined for early, advance, late and on-site registration.

POLICY FOR REGISTRANT CANCELLATION: Registration cancellation before October 1, 2010 will incur a $25.00 administrative fee. Cancellation after October 1, 2010 and before October 20, 2010 will incur a $100 cancellation fee. No refunds will be provided after October 20, 2010 or for a "no show." Substitute attendees are encouraged. A credit card is required for reserving your attendance/space/sponsorship and verification emails will confirm your reservations. We are looking forward to seeing you again this year!

Contractor Award

This a MATOC award. 
Contact GSC for opportunities.
Solicitation Number:
W912HN-09-R-0051 Notice Type:
Award Contract Award Date:
September 7, 2010
Contract Award Number:
W912HN-10-D-0049
Contract Award Dollar Amount:
$1,999,965.00
Contractor Awarded Name:
GSC Construction, Inc.
Contractor Awarded DUNS:
839824377
Contractor Awarded Address:

Initial Task Order for Infrastructure Support, Increment 3 (PN 76080) at Fort Benning, GA awarded for $1,999,965.00 to GSC Construction. The contact information for the awardee is as follow:
GSC
Mr. John Phillips
1727 Wrightsboro Road
Augusta, GA 30904-4074
(706) 736-1885
Additional Contract Numbers awarded within this MATOC pool are as follows:

W912HN-10-D-0050, Copper Construction, 410 McIntosh Street, Vidalia, GA 30474-3111, POC: Sam Page (912)537-6420

W912HN-10-D-0051, Dorado Services, 195 W. Seminole Blvd, Sanford, FL 32771-1272, POC: Fernando Neris (407) 688-0600.

W912HN-10-D-0052, ENVIRO AgScience, 1190 Buckner Road, Columbia SC 29203, POC: Dr. Louis B. Lynn (803) 714-7290.

W912HN-10-D-0053, Better Built Construction Services, 1240 Central Avenue, Middletown, OH 45044, POC: Damon Halsey (513) 727-8637
United States
Synopsis:
Added: Jun 12, 2009 10:41 am Modified: Jun 22, 2009 2:49 pmTrack Changes
Multiple Award Task Order Contract (MATOC), for Design/Build or Construction type task orders. Task orders issued under this MATOC can require performance of work anywhere within the South Atlantic Division Area of Operations (North Carolina, South Carolina, Georgia, Florida, Alabama, Mississippi). Projects will typically be located on military installations within North Carolina, South Carolina, and Georgia; however, performance of work is not solely restricted to such. A project requiring use of civil funds or otherwise termed as civil construction is not authorized under this contract.

This acquisition is being offered on a HUBZone set aside competitive basis. The life of the basic contract is for a base period of three (3) years with two (2) one-year option periods or $200M; whichever occurs first. The pool size (number of contracts that may be awarded) shall not exceed six (6) contractors. The pool of contractors which successfully receive an award will share the total contract capacity of $200M. The government will use a two-phase design build evaluation process. The order limitation of task orders, to include the seed task order that will be used for evaluation purposes and award of the initial contracts, shall range between $1M and $20M. Task orders issued under this MATOC will be firm-fixed price. The initial seed task order may include options.

Description of work: Task orders placed under this MATOC may be either of a design-build nature or that of a design-bid-build (construction only) nature. Work may include but is not limited to the design and construction of administrative facilities, recreational facilities, educational facilities, religious facilities, medical facilities, and training facilities to include ranges. Work is not solely restricted to new construction but may also include repairs, renovations, alterations, or additions to existing facilities, such as those already cited, or infrastructure such as roads, parking, drainage systems and utility systems. Generally, however, task orders anticipated to be issued under this MATOC will be primarily for new, vertical construction and associated site work.

Evaluation Criteria: As this is a solicitation for a Multiple Award Task Order Contract (MATOC), a seed task order will be provided to those Offerors invited to participate in Phase II for purposes of evaluation and in rendering the best value decision. Only that Offeror whose proposal provides the best overall value of those Offerors selected to be in the MATOC pool, if any, will also be awarded the seed task order. All other successful Offerors, if any, will be awarded a contract with a minimum guarantee of $2,500. The evaluation factors and their relative importance for both Phase I and Phase II of this solicitation and evaluation process are as follows:

Phase I: Factor 1-1 CORPORATE RELEVANT SPECIALIZED EXPERIENCE, Factor 1-2 PAST PERFORMANCE, and Factor 1-3 TECHNICAL APPROACH NARRATIVE. Factor 1-1 is more important than factors 1-2 and 1-3. Factor 1-2: is equal in importance to Factor 1-3. Factors 1-1, 1-2, 1-3, together are equal importance to Factor 2-1.

Phase II: Factor 2-1, BUILDING FUNCTION AND AESTHETICS. Factor 2-2, QUALITY OF BUILDING SYSTEMS. Factor 2-3, SITE DESIGN. Factor 2-4, SUSTAINABLE DESIGN. Factor 2-5 PROPOSED CONTRACT DURATION AND SUMMARY SCHEDULE. Factor 2-6 SMALL AND SMALL DISADVANTAGED BUSINESS UTILIZATION. Factors 2-1 and 2-2: Equal in importance to all Phase 1 factors. Factor 2-1: A most important factor equal in importance to Factor 2-2. Factor 2-2: A most important factor equal in importance to Factor 2-1. Factor 2-3: Slightly less important than Factors 2-1 and 2-2. Factor 2-4: Slightly less important than Factor 2-3. FACTOR 2-5: Slightly less important than Factor 2-4. FACTOR 2-6: least important.

Price: All non-cost factors, when combined, are significantly more important than Price.
Award will be made to those Offerors whose technical submittal and price proposal contain the combination of the criteria requested that offers the best value to the Government. Proposals shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject any and all offers. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror.

This solicitation will be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. Phase I for this solicitation is anticipated to be available on or about 30 June 2009. Note: The Response Date referenced under General Information does not refer to the PROPOSAL DUE DATE. Information on the PROPOSAL DUE DATE will be stated in the solicitation. Offerors must register in the Central Contractor Registration (CCR) at www.ccr.gov. After completing CCR, contractors and their subcontractors must register at www.fbo.gov in order to download RFP documents. Contractors with existing FedTeds logins should be able to use their existing logins. In order to locate this solicitation, Contractors can go to FedBizOpps and search for the solicitation number at www.fedbizopps.gov. Contractors can register to be put on a plan holders list that others can access through the FedBizOpps site. It is the Offerors responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments.

Thursday, December 17, 2009

State of Georgia Have you done business with the state?

Many businesses submit bids to do business with the DCA state of Georgia only to find out that they don't meet the criteria. Part of the criteria will be to have done successful business with the state recently (3 to 5 years). Now many businesses have to be wondering is this a trick question; or should I overlook this question and let them know of the successful business that I have done with other organizations so that they will see that I have credibility.

Unfortunately, businesses that have a successful history with organizations that have not done business with the state of Georgia will be disqualified to act as a GC in a bid submission. The best way to align your business with the state is to begin collaborating with existing business on existing projects. A lot of stimulus funds will actually be transferred via HUD to the DCA and from there it will be accessed via winning bidders that submitted proposals in answer to RFP's let by the state. Now those winning bidders had to start somewhere and that place is where I am telling you to start right now.

Large operations within the state of Georgia will be the GC on many projects let by DCA and it would be wise to identify those vendors and submit a statement of qualifications to them before they select a team for upcoming bids. Most information about the money and the allocations can be accessed on the HUD website and a few other sites on the internet. This research can be done at this site, so that you can determine which jobs you may be interested in pursuing. DCA's website will provide public information about the vendors that are successful bidders, but that probably won't get you through the door of the current work on tap. Posture your organization for success by marketing to these organizations via networks, direct communication and other subcontractors that are in the know.

The state moves slowly so plan for their process to access contracts, but once you go through the hoops then you are on your way to success. Once you are a vendor with a track record then you fit the criteria to be rewarded with a contract as a GC. Provided that you are able to reach out and become affiliated with larger operations that are vendors which will engage you as a subcontractor. Although, your organization must be prepared to make minimal profits up front. The key is to get access and in order to get access you must be able to answer the question "Have you done business with us before?” positively.

Additional groups and organizations that can be approached are CHDA's, CDC's and Faith Based Organizations that are seeking to become CHDA's. Collaboration is the key to success. A little patience won't hurt either.