Blanket Purchase Agreement

GSA Government-wide Cloud Blanket Purchase Agreement (BPA) Market Research

Summary: On behalf of the GSA IT, GSA is conducting market research related to the subject requirement. To see the description of the requirement and any attachments, please copy and paste the below URL into a new browser. Only responses via the URL will be accepted! URL: https://feedback.gsa.gov/jfe/form/SV_6zpSO86Qibwpeaq Note: If the link does not work, please clear your browser history/cache and then copy and paste URL into a new browser. All inquiries in regards to this RFI should be sent to: rfi@research.gsa.gov Please include the RFQ number. Phone inquiries will not be accepted

Vehicle: IT 70

RFP release date: 9/30/2021

Proposal due date: 10/14/2021

Related Attachments:

Read more

CDC Microsoft Consulting Services

Summary: This is a request for quotation for a single-award blanket purchase agreement (BPA) for Microsoft consulting services under FAR 8.405-3. The estimated total ceiling value of the BPA is $50M. The ceiling is high to help streamline the issuance of small, manageable task orders for work conducted in an agile environment. However, the Minimum that the Government is obligated to purchase is $0.00. Requirements and funding levels change and there is no guarantee that orders will be placed against the BPA. Instructions to vendors, a pricing schedule, a list of labor category descriptions, and the solicitation document with a description of the work, evaluation criteria, and terms and conditions are all included with this posting.

Vehicle: IT 70

RFP release date: 9/29/2021

Proposal due date: 10/15/2021

Related Attachments:

Read more

Splunk Professional Services – NAVSEA HQ

Summary: This is a Request for Quote (RFQ) is to current DOD ESI (Enterprise Software Initiative) Blanket Purchase Agreement (BPA) holders. In accordance with DFARS 208.74, only authorized Blanket Purchase Agreement (BPA) holder(s) shall submit a completed RFQ that include prices for all CLIN(s). This is an all-or-none requirement. Partial quotes will be deemed unresponsive and will not be evaluated. The government will award a single purchase order to the responsible offeror whose offer conforms to the requirements as stated in the solicitation and is most advantageous to the government based on lowest price, technically acceptable. Please see the Statement of Work for exact specifications for this requirement. Quotes from any business that is not an ESI/BPA holder will be deemed unacceptable and will not be considered. Offerors must be registered in SAM and all responsible sources may submit a quotation which, if timely received, will be considered by the Agency. Quotes are due no later than the response date in the posting. Responses/offers shall be submitted electronically. Any amendment(s) issued to this RFQ will be published on this website. Therefore, it is the Offeror(s) responsibility to visit this website frequently for updates on this procurement.

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 9/17/2021

Related Attachments:

Read more

FEMA EMMIE to FAC-TRAX Data Cleaning (Public Assistance)

Summary: INTRODUCTION: The Federal Emergency Management Agency (FEMA) intends to award a Blanket Purchase Agreement (BPA) for Data Cleaning Services, resulting from this solicitation using the FAR Subpart 8, GSA Federal Supply Schedule. The solicitation number is 70FA4021Q00000012 and is issued as a Request for Quotation (RFQ) prepared in accordance with the format in FAR Part 8.405 to current GSA schedule holders under Schedule MAS/54151S “Information Technology Professional Services. DESCRIPTION: The purpose of this requirement is to acquire resources to support three (3) primary objectives of the cleaning phase required for the migration of legacy data from the Emergency Management Mission Integration Environment (EMMIE) to the Grants Manager and Grants Portal tool (FAC-TRAX) within the Public Assistance (PA) Program. The three (3) primary objectives are: 1. Structure unstructured, migrated [EMMIE] legacy data to render it searchable within the new system infrastructure. 2. Reconcile empty fields within EMMIE projects already migrated to FAC-TRAX, where data was not previously collected. 3. Document the cleaning of historical insurance data to meet the recommendations made in the OIG-12-18: “Office of Inspector General (OIG) Report FEMA’s Process for Tracking Public Assistance Insurance Requirements FEMA intends to procure a services contract, to include personnel who will conduct the cleaning of transferred data within FAC-TRAX. TWO-PHASED COMPETITION (THERE ARE SEPERATE DUE DATES FOR EACH PHASE (PLEASE SEE ATTACHED RFQ): This competition will be conducted in two phases. In Phase 1, the Government will evaluate the offerors Relevant Experience (Evaluation Factor 1) to determine if the offeror possess the experience needed for this requirement. After the offeror’s Relevant Experience is evaluated, the Offerors will receive an Advisory Notification via email from the Contracting Officer. Offerors who have the most competitive proposals for Factor 1 will be advised to proceed to Phase II. Offerors who were not among the most competitive will be advised that they are unlikely to be viable competitors. Failure to fully participate in Phase I precludes further consideration of an Offeror. In Phase 2, the Government will evaluate the offeror’s Technical and Management approach (Evaluation Factor 2) and Price (Evaluation Factor 3). FEMA intends to award one (1) single award Blanket Purchase Agreement (BPA) against the offeror’s GSA schedule/contract with Time and Material (T&M), Firm-Fixed-Price (FFP) labor rates, Travel and ODC CLINs. This requirement will support the issuance of BPA call orders for the required services. The solicitation includes the following attachments: – Attachment 1: Statement of Work (SOW) – Attachment 2: Pricing Template – Attachment 3; Statement of Contract Assurance – Attachment 4: Question / Answer template – Attachment 5: Wage Determination (Washington DC) – Attachment 6: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) (contains fill-ins, to be returned with Phase 2 proposal) – Attachment 7: 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) (contains fill-ins, to be returned with Phase 2 proposal)

Vehicle: IT 70

RFP release date: 8/31/2021

Proposal due date: 9/16/2021

Related Attachments:

Read more

Acquisition Cohort Pipeline and Acquisition Support Services for IBC AQD

Summary: Purpose: The Acquisition Services Directorate (AQD) is seeking contractor acquisition support services to assist with AQD’s acquisition customer service delivery requirements. As a leading federal acquisition shared service provider, it is critical that AQD can source highly qualified acquisition support contractor resources for its diversified customer base, as well as accommodate surges in customer requirements that require additional Acquisition Support resources. To effectively meet AQD’s needs for professional Acquisition Support resources, AQD is seeking an approach to the overall recruitment, retention, and performance management of contractor resources for acquisition support, as well as an approach to establish a pipeline of trained and qualified entry-level Contractor Acquisition Support resources. The Government emphasizes that this requirement is not ‘business as usual’ to fill acquisition positions. We require a contractor that provides an innovative and comprehensive approach to obtain the best candidates from the necessary sources to successfully meet the requirement. Objective: The objective of the procurement is to provide the Acquisition Services Directorate (AQD) a single source Blanket Purchase Agreement (BPA) for contractor acquisition support services. To meet this objective, the BPA encompasses the establishment of a strategic approach to ensure a pipeline of skilled contractor acquisition resources are available. The Contractor will source qualified acquisition resources from the marketplace; and implement methodologies to establish continued professional acquisition development for contractor acquisition resources in an overall effort to ensure successful performance in delivering support services. SCOPE: The scope of this requirement is to acquire contractor acquisition support for AQD’s mission of providing acquisition services and includes two primary task areas. The first task area requires the Contractor to develop and maintain a cohort approach to ensure a pipeline of skilled contractor acquisition resources are available to provide full acquisition support to AQD. The second task area requires the Contractor to provide acquisition support services. Questions Due no later than September 02, 2021 by 3pm Eastern Time RFQ Multi-Step Submission Instructions: All submissions shall be submitted electronically via email on or before the RFQ closing date. Phased Submission: 1) Step 1 Submission of Proof of Concept (Volume 1) Advisory and Firm Down-select. 2) Step 2 – Submission (Upon Government Request): Qualified firms are required to submit two separate volumes at this step: Technical (Volume 2) and Price (Volume 3) to Government officials for the purpose of assuring that the prospective contractor has a complete understanding of the scope of this effort and has the capability to complete all required tasks of the Government PWS. Quoters are highly encouraged to review Section 5 Evaluation of Quotations – Multi-Step Evaluation of the RFQ to understand the multi-step process and evaluation of this solicitation. RFQ Table of Contents: Section 1 – Introduction Section 2 – Price Schedule & BPA Contract Line Item Number (CLIN) Pricing Structure Section 3 – Requirements Section 4 – Quotation Preparation & Submission Instructions Section 5 – Evaluation of Quotations – Multi-Step Evaluation Section 6 – Terms and Conditions Section 7 – Attachments 1) Attachment 1 RFQ Quoter Questions Template 2) Attachment 2 GSA Scope Contractor Scope Verification Form 3) Attachment 3 Service Contract Labor Standards Form 4) Attachment 4a Pricing Schedule Model (MS EXCEL) 5) Attachment 4b Pricing Schedule Quoters’ labor categories, labor description and years of experience shall be mapped to the Government labor categories 6) Attachment 5 BPA Acquisition Cohort Pipeline and Acquisition Support PWS 7) Attachment 6 Task Area 1 Task Areas 1 Contractor Acquisition Cohort PWS 8) Attachment 7 Task Area 2 Task Area 2 Contractor Acquisition Support PWS 9) Attachment 8 Past Performance Template 10) Attachment 9 BPA Frequently Asked Questions (FAQs)

Vehicle: PSS

RFP release date: 8/31/2021

Proposal due date: 9/17/2021

Related Attachments:

Read more

CDC Records Management BPA

Summary: The purpose of this solicitation is to establish Records Management Blanket Purchase Agreement (BPA). Please see attachments for details. Questions in response to this RFQ are due to Jasmine Powell at jpowell5@cdc.gov no later than 24 Aug 2021 at 12:00 p.m. Quotes in response to the RFQ are to be received in the GSA E-buy system no later than 3 Sep 2021 at 4:00 p.m.

Vehicle: PSS

RFP release date: 8/19/2021

Proposal due date: 9/3/2021

Related Attachments:

Read more

Power Suite and SharePoint Support Services Blanket Purchase Agreement (BPA)

Summary: The EPA Region 7 Located in Lenexa, KS is requesting quotes for Power Suite and SharePoint Support Services. Please see attached Statement of Work and pricing schedule. Contractor is deemed technically acceptable if contractor demonstrates the technical requirements in accordance with the statement of work. Contractor must fully fill-out pricing schedule for consideration. Please see attached Statement of Work (SOW) and pricing schedule. Note: This will be a multiple-award Blanket Purchase Agreement (BPA) and is set-aside for small business under NAICS code: 611420. Award will be made to the 3 lowest technically acceptable quotes. Lowest price quotes will be determined based on the Government’s estimated hours for each task. Pricing schedule must be completed in order for your quote to be considered. *GSA Schedule Pricing ONLY* Open Market quotes will not be accepted. Contract Terms: Firm-Fixed Price

Vehicle: IT 70

RFP release date: 8/19/2021

Proposal due date: 8/25/2021

Related Attachments:

Read more

National Transit Database (NTD) Program Support

Summary: SOURCES SOUGHT/MARKET SURVEY NOTICE FOR THE NATIONAL TRANSIT DATABASE PROGRAM SUPPORT The United States (U.S.) Department of Transportation, Federal Transit Administration (FTA) is seeking vendors to assist FTA’s Office of Budget and Policy in supporting the transit industry in fully implementing the National Transit Database (NTD), as further described in the attached draft Statement of Work (SOW). The NTD was created to help meet the needs of individual public transportation systems, all levels of government, and the public for information on which to base public transportation service planning. This Contracting Opportunities (formerly known as Federal Business Opportunities) notice is an announcement seeking market research information concerning businesses that believe they are technically capable of providing the services in the attached SOW. We strongly encourage small businesses to respond concerning their technical capabilities regarding this notice. The technical capability package response for this “Sources Sought/Market Research Survey” is not expected to be a proposal, nor will any award be made, but rather specific, detailed information regarding the company’s existing experience in relation to the contract line item numbers (CLINs) specified in the SOW for information and planning purposes only. The Government will not accept simply a submission of your firm’s standard brochure of capabilities as a response to this Sources Sought/Market Survey Notice. The Government will not be responsible for any cost incurred by interested parties in responding to this request. There are thirteen CLINs described in the attached SOW. If your firm does not have expertise in all thirteen CLINs, please indicate the CLINs in which you have expertise and provide a technical capability statement response. Technical capability statements should be no more than 6 pages and the complete capability package must not exceed 10 pages. The document can be single or double spaced. Ensure you identify the SOW program area(s) for which you are providing a capabilities package. If a vendor has a recommendation based upon experience, please provide it as a brief response to this notice to the Government. The following questions must be answered and elaborated on as part of the technical capability statement response: (1) Past Performance Does your firm have the relevant past performance within the last three years (include contract number, task order number (if applicable), blanket purchase agreement (BPA) number along with call order number, contract type, total dollar value, technical point of contact (POC) with phone number, email address, name of employer, POC’s role, and a brief description of the work performed; (2) Corporate Experience Does your firm have the work experience similar in nature, scope, complexity, and difficulty of work described in the SOW; and (3) Is your firm providing similar services as stated in our SOW under an existing requirement against your General Services Administration (GSA) Schedule Indefinite Delivery, Indefinite Quantity (IDIQ) contract? If so, please briefly describe the contracted services and provide your GSA Schedule IDIQ contract number for which the services are provided against as an order and the Special Item Numbers (SINs) which the relevant work is being performed in relation; (4) For the GSA Schedule IDIQ contract related work which was provided to another federal government entity (ordering agency), please provide which labor categories your firm used for this type of work under a task or call order awarded; (5) Provide a description of services your firm provides similar in program area scope in the SOW under a currently awarded contract in the commercial industry. If your firm has relevant work with another federal government entity that was not awarded as a GSA Schedule buy, please briefly describe it as well. Please provide your company’s name, POC, address, phone number, cage code and your business size under the North American Industry Classification System (NAICS) code along with your capability statement response. If your firm has a specific NAICS code to recommend for each CLIN, please include it in your response to this RFI/Sources Sought notice. Also, when addressing the five questions stated above, please indicate whether your firm performed the work as a prime or subcontractor. If as a subcontractor, please state the prime contractor firm with your question responses. Complete technical capability statement response packages must be submitted electronically to Ms. Shequesha Evans, Contract Specialist at the email address Shequesha.Evans@dot.gov with a copy to Mrs. Stephanie Cooke-Nwadibia, Senior Contracting Officer via email at Stephanie.Cooke-Nwadibia@dot.gov by 1:00 p.m. Eastern Standard Time (EST) on September 3, 2021. Please note that the Government will not be compiling a bidders list for this Sources Sought/Market Research Survey nor posting one. CONTRACT TYPE The Government anticipates awarding a single Small Business Set-Aside, Firm-Fixed Price (FFP) and Labor-Hour hybrid contract concerning this requirement if determined to be competed among small businesses utilizing the Federal Acquisition Regulation (FAR) Part 15: Contracting by Negotiations procedures with posting to Contract Opportunities. If determined to be procured via GSA eBuy, the Government may award a task order utilizing FAR Subpart 8.4 Federal Supply Schedules (FSS) procedures. PERIOD OF PERFORMANCE The anticipated period of performance will be one 13-month base period and two 12-month option periods. PLACE OF PERFORMANCE The contractor shall furnish necessary facilities to undertake the scope of work and perform the services specific in this requirement.

Vehicle: PSS

RFP release date: 8/17/2021

Proposal due date: 9/3/2021

Related Attachments:

Read more

Credit Risk Scoring and Portfolio Analysis Services

Summary: The Small Business Administration (SBA), Office of Disaster Assistance (ODA) is issuing solicitation 73351021Q0055 as a Request for Quote (RFQ) for Credit Risk Scoring and Portfolio Analysis Services. This requirement is to put a Blanket Purchase Agreement (BPA) and to place BPA Calls against it for Non-COVID Credit Risk Scoring and Portfolio Analysis Services and one for COVID Credit Risk Scoring and Portfolio Analysis Services. This RFQ is pursuant to Federal Acquisition Regulation (FAR) Part 12 Commercial Items and FAR Part 8 GSA Federal Supply Schedule, SIN 522310 Financial Advising, Loan Servicing and Asset Management Services. This is a notice that the resultant contract is for a Total Small Business Set-Aside requirement. Only quotations submitted by Small Businesses will be accepted by the Government. Any quotation that is submitted by an Offeror that is NOT a Small Business will not be accepted. If your firm is interested in this acquisition, you may participate by submitting your response in accordance with the requirements and instructions contained herein. The Government anticipates the majority of this effort to be performed under NAICS Code 541611 Management and Financial Consulting, Acquisition and Grants Management Support, and Business Program and Project Management Services and Product Service Code B547 Accounting/Financial Management Studies. **SEE ALL REFERENCED ATTACHMENTS Please reference Section 5 – EVALUATION OF QUOTATIONS AND BASIS FOR AWARD of the attached RFQ (73351021Q0055) for all applicable evaluation criteria. Quotations are due on or before August 30, 2021 at 1:00 PM Easter Time (ET). The Government reserves the right but is not required to consider quotes received after the submission deadline at the Contracting Officer’s discretion. Questions shall be submitted in writing via email to Contracting Officer, Krystal Bourlier at krystal.bourlier@sba.gov, no later than August 23, 2021 before 1:00 PM Eastern Time (ET).

Vehicle: PSS

RFP release date: 8/16/2021

Proposal due date: 8/30/2021

Related Attachments:

Read more

Library of Congress IT Management and Governance BPA and Initial Order

Summary: This is an RFQ for a Multiple-Award Blanket Purchase Agreement (BPA) and Initial Order for IT Governance and Management services. The Library of Congress (“The Library” or LC) requires contract support services to support analyses and recommendations for management and governance processes designed to include or result in Information Technology (IT) solutions at the Library of Congress. The contractor shall support the Library in accomplishing initiatives in the areas of IT management and governance processes, including mission and IT strategic planning, IT financial and services management, IT cost management and analysis, effective and efficient use of technology investments within the context of business and IT investment portfolios, risk management, and improved support to the Library’s various service units for both business and IT project and program management. See the attached solicitation and its associated attachment for more details including task areas, scope and due dates.

Vehicle: IT 70

RFP release date: 7/30/2021

Proposal due date: 8/18/2021

Related Attachments:
Related Attachment
Related Attachment
Related Attachment

Read more
PHP Code Snippets Powered By : XYZScripts.com