BPA

RFI: Information Technology Solution Integrated Services (ITSIS)

Summary: Request for Information Information Technology Solution Integrated Services (ITSIS) THIS REQUEST FOR INFORMATION (RFI) IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. THE INFORMATION REQUESTED BY THIS RFI WILL BE USED BY NSF TO FACILITATE DECISION MAKING AND WILL NOT BE DISCLOSED OUTSIDE THE GOVERNMENT. The National Science Foundation (NSF) is an independent federal agency created by Congress in 1950 “to promote the progress of science; to advance the national health, prosperity, and welfare; to secure the national defense…” NSF is conducting market research to identify qualified, experienced, and interested sources to support the Division of Information Services (DIS) with NSF’s Information Technology Solution Integrated Services (ITSIS). The acquisition strategy for this procurement has not been determined at this time. ITSIS is considered a high-value, mission critical acquisition. The results of this RFI will be used as one of the determining factors in deciding on the acquisition strategy. The NSF encourages all qualified businesses (large and small), including joint ventures, to respond to this RFI. Additionally, small businesses in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns) are encouraged to respond to help make a final small business set-aside determination, if any. The anticipated North American Industry Classification System (NAICS) code for this requirement is 541511- Custom Computer Programming Services, which has a size standard of $30 million. Interested and qualified vendors should submit a response to this Request for Information. Please follow the instructions and include all content requirements below: a) Instructions: 1. Responses should be concise and compliant with the content requirements 2. Responses must not exceed 7 pages (Group 1 only) or 9 pages (Group 1 & 2) including a cover page with corporate information, 1 page for the table of contents, 3 pages demonstrating your capability, 1 page for contract staffing maturity, contract transition management, and recommendations on contract type and pricing methodology, 1 pages identifying items that would prevent you from responding to this potential RFQ/RFP, and 1 page for applicable and relevant references organizational experience, etc. 3. Responses should be provided in 12-point font 4. Generic sales brochures, videos, and other marketing information materials are not solicited and will not be reviewed 5. Do not submit cost or price information with the response 6. A viable interested party shall demonstrate the company’s capability to successfully perform the NSF’s requirements 7. A viable interested party shall provide relevant, applicable references, including references performed under a joint venture, of previous work or solution implementations that relate to the NSF’s requirements b) Content: 1. Corporate Information: i. Company name and address ii. Name of company representative, business title and email iii. Small business socioeconomic status under NAICS 541511 iv. DUNS Number v. Applicable contract vehicles your company has (e.g., Federal Supply Schedules (FSS), Blanket Purchase Agreements (BPAs), Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts) available for use by NSF vi. Identify interest in Group 1, Group 2, or both (refer to SOW). 2. Organizational Experience (within the past 3 years): i. Provide a summary of your company’s relevant experience in providing services of these types to an organization of similar size and complexity of the NSF ITSIS requirement as defined in the attachment. This requirement is expected to be worth approximately $50 million annually. ii. Provide a summary of your company’s experience in supporting legacy/core agency system iii. Description shall include the period of performance, number of years, awarded dollar value, total obligated dollar amount, contract type, the role of your company on that contract (e.g., prime or sub), and scope of the previous effort 3. Contract Staffing Maturity: Provide a summary of your company’s ability to hire and retain qualified staff, assemble high quality staff to fill urgent/emerging requirements, and provide staff with all the necessary support and oversight. 4. Contract Transition Management: Provide a description of your corporate experience transitioning contracts from incumbent support contractors including lessons learned, if any. 5. Recommendations on Contract Type and Pricing Methodology: Based on the tasks included in the attachment, provide a recommendation on contract type (e.g., Indefinite Delivery Vehicle (BPA, IDIQ), Requirements Contract, Task Order) and pricing structure (e.g., Firm-Fixed Price, hybrid, order dependent) and the rationale for those recommendations. If your firm has the potential capability to perform these contract services, please respond to this RFI with your submission by 10/26/2021. Telephone inquiries will not be accepted or acknowledged. Any questions related to the preparation of a response to this RFI shall be submitted in writing to the point of contact listed below. NSF may contact respondents to this RFI for additional information or one-on-one due diligence sessions as the NSF continues to explore the implementation of DLT in support of its mission. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Request for Information by 10/26/2021 at 11:00AM EST. All responses under this Request for Information must be emailed to Katrina Barry, kbarry@nsf.gov . If you have any questions concerning this opportunity, please contact Katrina Barry, kbarry@nsf.gov.

Vehicle: IT 70

RFP release date: 10/5/2021

Proposal due date: 10/26/2021

Related Attachments:

Read more

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

Executive Order Support Services (EOSS) BPA

Summary: Request for Quotation (RFQ) to solicit for a five- year BPA and initial call order.

Vehicle: IT 70

RFP release date: 9/23/2021

Proposal due date: 10/14/2021

Related Attachments:

Read more

Teamcenter Product Lifecycle Management (PLM) Support

Summary: RFQ covers both Single Award BPA and first Task Order for A-10 program at Hill AFB for Siemens Teamcenter Product Lifecycle Management (PLM) Support. See attached documents for additional information.

Vehicle: IT 70

RFP release date: 9/17/2021

Proposal due date: 10/19/2021

Related Attachments:

Read more

RFI for DEAMS FMO Professional Services BPA

Summary: See attached RFI document and draft BPA PWS. THIS IS NOT A REQUEST FOR PROPOSALS (RFP) OR A REQUEST FOR QUOTATION (RFQ). IT IS STRICTLY AN eBUY REQUEST FOR INFORMATION TO IDENTIFY POTENTIAL VENDORS INCLUDING BUT NOT LIMITED TO SMALL BUSINESSES AND LARGE BUSINESSES CAPABLE TO FULFILL THE ATTACHED REQUIREMENT IN AN EFFORT TO DETERMINE IF THERE EXISTS AN ADEQUATE NUMBER OF QUALIFIED GSA SCHEDULE CONTRACTORS CAPABLE AND INTERESTED IN MEETING THE REQUIREMENTS OUTLINED. Response by e-mail is required and should be forwarded to Adam Sawatzke, Contracting Officer, via e-mail at adam.sawatzke@gsa.gov and Megan Knight, Project Manager, via email at megan.knight@gsa.gov. Response is requested on or before 12:00 pm (CDT) October 15, 2021. The total RFI response document shall not exceed eight (8) pages.

Vehicle: PSS

RFP release date: 9/16/2021

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

EAC Program – Cybersecurity Operations Support Services (COSS)

Summary: The Enterprise Applications Cybersecurity (EAC) Program is responsible for ensuring that IT assets under the purview of Enterprise Business Solution (EBS) are in compliance with Federal and Agency policies. EBS must be able to scale its cybersecurity capabilities to meet the needs of its customers. A flexible BPA is needed to provide a full range of cybersecurity services to assist EBS in carrying out its IT security oversight responsibilities. EBS is seeking contractor support for Operational Risk & Compliance and Security Operations. The Internal Revenue Service is issuing an Request for Information (RFI)/Sources Sought on behalf of The Department of Treasury, Enterprise Business Solution. Interested contractors may submit a capability statement to demonstrate their ability to fulfill the task outlined in the RFI.

Vehicle: IT 70

RFP release date: 9/13/2021

Proposal due date: 9/20/2021

Related Attachments:

Read more

EAC Program – Application Cybersecurity Enterprise Services BPA

Summary: This announcement is a sources sought/request for information (RFI). This not a request for quote (RFQ)/request for proposal (RFP) and a formal solicitation is not available at this time. Enterprise Applications Cybersecurity (EAC) Program is responsible for ensuring that IT assets under the purview of EBS are in compliance with Federal and Agency policies. As the portfolio of assets continues to grow, EBS must be able to scale its cybersecurity capabilities to meet the needs of its customers. A flexible BPA is needed to provide a full range of cybersecurity services to assist EBS in carrying out its IT security oversight responsibilities. The Contractors will be responsible for providing subject matter expertise support in project management, technical and functional support, data integration and migration management, and upgrade support. The Internal Revenue Service is issuing an Request for Information (RFI)/Sources Sought on behalf of The Department of Treasury, Enterprise Business Solution. Interested contractors may submit a capability statement to demonstrate their ability to fulfill the task areas outlined in the RFI.

Vehicle: IT 70

RFP release date: 9/13/2021

Proposal due date: 9/20/2021

Related Attachments:

Read more

Program Management Support Services

Summary: Please see attached documents for Program Management Support Services BPA for a base + 4 option years. Must be located within 50 miles of the OPM office (Theodore Roosevelt Building) in Washington, DC

Vehicle: PSS

RFP release date: 9/13/2021

Proposal due date: 10/26/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com