Business Development

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

Material Management Team (MMT)

Summary: SOURCES SOUGHT SYNOPSIS THIS IS A SOURCES SOUGHT NOTICE ONLY. Mission and Installation Contracting Command Fort Bragg (MICC-FB) has a requirement to procure a non-personal services contract to support the Material Management Team (MMT). The required service commands include but are not limited to the United States Army Reserve Command (USARC). USARC provides support to the Army Reserve Modular Army Reserve Command and Control Unit (ARC2). All logistic support services include but are not limited to Material Management Teams and Intermediate Supply requirements. This support will focus primarily on the following areas: material management, accountability, asset visibility, equipment divestiture, and redistribution and support team series (all classes of supply, and the associated logistics analysis and management functions). This will be a small business set-aside provided that two (2) or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. We encourage all 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), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participated in any future RFQ, IFB or RFP, if any is issued. It is the responsibility of potential offerors to monitor the Government wide Point of Entry (GPE) for additional information pertaining to this requirement. The NAICS code selected for this acquisition is 561210, Facilities Support Services. The size standard for this NAICS code is $41.5M. Attached is the draft Performance Work Statement In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certification(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursed, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (including size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the Material Management Team (MMT) requirements is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonable restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from GSA notice or as stated below. Provide the specific aspects that unreasonable restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS to acquiring the identified MMT services. Responses to this notice will assist the government in identifying potential sources and determine if a set-aside of the solicitation is appropriate. Statement of Capability should be submitted no later than 4:00 P.M. EST on 23 August 2021. The response information should be electronically mailed to Contract Specialist Casey N. Cambrin at casey.n.cambrin.civ@mail.mil and Contracting Officer Heather D. Clifton at heather.d.clifton.civ@mail.mil.

Vehicle: PSS

RFP release date: 8/16/2021

Proposal due date: 8/26/2021

Related Attachments:

Read more

UHF/VHF Truck Radio Removal and Installation Services

Summary: Sources sought for UHF/VHF Truck Radio Removal and Installation Services. PLEASE NOTE: THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT SYNOPIS ISSUED ONLY TO CONDUCT A MARKET RESEARCH STUDY FOR AN ANTICIPATED REQUIREMENT. This is a sources sought announcement seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought. In addition, 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), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. This is not a request for quotation or proposal. This notice is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the evaluation. If a Request for Proposal is issued for this requirement it will not be issued under this number. This synopsis is issued for the sole purpose of conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10. The designated North American Industry Classification System (NAICS) Code is 811213: Communication Equipment Repair and Maintenance, with a size standard in millions of dollars: $11.0. The Hawaii Air National Guard (HIANG) is conducting market research based on the following: Remove two (2) each PRC-117 and associated cables Remove one (1) each Power Inverter and associated cables Remove one (1) each LMR Motorola Radio System and associated cables Remove one (1) each Harris/Motorola Radio Speakers and associated cables Remove two (2) each Harris keypads and mounts and associated cables Remove one (1) each truck rack located in the bed of the truck Remove two (2) each antennas and associated cables Remove one (1) each safety light and associated cables. Install all above parts into new vehicle with the following exceptions: a. Fabricate center top dash mounting system for dual control heads in a manner that can be reverted back to factory specifications for a 2017 Chevy 2500HD crew cab b. Government will provide two new antennas, antenna mounts. New antenna/antenna mounts shall be mounted to the vehicle in a manner that will not disrupt transmit/receive capabilities. c. Install government procured, Motorola APX6500, LMR radio system installed with ergonomic mounting system. d. Install contractor procured Laptop station (RAM No-DrillLaptop Mount (Mfr Part Number RAM-VB-193-SW1) “or equal”) in an ergonomic manner to maintain the ability to utilize Harris 10511-1300 keypads and Motorola APX6500 radio system. Location of service will determined if vendor has capabilities to perform at their respective location, otherwise Place of Performance shall be at 360 Mamala Bay Drive, JBPH-H, Hawaii 96853.

Vehicle: IT 70

RFP release date: 7/13/2021

Proposal due date: 7/20/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com