CIO

RFI – Amazon Web Services (AWS) Technical Support

Summary: Technical support will include dedicated advisory support for cloud infrastructure, computing, and migration such as analysis of the current CBP IT environment, and assistance in developing future state AWS architecture, migration, security, governance, and operating plans.

Vehicle: CIO-SP3

RFP release date: 10/5/2021

Proposal due date: 10/11/2021

Related Attachments:

Read more

Special Notice – Enterprise Platform for Integrated Citizen-Development (EPIC)

Summary: Please see the Request for Information (RFI) published at SAM.gov. The SAM.gov notice ID is EPIC_FY22. The following IP address may also take you directly to the RFI: https://sam.gov/opp/c55b5005c67c4365899e909ea07134d3/view. Please also submit your response via the eGOS system.

Vehicle: CIO-SP3

RFP release date: 10/6/2021

Proposal due date: 10/19/2021

Related Attachments:

Read more

CEC Tier 1 helpdesk

Summary: **Read SF1449 in its entirety**This requirement is for Information Technology Centralized Help Desk ? Tier 1 support for the U.S. Department of Agriculture (USDA) Client Experience Center (CEC). The support shall be provided in close collaboration with CEC?s technical support structure and four divisions of CEC: Governance Support Division (GSD), Infrastructure Operations Division (IOD), Technical Support Division (TSD), and the Business Services Division (BSD). In this environment, the Centralized Help Desk (CHD) is the first point of entry for the Customer contacting one of the support divisions with an IT issue or request. This support shall be in accordance with industry standards (e.g., Information Technology Infrastructure Library (ITIL), Information Technology Service Management (ITSM)).

Vehicle: CIO-SP3

RFP release date: 9/24/2021

Proposal due date: 10/7/2021

Related Attachments:
No Bid

Read more

Marketplace Service Desk (MSD)

Summary: The purpose of this task order is to procure the services of a contractor to maintain support provided under an expanded service desk called the Marketplace Service Desk (MSD). The MSD will provide all aspects of service desk support to CCIIO?s users and stakeholders, ranging from handling incoming requests through various channels such as phone, email, and chat to triaging, resolving, and/or escalating incidents as needed. The MSD will also provide analytics and reporting capabilities to meet CCIIO?s evolving business needs.

Vehicle: CIO-SP3

RFP release date: 9/22/2021

Proposal due date: 10/12/2021

Related Attachments:

Read more

Emerging Technology and Innovation Initiatives Execution

Summary: The Department of Housing and Urban Development (HUD) seeks Contractor services to support Ginnie Maes Office of Enterprise Data and Technology Solutions (OEDTS) in its efforts to provide operation support to their Emerging Technology and Innovation initiatives. The operation support will require introducing, designing, and building a series of prototypes and Proof of Concepts (POCs) for emerging technology solutions that provide opportunities to modernize, digitize, automate, and improve Ginnie Mae?s operations.?

Vehicle: CIO-SP3

RFP release date: 9/24/2021

Proposal due date: 10/15/2021

Related Attachments:

Read more

Draft RFP – Website Management Support (WMS) 2.0

Summary: Draft RFP only. See attachments for details.

Vehicle: CIO-SP3

RFP release date: 9/23/2021

Proposal due date: 10/22/2021

Related Attachments:
Stage 1 – Qualification

Read more

Cleanroom Drive Restoration, Big Hill Lake, Kansas

Summary: Cleanroom Drive Restoration for Two (2) Drives Big Hill Lake, Kansas 1.0 Scope of Work 1.1. The Tulsa District requires a contractor who can diagnose and restore up to two (2) drives in a cleanroom that meets or exceeds the ISO 14644-1 Cleanroom Standard Class 8. After drive restoration the contractor will provide shipping to Big Hill Lake (19065 Cherryvale Pkwy., Cherryvale, KS 67335) via insured priority service with tracking. The work to be performed under the terms of this contract consists of furnishing all supplies and services, labor, equipment, instruments, materials, and incidentals to support Drive Recovery. 1.2. Background – The Big Hill Office Server and Backup Server are corrupted. Analysis by the CIO/G6 Forensic Team determined that the data would need to be recovered in a cleanroom. 1.3. The “work” shall mean to provide drive recovery as follows: a) General. The contractor shall receive six (6) drives. Four (4) of these drives form the RAID. Two (2) of the RAID drives are damaged and two (2) are working. The remaining two drives are the operating system drives and are being provided for the data recovery experts to have if any information from the operating system is needed to complete the rebuild. Up to two (2) drives that are a part of the RAID must be rebuilt in a cleanroom so the data can be recovered from the RAID file system. The contractor will need to diagnose and repair the 2 drives. The contractor will then rebuild the RAID and recover any data from those drives. The cleanroom must be at a minimum ISO 14644-1 Cleanroom Standard Class 8 certified. b) References. ISO 14644-1 Cleanroom Standard 2.0 Invoicing 2.1. Submit one copy of the invoice to Tabitha Westhoff at Tabitha.s.Westhoff@usace.army.mil. Payment for services rendered will be made in a lump sum after all exams have been performed and invoices received. 2.2. Invoices shall include the employee’s name and the contractor name, address, billing period, payment terms, contract number, date, invoice number, line item number, tests administered, amounts, subtotals (if applicable), and amount total. 3.0 Period of Performance Period of performance is six (6) months from date of purchase order award. Delivery for drive restoration will be scheduled by a Government POC a minimum of 2 days in advance. 4.0 Point of Contact (POC) To be provided at the time of award. 4.0 Confidentiality The Contractor will make no public announcements or disclosures relative to information developed from this Scope of Work. All information gathered will be considered privileged information of the United States Government. All documents, data, and any form of information generated under this contract will remain the exclusive property of the U.S. Government. All rights or copyrights to contract products will be in compliance with FAR 52.227-14, Rights in Data-General. The Contractor will not release or allow access to GFI, or documents/data/information generated under this contract outside of the U.S. Government officials as designated by the Contracting Officer (KO), Contracting Officers Representative (COR), and, if applicable, the designated installation POC. All requests for information will be directed to the KO or COR. Information or other related data will not be released, by the Contractor or any sub-Contractor(s), to other Government agencies (DOD and Non-DOD), private groups, private individuals, or private agencies, without prior written approval from the KO.

Vehicle: IT 70

RFP release date: 9/22/2021

Proposal due date: 9/30/2021

Related Attachments:

Read more

Solicitation 1333BJ21Q00280090 – IV&V Data Center Relocation/Modernization

Summary: The purpose of this effort is for USPTO to acquire the services of an industry organization that is a specialized technically and managerially independent IV&V services provider to conduct an IV&V evaluation of the current Data Center Relocation & Modernization effort. The intent is to ensure that the IV&V effort is vested in an organization departmentally and hierarchically separate from the USPTO Product Lines and Business Units. Such managerial independence helps ensure that the IV&V service provider is able to deliver to USPTO leadership and management, findings and recommendations of an IV&V review without restriction, fear of retaliation, or coercion (e.g., reports being subject to prior review or approval from USPTO Business Unit or associated industry partners before release). This is an FY21 requirement, posting is requested ASAP.

Vehicle: CIO-SP3

RFP release date: 9/17/2021

Proposal due date: 9/23/2021

Related Attachments:

Read more

TSA VIPR Web-based Emergency Operations Center (WebEOC) enhancements requirement

Summary: The Transportation Security Administration (TSA), Law Enforcement/ Federal Air Marshal (LE/FAMS), Visible Intermodal Prevention and Response team (VIPR) Program has a Reseller requirement for Juvare Brand Name Only Software and Dedicated Services to develop WebEOC boards, reports, and provide analysis in support of the VIPR program. Services will be competitively procured from participating in the NITAAC CIO-SP3 Small Business GWAC that can Resell the Juvare Brand Name Only Software and Dedicated Services. I added a sentence under the POP section in the SOW to state no Transition In/Transition Out plan is required. And as instructed by the former Reviewer, I included in the RFQ the following in RED: “**All Contract Holders shall identify and list the NIH Contract Access Fee (NCAF) as a separate line item in their submitted quotes or proposals as detailed in Article G.8 (NIH Contract Access Fee Remittance) of the CIO-SP3 Small Business conformed contracts.**” The quote we received for the exact solicitation posted on 8/31 resulted in a quote with a separate line item for the NCAF. This is a mission critical procurement, and we need to get released today to meet deadlines.

Vehicle: CIO-SP3

RFP release date: 9/17/2021

Proposal due date: 9/20/2021

Related Attachments:

Read more

eRA Grants Management System Support Services

Summary: The Department of Health and Human Services (HHS), National Institutes of Health (NIH), through this acquisition, intends to award a contract to procure Grants Management System Support Services to support the Office of Extramural Research (OER), Office of Electronic Research Administration (eRA). I made the revision to show the fee for each years CLIN.

Vehicle: CIO-SP3

RFP release date: 9/16/2021

Proposal due date: 10/4/2021

Related Attachments:
No Bid

Read more
PHP Code Snippets Powered By : XYZScripts.com