CLIN

Microsoft Premier Services

Summary: The reason for this modification is to increase the number of hours for each clin per the attached and change the quote due time from 3pm to 6pm.

Vehicle: IT 70

RFP release date: 9/27/2021

Proposal due date: 9/29/2021

Related Attachments:

Read more

Cisco Multi Rate Client Line Cards

Summary: This procurement is specific configuration per hardware specifications and required capacity along with the components. The Models offered for each hardware component must strictly conform to the specifications given in this solicitation, which matches the Original Equipment Manufacturer (OEM) product literature. The entire list of CLIN for hardware gear quoted by offeror must have all the functionality enabled by default (out of the box).

Vehicle: IT 70

RFP release date: 9/22/2021

Proposal due date: 9/27/2021

Related Attachments:

Read more

WRTCT LMS

Summary: 100% small business set aside. Please see attached PWS for you to reference requirements. Please attach product information as it regards this requirement. Important: Please not that this Request for Quote (RFQ) must conform to all requirements outlined in PWS and will be evaluated based upon the Best value to the Government. CLIN 1: Base Year: 24 September 2021 to 23 September 2022: Total_____

Vehicle: IT 70

RFP release date: 9/20/2021

Proposal due date: 9/22/2021

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

EIS Consulting Services

Summary: This is a Request for Proposal for Consulting Services in accordance with the attached Performance Work Statement (PWS). A Labor-Hour (LH) Task Order (TO) is anticipated as a result of this solicitation. If the contractor exceeds the ceiling price identified on the CLIN(s) within the order, the contractor does so at its own risk. See attached solicitation for all requirements, terms and conditions, and evaluation criteria. Offeror will fill out attached Pricing Worksheet and return it with the proposal.

Vehicle: PSS

RFP release date: 9/16/2021

Proposal due date: 9/22/2021

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

PACFLT(Costal Artillery and Conceal-Reveal)

Summary: This procurement is for studies that will provide critical insight into capabilities and strategies essential to support the PACFLT Theory of the Fight, Chief of Naval Operations Key Operational Problems & Great Power Competition, and PACFLT Commander efforts to counter near peer competitors. See attached PWS for more information. The Price Quote shall include prices for each of the CLINs in the RFQ and shall provide a total firm-fixed-price including all CLINs. The not-to-exceed travel CLIN amount is specified in the PWS. The total quoted price shall represent the quoter’s firm-fixed-price for performance of all of the PWS’ requirements. All prices quoted should be supported by back-up cost breakdown documentation demonstrating how the price was developed, to include a breakdown of labor via direct & indirect rates, and provide each labor category’s fully-burdened rate. All costs included in developing the price should be provided in the breakdown such that the total amount is substantiated by the price breakdown. Please disregard the shipping information in this request. Shipping information will be included in award. Note: While the closing date of the RFQ is 17 September, the price quote may be submitted prior to that to the attention of Alexsis Morgan at Alexsis.Morgan@navy.mil.

Vehicle: PSS

RFP release date: 9/10/2021

Proposal due date: 9/17/2021

Related Attachments:

Read more

QA Mechanical Inspections – GSA – Montana Facilities

Summary: MECHANICAL QA INSPECTIONS REQUIRED FOR THE FOLLOWING MONTANA LOCATIONS, FOR THE PERIOD OF NOVEMBER 1, 2021 THROUGH OCTOBER 31, 2022: CLIN 0001 – Chief Mountain Land Port of Entry (LPOE) – Chief Mountain, MT (2 each) CLIN 0002 – Havre Border Patrol Sector Headquarters (BPSHQ) – Havre, MT (6 each) CLIN 0003 – Piegan Land Port of Entry (LPOE) – Piegan, MT (6 each) CLIN 0004 – Raymond Land Port of Entry (LPOE) – Raymond, MT (6 each) CLIN 0005 – Roosville Land Port of Entry (LPOE) – Roosville, MT (6 each) CLIN 0006 – Sweetgrass Land Port of Entry (LPOE) – Sweetgrass, MT (3 each) CLIN 0007 – Turner Land Port of Entry (LPOE) – Turner, MT (6 each) CLIN 0008 – Hourly Rate for Inspections on O&M Performed Service Task Orders (while onsite for QA inspections). CLIN 0009 – Optional – Additional Site Visits, if needed, for Chief Mountain LPOE. Per Site Visit Price. CLIN 0010 – Optional – Additional Site Visits, if needed, for Havre BPSHQ. Per Site Visit Price. CLIN 0011 – Optional – Additional Site Visits, if needed, for Piegan LPOE. Per Site Visit Price. CLIN 0012 – Optional – Additional Site Visits, if needed, for Raymond LPOE. Per Site Visit Price. CLIN 0013 – Optional – Additional Site Visits, if needed, for Roosville LPOE. Per Site Visit Price. CLIN 0014 – Optional – Additional Site Visits, if needed, for Sweetgrass LPOE. Per Site Visit Price. CLIN 0015 – Optional – Additional Site Visits, if needed, for Turner LPOE. Per Site Visit Price. This Procurement is Total Small Business Set-Aside under FSS Contract/MASS: 561210FS w/Complementary SIN: OLM (Order-Level Materials). Please provide a detailed price breakout for each CLIN to include all labor categories, travel, etc. The most current Service Contract Wage Determinations for each location have been attached. The full RFQ1521728 package is attached to this posting, which includes: RFQ Task Order Requirements with Evaluation Factors; Scope; O&M PWS, Mechanical Inspection Form, Equipment Inventory; SCA Wage Determinations; and SBU Form. Quotes are due back by: Monday, September 27, 2021 at 4:00pm MST. Please send Request for Information to Shawna Horvath, CO (shawna.horvath@gsa.gov), NLT 9/21/21, to allow time to prepare and issue responses. Electronic copy of full proposal (via email and/or Ebuy), and mailed hard copies are all acceptable means of submitting proposals.

Vehicle: PSS

RFP release date: 9/12/2021

Proposal due date: 9/27/2021

Related Attachments:

Read more

NAVCIE BORFQ 0021 USAREUR-AF Tony Bass IT Upgrades Phase I

Summary: See the attachments for full details. —– 0.1 DESCRIPTION OF AMENDMENT 0.2 The purpose of Amendment 0001 is to: a. Update the due date for the quote to 21 September 2021 at 2:00 PM Central European Summer Time, as previously agreed by the parties via email. b. Update the CLIN structure as outlined in paragraph 1.5 of this BORFQ letter.

Vehicle: IT 70

RFP release date: 9/10/2021

Proposal due date: 9/21/2021

Related Attachments:

Read more

Fire Alerting System and Installation

Summary: This acquisition is utilizing procedures in FAR Part 13, Simplified Acquisition Procedures and is issued as a Request for Quote (RFQ) from the 166 MSG/MSC, New Castle, DE 19720. This acquisition is currently being set aside for a small business, however, in the event there are not enough responses from responsible, capable small businesses, and then large business responses will be considered. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular (FAC) 2021-06 and DPN 20210709. Award will be made based on overall best value to the government. The selected vendor shall provide all materials, labor, transportation, installation and technical expertise necessary to complete this award. An offer which requires the Government to execute a separate agreement with a third party shall be deemed technically unacceptable. The Government intends to place a Single, Firm-Fixed Price order without discussions. Therefore, offerors should submit their best offer up front. Do not assume you will be able to revise your offer. The descriptions of the commercial items are: CLIN 0001 FIRE STATION ALERTING SYSTEM TO INCLUDE BUT NOT LIMITED TO ALL ITEMS IDENTIFIED IN THE PWS (ATTACHMENT 1) QTY: 1 Date: NTP- 120 DAYS Place of delivery: Delaware Air National Guard, New Castle, DE 19720-1615 from 7am to 4:30 pm, Monday thru Friday. CLIN 0002 DESIGN OF THE SYSTEM, INSTALLATION OF EQUIPMENT, PROGRAM MANAGEMENT AND TESTING IDENTIFIED IN THE PWS (ATTACHMENT 1) QTY: 1 DATE: NTP-120 DAYS Place of performance: Delaware Air National Guard, New Castle, DE 19720-1615 from 7am to 4:30 pm, Monday thru Friday. SUBMISSION GUIDELINES: Submitted quote shall be uploaded to the GSA eBuy portal under the associated RFQ. The Contracting Officer will evaluate equal products and services on the basis of information furnished by the quote or identified in the quote and reasonably available to the Contracting Officer. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and Far DFARS clauses and provisions are available at the following internet site: http://acquisition.gov . This contract is subject to the Service Contract Act of 1965. The applicable wage determination in effect at the time of award will be incorporated into the subsequent contract. Current rates can be found at the following site: www.dol.gov (See attachment #2 WDOL) The following provisions are included for the purposes of this solicitation: 252.203-7005 Representation Relating to Compensation of Former DoD Officials; 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls; 252.204-7016 Covered Defense Telecommunications Equipment or Services Representation; 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Representation; 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements; 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information retrieval System; 252.225-7031 Secondary Arab Boycott of Israel; The following clauses are included for the purposes of this solicitation and most current versions will be incorporated into any resulting order: 252.203-7000 Requirements relating to Compensation of Former DoD Officials; 252.203-7002 Requirements to Inform Employees of Whistleblower Rights; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 DoD Antiterrorism Awareness Training for Contractors; 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; 252.204-7015 Disclosure of Information to Litigation Support Contractors; 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services; 252.204-7020 NIST SP 800-171 DoD Assessment Requirements; 252.204-7021 Contractor Compliance with the Cybersecurity Maturity Model Certification Level Requirement; 252.211-7003 Item Unique Identification and Valuation; 252.223-7008 Prohibition of Hexavalent Chromium; 252.225-7048 Export-Controlled Items; 252.227-7015 Technical Data–Commercial Items; 252.227-7037 Validation of Restrictive Markings on Technical Data; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006 Wide Area Workflow Payment Instructions; 252.232-7010 Levies on Contract Payments; 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; 252.244-7000 Subcontracts for Commercial Items; 252.246-7008 Sources of Electronic Parts; 252.247-7023 Transportation of Supplies by Sea;

Vehicle: IT 70

RFP release date: 9/10/2021

Proposal due date: 9/18/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com