CM

Case Management Services for California National Guard

Summary: Quoters must follow the instructions contained herein. Quoters are cautioned that any noncompliance with the terms and conditions of the Request for Quote (RFQ) may cause their quote to be determined not eligible for award. Quotes must be received by the United States Property and Fiscal- California Manuel Jimenez manuel.a.jimenez12.civ@mail.mil no later than the date and time specified in Block 8 on the face page of the attached RFQ. To facilitate uniform handling and evaluation, submission of quote packages via electronic mail to manuel.a.jimenez12.civ@mail.mil is required with the Subject Line: W912LA21Q0016, Long Term Case Management, in addition to posting to GSA. Successful offeror will need to provide Medical and Dental Non-clinical Case Management (CM) in support of Individual Medical Readiness (IMR). This requirement is designed to be flexible, responsive, and meets the ever-evolving needs of the government. Department of Defense Instruction (DoDI) 6025.19 establishes aggressive quarterly and annual metric goals for the separate IMR elements and for the overall IMR category of Fully Medically Read (FMR) Soldiers. The service will primarily be performed in Sacramento, California with occasional travel to support Periodic Health Assessment (PHA), Soldier Readiness Processing (SRP) and Post Deployment Health Related Assessment (PDHRA) events. This procurement will be a one-year contract with two option years. This requirement is anticipated to result in a Firm Fixed-Price (FFP) contract.

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 9/24/2021

Related Attachments:
No Bid

Read more

Renewal Software & Voicemail Licenses

Summary: Brand Name: Open Text (OEM) See Brand Name Justification and Requirement Statement for more details. : 1.0 Background/Introduction: TeamQ call center software and Voicemail are utilized to support the ITACS Technical Assistance Center (TAC) help desk. ITACS requires renewal of annual support for these licenses. 2.0 Minimal Technical Requirements/Salient Characteristics: OpenText (formerly XMedius America Inc.) brand-only software support as follows: Premium XpressCare – CX-E License (Part No. 1090-95101-00) for: Renewal with Reinstatment fees – TeamQ Agent (max 250 agents per system), Qty: 26 – TeamQ Supervisor (per supervisor, max 50 supervisors per system), Qty: 6 – 48 SIP Port – CX-E 48-Ports/5 UM/5 PA/1 Call Server, Qty: 1 – Avaya Communication Manager SIP (includes SIP Trunk for CM/SM and SIP station for SM integration), Qty: 1 – Additional call server (maximum 20 call servers per CX-E system with 8.1 and higher), Qty: 1 – UCConnect/Automated Agent (UCConnect for CX-E or CS-S or higher. Automated agent for CX-E 8.0 and CallXpress 7.x), Qty: 1

Vehicle: IT 70

RFP release date: 8/12/2021

Proposal due date: 8/19/2021

Related Attachments:

Read more

Project Management/Construction Management (PM/CM) Support Services NGA

Summary: Title: Project Management/Construction Management (PM/CM) Support Services Location: National Gallery of Art (NGA), Washington, DC The National Gallery of Art (“NGA” or “Gallery” herein) is a highly complex set of buildings known as the West Building, Connecting Link and East Building, totaling 1.4 million square feet, a 6.1-acre Sculpture Garden, three (3) acres of skylights, and over 1,500 major pieces of equipment, all of which must be maintained under the strictest environmental conditions for the preservation of the art. The Gallery also occupies a variety of leased properties to carry out its mission. The Gallery’s Repair, Restoration and Renovation Program, which is comprised of Master Facilities Plan (MFP) projects and Ongoing Renovation projects, was developed as an integrated approach to reducing the growing backlog of deferred maintenance. This program of facilities improvements is required to prevent the continued degradation of the physical plant and to ensure optimum operational effectiveness and efficiency of the Gallery’s facilities. Recognizing that the Gallery’s buildings were reaching an age where many components needed major repair or replacement, and that some infrastructure systems were reaching the end of their useful life; the Gallery undertook the development of the MFP in 1997 with the following goals: a. Continue to safeguard the Gallery’s art collection, the visiting public, and staff; b. Extend the useful life of the facilities; c. Limit the extent of gallery closings, maintain the schedule of special exhibitions, and minimize the impact of this work on public educational programs; d. Reduce the risks to the collection, staff, and visitors and reduce the potential for emergencies; e. Provide an organizing framework for effective implementation of infrastructure improvements and renovations; and f. Respond to new safety standards and building codes. Additionally, the Gallery maintains a robust facilities maintenance program through the Facilities Management group’s Maintenance and Repair funds and supports improvements to security and protection through the Protection Services group’s Security and Protection Services funds. The emphasis of this PM/CM Support Services Contract is on project delivery strategies related to the Gallery’s multiple facilities improvement/maintenance programs, construction management related to budgets and schedules, and field support for the NGA’s construction program. Projects will have specific requirements within these overall service areas, which may include the need for personnel with specialized experience. The project services are project driven and subject to fluctuations depending on project activity levels. The nature of this work includes ongoing coordination of the project construction-related activities, review of design contract documents relative to constructability and project delivery, participation in the construction phase acquisition strategy for solicitation of construction services, provision of post-award field representation, review of contractor change proposals, tracking of schedule and budget, and day-to-day liaison activities. There are three (3) project services currently required, with objective stated under each: 1. Project Service #1 – West Building Exterior Repairs – a. Objective #1 – Project Support Services. – b. Objective #2 – Safety Assurance Support Services. – c. Objective #3 – Technical Services Pool. 2. Project Service #2 – Fire Alarm Replacement Program Management Services – a. Objective #1 – Project Support Services. – b. Objective #2 – Technical Services Pool. 3. Project Service #3 Security System Replacement Program Management Services – a. Objective #1 – Security System Replacement Program Support Services. – b. Objective #2 – Security System Replacement Construction Support Services. – c. Objective #3 – Technical and Program Management Services Pool. Evaluation Factors: Factor 1: Personnel Qualifications and Experience Factor 2: Corporate Experience and Approach Factor 3: Past Performance Factor 4: Price

Vehicle: PSS

RFP release date: 7/29/2021

Proposal due date: 8/2/2021

Related Attachments:

Read more

USCA21Q0144 – Conversion to REACTJS

Summary: **QUESTIONS ARE DUE WEDNESDAY, JULY 28, 2021 AT 2:00 PM** The purpose of this task order is to convert the Appellate CM/ECF Java Swing codebase to ReactJS. Accordinly, the tasks to complete this conversion include: 1.Project Management / Project Plan 2.Business Analysis 3.Demonstration of Conversion, Migration, and Implementation of all Appellate Utilities to ReactJS code 4.Testing 5.UI/UX Design 6.Documentation 7.User Acceptance Testing 8.Security Management *The intent is to award an 18-month firm fixed price (FFP) task order* If you intend to quote, please provide a confirmation by email to aj_lee@ao.uscourts.gov

Vehicle: IT 70

RFP release date: 7/23/2021

Proposal due date: 8/9/2021

Related Attachments:
Related Attachment
Related Attachment

Read more
PHP Code Snippets Powered By : XYZScripts.com