Consulting services

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

Administrative Management and General Management Consulting Services

Summary: The objective of this Statement of Work (SOW) is to provide to professional Program Management support to US Department of Transportation, Federal Transit Administration’s Office of Transit Safety and Oversight (TSO).

Vehicle: PSS

RFP release date: 9/28/2021

Proposal due date: 10/13/2021

Related Attachments:

Read more

ARNG Incentive Review/Incentive Support Services

Summary: Army National Guard (ARNG) Incentive Review Team/Incentive Support Team (IRT/IST) Support Services: see attached PERFORMANCE WORK STATEMENT (PWS): INCENTIVE SUPPORT TEAM (IST) / INCENTIVE REVIEW TEAM (IRT) SERVICES Updated 13 September 2021. Respond to Procurement Contracting Officer Ms. Patricia Ankney (address below) and Mr. David G. Gruenbaum at david.g.gruenbaum.civ@mail.mil. The anticipated North American Industry Classification System (NAICS) Code for this requirement is 541611: Administrative Management and General Management Consulting Services. Small Business Administration Size Standard: $16.5 Million. The anticipated Product Service Code (PSC) for this requirement is R499: Management Advisory Services; Support Professional; Other Professional Services. Interested vendors shall submit the following: 1. Cover Letter with the following information: a. Company Name b. Company Mailing Address c. Company Primary and Secondary Government Point of Contact (POC) d. POCs’ email and phone number e. Company Commercial and Government Entity (CAGE) Code f. Company Data Universal Numbering System (DUNS) Number g. Business Size Standard and Classification as validated via the System for Award Management (SAM) database (https://sam.gov) 2. Response (White Papers) with the following information: a. Description of company capabilities and nature of the goods/services provided. Include a description of your staff composition and management structure. b. Description of company’s past experience on previous projects similar in scope and complexity of this requirement, as described in the attached SOO. More specifically, does your organization have a history of providing these services? Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact for customer (Contracting Officer or Program Manager). c. Describe capabilities and experience fulfilling the requirements as identified in the SOO. d. Describe you capabilities and experience in managing this type of project, including subcontractor involvement. Include any experience in project planning, work breakdown structures, resource allocations, schedule tracking, risk analysis, and cost management. e. Describe your capabilities and experience in providing these services to military customers, particularly at the joint staff levels. Responses shall be in writing only, submitted electronically via email using PDF, HTML, MSWord, or PowerPoint formats. Responses shall not exceed 10 pages, excluding Cover Letter, 8-1/2″ x 11″ (normal margins), no smaller than 10 pt font. Email file limit size is restricted to 15MB. Files exceeding this threshold shall be submitted over multiple messages, and be identified as “message #x of #x.” Telephone inquiries will not be accepted or acknowledge, and no feedback or evaluation will be provided to companies regarding their submissions. Interested sources should submit the information as identified above to Mr. David Gruenbaum, Contract Specialist, at david.g.gruenbaum.civ@mail.mil, and Ms. Trisha Ankney, Contracting Officer, at patricia.e.ankney.civ@mail.mil, by 1500 EST, 23 September 2021. Note this RFI is issued solely for information and planning purposes only it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, NGB is not seeking proposals at this time, and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does NOT preclude participation in any future RFPs, if issued. If a solicitation is released, it will be synopsized in accordance with federal regulations. Potential responders are solely responsible for monitoring this site for additional information / updates pertaining to this requirement.

Vehicle: PSS

RFP release date: 9/16/2021

Proposal due date: 9/23/2021

Related Attachments:

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

Customer Needs Assessment for NRCS-California

Summary: The United States of America, acting through the United States Department of Agriculture’s Farm Production and Conservation Business Center (FPAC), is seeking to obtain strategic consulting services to engage with The Natural Resources Conservation Service (NRCS) with its Partners, Customers, and Staff to identify NRCS customer needs that are not currently being met by NRCS California office. This RFQ will result in issuance of a single Firm Fixed Price Task Order award issued under the GSA Federal Supply Schedule. This RFQ is a small business set-aside under NAICS 541611. Customer Needs for this requirement are actions, services, options, communications, interaction, clarifications, or anything else NRCS California has authority to create, change, improve, or eliminate.. Please reference the attached Statement of Objectives (Attachment A) for the narrative of the scope for this service.

Vehicle: PSS

RFP release date: 9/10/2021

Proposal due date: 9/17/2021

Related Attachments:

Read more

PSCR Program Management Support

Summary: See Amendment 1. RFQ Title PSCR General Project Management Support Description: ******SOURCES SOUGHT ONLY****** National Institute of Standards and Technology (NIST) Acquisition Management Division Sources Sought for Commercial Item Purchase THIS SOURCES SOUGHT IS NOT A REQUEST FOR QUOTATION. It is a market research tool being used to determine potential and eligible business firms that are capable to provide the services described herein prior to determining the method of acquisition. The National Institute of Standards & Technology (NIST) seeks information on vendors that are capable to provide Public Safety Communications Research (PSCR) General Project Management Support. This announcement is not a Request for Quotation (RFQ) and does not commit the Government to award a contract now or in the future. No solicitation is available currently. Additionally, The Government is not obligated to and will not pay for any information received from potential sources because of this sources-sought announcement. The results of this Sources Sought will be utilized to determine if any Small Business Set-aside opportunities exist. All Small Business Set-aside categories will be considered. In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. As a result of this Sources Sought announcement, NIST shall conduct a competitive procurement on GSA and subsequently award a GSA Task Order pursuant to FAR 8.405. NIST anticipates awarding a base year with four one-year-options task order. If at least two qualified small businesses are identified during this market research stage that can fulfill the requirement, in accordance with the requirement descriptions and technical specifications indicated in the DRAFT Performance Work Statement (PWS), then this acquisition shall be solicited as a small business set aside. However, NIST is seeking responses from all responsible sources, including large and small businesses (SB, SDB, WOSB, HUBZone, SDVOSB and VOSB). This requirement is assigned a NAICS code of 541611 for Administrative Management and General Management Consulting Services with a small business size standard of $15 M. The specific purpose of this Sources Sought Announcement is to determine if there are small businesses, within the parameters identified above, that are capable to provide the Services identified in the DRAFT PWS. Interested business organizations that believe they are capable to meet the requirement should submit electronic copies of their capability statement. Please limit responses to five (5) pages or less. Responses should include the following information: 1. Name of company that will provide the service and GSA contract number. 2. Identification and verification of the company’s small business status. 3. Company Profile to include number of employees, office location(s), DUNS number and Cage Code. 4. Relevant experience within the last five years, including any contract number, and Government/Agency or firm point of contact (POC) and current telephone number for the POC. 5. Identify if you were a subcontractor and the work performed as the sub-contractor. 6. Any other relevant information that is not listed above which the Government should consider in developing our service requirement and finalizing our market research. (Company sales brochures or marketing packages will not be considered). REQUIREMENTS OVERVIEW: See the attached DRAFT PWS.

Vehicle: PSS

RFP release date: 9/10/2021

Proposal due date: 10/15/2021

Related Attachments:

Read more

Occupational Safety, Ind Hygiene & Environmental Programs Consulting Services

Summary: The Occupational Safety & Environmental Programs Unit (OSEPU) mission is to provide policy and procedures to Headquarters and Field Office personnel to ensure safe and environmentally-sound workplaces and activities. The objective of this acquisition is to establish a mechanism for providing contractor support, both continual and as needed, for technical research, analysis, and assistance in the continued development and implementation of the FBI’s occupational safety, industrial hygiene, environmental compliance, energy, and sustainability programs in support of the FBI’s mission.

Vehicle: PSS

RFP release date: 9/9/2021

Proposal due date: 9/14/2021

Related Attachments:

Read more

ACCESS FLORIDA DIGITAL TRANSFORMATION ROADMAP & TECHNOLOGY ASSESSMENT

Summary: The Florida Department of Children and Families (the “Department” or “DCF”), affects the lives of Floridians often in their moments of greatest need. The mission of the Department is to work in partnership with local communities to protect the vulnerable, promote strong and economically self-sufficient families, and advance recovery and resiliency for individuals and families. As part of this mission, DCF is responsible for administering the Economic Self Sufficiency (ESS) Program, which primarily includes the Medicaid, Supplemental Nutritional Assistance Program (SNAP), and Temporary Assistance for Needy Families (TANF), programs. The legacy system supporting the ESS Program is the ACCESS (Automated Community Connection to Economic Self-Sufficiency) Florida System. Over the years, the system has been modified frequently, and multiple ancillary software applications have been layered over a legacy mainframe to offer additional tools and functionality including: an online application, a web-based portal for case management, workflow management, document imaging, and call center support, among others. The purpose of this Request for Quote (RFQ) is to select a qualified consulting services firm to provide a digital transformation roadmap and technology assessment for its current public assistance eligibility system, known as the ACCESS Florida System, as well as for project management, business analysis, and other project support services. Any vendor interested in submitting a reply must comply with any and all terms and conditions described in this RFQ. Funding under this RFQ is subject to the availability of funds. Additional services may be included in, or added to, any purchase order(s), upon mutual written agreement, and through issuance of a change order.

Vehicle: IT 70

RFP release date: 9/3/2021

Proposal due date: 9/13/2021

Related Attachments:

Read more

GOOGLE LICENSES, SERVICES AND SUPPORT

Summary: GSA is seeking information from vendors in order to determine which companies have the capabilities and skills to provide Google licensing, Google supported DevOps platforms and tools, consulting services and technical support for Google Workspace Enterprise (formally, Google Suite For Business); and, how vendors would go about providing those services to GSA. Additionally, GSA is looking to the vendor community for input on how to structure a contract with GSA that is flexible, scalable and adaptable to new and emerging technologies, services, tools, etc. Responses to this RFI shall be submitted in electronic format no later than 4:00 PM, EDT Friday, September 3, 2021. Responses shall be submitted to the Contracting Officer Vivian Fields, vivian.fields@gsa.gov, and Contract Specialist Roger Mckinnis, roger.mckinnis@gsa.gov. Your email subject line shall state “[RFIGOOGLE08262021] [Vendor Name][via SAM.GOV or GSA eBuy]”.

Vehicle: IT 70

RFP release date: 8/26/2021

Proposal due date: 9/3/2021

Related Attachments:

Read more

TJC Mock Survey

Summary: The 66 MDS is due for a TJC accreditation inspection in December. The mock survey is training to ensure that we are prepared for the official inspection. Requirements: Must have experience providing TJC Consulting Services for multiple individual medical facilities, Military Regions and entire VISNs. TMG’s services must be developed to assist health care organizations to be continuously compliant with The Joint Commission standards. These activities must include on-site visits, off site consultation, document review and revision, follow ups and educational programs presented live and via web and/or audio conference. These consulting services are delivered via face-to-face at the 66 Medical Squadron, at Hanscom Air Force Base in Massachusetts.

Vehicle: PSS

RFP release date: 8/24/2021

Proposal due date: 8/29/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com