COR

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

Transcription Services

Summary: Transcription Services for a Base Year plus Four 12 Month Option Years. A quote is needed for those time frames. There will be 24 meeting per year, Each 2 hours in length and for 30 + Attendees The NIH Clinical Center requires support in the following service area. The contractor will provide meeting summaries for approximately 24 meetings per year of the Medical Executive Committee (MEC) at the NIH Clinical Center. The Contractor shall: 1. Set-up equipment, audiotape, transcribe, write minutes/summaries and deliver the finished product to NIH Clinical Center personnel. 2. Be able to provide service via videoconferencing and teleconferencing if needed. 3. Meet with NIH Clinical Center staff to define product (transcript versus meeting summaries or meeting minutes), format, delivery mechanism, process for inputting edits and revisions to summaries. 4. Meet specific deadlines as determined in advance by NIH Clinical Center staff for the completion of projects. Deadlines will depend on the nature and complexity of the content, as well as the time sensitivity of the material. 5. Demonstrate extensive experience and skill in providing meeting transcripts and an understanding of complex medical terminology in order to provide intelligible and accurate minutes and summaries of meetings. 6. Correctly identify (a) meeting participants, and (b) individuals and organizations named during meeting discussions. 7. Summaries are delivered within 3 business days from the completion of the meeting. The transcribed product will be delivered as an e-mailed electronic file. The Contractor will be provided with copies of previous minutes, which must be used as templates. Meeting location and times will be provided as they become available. Time requirements per month will vary according to meeting schedules. Following are estimates of the number of each meeting per year, average meeting length, and the usual number of attendees needing to be recorded: Meeting #/year length attendees Medical Executive Committee (MEC) 24 2 hours 30+ Contractor Expectations Contractor should have the following experience under this task: 1. Demonstrated experience writing minutes for formal meetings, including meetings that fall under the Federal Advisory Committee Act. 2. Extensive experience writing and editing about complex medical and health topics. 3. At a minimum, credentials in English studies, writing, journalism, related fields contributing to ability to perform this task. 4. Demonstrated ability to follow plain language guidelines as outlined under “Clear Communications: An NIH Health Literacy Initiative.” http://www.nih.gov/clearcommunication/plainlanguage.htm 5. Demonstrated experience with and ability to handle sensitive information and Personal Identifiable Information (PII) with discretion. a. Demonstrated experience writing minutes for formal meetings, including meetings that fall under the Federal Advisory Committee Act. b. Extensive experience writing and editing about complex medical and health topics. c. At a minimum, credentials in English studies, writing, journalism, related fields contributing to ability to perform this task. d. Demonstrated ability to follow plain language guidelines as outlined under “Clear Communications: An NIH Health Literacy Initiative” http://www.nih.gov/clearcommunication/plainlanguage.htm Contract Administration Independently, and not as an agent of the Government, the contractor shall furnish all necessary services, qualified personnel, materials, equipment, and facilities (except as otherwise specified herein) to perform the work set forth in this statement of work. All work produced under this contract shall remain the property of the Government. The contractor shall provide mail and courier service for pickup and delivery of materials when requested to support the work to be performed under the contract. The contractor shall incorporate new media technologies where requested and applicable to support the Presidential directive to “Build a 21st Century Digital Government (see http://www.whitehouse.gov/digitalgov/about). Examples may include use of new technologies such as Smart TV, e-books and others. Confidential Treatment of Sensitive Information The contractor shall guarantee strict confidentiality of the information/data that is provided by the Government during the performance of this contract. The Government has determined that the information/data that the contractor will be provided during the performance of the contract is of a sensitive nature. Disclosure of the information/data, in whole or in part, by the contractor can only be made after the contractor receives prior written approval from the Contract Officer. Whenever the contractor is uncertain with regard to the proper handling of information/data under the contract, the contractor shall obtain a written determination from the Contract Officer. Inspection and Acceptance Requirements Work will be accepted only if it meets requirements and timelines established in this contract. Subject matter expert will review documents before final distribution. If errors are found on more than three documents a month, this contract may be terminated. General quality measures, as set forth below, will be applied to each work product received from the contractor under this statement of work. Accuracy: Work Products shall be accurate in presentation, technical content, and adherence to accepted elements of style. Clarity: Work Products shall be clear, concise, and relevant. Consistency to Requirements: All work products must satisfy the requirements of this SOW. File Editing: All text and diagrammatic files shall be editable by the Government. Format: Work Products shall be submitted in hard copy (where applicable) and in media mutually agreed upon prior to submission. Hard copy formats shall follow any specified instructions. Timeliness: Work Products shall be submitted on or before the due date specified in this SOW or submitted in accordance with a later scheduled date determined by the Government. The government will review, for completeness, preliminary or draft documentation that Contractor submits, and may return it to Contractor for correction. Absence of any comments by the Contract Officer Representative (COR) will not relieve Contractor of the responsibility for complying with the requirements of this work statement. Contractor shall not construe any letter of acknowledgment of receipt material as a waiver of review, or as an acknowledgment that the material is in conformance with this work statement. Any approval given during preparation of the documentation, or approval for shipment shall not guarantee the final acceptance of the completed documentation. The contractor will: – Provide a list of all products produced, time spent on each product itemized by charges for completion. Receipt is required on the last business day of each month under this contact. – Receive and return work products in the manner specified in this contract. – Produce materials according to timelines established in this contract. Staffing Requirements This is a non-personal service contract; personnel performing work under this contract, onsite at the CC or offsite at the discretion of the contractor, remain your employees and are not employees of the Government. Contract staff are expected to work off-site at the contractor’s facility, however, the contractor during the meeting needs to be on-site at the meeting. The contractor shall make every effort to ensure that personnel will remain assigned to a task until its completion. In addition, contractor should strive to recruit and maintain staff with particular skill sets applicable to performing in a scientific, technical, and research environment. Project Management The contractor shall designate an experienced working project manager and an alternate. Both shall be considered key personnel. Either shall always be accessible during normal work hours ( 8:30 to 5:00 P.M. ) to supervise contractor personnel, to plan and implement work schedules, to train personnel, and to be available to the Government Project Officer. Both should have at least 7 years’ experience in managing projects similar in size and scope of the work described in the SOW. The project manager should maintain regular communication with the PO by email or telephone. The project manager shall meet with the PO at least monthly to discuss ongoing and upcoming tasks. The contractor shall provide meeting notes to the PO within 5 business days of the meeting. The Government reserves the right to judge the technical skill and competence of the individual contract staff and to require the individual’s replacement if the individual’s qualifications or performance are judged deficient at any time, with written notification. Digital Government Section 508 Compliance Requirements All products and deliverables associated with the tasks described within this Statement of Work that are intended for distribution via the Internet or has the potential for access through the Internet must be compliant with requirements specified in Section 508 of the Federal Rehabilitation Act, as amended in 1998. This Act addresses any/all electronic and information technology (EIT). As such, those procured through this effort must meet the applicable accessibility standards at 36 CFR 1194. 36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://www.section508.gov. The contractor is responsible for reviewing this regulation, which can also be reviewed on http://www.access-board.gov/sec508/guide/act.htm. Evidence of full understanding of and capacity to produce deliverables and products compliant with Section 508 of the Federal Rehabilitation Act, must be demonstrated in all responses to this solicitation. Contractors shall also refer to http://www.hhs.gov/web for comprehensive guidance on Government requirements. Place of Perfor

Vehicle: PSS

RFP release date: 8/18/2021

Proposal due date: 8/23/2021

Related Attachments:

Read more

ISO 9001, AS 9110, ISO 14001, and ISO 45001 Registrations for COMFRC (US Navy)

Summary: To MAS Vendors under 541611: Please find the attached Request for Quotation for 1512099 – Commander, Fleet Readiness Centers (US Navy) ISO 9001, AS 9110, ISO 14001, and ISO 45001 Registrations. The services to be provided under this contract are to register and maintain registration of the Industrial Depot Sites of Fleet Readiness Center Southeast, Jacksonville, FL (FRCSE), Fleet Readiness Center East, Cherry Point, NC (FRCE), Fleet Readiness Center Southwest, North Island, CA (FRCSW) as ISO 9001, AS9110, ISO 14001, and ISO 45001, (FRCs MA, NW, and W are registered to AS9110 only) to include follow-up Surveillance/Maintenance Audits as required through the end of the contract. The contractor shall honor previous certifications by other agencies to include their re-certification schedules (See Attachment, C.3 Scope for detailed Facility Size and Audit Information). NAICS Code: 541611 – Management and Financial Consulting, Acquisition and Grants Management Support, and Business Program and Project Management Services Period of Performance: (Start date upon award) 1 Base Year, plus 4 Option Years, to include a six (6) month option extension IAW FAR 52.217-8. Attachments in this correspondence are as follows: 1. Request for Quote Document (RFQ1521099_ISO Audit.pdf) 2. Attachment A – Standard Form 1449 3. Attachment B – Key Personnel Qualifications Matrix 4. Attachment C – Project Staffing Plan Table 5. Attachment D – Quality Assurance Surveillance Plan QASP 6. Attachment F – COR Appointment Letter (to be sent upon award) 7. Attachment G – Travel Request Form 8. Attachment H – Organizational Conflict of Interest (OCI) 9. Attachment I – Non-Disclosure Agreement (to be filled upon award) 10. Attachment J – Price Proposal Template ***essential document to calculate your offer for Section B of the RFQ*** FOR QUESTIONS: Contractors will submit any questions directly to the given Google Form Questionnaire for this solicitation on or before 19 August 2021, Thursday at 4:00 PM (EDT). Solicitation Questionnaire Link: https://forms.gle/D6YWADJ25tsLbiZm SUBMISSION OF OFFER 1. Submit proposals through GSA eBuy 2. Selected awardee must register in ITSS. 3. No paper (hard copy) offer will be accepted. THE DUE DATE FOR THE SUBMISSION OF THE OFFER IS 23 August 2021, Monday at 5:00 PM (EDT).

Vehicle: PSS

RFP release date: 8/11/2021

Proposal due date: 8/23/2021

Related Attachments:

Read more

Clean by Power-Washing the exterior of the Waesche Hall Bridge Wall

Summary: SCOPE OF WORK: The Contractor shall furnish all equipment; labor, materials, supervision and transportation to clean by power-washing the exterior of the Waesche Hall Bridge Wall (Approximately 4,775). – LOCATION: The specified work shall be performed at the above locations at the U.S. Coast Guard Academy located at 15 Mohegan Ave, New London, CT 06320. – CONTRACT OFFICER’S REPRESENTATIVE: The term COR is an abbreviation for “Contracting Officer’s Representative”. The COR is appointed by the Contract Officer (KO). The COR ensures that all the technical requirements are met by the Contractor. The COR cannot make contract changes or amendments. Only the KO can make contract changes if he or she approves. – SITE VISIT: Bidders are expected to visit the project site to make a survey of the conditions to be encountered which may affect the cost of the performance of the work. An awarded Contractor that fails to familiarize themselves with the existing conditions shall not be relieved from the responsibility of full completion of the project. Interested Contractors are encouraged to contact Brian Boss, Asst. Public Works Officer at Brian.R.Boss@uscg.mil (preferred) or by phone at 860-444-8554 to schedule a site visit. The Contractor shall verify dimensions, linear footages, square footages, and site conditions and advise the COR of any discrepancies found prior to bidding on this project. – SECURITY: The Contractor shall provide a list of all on-site personnel, including Sub-Contractors to the COR or KO. The Contractor shall update this list when changes occur. Contractor personnel not listed may be denied access to the Coast Guard facility. Contractor personnel will be restricted to designated working areas. Any personnel violating this policy may lose access to the Coast Guard facility. Contractor personnel shall have photo identification at all times while working on Coast Guard facilities. – PERIOD OF PERFORMANCE: The Contractor shall proceed with work on the negotiated start date determined between the Contractor and COR. Targeted period of performance is from date of award, not to exceed September 17, 2021.

Vehicle: PSS

RFP release date: 7/27/2021

Proposal due date: 8/13/2021

Related Attachments:

Read more

US Coast Guard Academy Academic Support

Summary: The Coast Guard Academy has an academic need for mathematical tutoring support with both Advisory and Assistance Services (A&AS) for base plus four option years. The A&AS will support the USCGA Math Learning Center for a 1000 hours in annual support of student learning during the Academic Year (Base Period: September 1, 2021 August 31, 2022.) The A&AS will work directly with the USCGA Contracting Officer’s Representative (COR) to determine an agreed upon schedule, which will include supporting cadets in the Math Learning Center at specified times throughout the course of the normal work day (0730-1600) Monday-Friday and after hours. This schedule will be structured to best utilize the contractor hours of service as well as to maximize student contact hours, cognizant of events like major exams, while offering flexibility to the tutor | See attached Statement of Work (SOW) for additional information. Technical question maybe address to LCDR Andrew Zuckerman email: Andrew.h.zuckerman@uscga.edu | Ph: (860) 444-8397. RFQ package questions must be submitted via email to david.f.palacios@uscg.mil | Ph: (860) 444-8245. Preference FAR 19.502-2 Total small business | If no acceptable offers from responsible small business concerns are received, the set-aside shall be withdrawn and all acceptable offers will be accepted.

Vehicle: PSS

RFP release date: 7/9/2021

Proposal due date: 7/23/2021

Related Attachments:
Related Attachment

Read more

SQL Database Service SME

Summary: The contractor is to provide a certified Microsoft SQL Database Administrator who shall be responsible for all technical services performed under this order. The contractor is to make any and all necessary routine adjustments to software settings, and assist the local system administrator in responding to database casualties. The contractor will also assist with Microsoft SQL software installations on primary and backup servers. Period and place of performance C5ISC Portsmouth intends to use these technical services for the following base and option periods: – Base Year: 24 September 2021 through 23 September 2022 – Option Year One: 24 September 2022 through 23 September 2023 – Option Year Two: 24 September 2023 through 23 September 2024 – Option Year Three: 24 September 2024 through 23 September 2025 – Option Year Four: 24 September 2025 through 23 September 2026 FAR 52.232-18: Option Years One through Four are subject to Availability of Funds. Place of performance will be the C5ISC Portsmouth location at 4000 Coast Guard Blvd, Portsmouth, VA 23703. Scheduling of actual work times and dates will be coordinated with the Contracting Officer’s Representative (COR).

Vehicle: IT 70

RFP release date: 7/6/2021

Proposal due date: 7/14/2021

Related Attachments:
Related Attachment

Read more
PHP Code Snippets Powered By : XYZScripts.com