COTS

PACAF VOIP Tech Refresh

Summary: After the closing date of GSA RFQ 1518799, it was determined that CLINS 0009 and 0010 as broken out in the attached Statement of Objective (SOO), were inadvertently left off of the RFQ quotation document. Further review also showed that shipping and travel costs were not specifically addressed in the solicitation or attachments, though delivery and installation services are the main proponent of this requirement. As such, the attached RFQ document has been updated to reflect these additions as they should be included in the offerors quotes. Actual travel costs will be reimbursed in accordance with GSA Per-Diem and Joint Travel Regulations, but should be quoted as an estimate based on the locations as broken out in the SOO and anticipated level of effort for this requirement. Finally, Open Market items, supplies or services, (that is, required items that do not directly fall under these specific GSA schedules) will be accepted under this requirement, but should be labeled as such in the offerors quotations. All quotations will be due No Later Than Thursday Sept 16th at 1500 HST. Quotations can be emailed to the POC below, but should be submitted on GSA ebuy. Due to limitations under the 2GIT BPAS for services, RFQ1507794 has been moved under these schedules as it was determined to be predominantly a service requirement after consultation with GSA. PACAF A3/6 requires the purchase and delivery of Business 7000 UCS Servers that will serve as tech refreshes for PACAF’s Main Operating Bases. The sites include Misawa AB, Japan; Kunsan AB, South Korea; Andersen AB, Guam; JBER, AK; and Diego Garcia, British Territory. Cisco Business 7000 UCS Servers and Cisco Business 6000 UCS Servers are the standardized network components for the NIPRNET/ SIPRNET infrastructure that supports the Air Force component of PACAF. In order to avoid unnecessary delay in fulfilling the Government’s requirements and experiencing duplication of costs as stated herein, the requested hardware and licenses is of the only brand that will satisfy the Government’s requirements at this time. Ten (10)PACAF VoIP systems and ten (10) PACAF Voice over Secure Internet Protocol (VoSIP) systems currently operate on call management servers (Cisco Unified Communication Manager (CUCM) version 11.5) on their Non-secure Internet Protocol Router Network (NIPRNet) and Secure Internet Protocol Router Network (SIPRNet). The purpose of this project is to upgrade those call management systems and voicemail systems to the latest Defense Information Systems Agency (DISA) Joint Interoperability Test Command (JITC)-certified release (CUCM version 12.5 or equal). The contractor shall migrate the configurations and licenses from the existing systems including the scheduled backups. The upgraded system shall be tested and verified by the contractor and PACAF. Throughout the installation of the VoIP and VoSIP version upgrade, the contractor shall follow the latest version of the Department of Defense Local Session Controller (LSC) Deployment Guide, DISA JITC APL System Under Test (SUT), DISA JITC APL Desktop Review (DTR) documentation, and all applicable DISA VVOIP STIGs. Due to this upgrade being for a Command and Control (C2) system the contractor shall ensure full online redundancy is implemented for the call management servers. VoIP Sites: JBPHH, JBER, Eielson, Andersen, Yokota, Misawa, Kadena, Osan, Kunsan, and Diego Garcia. VoSIP sites: JBPHH, JBER, Eielson, Andersen, Yokota, Kadena, Misawa, Osan, Kunsan, and Diego Garcia. VoIP telephones shall include all applicable Commercial-Off-The-Shelf (COTS) products that comply with AFI 33-200, Information Assurance. Refer to Request for Quote Package for details of the items, the Statement of Objective for technical and delivery requirements, and the Q&A and PLM MFRs for additional information.

Vehicle: IT 70

RFP release date: 9/14/2021

Proposal due date: 9/17/2021

Related Attachments:

Read more

Clinical Engineering Medical Device Support

Summary: This is a Request for Information (RFI) (SOURCES SOUGHT) as outlined in FAR 15.201(c)(3). The purpose of this RFI is to accomplish market research regarding a Clinical Engineering Medical Device Support for the Indian Health Service (IHS). The anticipated system will be a commercial-off-the-shelf (COTS) software in support of the IHS Clinical Engineering Program. The objective of this resulting contract is for the Vendor to provide a software based service through which Clinical Engineering Program members can access medical device information, standardize medical equipment classification, and receive medical device recall alerts. Market Research is being performed pursuant to Federal Acquisition Regulation (FAR) Part 10 to identify businesses capable of performing the functions described herein. The Government is requesting information regarding the availability of Small and Large Business firms who meet the capability requirements identified in this notice. Firms are requested to reply to this announcement with a response to the specialized qualifications below. Based upon the responses received from small businesses, consideration will be given to determine if this acquisition can be set-aside for small business competition. The type of work to be performed is described below. The applicable North American Industry Classification System (NAICS) code is 511210, Software Publishers, with a size standard of $38.5 million. The resultant contract is anticipated to be awarded for a period of five years which will include a base period of one year plus four optional one-year periods. The incumbent contract is 75H70121P00015, with Emergency Care Research Institute (ECRI Institute). The incumbent order is set to expire on January 28, 2022. This notice is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a commitment on the part of the government to conduct a solicitation for the stated services in the future. Responders are advised that the government will not pay for information submitted in response to this sources sought, nor will it compensate responders for any costs incurred in the development/furnishing of a response. Please note that a decision not to submit a response will not preclude a vendor from participating in any future solicitation. RESPONSES – SUBMITTAL Responses must be limited to ten (10) letter-size pages or less, in Microsoft Word or Portable Document format (PDF). Include the following: 1. Cover letter/sheet that includes: a. Your firm’s Data Universal Numbering System (DUNS) number, b. CAGE code (if applicable), c. Company point of contact (POC) and d. Socioeconomic status under the NAICS code listed above (i.e., 8(a), SDB, SDVOSB, Native American Owned, etc.), and any other relevant/appropriate data. 2. General Business Information: Provide general information about your business, to include any relevant information to the instant requirement. 3. Questions to Address: Please provide a direct response to each of the following questions: a) Demonstrate you can provide a software system; must show evidence of technical experience or competency in the fields of software based medical device support. Examples: – Standardized, global naming convention that can be used for classification and categorization of: Manufacturers and suppliers Repair/service providers Specific medical device models Specific types of devices (asset types) and/or services of medical devices, medical device systems, and related items. – Periodic and on-demand review of inventory information submitted by the IHS in order to provide data ‘normalization’ and ‘standardization’ – Medical device product comparison, evaluation, and guidance information showing comparative ratings on medical devices, products and technologies. – Market research information, sources and tools showing those medical devices, products and technologies that are most frequently purchased, price range(s) expected/paid, available suppliers, etc.. – Provide medical device safety recalls and alerts that have been aggregated across several sources such as the Food and Drug Administration (FDA), manufacturers, vendors, end users (hospitals, health facilities, etc.). b) Please note that the performances under this contract shall meet the Federal IT/Security/Accessibility requirements. As such, please respond to the following: – Is COTS software able to be hosted on IHS servers? Restrictions on Response Questions regarding this RFI shall be emailed to Matthew Phelps, Contracting Officer at matthew.phelps@ihs.gov. Telephone solicitations and questions will not be entertained. This sources sought is for informational and planning purposes ONLY and is not to be construed as a commitment by the Government nor will the Government pay for any information solicited. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. How to Respond Please submit your response no later than September 20, 2021 at 2:00PM Pacific Time to matthew.phelps@ihs.gov. Please enter “IHS Clinical Engineering Medical Device Software Sources Sought Response E-Buy” into the email subject field.

Vehicle: IT 70

RFP release date: 8/30/2021

Proposal due date: 9/13/2021

Related Attachments:

Read more

W912LC-21-Q-0089

Summary: Request for COTS Web Application Solution to support Assest Master a COARNG developed inventory tracker.

Vehicle: IT 70

RFP release date: 8/4/2021

Proposal due date: 8/13/2021

Related Attachments:
Related Attachment
Related Attachment

Read more

RFP – The Enterprise Architecture Management System

Summary: The scope of work includes the implementation and support services of a Commercial off theShelf (COTS) portfolio management and enterprise architecture platform for the USCG that will monitorand report the IT investment portfolio and the Enterprise Architecture (EA) strategy as one unifiedsolution. The pricing matrix already included sections for each option period (scroll right). SOW was updated to include: contract type (FFP), CAF reference at 0.55% for SB; and transition out plan. The implementation plan description was revised to include transition.

Vehicle: CIO-SP3

RFP release date: 7/16/2021

Proposal due date: 8/5/2021

Read more

The Enterprise Architecture Management System

Summary: The scope of work includes the implementation and support services of a Commercial off theShelf (COTS) portfolio management and enterprise architecture platform for the USCG that will monitorand report the IT investment portfolio and the Enterprise Architecture (EA) strategy as one unifiedsolution. The pricing matrix already included sections for each option period (scroll right). SOW was updated to include: contract type (FFP), CAF reference at 0.55% for SB; and transition out plan. The implementation plan description was revised to include transition.

Vehicle: CIO-SP3

RFP release date: 7/16/2021

Proposal due date: 8/5/2021

Related Attachments:
No Bid

Read more

IRS Robotic Process Automation (RPA) program Blanket Purchase Agreement

Summary: The IRS Robotic Process Automation (RPA) program encompasses the development and implementation of Intelligent Automation (IA), Machine Learning (ML), Artificial Intelligence (AI), Data Analytics and other cognitive capabilities to streamline and automate repetitive processes within the enterprise. These capabilities are new to the IRS and require the adoption of Commercial-off-the-Shelf (COTS) tools, process, and people to implement industry solutions and best practices to individual and enterprise business needs. Integrating RPA technology into business and IT processes will increase accuracy and improve productivity and allow employees to focus on more challenging tasks. The RPA requirement is a new program to the IRS for RPA engineering support.

Vehicle: IT 70

RFP release date: 7/2/2021

Proposal due date: 7/28/2021

Related Attachments:
Stage 2 – Capture

Read more

Budget and Financial IT Support Services

Summary: The purpose of this acquisition is to provide the National Institute on Aging (NIA) Financial Management Branch (FMB) with Budget and Financial IT Support Services. The associated NAICS code is 541611 and the small business size standard is $16,500,000.00. This requirement is set aside for small businesses. Project requirements: FMB advises on financial matters within the NIA and is responsible for the planning, formulation, justification, and execution of the NIA’s annual budget and for the fiscal management of funds received from a variety of other sources. The NIA FMB is in need of financial management technologies to expand and automate budget processes, financial data models and analytical dashboard applications that are used to advise Institute leadership on budget and financial management decision making and maintain existing analytical dashboards, budget models and technologies currently used. The purpose of this acquisition is to provide the National Institute on Aging (NIA) Financial Management Branch (FMB) with development and support of Commercial Off the Shelf (COTS) financial management technologies that will assist in budget formulation and execution by providing data visualizations, document and workflow management, reporting automation, and other emerging technologies that create efficiencies and effectiveness within the workplace. Please refer to the Statement of Work (SOW) attached for a full description of responsibilities, reporting requirements, deliverables and qualifications. The Government anticipates award of one Firm Fixed Price contract, with a period of performance of (1) base year plus (4) option years. Anticipated start date is August 2, 2021. Attachments: 1. Statement of Work 2. Submission Instructions & Evaluation Factors 3. Past Performance Questionnaire 4. 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) 5. 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) 6. NIH Electronic Invoice and Payment Provisions 7. Additional Terms and Conditions ADDITIONAL TERMS AND CONDITIONS, PROVISIONS, AND REPRESENTATIONS FAR Provisions and Clauses are incorporated by reference are provided in full text at https://www.acquisition.gov/ 1. FAR Clause 52.212-1 Instructions to Offerors Commercial Items (Oct 2018) is applicable to this RFP. 2. FAR Clause 52.212-2 Evaluation Commercial Items (Oct 2014) is applicable to this RFP. Evaluations will be based on (i) technical capability of the service offered to meet the Government requirement; (ii) Key Personnel (iii) past performance; (iv) price. See attached for submission instructions and evaluation factors. Technical capability, Key Personnel, and past performance, when combined, are more important than price. The Government intends to place the order with the schedule contractor that represents the best value. 3. FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items (October 2020), is applicable to this RFP. 4. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) 5. FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) 1. FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000). (a) The Government may extend the term of this contract by written notice to the Contractor prior to the end of the period of performance; provided that the Government gives the Contractor a preliminary written notice of its intent to extend prior to the expiration date of the contract. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of clause) 2. HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) SUMMARY STATEMENT: Responses to this solicitation must include clear and convincing evidence of the offeror’s capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rates for each labor category, breakdown and rationale for other direct costs or materials, and the total amount. Responses must also include a completed: – 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) – 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) All questions must be received by 3:00 pm, Eastern Standard Time, on June 29, 2021, and reference RFQ 1496892. Questions may be submitted electronically to Rashiid Cummins at Rashiid.Cummins@nih.gov. Answers will be posted to RFQ 1496892. Basis for Award The Government’s intent is to evaluate the submitted proposals against the criteria set forth in the attached Evaluation Factors document and then make an award on Best Value basis considering price and other factors (tradeoffs). NOTE: The Government anticipates selecting an awardee based upon initial quotes received; therefore, quoters are cautioned to submit their best price and technical quotes in the initial submission. Evaluation Criteria and Quote Submittal Instructions Proposals will be evaluated on the factors listed in the attached Submission Instructions and Evaluation Criteria document. Failure to follow the instructions may result in the proposal being removed from further consideration for award. Offerors are cautioned not to include assumptions, caveats, or exceptions within any part of their submission. Inclusion of assumptions, caveats, or exceptions to the requirement of any kind may result in the quote no longer being considered. Offerors should ONLY submit information explicitly requested in this RFQ.

Vehicle: PSS

RFP release date: 6/22/2021

Proposal due date: 7/20/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com