Delivery

Technical Support Services for the FHWA, Office of Operations (OPS) V

Summary: The Contractor shall provide all personnel, equipment, supervision, and other items and services necessary to provide technical and programmatic support services, on a task order basis, in support of the mission of the FHWA. The Contractor shall analyze technical, programmatic, and administrative issues and provide advice, recommendations, and support as required by HOP, other FHWA offices, other operating USDOT Administrations, and other stakeholders who partner in this critical mission. The Contractor shall also be required to conduct studies on policy and technical matters, research and evaluations related to and in support of FHWA’s program activities that raise awareness and understanding; development and use of technical tools, including models and computer aided instruction; develop and apply modeling, data analysis and other analytical techniques, technology transfer and technical assistance, including development and delivery of training, to state and local transportation professionals; for program assessment including project evaluation, performance measurement and process improvement; and for emergency preparedness and response, and transportation security initiatives. In addition, the Contractor shall be required to work with FHWA partners and stakeholders to support and coordinate programs and activities. However, all decision-making and program management authority shall remain with the Government. The Contractor shall provide various products and deliverables on a task order basis in support of HOP’s and the FHWA’s program activities and USDOT’s mission. This contract focuses on four program themes, Transportation Systems Management and Operations, Connected and Automated Vehicles, Managing Disruptions to Operations, and FHWA Emergency Preparedness, Emergency Response, and Transportation Security. Tasks will be issued against one or more of the program areas. The correlation of the program themes to the program areas is shown below. NOTE: Enclosed is the Request for Quote (RFQ) 693JJ321Q000047 entitled, ” Traffic Incident Management Targeted Outreach” and Exhibits 1, 7, 8 and 9 issued against the General Services Administration (GSA) Multiple Award Schedule (MAS) 541611. ALL Contractors receiving this RFQ notice are eligible to compete.

Vehicle: PSS

RFP release date: 10/7/2021

Proposal due date: 11/30/2021

Related Attachments:

Read more

RFI: Information Technology Solution Integrated Services (ITSIS)

Summary: Request for Information Information Technology Solution Integrated Services (ITSIS) THIS REQUEST FOR INFORMATION (RFI) IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. THE INFORMATION REQUESTED BY THIS RFI WILL BE USED BY NSF TO FACILITATE DECISION MAKING AND WILL NOT BE DISCLOSED OUTSIDE THE GOVERNMENT. The National Science Foundation (NSF) is an independent federal agency created by Congress in 1950 “to promote the progress of science; to advance the national health, prosperity, and welfare; to secure the national defense…” NSF is conducting market research to identify qualified, experienced, and interested sources to support the Division of Information Services (DIS) with NSF’s Information Technology Solution Integrated Services (ITSIS). The acquisition strategy for this procurement has not been determined at this time. ITSIS is considered a high-value, mission critical acquisition. The results of this RFI will be used as one of the determining factors in deciding on the acquisition strategy. The NSF encourages all qualified businesses (large and small), including joint ventures, to respond to this RFI. Additionally, small businesses in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns) are encouraged to respond to help make a final small business set-aside determination, if any. The anticipated North American Industry Classification System (NAICS) code for this requirement is 541511- Custom Computer Programming Services, which has a size standard of $30 million. Interested and qualified vendors should submit a response to this Request for Information. Please follow the instructions and include all content requirements below: a) Instructions: 1. Responses should be concise and compliant with the content requirements 2. Responses must not exceed 7 pages (Group 1 only) or 9 pages (Group 1 & 2) including a cover page with corporate information, 1 page for the table of contents, 3 pages demonstrating your capability, 1 page for contract staffing maturity, contract transition management, and recommendations on contract type and pricing methodology, 1 pages identifying items that would prevent you from responding to this potential RFQ/RFP, and 1 page for applicable and relevant references organizational experience, etc. 3. Responses should be provided in 12-point font 4. Generic sales brochures, videos, and other marketing information materials are not solicited and will not be reviewed 5. Do not submit cost or price information with the response 6. A viable interested party shall demonstrate the company’s capability to successfully perform the NSF’s requirements 7. A viable interested party shall provide relevant, applicable references, including references performed under a joint venture, of previous work or solution implementations that relate to the NSF’s requirements b) Content: 1. Corporate Information: i. Company name and address ii. Name of company representative, business title and email iii. Small business socioeconomic status under NAICS 541511 iv. DUNS Number v. Applicable contract vehicles your company has (e.g., Federal Supply Schedules (FSS), Blanket Purchase Agreements (BPAs), Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts) available for use by NSF vi. Identify interest in Group 1, Group 2, or both (refer to SOW). 2. Organizational Experience (within the past 3 years): i. Provide a summary of your company’s relevant experience in providing services of these types to an organization of similar size and complexity of the NSF ITSIS requirement as defined in the attachment. This requirement is expected to be worth approximately $50 million annually. ii. Provide a summary of your company’s experience in supporting legacy/core agency system iii. Description shall include the period of performance, number of years, awarded dollar value, total obligated dollar amount, contract type, the role of your company on that contract (e.g., prime or sub), and scope of the previous effort 3. Contract Staffing Maturity: Provide a summary of your company’s ability to hire and retain qualified staff, assemble high quality staff to fill urgent/emerging requirements, and provide staff with all the necessary support and oversight. 4. Contract Transition Management: Provide a description of your corporate experience transitioning contracts from incumbent support contractors including lessons learned, if any. 5. Recommendations on Contract Type and Pricing Methodology: Based on the tasks included in the attachment, provide a recommendation on contract type (e.g., Indefinite Delivery Vehicle (BPA, IDIQ), Requirements Contract, Task Order) and pricing structure (e.g., Firm-Fixed Price, hybrid, order dependent) and the rationale for those recommendations. If your firm has the potential capability to perform these contract services, please respond to this RFI with your submission by 10/26/2021. Telephone inquiries will not be accepted or acknowledged. Any questions related to the preparation of a response to this RFI shall be submitted in writing to the point of contact listed below. NSF may contact respondents to this RFI for additional information or one-on-one due diligence sessions as the NSF continues to explore the implementation of DLT in support of its mission. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Request for Information by 10/26/2021 at 11:00AM EST. All responses under this Request for Information must be emailed to Katrina Barry, kbarry@nsf.gov . If you have any questions concerning this opportunity, please contact Katrina Barry, kbarry@nsf.gov.

Vehicle: IT 70

RFP release date: 10/5/2021

Proposal due date: 10/26/2021

Related Attachments:

Read more

Volpe PRISM Licenses, Support and Maintenance

Summary: Please provide a quote in accordance with the selected GSA MAS Categories 54151, 5415S and 511210 and the attached specifications. This requirement is being conducted in accordance with FAR Part 13, Simplified Acquisition Procedures (SAP). 1. Quotes shall be submitted via GSA E-Buy. 2. An award will be made to the offeror whose offer is considered to be the best value to the Government based on price. 3. The resulting delivery order award will be issued on a firm fixed price basis. 4. Any quote submitted shall be valid for a minimum of thirty (30) days from the date of submission. 5. Quotes are due by 7:00 PM, EST. on Wednesday, September 28, 2021. 6. Please complete, sign and date the attached Provision FAR 52.204-24 and return with your quote. Please direct all questions regarding this Request For Quote directly to the contracting officer identified below. Thank you, Darcy Hubbard Contracting Officer U.S. DOT/Volpe Center, V222 Cambridge, MA 02142 Tel: 617.494.3816 Email: Darcy.Hubbard@dot.gov

Vehicle: IT 70

RFP release date: 9/27/2021

Proposal due date: 9/29/2021

Related Attachments:

Read more

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

Diversity and Inclusion Training

Summary: The purpose of this RFQ is for the delivery of semi-customized off-the-shelf training sessions in Diversity, Equity, Inclusion, and Accessibility for a cohort of Leadership and non-Leadership staff at the Federal Highway Administration (FHWA), and a Level II and III evaluation. The course length is 4 days and it shall be delivered virtually and made fully accessible. Tentatively, the first 3 days will be a blended session of all participants with the fourth day being reserved for leadership focused session. Please see the attached RFQ and Statement of Work for more information. All questions and quotes must be sent to Koren.wheeler@dot.gov and HCFA-31SRI@dot.gov Questions are due 12:00PM (noon) Eastern Time, 9/17/2021. Quotations are due 12:00PM (noon) Eastern Time, 9/21/2021.

Vehicle: PSS

RFP release date: 9/16/2021

Proposal due date: 9/21/2021

Related Attachments:

Read more

Volunteer Delivery System

Summary: Please view attached RFQ for further details.

Vehicle: IT 70

RFP release date: 9/16/2021

Proposal due date: 10/15/2021

Related Attachments:

Read more

Panaya Licenses and Maintenance Renewal Support Services

Summary: Good Day, Your organization has been selected to participate in the National Institutes of Health, Request For Quotation (RFQ) number RFQ1523154 Titled: Panaya Licenses and Maintenance Renewal Support Services. The Government anticipates one (1) Firm Fixed Price Delivery Order resulting from this solicitation. Questions should be submitted no later than 5PM EST September 20, 2021 via email to eliza.menchaca@nih.gov. The RFQ will close at 5PM EST on September 22, 2021. Please submit responses via email to eliza.menchaca@nih.gov. Thank you, Eliza Menchaca Contracting Officer NLM, NIH

Vehicle: IT 70

RFP release date: 9/17/2021

Proposal due date: 9/22/2021

Related Attachments:

Read more

TopVue Renewal for PEO AVN

Summary: TopVue Software Renewal: U.S Army Program Executive Office Aviation (PEO AVN) CONTRACTING ACTIVITY: United States Army Contracting Command-Redstone, Space, Missile Defense& Special Programs (SMD/SP) Directorate, Operations and Weapon Services Division, Information Technologies Solutions Branch CCAM-CAD-B Attn: Adrian Pritchett, Building 5303, Martin Road, Redstone Arsenal, AL 35898 CONTRACT TYPE: Firm-Fixed-Price SET-ASIDE: None REQUIREMENT: TopVue Renewal Software. RFQ INSTRUCTIONS AND EVALUATION CRITERIA: In accordance with the terms of your GSA Federal Supply Schedule contract, you are requested to submit a firm-fixed price quote to provide the U.S Army Program Executive Office Aviation (PEO AVN): TopVue Software; TopVue Enterprise Licenses, TopVue Maintenance, TopVue Configuration Services and Training, in accordance with the Performance Work Statement (PWS) for one base year and two option years. The office is located at 5681 Wood Rd., Redstone Arsenal, AL 35898. Redstone Arsenal, AL 35898. The vendor’s quote shall contain a statement confirming that they meet the below listed criteria and are capable of fulfilling all requirements of the PWS. The Government may make award based on initial quotes received, without further interaction with vendors; therefore, the initial quote should contain the vendor’s best terms, including any volume discounts and/or reductions to the established rates or prices. This procurement is conducted in accordance with the procedures at FAR 13.106-1(b)(1). Questions will be accepted through 4:00pm EST, September 21, 2021. Questions submitted after the said date and time are not guaranteed an answer. Quotes shall be submitted via the GSA eBuy no later than 5:00pm EST, September 23, 2021. Quotes received after the required submission date and time will be rejected without further review. It is the vendor’s responsibility to read the RFQ and all related documents carefully and completely and to monitor for any updates to the RFQ on a regular basis. Additionally, it is the vendor’s responsibility to ensure/verify the Government receives its submission on or before the date/time specified. “No-bid” replies shall be submitted via the GSA eBuy and should include a brief statement as to why your company chose not to submit a quote on the subject requirement. Submission of “No-bid” replies are requested by no later than 5:00pm EST, September 21, 2021. A complete quote shall consist of the following: Quotes shall include all items, including brand name items, as specified in the Performance Work Statement and in the quantities specified. Quotes shall include delivery terms and conditions. Quotes shall include a unit price, quantity, and extended price for each item listed in the Performance Work Statement and a total price for all items. Quotes should identify any discounts and/or reductions to established rates or prices. BASIS OF AWARD: The Government intends to place an order with the schedule contractor representing the best value to the Government. Best value is the lowest price technically acceptable quote. The vendor shall be capable of meeting all requirements of the Performance Work Statement (PWS) labeled PEO AVN PWS for TopVue (attached). The Contractor shall guarantee total Government customer satisfaction. Adjectival Rating Description Acceptable Quote meets the requirements of the solicitation, including the minimum technical requirements. Unacceptable Quote does not meet the requirements of the solicitation, including the minimum technical requirements.

Vehicle: IT 70

RFP release date: 9/16/2021

Proposal due date: 9/23/2021

Related Attachments:

Read more

MACH Language Services

Summary: Martin Army Community Hospital (BMACH), located at Fort Benning, GA, requires medical records translation and interpretation services. This requirement is to obtain a firm fixed price base period and four option years. BMACH must provide information in a timely manner tailored to the patient’s age, language, and ability to understand. BMACH must provide information to the patient who has vision, speech, hearing, or cognitive impairments that require interpretation services in a manner that meets the patient’s needs. Many BMACH patients speak and/or read languages other than English; or are patients who have limited literacy in any language; or are patients who have visual or hearing impairments; or are patients on ventilators; or are patients with cognitive impairments; and have children. These services must be available to patients 24 hours per day, 7 days per week to include weekends and holidays. Patients often come to BMACH with their medical records written in a foreign language. Written translation of these medical documents into English is required for a complete patient medical record. The translated documents are filed in the patient’s medical records to assist their providers with the best possible healthcare. BMACH anticipates higher usage of virtual appointments in the upcoming fiscal year and will require interpretation services for patients that are contacted via phone for their medical appointments. These services must be available 24 hours a day, 7 days per week to include weekends and holidays. The requirement is an over the phone, written, video teleconferencing and American Sign Language services that provides for language translation and interpretation services 24 hours a day, 365 days a year. The estimated delivery date is 01 NOV 2021. The North American Industry Classification System (NAICS) code is 541930, Electronic Computer Manufacturing, which has a size standard of 1,250 employees. The Government is anticipating a Firm Fixed Price contract. Prospective offers are advised that if tentatively selected for award, they must register with the System for Award Management (SAM) (http://www.sam.gov) and obtain a Commercial and Government Entity (CAGE) code prior to any award being made. This solicitation will close on 20 September 2021 at 1:00 PM EST. Paper copies of this solicitation will not be physically issued, and telephone and faxed requests for the solicitation will not be honored. Submit your offer via email to the RFP with capability statement to cardova.d.hall.civ@mail.mil. Ensure you have all of the necessary information required for the preparation and submission of offers. Participant are urged to visit GSA eBuy frequently for any updates/amendments to any and all documents. Questions Deadline: 17 September 2021 @ 09:00 AM EST. MICC POC for this requirement is Mr. Cardova Hall, cardova.d..hall.civ@mail.mil, 706-545-1064 or Mr. Yewston N. Myers, yewston.n.myers.civ@mail.mil, 706-545-1322.

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 9/20/2021

Related Attachments:

Read more

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
PHP Code Snippets Powered By : XYZScripts.com