Department of Defense

USAF A5/8/9 IT LAN Support – Market Research

Summary: On behalf of the Department of Defense, GSA is conducting market research related to the subject requirement. To see the description of the requirement and any attachments, please copy and paste the below URL into a new browser. Only responses via the URL will be accepted! URL: https://feedback.gsa.gov/jfe/form/SV_eVwXHxkEWSDeQaq Note: If the link does not work, please clear your browser history/cache and then copy and paste URL into a new browser. All inquiries in regards to this RFI should be sent to: rfi@research.gsa.gov Please include the RFQ number. Phone inquiries will not be accepted

Vehicle: IT 70

RFP release date: 10/6/2021

Proposal due date: 10/22/2021

Related Attachments:

Read more

Air Force – Space Systems Command – ECX Service Catalog – Market Research

Summary: On behalf of the Department of Defense, GSA is conducting market research related to the subject requirement. To see the description of the requirement and any attachments, please copy and paste the below URL into a new browser. Only responses via the URL will be accepted! URL: https://feedback.gsa.gov/jfe/form/SV_4TmRWGaXSZnvEeW Note: If the link does not work, please clear your browser history/cache and then copy and paste URL into a new browser.

Vehicle: IT 70

RFP release date: 9/27/2021

Proposal due date: 10/27/2021

Related Attachments:

Read more

Westover ARB Base Operations and Support Services Market Research

Summary: On behalf of the Department of Defense, GSA is conducting market research related to the subject requirement. To see the description of the requirement and any attachments, please copy and paste the below URL into a new browser. Only responses via the URL will be accepted! URL: https://feedback.gsa.gov/jfe/form/SV_2319y1G9jffjXD0 Note: If the link does not work, please clear your browser history/cache and then copy and paste URL into a new browser. All inquiries in regards to this RFI should be sent to: rfi@research.gsa.gov Please include the RFQ number. Phone inquiries will not be accepted

Vehicle: PSS

RFP release date: 9/17/2021

Proposal due date: 10/6/2021

Related Attachments:

Read more

Inbound ePrescribing Clearing House Transaction Services

Summary: The VA Pharmacy Re-engineering (PRE) Inbound ePrescribing (eRX) (PRE IEP) component provides the ability to receive inbound electronic prescriptions (e-prescriptions) from an external provider (e.g. a doctor not associated with VA; medical staff at a Department of Defense military and treatment facilities; etc.) with the ability to process, fill and dispense them in the Veterans Health Information Systems & Technology Architecture (VistA), and VA Electronic Health Records Modernization (EHRM) (Cerner Millennium), Outpatient Pharmacy (OP) modules. Clearing House Transaction Services provides connectivity for inbound prescription electronic transactions and transfer transactions for the eRx software (i.e. connects external prescribers or dispensers with VistA, EHRM, OP modules).

Vehicle: IT 70

RFP release date: 9/20/2021

Proposal due date: 10/1/2021

Related Attachments:

Read more

USCYBERCOM Manpower Study Market Research

Summary: On behalf of the Department of Defense, GSA is conducting market research related to the subject requirement. To see the description of the requirement and any attachments, please copy and paste the below URL into a new browser. Only responses via the URL will be accepted! URL: https://feedback.gsa.gov/jfe/form/SV_5aSlwkqhwnIyYjY Note: If the link does not work, please clear your browser history/cache and then copy and paste URL into a new browser. All inquiries in regards to this RFI should be sent to: rfi@research.gsa.gov Please include the RFQ number. Phone inquiries will not be accepted

Vehicle: PSS

RFP release date: 9/17/2021

Proposal due date: 9/22/2021

Related Attachments:

Read more

Air Force Systems Networking (AFSN) ACE Support Market Research

Summary: On behalf of the Department of Defense, GSA is conducting market research related to the subject requirement. To see the description of the requirement and any attachments, please copy and paste the below URL into a new browser. Only responses via the URL will be accepted! URL: https://feedback.gsa.gov/jfe/form/SV_8Gh1kqxjwjm6qTc Note: If the link does not work, please clear your browser history/cache and then copy and paste URL into a new browser. All inquiries in regards to this RFI should be sent to: rfi@research.gsa.gov Please include the RFQ number. Phone inquiries will not be accepted

Vehicle: IT 70

RFP release date: 9/15/2021

Proposal due date: 9/22/2021

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

Administrative Business Support Services

Summary: Military Community and Family Policy Administrative – Business Operations Support Services The Office of the Deputy Assistant Secretary of Defense for Military Community and Family Policy (MC&FP) is directly responsible for programs and policies that empower and support our military community and family to thrive. The overarching vision for MC&FP is “A high performing, tenacious team…people focused, people centered, people always.” Military Community and Family Policy serves as the focal point for coordination of the broad range of quality of life promotion of services within the Department of Defense (DoD) that are mission focused, collaborative, flexible and people-centric. Specifically, MC&FP performs the following functions: – Provides a program delivery system for outreach to the military community (service members and their families, military leadership, civilian leadership, and supporting civilian organizations) which includes online resources, tools, communication and educational products to inform and assist the military community in connecting to appropriate support programs. – Provides policy and program oversight to ensure that military community quality of life programs are designed and executed to support the needs of the Defense mission. – Provides for family support policies and programs in such areas as family center support, child care, youth programs, family advocacy, special needs, relocation, and support during mobilization and deployment (including casualty affairs). – Establishes program policy for mission sustaining and basic community programs for Morale, Welfare and Recreation, Voluntary and Post-Secondary Education and coordinate services of non-profit agencies such as the Red Cross, Armed Services YMCA and the USO. – Engages and educates state policymakers, non-profit associations, concerned business interests, and other state leaders about the needs of military members and their families. – Coordinates DoD oversight of the Armed Forces Retirement Home Board. The contractor shall provide high level professional executive services that support the business operations for Assistant Secretary of Defense (ASD), MC&FP and ancillary DoD Agencies. Specifically the contractor shall provide management support, revisions and analysis, facilitation services support for high level forums and working groups, support policy meetings and provide logistical support in promotion of military members and family support programs. Contractor will employ current industry standards for the same while ensuring documentation preservation, specialized administration, and operational support. Performance Work Statement Military Community and Family Policy Administrative – Business Operations Support Services The Deputy Assistant Secretary of Defense for Military Community and Family Policy (MC&FP) continually seeks to provide cost effective, proficient and resourceful programs to address the needs of the military community. DoD programs primarily focus on proactively addressing matters that are particularly important to invigorate and support the military community. These various policy driven programs are specifically designed to empower the military community to thrive in a very dynamic and vigorous environment. Support for these programs has been challenging and it is important for MC&FP to keep up with industry standards while commissioning best practices, lessons learned, and economical and efficient implementation of services. Support for these programs and services are critical to developing the foundation of services members and their families. This requires detailed program management, project control and professional administration necessary to manage multiple types of programs for diversified government staff. This support will aid in processing requirements that impact processes, cost, quality and timely execution of necessary business operations. The application of expertise within processes that support management metrics will support achievement of program objectives. Period of Performance is from the date of award with one base year and four option years. The listed period of performance is estimated. Attachments: RFQ HDQMWR21Q0078 PPQ HDQMWR21Q0078

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 10/15/2021

Related Attachments:

Read more

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

DoD ESI – Gartner, Inc.’s Core Connect Research Advisor, or equal

Summary: Department of Defense Enterprise Software Initiative (DoD ESI). This RFQ is being procured in accordance with DFARS Subpart 208.74, Enterprise Software Agreements and PGI 208.7403 Acquisition Procedures. This is a Request for Quote (RFQ) for Gartner, Inc.’s Core Connect Research Advisor, or equal in accordance with Attachment 1 Performance Work Statement for a one-year base period and four (4) one-year option periods. The Government intends to issue an award to the responsible Quoter whose quote represents the lowest priced technically acceptable (LPTA) quote. LPTA is defined as submission of a quote that complies with all terms and conditions contained within the RFQ AND that is lowest priced. Quoters shall provide a quote, to include a full description of services being proposed, as identified under Attachment 1 Performance Work Statement. This submittal is limited to three (3) pages (not including Cover Page). The proposed requirement will be evaluated and awarded in accordance with FAR 52.211-6 “Brand Name or Equal”. If items called for by this RFQ have been identified as a “brand name or equal” description, such identification is intended to be descriptive and to indicate the quality and characteristics of the products that will be acceptable to the Government, taking the provisions contained in FAR 52.211-6 into consideration. Quotes offering “equal” products, which include products of the brand name manufacturer other than the one described by the brand name will be considered if such services are clearly identified in the quote and are determined by the requiring activity to meet the full salient characteristics of the requirement(s) as stated in the RFQ. Quoters shall provide and submit Firm Fixed Pricing for the base period and all four (4) option period. Partial quotes will not be considered. Quotes will be considered in terms of price, lowest to highest, and then the apparent lowest-priced quote will be evaluated for acceptability under the technical and price factors. If the lowest-price quote is evaluated as unacceptable, the acceptability of the next lowest-price Offeror will be evaluated, continuing this process as necessary until the LPTA Quoter is identified. The Government reserves the right at its discretion to seek additional information from the lowest priced quoter(s) for evaluation and award purposes without seeking information from other quoters or allowing other quoters to submit revised quotes. For the Technical Factor, the Government will evaluate information submitted by the Quoter for this factor and will make an acceptable or unacceptable rating. Acceptable is defined as the proposed items demonstrate conformance to Attachment 1- Performance Work Statement, taking FAR 52.211-6 into consideration. Unacceptable is defined as the proposed items do not demonstrate conformance to Attachment 1- Performance Work Statement, taking FAR 52.211-6 into consideration. The Government reserves the right to not make any awards as a result of this RFQ.

Vehicle: IT 70

RFP release date: 9/13/2021

Proposal due date: 9/16/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com