DFARS

158 FW Recruiting Social Media Engaugement

Summary: The Vermont Air National Guard has a requirement for Social Media posting and advertising for its Recruiting and Retention Office. See attached Performance Work Statement for additional details. See attached QASP for details on contract performance assessment. Vendors must also complete the attached representation regarding covered telecommunications equipment, FAR 52.204-24. Please identify in quotes the GSA schedule under which the services are being offered, and submit pricing in accordance with the line item structure listed below. The Government will award a firm fixed price contract to a responsible contractor whose quote provides the best value to the government as determined by the Contracting Officer, in terms of the technical proposal for providing the required services, price, and contractor past performance. Please provide at least two past performance references for jobs of similar size and nature within the past 18 months. The Government intends to evaluate offers and award a contract without discussion. Therefore, vendors’ initial offers should contain the best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. For electronic payment instructions, refer to DFARS clauses 252.232-7003 and 252.232-7006

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 9/23/2021

Related Attachments:

Read more

Splunk Professional Services – NAVSEA HQ

Summary: This is a Request for Quote (RFQ) is to current DOD ESI (Enterprise Software Initiative) Blanket Purchase Agreement (BPA) holders. In accordance with DFARS 208.74, only authorized Blanket Purchase Agreement (BPA) holder(s) shall submit a completed RFQ that include prices for all CLIN(s). This is an all-or-none requirement. Partial quotes will be deemed unresponsive and will not be evaluated. The government will award a single purchase order to the responsible offeror whose offer conforms to the requirements as stated in the solicitation and is most advantageous to the government based on lowest price, technically acceptable. Please see the Statement of Work for exact specifications for this requirement. Quotes from any business that is not an ESI/BPA holder will be deemed unacceptable and will not be considered. Offerors must be registered in SAM and all responsible sources may submit a quotation which, if timely received, will be considered by the Agency. Quotes are due no later than the response date in the posting. Responses/offers shall be submitted electronically. Any amendment(s) issued to this RFQ will be published on this website. Therefore, it is the Offeror(s) responsibility to visit this website frequently for updates on this procurement.

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 9/17/2021

Related Attachments:

Read more

Economic Statecraft in the Pacific Region

Summary: This Request for Quote (RFQ) is for Economic Statecraft in the Pacific Region support services, in support of the United States Indo-Pacific Command (USINDOPACOM). NAVSUP Fleet Logistics Center (FLC) Pearl Harbor Regional Contracting Office is issuing a competitive, unrestricted action amongst GSA schedule holders for the purpose of entering into a Firm-Fixed Priced (FFP) Task Order (TO). NAVSUP Fleet Logistics Center, Pearl Harbor Regional Contracting Office requests responses from qualified sources capable of providing the services as outlined in the Performance Work Statement (PWS), Attachment 1. See attached “RFQ Detailed Description” PDF for instructions to quoters and all pertinent information i.e. Basis of Award, Submission Requirements, Evaluation, Period of Performance and applicable Defense Federal Acquisition Regulation Supplement (DFARS) Provisions and Clauses in regards to this RFQ. *Questions: Questions shall be submitted to lenin.a.moreira.civ@us.navy.mil no later than 5:00 PM EST on Wednesday, 15 September 2021. Emails sent to this address shall clearly reference the RFQ1521269 in the subject line. Questions submitted after this date and time will not be accepted. *Quote submissions may be directly emailed to lenin.a.moreira.civ@us.navy.mil. ————————————————————————————————————————————————————————————————————————- ** Question: If a Contractor’s GSA MAS Schedule is based on commercial rates and not the result of a cost build up and the Contractor does have fully burdened labor rates that have been deemed reasonable by the GSA. For this RFQ, can the government please confirm that Contractor’s do no need to provide GSA labor categories and rates as well as unburdened and burdened labor rates? ** Response: Refer to Revised RFQ Detailed Description, removing requirement to detail price build up, and replaced with GSA Labor Category, GSA Labor Rate and Labor Hours.

Vehicle: PSS

RFP release date: 9/9/2021

Proposal due date: 9/22/2021

Related Attachments:

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

DMEA Trusted Access Program Office (TAPO) Technology Needs Assessment

Summary: The Defense Microelectronics Activity (DMEA) is looking for an experienced contractor to provide technology needs assessment to DMEA’s Trusted Access Program Office (TAPO) in order to analyze the current technologies available that meet TAPO customer demands. This acquisition is conducted under Federal Acquisition Regulation Subpart 8.4 Federal Supply Schedules. The RFQ is available to contract holders under GSA’s Multiple Award Schedule (MAS), NAICS 541611, Management and Financial Consulting, Acquisition and Grants Management Support, and Business Program and Project Management Services. The Product Service Code (PSC) is B544, Special Studies/Analysis – Technology. The contractor shall have previous experience with providing technical studies, needs assessments or strategic analysis to an engineering enterprise of 200-300 employees for projects similar to the scope described in the Performance Work Statement (PWS) 21-1H6. Contractors having the ability to provide services are encouraged to respond to this RFQ providing sufficient detail limited to 10 pages. Responses will be evaluated as per the attached Evaluation Criteria. DFARS clauses included herein will result in any awarded orders.

Vehicle: PSS

RFP release date: 9/10/2021

Proposal due date: 9/20/2021

Related Attachments:

Read more

Fire Alerting System and Installation

Summary: This acquisition is utilizing procedures in FAR Part 13, Simplified Acquisition Procedures and is issued as a Request for Quote (RFQ) from the 166 MSG/MSC, New Castle, DE 19720. This acquisition is currently being set aside for a small business, however, in the event there are not enough responses from responsible, capable small businesses, and then large business responses will be considered. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular (FAC) 2021-06 and DPN 20210709. Award will be made based on overall best value to the government. The selected vendor shall provide all materials, labor, transportation, installation and technical expertise necessary to complete this award. An offer which requires the Government to execute a separate agreement with a third party shall be deemed technically unacceptable. The Government intends to place a Single, Firm-Fixed Price order without discussions. Therefore, offerors should submit their best offer up front. Do not assume you will be able to revise your offer. The descriptions of the commercial items are: CLIN 0001 FIRE STATION ALERTING SYSTEM TO INCLUDE BUT NOT LIMITED TO ALL ITEMS IDENTIFIED IN THE PWS (ATTACHMENT 1) QTY: 1 Date: NTP- 120 DAYS Place of delivery: Delaware Air National Guard, New Castle, DE 19720-1615 from 7am to 4:30 pm, Monday thru Friday. CLIN 0002 DESIGN OF THE SYSTEM, INSTALLATION OF EQUIPMENT, PROGRAM MANAGEMENT AND TESTING IDENTIFIED IN THE PWS (ATTACHMENT 1) QTY: 1 DATE: NTP-120 DAYS Place of performance: Delaware Air National Guard, New Castle, DE 19720-1615 from 7am to 4:30 pm, Monday thru Friday. SUBMISSION GUIDELINES: Submitted quote shall be uploaded to the GSA eBuy portal under the associated RFQ. The Contracting Officer will evaluate equal products and services on the basis of information furnished by the quote or identified in the quote and reasonably available to the Contracting Officer. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and Far DFARS clauses and provisions are available at the following internet site: http://acquisition.gov . This contract is subject to the Service Contract Act of 1965. The applicable wage determination in effect at the time of award will be incorporated into the subsequent contract. Current rates can be found at the following site: www.dol.gov (See attachment #2 WDOL) The following provisions are included for the purposes of this solicitation: 252.203-7005 Representation Relating to Compensation of Former DoD Officials; 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls; 252.204-7016 Covered Defense Telecommunications Equipment or Services Representation; 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Representation; 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements; 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information retrieval System; 252.225-7031 Secondary Arab Boycott of Israel; The following clauses are included for the purposes of this solicitation and most current versions will be incorporated into any resulting order: 252.203-7000 Requirements relating to Compensation of Former DoD Officials; 252.203-7002 Requirements to Inform Employees of Whistleblower Rights; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 DoD Antiterrorism Awareness Training for Contractors; 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; 252.204-7015 Disclosure of Information to Litigation Support Contractors; 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services; 252.204-7020 NIST SP 800-171 DoD Assessment Requirements; 252.204-7021 Contractor Compliance with the Cybersecurity Maturity Model Certification Level Requirement; 252.211-7003 Item Unique Identification and Valuation; 252.223-7008 Prohibition of Hexavalent Chromium; 252.225-7048 Export-Controlled Items; 252.227-7015 Technical Data–Commercial Items; 252.227-7037 Validation of Restrictive Markings on Technical Data; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006 Wide Area Workflow Payment Instructions; 252.232-7010 Levies on Contract Payments; 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; 252.244-7000 Subcontracts for Commercial Items; 252.246-7008 Sources of Electronic Parts; 252.247-7023 Transportation of Supplies by Sea;

Vehicle: IT 70

RFP release date: 9/10/2021

Proposal due date: 9/18/2021

Related Attachments:

Read more

Senior Leader Strategic Communication

Summary: This requirement is for services to provide a series of customized engagements with the United States Indo-Pacific Command (USINDCOM) subject matter experts to improve the synchronization and effect of strategic communications and information operation campaigns. (see attached PWS for the topics of interest and other details). In addition to the quote ensure to provide documentation that supports the attached PWS’ Section 6: Contractor’s qualifications. The deadline for answering question regarding this requirement will be 07 September 2021 : 1800 hrs. EST APPLICABLE DFARS PROVISIONS AND CLAUSES: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7003 Control of Government Personnel Work Product APR 1992 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016 252.204-7012 Safeguarding Covered Defense Info. and Cyber Incident Reporting DEC 2019 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.204-7016 Covered Defense Telecommunications Equipment or Services Representation DEC 2019 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Representation MAY 2021 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2021 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements. NOV 2020 252.204-7020 NIST SP 800-171 DoD Assessment Requirements NOV 2020 252.225-7048 Export-Controlled Items JUNE 2013 252.225-7974 Representation Regarding Persons that have Business Operations with the Maduro FEB 2020 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7006 Wide Area WorkFlow Payment Instructions DEC 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.244-7000 Subcontracts for Commercial Items JAN 2021 252.232-7017 Accelerating Payments to Small Business Subcontractors–Prohibition on Fees and Consideration APR 2020

Vehicle: PSS

RFP release date: 9/3/2021

Proposal due date: 9/12/2021

Related Attachments:

Read more

Travel Operations Management Support Services

Summary: The Defense Human Resources Activity (DHRA) on behalf of the Defense Travel Management Office (DTMO), requests vendors under the GSA Multiple Award Schedule, Professional Services Category, Business Administrative Services, SIN 541611 Management and Financial Consulting, Acquisition and Grants Management Support, and Business Program and Project Management Services, submit a quote in response to the Performance Work Statement (PWS) provided as an enclosure to the Government’s Request for Quote documents attached herein. This requirement is set aside for small businesses. The NIACS Code is 541611 Administrative Management and General Management Consulting Services with a small business size standard of $16.5 million. This acquisition utilizes the procedures under Federal Acquisition Regulation (FAR) Part 8.4 which outlines the ordering procedures for Federal Supply Schedules. The Government intends to issue a Firm-Fixed-Price (FFP) Task Order which will include Time and Materials (T&M) Contract Line Item Numbers (CLINs), for a base period (includes an 30 day transition period and 11 months of service) and four, 12-month option periods. This solicitation includes a requirement for contractor travel. The Government will use the T&M CLINs to provide a Not to Exceed estimated cost for travel. Payments will be made through the Wide Area Workflow (WAWF) application in accordance with DFARS clause 252.232-7006, Wide Area Workflow Payment Instructions. This is an all-or-none requirement. A partial quote and any “assumptions” will be considered unresponsive and will not be evaluated. The vendor (s) agrees to hold the prices in its quote for a period of 120 calendar days from the date specified for receipt of quotes, unless another time is specified. Vendors may submit questions in response to this Request for Quote (RFQ). The deadline for questions is: 2 PM, ET, July 16, 2021. Please review the Government’s RFQ document, attached, for all information relating to this RFQ.

Vehicle: PSS

RFP release date: 7/6/2021

Proposal due date: 8/5/2021

Related Attachments:
Related Attachment
Related Attachment
Related Attachment
Related Attachment
Related Attachment

Read more
PHP Code Snippets Powered By : XYZScripts.com