DHS

Qualitative Law Enforcement Unified Edge (QLUE)

Summary: The US Secret Service (USSS) Investigative Division (ISD) has a requirement for 25 Qualitative Law Enforcement Unified Edge (QLUE) forensic licenses. Please provide us with your quote no later than 5:00 PM EST on Wednesday September 29, 2021. The Government intends to award a Firm Fixed Price Task Order based on the Lowest Price Technically Acceptable. The offeror shall provide quotes in accordance with the following format: Part A: The vendor’s quote shall meet the specifications outlined in the attached Statement of Requirements. Part B: Business and Pricing: 1. Provide Company Name, Address, Phone Number, CAGE code, DUNS Number, Tax Identification Number (TIN), System for Award Management (SAM) registration status, and Business Size. 2. The offerors shall provide Firm-Fixed Pricing for the items provided within the Statement of Requirements. Quotes shall be submitted via e-mail to Jose Vasquez at jose.vasquez@usss.dhs.gov. If you have any questions yo may call Jose Vasquez at 202-236-8182.

Vehicle: IT 70

RFP release date: 9/27/2021

Proposal due date: 9/29/2021

Related Attachments:

Read more

DHS CBP Financial Administrative Support Services Market Research

Summary: On behalf of the Department of Homeland Security, 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_d0d0NRHHNCazDca 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: 9/23/2021

Proposal due date: 10/8/2021

Related Attachments:

Read more

RFQ1521863, Asset Verification System (AVS) services

Summary: The Office of Contracting and Procurement (OCP), on behalf of Department of Human Services, Economic Services Administration (DHS/ESA), is seeking Asset Verification System (AVS) services to operate an electronic solution to identify assets held by Financial Institutions that affect the Medicaid eligibility of aged, blind, or disabled applicants and recipients. DHS may also elect to use this service for other populations serviced

Vehicle: IT 70

RFP release date: 9/13/2021

Proposal due date: 9/20/2021

Related Attachments:

Read more

RFP – Amazon Cloud Computing Services and Support

Summary: The purpose of this solicitation is to acquire cloud computing services and support from Amazon to test and evaluate in support of the U.S. Department of Homeland Security (DHS) Science and Technology Directorates (S&T) Data Analytics Technology Center (DA-TC).

Vehicle: CIO-SP3

RFP release date: 9/10/2021

Proposal due date: 9/24/2021

Related Attachments:
No Bid

Read more

Wireless Backbone

Summary: Provide a 1) price quotation, 2) delivery schedule and 3) product and service description per the attached SOW. Offerors are responsible for providing a product/service description or narrative describing how their offering meets all aspects of the SOW. This requirement is FOB Destination. Offerors MUST be registered at www.SAM.gov, on or before close of business (COB) 9-23-2021 to be considered for award. Potential offerors may schedule a site survey with Field Technology Supervisor Frank W. Sharpe at Cell (310) 612-3209 or email frank.w.sharpe@cbp.dhs.gov. Site visits must be scheduled and completed by close of business on September 21, 2021. In order to complete award during fiscal year 2021, the Government does not intend to extend the closing date and time of September 23, 2021 at 03:00 PM EDT. Award will be made to the best value offeror who meets the requirements of the SOW. The government intends to award a firm, fixed price contract type. This requirement is 100% set aside for small business. NAICS 334220, size standard 1,250 employees, applies to this requirement.

Vehicle: IT 70

RFP release date: 9/4/2021

Proposal due date: 9/23/2021

Related Attachments:

Read more

Draft RFP – Amazon Cloud Computing Services and Support

Summary: The purpose of this draft solicitation is to solicit feedback, comments, and questions from the CIO-SP3 Small Business contract holders for the U.S. Department of Homeland Security (DHS) Science and Technology Directorates (S&T) Data Analytics Technology Center (DA-TC) requirement for Amazon cloud computing services and support.

Vehicle: CIO-SP3

RFP release date: 9/1/2021

Proposal due date: 9/20/2021

Related Attachments:
Stage 1 – Qualification

Read more

DPA Expert Professional Support Services

Summary: The purpose of this requirement is to obtain Professional Support Services for technical support to implement the Department of Homeland Security (DHS) Secretary’s and Federal Emergency Management Agency (FEMA) Administrator’s Defense Production Act (DPA) responsibilities. The contractor shall provide the following professional services: – Support the implementation of Pandemic Voluntary Agreement Plans of Action (currently 6 total Plans of Action) – Assist with development of standardized, documented processes for further Voluntary Agreement Plans of Action. – Assist with reporting requirements on the progress of Plans of Actions – Plan, organize and facilitate training related to business processes, roll out of new tools and job aids – Communication and Knowledge Transfer management.

Vehicle: PSS

RFP release date: 8/27/2021

Proposal due date: 9/3/2021

Related Attachments:

Read more

Warehouse Support Services for the NCFI

Summary: The National Computer Forensic Institute (NCFI) located in Hoover, AL, has a requirement for warehouse support services to include receiving and distribution of supplies/equipment, light moving duties, stocking classrooms, general knowledge of inventory control, and continued upkeep of maintenance logs. The contractor shall provide a minimum of four (4) contractors support personnel (1 supervisor/3 laborers) to perform work as described in this Performance Work Statement (PWS). Questions are due no later than 7 September 2021 at 5:00pm to Sara Strange at sara.strange@associates.usss.dhs.gov Quotes are due no later than 10 September 2021 at 5:00pm to Sara Strange at sara.strange@associates.usss.dhs.gov

Vehicle: PSS

RFP release date: 8/26/2021

Proposal due date: 8/31/2021

Related Attachments:

Read more

RFI 1495670 Update – EBMSS and ESBSS Update for Industry

Summary: EBMSS and ESBSS Update for Industry The purpose of this notice is to clarify the requirements between the Enterprise Business Management Support Services (EBMSS) and the Enterprise Small Business Support Services (ESBSS). The EBMSS scope is strategic in nature and CBP requires contractors with the depth and breadth of technical, operational, and organizational expertise to support program execution and positively impact the Nation’s border security posture and mission execution. Please note the scope and acquisition strategy for the EBMSS contract is not being considered at this time and the current EBMSS does not expire until December 2023. More importantly, the ESBSS requirement is not intended to be a direct follow-on to CBP’s current EBMSS BPA. The ESBSS scope is envisioned to be more operationally focused. Therefore, CBP plans the ESBSS acquisition to cover, in part, the current Enterprise Program Management Office (EPMO) contract. The ESBSS RFI was issued for market research purposes and to examine potential enhancements of the current EPMO scope. A high-level timeline for CBP’s ESBSS requirement can be found below. Please note that this only an approximation and will be updated as needed by CBP. Please continue to monitor betaSAM (SAM.gov | Home), APFS (https://apfs.dhs.gov/), and GSA eBuy (https://www.ebuy.gsa.gov/ebuy/) for additional information. Approximate high-level timeline: FY22, 1st Quarter: Industry Day FY22, 2nd Quarter: Release draft solicitation FY22, 3rd Quarter: Release solicitation; responses due FY22, 4th Quarter: Award(s)

Vehicle: IT 70

RFP release date: 8/24/2021

Proposal due date: 8/30/2021

Related Attachments:

Read more

Biosurveillance Ecosystem (BSVE) O&M and Development

Summary: This RFQ is issued by the Department of Homeland Security (DHS), Office of Procurement Operations (OPO), in accordance with Federal Acquisition Regulation (FAR) 8.405-2, to procure Biosurveillance Ecosystem (BSVE) Operations and Maintenance (O&M) and Further Development in support of DHS’ Countering Weapons of Mass Destruction (CWMD) Office. OPO intends to award a hybrid Firm Fixed Price / Time-and-Materials (T&M) Task Order against a capable and responsible contractor’s General Services Administration (GSA), MAS Schedule, Special Item Number (SIN) 54151S to support this requirement. This RFQ is being issued to small businesses under North American Industry Classification System (NAICS) Code 541512 Computer Systems Design Services. The anticipated CWMD Watch task order award will have a (9) month base period with four (4) one (1) year option periods.

Vehicle: IT 70

RFP release date: 8/16/2021

Proposal due date: 8/24/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com