DOD

Facility Condition Assessment

Summary: The Facility Sustainment Directorate is required to assist the Services in the development of Facility Condition Indices (FCI) for the assets that are sustained through the DLA Energy Defense Working Capital Fund. To meet this responsibility, DLA Energy has a requirement for technical support to assist in developing baseline Facility Condition Indices for all DLA Energy supported DoD fueling facilities.

Vehicle: PSS

RFP release date: 10/6/2021

Proposal due date: 10/28/2021

Related Attachments:

Read more

AS9100

Summary: Internal audit support: three (3) full time employees for four (4) working days to provide two (2) internal audits in FY22 on site at NAWCAD. Surveillance audit support: two (2) full time employees for four (4) working days to provide support for two (2) surveillance audits in FY22 on site at NAWCAD. Quality Management System (QMS) development support: two (2) full time employees for a minimum of five (5) two (2) working day trips to provide QMS development support in FY22 on site at NAWCAD. Labor category for employees: auditor. Qualification level for employees: senior level Quote all items or none. Please ensure items are on your GSA schedule and identify if any items are open market as this is a GSA procurement. Request is set-aside for Total Small Business under the authority of FAR Part 52.219-6. Offerors must be registered in the System for Award Management (SAM) database prior to submission of an offer to be considered for award of any DoD contract. This may be accomplished electronically at https://www.sam.gov/portal/public/SAM/. Invoicing and payment will be made thru Wide Area Workflow (WAWF), TERMS: NET 30 Vendor will perform 3rd party audits to verify AS9100D compliance and certification. .

Vehicle: PSS

RFP release date: 9/30/2021

Proposal due date: 10/19/2021

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

Advanced Cicil Model Conversion

Summary: The procurement of the USACE Advanced Civil Mod Conversion develop a “Best Practice Method” for translation of civil engineering design model information between Bentley InRoads SELECTseries software and Autodesk Civil 3D 2020 software using the LandXML format for exchange. See attached Statement of Work. ***This action is for DoD ESI Holders Only***

Vehicle: IT 70

RFP release date: 9/16/2021

Proposal due date: 9/21/2021

Related Attachments:

Read more

IT Enterprise Architectures Support

Summary: The SAF/AAII’s mission is to perform oversight and assist Program Management teams on a wide variety of Federal, DoD and Air Force IT compliance areas in the assigned IT Portfolios. This specific contract requirement includes the establishment and support of a range of Enterprise Architect services for assigned IT investments and their program management teams for the life cycle of the assigned investments, as well as support for related DoD and Air Force rationalization efforts.

Vehicle: IT 70

RFP release date: 9/14/2021

Proposal due date: 9/22/2021

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

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

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

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
PHP Code Snippets Powered By : XYZScripts.com