Each

Medicare Physician Fee Schedule (PFS) Analysis Support

Summary: IAW the Omnibus Budget Reconciliation Act of 1989 (OBRA 89) (Pub. L. 101 239, enacted on December 19, 1989), and the Omnibus Budget Reconciliation Act of 1990 (OBRA 90 (Pub. L. 101 508, enacted on November 5, 1990), CMS must procure a contractor to provide analytical and clinical review services in support of the development of the Medicare physician fee schedule (PFS), and support of policy development. This includes incorporation of changes in Relative Value Units (RVUs) for the physician work, practice expense (PE), and malpractice expense (MP), calculation of the direct PE inputs and indirect PE for each service, revising and utilizing the analytic crosswalk, developing MP RVUs for new, revised and potentially misvalued codes, utilization of existing MP RVUs and geographical practice cost indices (GPCIs), calculating and using budget neutrality adjustments and calculating and using conversion factor (CF) updates.

Vehicle: PSS

RFP release date: 9/29/2021

Proposal due date: 10/20/2021

Related Attachments:

Read more

Microsoft Premier Services

Summary: The reason for this modification is to increase the number of hours for each clin per the attached and change the quote due time from 3pm to 6pm.

Vehicle: IT 70

RFP release date: 9/27/2021

Proposal due date: 9/29/2021

Related Attachments:

Read more

Forensic Developer Contract Support

Summary: Digital Forensics’ (DF’s) mission is to provide digital forensic services to IRS-CI field agents performing their investigative duties. As the incidence of computers found during enforcement actions has risen, the reliance on DF personnel to secure and analyze digital data has grown as well. In the past, agents might find a single personal computer; now they encounter multiple computers, often linked together in a network, each having the capacity to hold several truckloads of documents. Special Agent Computer Investigative Specialists (SA-CIS) within DF work with investigating agents of the IRS Criminal Investigation and are responsible for the seizure and processing of evidence contained in various types of digital media. Their primary mission is to secure the data, reduce it by eliminating programs and other files not of evidentiary value, and then return the critical information to the investigating agent. The agent can then electronically review evidence much faster than the manual paper procedures used in the past. This technique, together with the scanning of paper documents, puts the investigation in a digital format that allows the investigation team and prosecutors to locate items of interest, share files and digitally present evidence in today’s electronic courtrooms. The goal of this work request is to establish a contractor position to work along with the SA CISs working in the field by supplementing the SA-CISs in DF Group located in the Northeast United States.

Vehicle: IT 70

RFP release date: 9/27/2021

Proposal due date: 9/29/2021

Related Attachments:

Read more

Ohio National Guard OMK Youth Specialist and Warrior Fitness Coordinator

Summary: This is a notice that this contract is a total set aside for a Small Business. Only quotes submitted by a Small Business will be accepted by the Government. Any quote that is submitted by a contractor that is not a Small Business will not be considered for award. ***THIS NOT A NEW SOLICITATION FOR NEW POSITIONS*** This a re-issue of RFQ 1515535 OMK Youth Specialist and Warrior Fitness Coordinator for the Ohio Army National Guard that closed on 16 SEPT 2021. There are minor changes to the PWS that include travel as a reimbursable item. This contract will have a 12 month base year and four (4)12 month option periods. The Service Contract Act applies to this solicitation. Wage Determination WDOL 2015-4729 Revision No. 13 is attached and can be found at www.wdol.gov (Ohio-Franklin County). It is not the intent of the Government to enter into negotiations or discussions. It is incumbent upon the offeror to submit sufficient information for the Government to determine capability, satisfactory past performance, and price reasonableness. Failure to submit sufficient information may result in the rejection of your proposal. IAW FAR 52.212-2(a), the basis for award will be to the proposal that is determined to be the most advantageous to the Government based on the following criteria in order of importance: 1. Past Performance 2. Price Options will be evaluated IAW FAR 52.212(b). A total evaluated price will be calculated for each Offeror by adding the price for the base year, all option years. If the Government determines that adequate price competition was not obtained and/or if the total evaluated price cannot be deemed fair and reasonable, the Government reserves the right to request other than certified cost or pricing data to evaluate such data utilizing the proposal analysis techniques delineated in FAR 15.404-1 as deemed appropriate. IAW FAR 8.405-4, we request any discounts or applicable price reductions available based on the offerors schedule or MAS. Please see evaluation criteria attached to this RFQ. If you are not registered in SAM, an award cannot be made to your company. You may register electronically at http://www.sam.gov. Registering electronically will expedite the registration process. Questions are due no later than 4:00 pm EST 22 SEPT 2021. Clarifications must be in writing via email to paul.s.robinson.civ@mail.mil. No questions will be accepted by phone. A question/answer document will be posted in response to all timely questions asked by offerors. Proposals are due by 4:00 PM, EST, 24 SEPT 2021. Proposals should be submitted via GSA Ebuy. You may also email your proposals to paul.s.robinson6.civ@mail.mil. Faxed proposals will not be accepted. Offerors are encouraged to check the GSA Ebuy site often for changes and/or amendments to this RFQ.

Vehicle: PSS

RFP release date: 9/21/2021

Proposal due date: 9/24/2021

Related Attachments:

Read more

Cisco Multi Rate Client Line Cards

Summary: This procurement is specific configuration per hardware specifications and required capacity along with the components. The Models offered for each hardware component must strictly conform to the specifications given in this solicitation, which matches the Original Equipment Manufacturer (OEM) product literature. The entire list of CLIN for hardware gear quoted by offeror must have all the functionality enabled by default (out of the box).

Vehicle: IT 70

RFP release date: 9/22/2021

Proposal due date: 9/27/2021

Related Attachments:

Read more

HQ USMEPCOM American Sign Language Interpreter (FY22)

Summary: This request for quotes is for market research purposes only. American Sign Language (ASL) Interpreter services are required at HQ USMEPCOM, 2834 Green Bay Road, North Chicago, Illinois 60064.Specific Tasks: Specific Tasks The contractor shall provide ASL Interpreter services in-person, face-to-face and virtually. In-person, face to face sessions are conducted at HQ USMEPCOM, with the interpreter being physically in front of the client. Virtual sessions are conducted using Microsoft TEAMS with the interpreter being at a location of their choosing. Basic Services. The contractor shall provide American Sign Language Interpreter services in a technical environment for events, meetings, educational and training sessions, conferences, ceremonies, and other situations where a conversation in spoken English language can be translated into American Sign Language for a hearing impaired individual, or group of people to understand and participate in the conversation. The service client(s) is an Information Technology professional, participating in technical discussions. The contractor shall provide American Sign Language interpreters who are proficient with translation requirements in technical environments, Information Technology, Telecommunications Networks. The contractor shall be required to provide services in large groups (in front of an auditorium), small groups (20 people or less), classrooms, workspace environment, and one on one meetings. All information conveyed is confidential, and the interpreter is prohibited from discussing any information obtained during the interpretation sessions with anyone lacking a need to know. The contractor shall be evaluated on their ability to be prepared and present at the session designated start times. The contactor shall involve the client(s) in discussions. The contractor shall be prepared for the interpretation session. The contactor shall be present at the start of the interpretation session. Sessions: Standard Session – A standard session is where the interpretation time period is two hours or less. A single interpreter shall be required for standard sessions. The contractor shall provide services for an estimated 24 to 36 standard sessions per contract period of performance. A standard session may result from a Normal Request, Short Notice Request, or Expedited Request. A Standard Session may be in-person, face-to-face or virtual using Microsoft TEAMS or similar product. All Standard Sessions are in-person, except for instances where the government requests a virtual session. Extended Session Interpreter sessions where the time period exceeds two and less than ten hours. Two interpreters shall be required for Extended Session. The contractor shall provide services for an estimated 10 to 20 Extended Session days per contract period of performance. An Extended Session can only occur as a Normal Request. An Extended Session may be in-person, face-to-face or virtual using Microsoft TEAMS or similar product. All Extended Sessions are in-person, except for instances where the government requests a virtual session. Cancellations: The government will provide at least 24 hours (not including weekends) of notice for cancelling Standard Sessions. The government will provide 72 hours (not including weekends) of notice for cancelling Extended Sessions. Tasks: Task 1 – Normal Request In-Person, Face-to-Face, Standard Session: The contractor shall provide one ASL Interpreter for each Normal Request, Standard Session. The government will notify the contractor of the required service session five business days prior to the required service date. Annual estimated hours of interpreter service = 72. Task 2 – Short Notice In-Person, Face-to-Face, Standard Session: The contractor shall provide one ASL Interpreter for each Short Notice Request, Standard Session. The government will notify the contractor of the required service session between two and five business days before the required service date. Annual estimated hours of interpreter service = 10. Task 3 – Expedited Request In-Person, Face-to-Face, Standard Session: The contractor shall provide one ASL Interpreter for each Expedited Request, Standard Session. The government will notify the contractor of the required service session between one and two business days before the required service date. Annual estimated hours of interpreter service = 6. Task 4 – Normal Request In-Person, Face-to-Face, Extended Session. The contractor shall provide two ASL Interpreters for Normal Requests, Extended Sessions. The contractor will be notified of the required service session five business days prior to the required service date. Annual estimated hours of interpreter service = 288, with each interpreter working 144 hours. Task 5 – Normal Request Virtual Interpreter, Standard Session: The contractor shall provide one ASL Interpreter for each Normal Request, Standard Session. The government will notify the contractor of the required service session five business days prior to the required service date. The contactor shall provide services in 15 minute blocks of time, with each session being a minimum of 15 minutes. Annual estimated hours of interpreter service = 60, being 240 fifteen minute blocks of time. Task 6 – Short Notice Virtual Interpreter, Standard Session: The contractor shall provide one ASL Interpreter for each Short Notice Request, Standard Session. The government will notify the contractor of the required service session between two and five business days before the required service date. The contactor shall provide services in 15 minute blocks of time, with each session being a minimum of 15 minutes. Annual estimated hours of interpreter service = 12, being 48 fifteen minute blocks of time. Task 7 – Expedited Request Virtual Interpreter, Standard Session: The contractor shall provide one ASL Interpreter for each Expedited Request, Standard Session. The government will notify the contractor of the required service session between one and two business days before the required service date. The contactor shall provide services in 15 minute blocks of time, with each session being a minimum of 15 minutes. Annual estimated hours of interpreter service = 2, being 8 fifteen minute blocks of time. Normal hours for interpreting services shall be from 8:00 a.m. to 4:30 p.m.

Vehicle: PSS

RFP release date: 9/17/2021

Proposal due date: 9/24/2021

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

eRA Grants Management System Support Services

Summary: The Department of Health and Human Services (HHS), National Institutes of Health (NIH), through this acquisition, intends to award a contract to procure Grants Management System Support Services to support the Office of Extramural Research (OER), Office of Electronic Research Administration (eRA). I made the revision to show the fee for each years CLIN.

Vehicle: CIO-SP3

RFP release date: 9/16/2021

Proposal due date: 10/4/2021

Related Attachments:
No Bid

Read more

AMILS – Asset Management & Integrated Logistics Support Services

Summary: The Bureau of Alcohol, Tobacco, Firearms & Explosives (ATF) requires asset management & integrated logistics support services per the attached Statement of Objectives (SOO). This procurement is set-aside for Women-Owned Small Businesses (WOSB) – The associated North American Industrial Classification System (NAICS) code is 541614 with a size standard of $16.5M. ATF will issue a Single Award to the responsible WOSB whose GSA quote meets or exceeds the stated evaluation criteria. Questions [were] due by 1:00pm Eastern Standard Time (EST) Friday, 9/17/2021, in order to be addressed timely. QUOTATION INSTRUCTIONS: The contractor shall submit a complete response/quotation to this RFQ via eBuy, to include a Performance Work Statement, Quality Assurance Surveillance Plan, applicable Resumes, [three (3) past-performance references/executed contracts,] fill-ins for FAR clause, #52.209-7(b), & for ATF clause, #ATF-50, [a pricing narrative, the completed Pricing Table] and all-applicable price discounts/reductions. Submissions can be in Microsoft Word, Adobe or Excel (as applicable). Submissions shall not exceed 30 pages and shall be 8″ x 11″ with: 1″ margins; font style Arial, Bookman Old Style, Calibri, Garamond, Georgia, Mont, or Times New Roman; font colors Black and/or Blue; and font size 10-14. Illustrations (e.g., graphic figures, graphs, and tables) can be in font colors other than black or blue, and font sizes 6-12 acceptable, provided the information is legible via the computer. Headers, footers and title/cover pages are not bound by the font-style/color/size requirements and may be outside the page margins. NOTE: Information contained outside of these limitations may not be evaluated. Contractor does not need to submit multiple volumes if it clearly labels the sections and organizes the sections, to include cross referencing to the SOO where applicable. While resumes do not count against the aforestated page limit, they shall not exceed two (2) pages per person. [Additionally, only the resumes for the Program Managers are required with the vendor’s submission prior to award. Resumes for the remaining contracted Logistics Support (CLS) staff are required prior to the background investigation. Lastly, the Pricing Table does not count against the page limit either.] EVALUATION CRITERIA: The evaluation of quotations will be based on the below evaluation criteria, in order of importance. FACTOR 1: Technical-Management Approach The Government will evaluate the degree to which the Vendor effectively demonstrates knowledge, understanding and technical ability to successfully perform and manage the requirements of the Statement of Objectives (SOO) and Performance Work Statement (PWS). Additionally, the Government will evaluate appropriateness, soundness and reasonableness of the Vendor’s problem resolution, logistic considerations, corporate commitment to achieve the overall project objectives and methodology for providing resource support. Personnel Qualifications: The Government will evaluate the degree to which the resumes of the Vendor’s proposed personnel (Program Manager [and CLS staff]) demonstrate the individual’s ability to execute SOO [requirements] and [resulting] PWS based on the strength of relevant education and training, as well as depth and breadth of relevant experience. All qualifications must be IAW the SOO and [resulting] PWS. ATF will use the following adjectival ratings for Factor 1: Very Good, Satisfactory, Marginal, and Unsatisfactory. FACTOR 2: Past Performance [The vendor shall submit three (3) past-performance references/executed contracts for this Factor.] It shall also provide a detailed summary of the work performed for each past-performance reference submitted. Where possible, ATF intends to interview each reference provided to verify project scope and dollar value and to obtain additional past-performance information. The Vendor shall provide [the] telephone number, fax number, and email address for the technical and[/or] contractual points of contact with each referenced project, as well as a description for each referenced contract/task order[; this applies to past performance it submits for proposed] significant subcontractors that will perform major (> 25%) or critical aspects of the requirement. The government may consider the past performance of other companies when they are team members, affiliates, or significant subcontractors[]as such information would be relevant to the acquisition; however, the vendor must clearly explain how these other companies will be significantly involved in the proposed contract. The Government will evaluate the firm’s quotation to determine the extent to which its recent (no more than three, 3, years) and relevant (similar in size, scope and complexity) performance demonstrates the likelihood of successful performance in fulfilling the requirements of this solicitation. The Government may choose to evaluate publicly-available reports[] and/or data from the Contractor Performance Assessment Reporting System (CPARS). The Government may use present and/or past-performance data obtained from a variety of sources, not just those contracts identified by vendor. The information gathered for past performance may also be used in the responsibility determination. ATF will use the following adjectival ratings for Factor 2: Very Good, Satisfactory, Marginal, Unsatisfactory, and Neutral. FACTOR 3: Price (Non-Technical, Non-Rated) The Vendor’s price quotation will not receive an Adjectival Rating. Instead, it will be evaluated in accordance with FAR subpart 8.405-2. This process involves verifying figures are calculated correctly, prices are reasonable and presented in an adequate format, and prices and/or discounts are included for all SOO [requirements] and [resulting] PWS. The Vendor shall present all information in an organized fashion so ATF will understand the price of the work to be performed. It shall also fully price out its solution [using the Pricing Table], ensuring it considers and addresses all of the requirements. The price quotation must contain sufficient and detailed information/material [including a narrative, the labor categories, rates, and hours] to allow the CO to perform an analysis of the proposed price of the work and determine price reasonableness. The Vendor shall also submit pricing for the [Additional/Ad-Hoc Support described in Section 3.2.2 of the SOO] using the Pricing Table]. ATF will evaluate all of the pricing but may not fund the optional CLINs or optional tasks and/or deliverables (if applicable) due to budgetary constraints and changing mission needs. [Vendors shall use the attached Pricing Table and include it with its submission.] While the Government will consider the option at FAR clause #52.217-8 to have been evaluated through the evaluation of rates proposed for the last ordering/option period, said evaluation shall not obligate the Government to exercise the option(s). Factors 1 and 2, when combined, are significantly-more important than Factor 3. The Government reserves the right to: award without revisions to quotations and limit the competitive range, if any, for purposes of efficiency. TERMS AND CONDITIONS: To be considered for award, the Contractor must be either the manufacturer or a manufacturer/Federally-authorized distributors of the equipment/services it’s offering with a demonstrated capability of delivering the entire order within the time frames specified by the Buyer within this RFQ and on the award. Sellers may be required to provide documentation as proof of authorization prior to Award. Items, if applicable, must be NEW and covered by the manufacturer’s warranty. Shipping must be Free-On-Board (FOB) Destination Continental United States (CONUS), meaning the seller delivers the goods on its conveyance at destination and is responsible for the cost of shipping and risk of loss. NO PARTIAL SHIPMENTS are permitted unless specifically authorized at the time of award.

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 9/22/2021

Related Attachments:

Read more

RFI – Lan Drops Installation Naval Medical Center San Diego

Summary: Performance Work Statement for Data/Voice Cable InstallationsNew Data or Voice Drop Requests for Naval Medical Center San Diego and Branch Health Clinics (BHC)1.0GENERAL SCOPE:The project requires physical installation of data/voice cables to support the requests for new LAN Data or Voice drops to be installed at NMCSD and surrounding BHC?s. The work is to be done on an as needed basis for period of 1 year. As requests accumulate in the queue or projects develop notice will be given to contactor one week prior to start. One week notice will be given before the start of any cabling job. A work permit must be submitted by IMD staff before each work can begin. 2.0GENERAL SPECIFICATIONS:This section describes the products and execution requirements relating to installation of ?Telecommunications Cabling? and ?Termination Components? and related sub-systems as part of a ?Structured Cabling System? for the project. The Structured Cabling System is based on a hierarchy of cables

Vehicle: CIO-SP3

RFP release date: 9/13/2021

Proposal due date: 9/15/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com