Equal Employment Opportunity

Audio Visual Refresh

Summary: The U.S. Equal Employment Opportunity Commission (EEOC) has a critical need to refresh the Agency’s Audio Visual (AV) infrastructure. Modernizing the audio-visual components of EEOC’s Conference Rooms and Headquarters (HQ) Training Center is a priority for the Agency.

Vehicle: IT 70

RFP release date: 9/18/2021

Proposal due date: 9/27/2021

Related Attachments:

Read more

Sign Language Interpreting and Translation Services

Summary: The Equal Employment Opportunity Commission (EEOC) is seeking a Contractor to provide sign language interpreting services and Communication Access Realtime Translation (CART) services. The Contractor shall provide personnel to perform these services, which shall be provided on an as-needed basis and will support the efforts of the EEOC. The EEOC intends to award a Labor-Hour Order with a 12-month Base Period, and four (4) 12-month Option Periods. All Technical Questions must be submitted in writing to: Anthony.Terrell@eeoc.gov All Technical Questions must be received no later than: 12:00pm EST, Wednesday, September 1, 2021. All quotes must be submitted electronically, via GSA eBuy no later than: 12:00pm EST, Wednesday, September 8, 2021.

Vehicle: PSS

RFP release date: 8/23/2021

Proposal due date: 9/8/2021

Related Attachments:

Read more

Budget and Financial IT Support Services

Summary: The purpose of this acquisition is to provide the National Institute on Aging (NIA) Financial Management Branch (FMB) with Budget and Financial IT Support Services. The associated NAICS code is 541611 and the small business size standard is $16,500,000.00. This requirement is set aside for small businesses. Project requirements: FMB advises on financial matters within the NIA and is responsible for the planning, formulation, justification, and execution of the NIA’s annual budget and for the fiscal management of funds received from a variety of other sources. The NIA FMB is in need of financial management technologies to expand and automate budget processes, financial data models and analytical dashboard applications that are used to advise Institute leadership on budget and financial management decision making and maintain existing analytical dashboards, budget models and technologies currently used. The purpose of this acquisition is to provide the National Institute on Aging (NIA) Financial Management Branch (FMB) with development and support of Commercial Off the Shelf (COTS) financial management technologies that will assist in budget formulation and execution by providing data visualizations, document and workflow management, reporting automation, and other emerging technologies that create efficiencies and effectiveness within the workplace. Please refer to the Statement of Work (SOW) attached for a full description of responsibilities, reporting requirements, deliverables and qualifications. The Government anticipates award of one Firm Fixed Price contract, with a period of performance of (1) base year plus (4) option years. Anticipated start date is August 2, 2021. Attachments: 1. Statement of Work 2. Submission Instructions & Evaluation Factors 3. Past Performance Questionnaire 4. 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) 5. 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) 6. NIH Electronic Invoice and Payment Provisions 7. Additional Terms and Conditions ADDITIONAL TERMS AND CONDITIONS, PROVISIONS, AND REPRESENTATIONS FAR Provisions and Clauses are incorporated by reference are provided in full text at https://www.acquisition.gov/ 1. FAR Clause 52.212-1 Instructions to Offerors Commercial Items (Oct 2018) is applicable to this RFP. 2. FAR Clause 52.212-2 Evaluation Commercial Items (Oct 2014) is applicable to this RFP. Evaluations will be based on (i) technical capability of the service offered to meet the Government requirement; (ii) Key Personnel (iii) past performance; (iv) price. See attached for submission instructions and evaluation factors. Technical capability, Key Personnel, and past performance, when combined, are more important than price. The Government intends to place the order with the schedule contractor that represents the best value. 3. FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items (October 2020), is applicable to this RFP. 4. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) 5. FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) 1. FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000). (a) The Government may extend the term of this contract by written notice to the Contractor prior to the end of the period of performance; provided that the Government gives the Contractor a preliminary written notice of its intent to extend prior to the expiration date of the contract. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of clause) 2. HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) SUMMARY STATEMENT: Responses to this solicitation must include clear and convincing evidence of the offeror’s capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rates for each labor category, breakdown and rationale for other direct costs or materials, and the total amount. Responses must also include a completed: – 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) – 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) All questions must be received by 3:00 pm, Eastern Standard Time, on June 29, 2021, and reference RFQ 1496892. Questions may be submitted electronically to Rashiid Cummins at Rashiid.Cummins@nih.gov. Answers will be posted to RFQ 1496892. Basis for Award The Government’s intent is to evaluate the submitted proposals against the criteria set forth in the attached Evaluation Factors document and then make an award on Best Value basis considering price and other factors (tradeoffs). NOTE: The Government anticipates selecting an awardee based upon initial quotes received; therefore, quoters are cautioned to submit their best price and technical quotes in the initial submission. Evaluation Criteria and Quote Submittal Instructions Proposals will be evaluated on the factors listed in the attached Submission Instructions and Evaluation Criteria document. Failure to follow the instructions may result in the proposal being removed from further consideration for award. Offerors are cautioned not to include assumptions, caveats, or exceptions within any part of their submission. Inclusion of assumptions, caveats, or exceptions to the requirement of any kind may result in the quote no longer being considered. Offerors should ONLY submit information explicitly requested in this RFQ.

Vehicle: PSS

RFP release date: 6/22/2021

Proposal due date: 7/20/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com