Executive Order

Executive Order Support Services (EOSS) BPA

Summary: Request for Quotation (RFQ) to solicit for a five- year BPA and initial call order.

Vehicle: IT 70

RFP release date: 9/23/2021

Proposal due date: 10/14/2021

Related Attachments:

Read more

145th AW Audio/Visual Conference Room Upgrade

Summary: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number: W50S87-21-Q-5064 is issued as a Request for Quotation. The provisions and clauses incorporated into this solicitation are those in effect through Federal Acquisition Circular (FAC) 2019-02. This acquisition is issued as a small business set-aside. The NAICS code specified for this requirement is 238210. Contract Line Item Numbers: – 0001 Audio/Visual Conference Room Upgrade Qty 1 Unit of issue- Job SEE ATTACHED STATEMENT OF WORK FOR DETAILS The provision at 52.212-1, Instructions to Offerors — Commercial, applies to this acquisition. Evaluation Award shall be made to the vendor based on lowest priced technically acceptable. Technical acceptability is achieved by meeting all of the stated minimum requirements listed above. The Government shall also evaluate price for reasonableness. The Government advises offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications — Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions — Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders — Commercial Items, applies to this acquisition. Quotes are due 24 August 2021, 10:00am EST. Questions will be accepted until 19 August 2021 10:00am EST. Only quotes sent via email will be accepted. Please email quotes and any questions to Bryant.Alexander@us.af.mil referencing solicitation number W50S87-21-Q-5064. Include DUNS, Cage code, Tax ID, and approximate shipping & lead times for items/installation. Please also include pictures/specification sheet of each item. An organized site visit has been scheduled for Tuesday, 17 August 2021 at 8:00am. Please complete attached site visitor’s request worksheet and return by email to Bryant.Alexander@us.af.mil by 10AM Monday, 16 August 2021. PLEASE MEET AT BUILDING 63 CONFERENCE ROOM NLT 8AM FOR SITE VISIT. Quote must be valid through 30 September 2021. Award will be made to the responsible offeror whose quote conforms to this RFQ and is most advantageous to the Government, considering only price. Funds are not presently available for this contract. Currently, the Government anticipates funds will become available prior to but no later than midnight 30 September 2021. This action has been identified on the National Guard priority list for award if funds become available and the prices received are within an awardable range. The following clauses and provisions apply: FAR 52.252-1: Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address):http://farsite.hill.af.mil/ FAR 52.252-2: Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/ Federal Acquisitions Regulation (FAR) Provisions and Clauses: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management 52.204-18 Commercial And Government Entity Code Maintenance 52.204-19 Incorporation By Reference Of Representations And Certifications 52.209-6 Protecting the Government’s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.211-5 Material Requirements 52.212-3 Offeror Representations and Certifications-Commercial Items 52.222-3 Convict Labor 52.222-19 Child Labor–Cooperation With Authorities And Remedies 52.222-21 Prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.222-50 Combating Trafficking In Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.223-3 Hazardous Material Identification And Material Safety Data 52.232-1 Payments 52.232-8 Discounts For Prompt Payment 52.232-11 Extras 52.232-25 Prompt Payment 52.232-33 Payment by Electronic Funds Transfer–System for Award Management 52.232-39 Unenforceability Of Unauthorized Obligations 52.232-40 Providing Accelerated Payments To Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law For Breach Of Contract Claim 52.242-17 Government Delay Of Work 52.244-6 Subcontracts For Commercial Items 52.247-34 F.O.B. Destination 52.252-2 Clauses Incorporated By Reference 52.252-4 Alterations In Contract 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations In Clauses 52.253-1 Computer Generated Forms Department of Defense Federal Acquisition Regulations (DFAR): 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights 252.204-7015 Disclosure Of Information To Litigation Support Contractors 252.209-7998 Representation Regarding Conviction of a Felony Criminal 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.223-7001 Hazard Warning Labels 252.223-7008 Prohibition Of Hexavalent Chromium 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts For Commercial Items

Vehicle: IT 70

RFP release date: 8/3/2021

Proposal due date: 8/24/2021

Related Attachments:
Related Attachment
Related Attachment

Read more

Maritime Security, Safety, and Cyber Programs Support Services

Summary: U.S. Coast Guard (USCG) Port Security Directorate (CG-5P) requires contractor technical, program, and administrative support services to provide research and analysis necessary to inform CG-5P in the development of implementation and enforcement programs and policies for the Maritime Transportation Security Act of 2002 (MTSA), National Maritime Strategy for Homeland Security, the Security and Accountability For Every (SAFE) Port Act of 2006, Executive Order 13636: Improving Critical Infrastructure Cybersecurity, Presidential Policy Directive (PPD) 21: Critical Infrastructure Security and Resilience, and the International Ship and Port Facility (ISPS) Code. Contractor support would be required to meet ALL the these listed tasks as well as all other requirements outlined in attached Draft Performance Work Statement (PWS).

Vehicle: PSS

RFP release date: 7/20/2021

Proposal due date: 7/27/2021

Related Attachments:
Related Attachment
Related Attachment

Read more

CUI-PGLD eRecords Program

Summary: The IRS is in need of contractor support in providing records management consulting services to support the IRS in leveraging records management capability and/or deploy a technology solution: a) to provide CUI markings in accordance with the 32 CFR 2002 requirements and compliance with Executive Order (EO) 13556; and b) to provide configuration to manage temporary records and digitize records to enable compliance with NARA M-12-19 mandate by December 31, 2022. This requirement shall include all project management support necessary to achieve the planning, implementation, execution and post-deployment activities to achieve the modernization of applicable IRS systems.

Vehicle: PSS

RFP release date: 7/14/2021

Proposal due date: 7/21/2021

Related Attachments:
Related Attachment
Related Attachment

Read more
PHP Code Snippets Powered By : XYZScripts.com