Federal Acquisition Regulation

Video Remote Interpreting (VRI) and Relay Conference Captioning (RCC) services

Summary: REQUEST FOR INFORMATION (RFI) #1605-CRC-21-NAT-0020 for VIDEO REMOTE INTERPRETING (VRI) and RELAY CONFERENCE CAPTIONING (RCC) SERVICES US Department of Labor (DOL) Office of the Senior Procurement Executive (OSPE) Office of Acquisition Services (OAS) The US Department of Labor (DOL) Office of the Senior Procurement Executive (OSPE) Office of Acquisition Services (OAS), on behalf of the Office of Assistant Secretary of Administration and Management (OASAM) Civil Rights Center (CRC) is seeking information regarding Video Remote Interpreting (VRI) and Relay Conference Captioning (RCC) services. This Request for Information (RFI) is being issued in accordance with Federal Acquisition Regulation Part 10, Market Research. It is for information, planning, and market research purposes only and shall not be construed as either a solicitation or obligation on the part of the DOL. The purpose of this RFI is to help the DOL understand the industry best practices, technical solutions, and sources capable of meeting the Department’s requirements. Specifically, the Government is seeking to determine if there are any questions about the DOL’s requirements, determine if industry notes any omissions in the requirements, and information about sources available to meet the DOL’s requirements. SOURCES SOUGHT: This notice serves to determine the availability and capability of qualified small businesses (including Small Business Administration Certified 8(a) Companies; firms in Historically Underutilized Business Zones (HUBZone); Service-disabled veteran-owned small businesses; and Women-owned small businesses) to provide VRI and RCC services, under GSA’s Multiple Acquisition Schedule (MAS) Language Interpretation Services Special Item Number (SIN) 541930. BACKGROUND: OASAM CRC has a requirement for a qualified vendor to provide VRI and RCC services to DOL’s Reasonable Accommodation Resource Center (RARC). RARC provides guidance and information about, and facilitates the provision of, reasonable accommodations for DOL employees and applicants for DOL employment who have disabilities. By doing so, RARC supports the Department’s commitment to persons with disabilities and efforts to create and maintain an inclusive, diverse work environment where all employees can reach their potential and maximize their contributions. REQUIREMENTS: The Department of Labor is seeking VRI and RCC services as described in the attached Performance Work Statement (PWS). REQUESTED INFORMATION: The information that CRC is seeking from industry is as follows: 1. A rough order of magnitude or estimate to support VRI and RCC services outlined within PWS. Specifically, from a pricing standpoint, this should be a non-binding estimated budget for the services outlined in the PWS. 2. Capabilities Statement from Vendor/Company Profile. 3. Past Performance history on VRI / RCC related contracts/task orders. 4. Comments and Feedback on PWS. RESPONSES: In addition to the requested information, responses shall also include the following: 1. Company name, mailing address, e-mail address, telephone and website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Company’s GSA Federal Supply Schedules contract number and Special Item Numbers. 3. Customary practices, including warranty, discounts, contract type under which commercial sales of this services are made. 4. Business size and status (i.e. 8(a), Small Disadvantaged Business, Woman-Owned Small Business, HUBZone, and/or Service-Disabled Veteran-Owned Small Business). 5. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the System of Awards Management at www.beta.sam.gov to be considered as potential sources. This Notice is not to be misconstrued as a Request for Quote. There is no solicitation at this time. This request for information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the outcome of the DOL’s review of the information received. The DOL reserves the right to contact one or more of the respondents if additional information is required. Information obtained as a result of this notice may be reflected in the subsequent solicitation if issued. This announcement is Government market research, and may result in revisions to both its requirements and its acquisition strategy based on industry responses. Responses are due on September 28, 2021 at 2pm Eastern Time. Responses shall be sent via email to Emily Pyatigorsky, Contract Specialist, at pyatigorsky.emily@dol.gov. Please indicate in the subject of your email: Request for Information VRI and RCC Services 1605-CRC-21-NAT-0020 Attachments: PWS and Q&A

Vehicle: PSS

RFP release date: 9/23/2021

Proposal due date: 9/29/2021

Related Attachments:

Read more

Economic Statecraft in the Pacific Region

Summary: This Request for Quote (RFQ) is for Economic Statecraft in the Pacific Region support services, in support of the United States Indo-Pacific Command (USINDOPACOM). NAVSUP Fleet Logistics Center (FLC) Pearl Harbor Regional Contracting Office is issuing a competitive, unrestricted action amongst GSA schedule holders for the purpose of entering into a Firm-Fixed Priced (FFP) Task Order (TO). NAVSUP Fleet Logistics Center, Pearl Harbor Regional Contracting Office requests responses from qualified sources capable of providing the services as outlined in the Performance Work Statement (PWS), Attachment 1. See attached “RFQ Detailed Description” PDF for instructions to quoters and all pertinent information i.e. Basis of Award, Submission Requirements, Evaluation, Period of Performance and applicable Defense Federal Acquisition Regulation Supplement (DFARS) Provisions and Clauses in regards to this RFQ. *Questions: Questions shall be submitted to lenin.a.moreira.civ@us.navy.mil no later than 5:00 PM EST on Wednesday, 15 September 2021. Emails sent to this address shall clearly reference the RFQ1521269 in the subject line. Questions submitted after this date and time will not be accepted. *Quote submissions may be directly emailed to lenin.a.moreira.civ@us.navy.mil. ————————————————————————————————————————————————————————————————————————- ** Question: If a Contractor’s GSA MAS Schedule is based on commercial rates and not the result of a cost build up and the Contractor does have fully burdened labor rates that have been deemed reasonable by the GSA. For this RFQ, can the government please confirm that Contractor’s do no need to provide GSA labor categories and rates as well as unburdened and burdened labor rates? ** Response: Refer to Revised RFQ Detailed Description, removing requirement to detail price build up, and replaced with GSA Labor Category, GSA Labor Rate and Labor Hours.

Vehicle: PSS

RFP release date: 9/9/2021

Proposal due date: 9/22/2021

Related Attachments:

Read more

DMEA Trusted Access Program Office (TAPO) Technology Needs Assessment

Summary: The Defense Microelectronics Activity (DMEA) is looking for an experienced contractor to provide technology needs assessment to DMEA’s Trusted Access Program Office (TAPO) in order to analyze the current technologies available that meet TAPO customer demands. This acquisition is conducted under Federal Acquisition Regulation Subpart 8.4 Federal Supply Schedules. The RFQ is available to contract holders under GSA’s Multiple Award Schedule (MAS), NAICS 541611, Management and Financial Consulting, Acquisition and Grants Management Support, and Business Program and Project Management Services. The Product Service Code (PSC) is B544, Special Studies/Analysis – Technology. The contractor shall have previous experience with providing technical studies, needs assessments or strategic analysis to an engineering enterprise of 200-300 employees for projects similar to the scope described in the Performance Work Statement (PWS) 21-1H6. Contractors having the ability to provide services are encouraged to respond to this RFQ providing sufficient detail limited to 10 pages. Responses will be evaluated as per the attached Evaluation Criteria. DFARS clauses included herein will result in any awarded orders.

Vehicle: PSS

RFP release date: 9/10/2021

Proposal due date: 9/20/2021

Related Attachments:

Read more

Lenel On-Guard System (L2) Badging Support Services Clerk

Summary: REQUEST FOR QUOTE RFQ1520601 Lenel On-Guard System (L2) Badging Support Services Clerk for NAVSUP-FLCSI-Site Djibouti 1. This solicitation is a request for quotations (RFQ). The solicitation number is RFQ1520601. For information regarding this solicitation, contact Justin McQueen by email at Justin.t.mcqueen.mil@mail.mil. Please use the subject line “RFQ1520601” on your email messages. 2. Participating Contractors must submit quotations electronically through GSA E-Buy or via email to Justin McQueen: Justin.t.mcqueen.mil@mail.mil. 3. The Government requires the following contractor provided service: REQUIREMENT: The Navy Contracting Office (NCO)/NAVSUP Fleet Logistics Center Sigonella – FLCSI – Site Djibouti, (East Africa), requires one (1) contractor-provided personnel in support of the Lenel On-Guard System (BACO L2) Badging Office in Camp Lemonnier. Support services includes document verification, authorization verification, and badging terminal operation in compliance with Camp Lemonnier current Instructions, Directives and Notices. Please see the attached PWS for additional details regarding this requirement. Relevant Labor Categories: Data Entry Clerk I Data Entry Clerk II The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, with a FAC Number/Effective date 2021-06/2021-07-12, applies to this acquisition. The following addendum replaces the text of this provision in its entirety: INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (JULY 2021) (a) Submission of quotations. Please include the solicitation number in the subject line. Your quote must include the following: (1) General Information: Company Name, Address, Cage and DUNS Codes (ensure Representation and Certifications are updated in SAM.gov), Primary Point of Contact (to include telephone number and email address), solicitation number; name, address and telephone number of the offeror. (2) Resume: Submit a resume of the personnel to be provided to fulfill this requirement. The resume must include relevant work experience listed in chronological order. (3) Verification of Security Clearance: Please complete and return the attached DD254 along with your quote. (4) Price Quote: Submit complete pricing for requested services defined in the attached Performance Work Statement. Please see table below for reference. (5) Partial CLIN Awards. Unless otherwise provided in the Schedule, contractors must submit a quotation for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless you specify otherwise in the quotation. (6) Submission Deadline: (a) Quotes must be submitted by no later than 1:00am EST Thursday 16 September 2021. (b) The Government will consider a quotation if received by the submission deadline. If we receive your quotation after this time, we will not consider it unless we receive it before we issue the purchase order and we determine that considering it is in the best interest of the Government. (c) In the event that an emergency or unanticipated event interrupts our normal processes so that we cannot receive your quotation prior to the submission deadline, the deadline is automatically extended to the same time of day specified in the solicitation on the first workday on which our normal processes resume. (7) We intend to award to the responsible offeror whose quote conforming to the solicitation is the most advantageous to the Government, price and non-price factors considered. However, we may issue a purchase order to a vendor who did not submit a quotation in response to this solicitation. After the evaluation of quotations, the U.S. Government reserves the right to request clarification responses from participating vendors in accordance with FAR 13.106. The clause at FAR 52.212-2, Evaluation-Commercial Items (Oct 2014), applies to this acquisition. An addendum to paragraph (a) is shown below: Addendum to FAR 52.212-2 Evaluation-Commercial Items (a) Evaluation Procedures: The evaluation procedures will be in accordance with FAR 8.405 which grants the Contracting Officer broad discretion in fashioning suitable evaluation procedures, and specifically states that the procedures described in FAR Parts 14 and 15 are not mandatory. Below are the evaluation factors for this solicitation. FACTOR I: PRICE The Government will evaluate prices for fair and reasonableness, utilizing the techniques described in FAR 13.106-3(a). The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for all options to the total price for the basic requirement. The Government may determine that a quotation is unacceptable if the option prices are deemed outside the limits of reasonable economic price adjustments. FACTOR II: TECHNICAL ACCEPTABILITY To be determined technically acceptable, the quote must demonstrate proof the contractor provided personnel that meet the minimum work experience, job skill and security clearance requirements outlined in the attached Performance Work Statement. Award Determination (a) The Government will award a contract to the responsible vendor whose quote is determined to be the Lowest Price Technically Acceptable quote. Award will be made to the acceptable vendor with the lowest evaluated price, which is deemed responsible in accordance with the Federal Acquisition Regulation (FAR) whose proposal conforms to the solicitation requirements, and whose proposal also meets the minimum technical criteria. The solicitation requirements include all stated terms, conditions, representations, certifications, and all other information required by the FAR 52.212-1 Instructions to Offeror’s provision within this solicitation. The Government reserves the right to perform a technical evaluation (Factor II) only on those quote(s) most likely to receive an award based on price (Factor I) IAW the flexibilities afforded to the Contracting Officer in FAR 13.106. (b) To be eligible for award of a contract hereunder, the vendor must be determined by the Contracting Officer to be a responsible contractor in accordance with FAR Subpart 9.1. (End of provision) LABOR CATEGORY Qty. Unit Data Entry Clerk I/II (Base Year) 1920 Hours Data Entry Clerk I/II (Option Year) 1920 Hours

Vehicle: PSS

RFP release date: 9/8/2021

Proposal due date: 9/16/2021

Related Attachments:

Read more

99 CS SolarWinds License Modules

Summary: GSA COMBINED SYNOPSIS/SOLICITATION Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. (End of clause) This is a combined synopsis/solicitation, which is expected to result in an award of a “Firm-Fixed Price” contract for a commercial item, i.e., Brand Name: 99 CS SolarWinds License Modules. The combined synopsis/solicitation is prepared in accordance with the procedures in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quote are being requested and a written solicitation will not be issued. This synopsis/solicitation is conducted as a commercial item procurement using GSA schedules (FAR Subpart 8.4).. An award, if any, will be made to the responsible offeror who submits a quote that (1) conforms to the requirements of the synopsis/solicitation; (2) that receives a rating of “Acceptable” on the Technical Capability evaluation factor; and (3) that submits the quote with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is determined to be fair and reasonable. The Government reserves the right to award without discussions or to make no award at all depending upon (1) the quality of quotes received and (2) whether proposed prices are determined to be fair and reasonable. GSA RFQ Number: 1520336 This acquisition is Brand Name Full and Open under North American Industry Classification (NAICS) Code: 541519. Solicitation Closing Date: quote must be received not later than 10:00 AM, Pacific Time on Wednesday, 17 September 2021. Send quote to: 99 CONS/PKC Attn: SSgt Sarah Peeters Sarah.peeters.1@us.af.mil Quotes must be submitted by e-mail. To ensure your quote along with any and all attachments are received, attachment(s) must be less than 10 MB [in total]. It is the responsibility of the offeror to contact the government to confirm receipt of the quote prior to the offer due date and time. The quotes may be in any format but MUST include: 1) Proposing company’s name, address, phone, and tax identification number (TIN); CAGE # 2) Point of Contact’s name, phone number, and email address 3) Quote number and date 4) Item price 5) Shipping (FOB Destination) 6) Total Price 7) Applicable Discounts 8) Payment terms Net 30 (after delivery and acceptance) 9) Timeframe that the quote is valid 10) Delivery Schedule 11) Warranty Information (if applicable) Quotations MUST also contain a complete description of item(s) offered to clearly show item(s) meets or exceeds the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the quotation must meet the technical requirements. Any correspondence sent via email must contain the subject line “Solicitation GSARFQ1520336” Emails with compressed files are not permitted. Note that email filters at Nellis Air Force Base are designed to filter emails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files). Therefore, if the specified subject line is not included, the email may not get through the email filters. Also, be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Nellis. If sending attachments with email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent. Address questions regarding this synopsis/solicitation to SSgt Sarah Peeters by phone at (702) 652-2570 or via email at Sarah.peeters.1@us.af.mil. A detailed description of the requirement including provisions and clauses, representations and certifications, are provided in the attached documents. Upon award, any provisions that were in the solicitation (including representations and certifications) will be removed from the award document. IMPORTANT NOTICE TO ALL CONTRACTORS: All prospective awardees are required to register in the System for Award Management (SAM) and maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov/SAM/. Attachment 1 Item Specifications

Vehicle: IT 70

RFP release date: 9/7/2021

Proposal due date: 9/17/2021

Related Attachments:

Read more

Clinical Engineering Medical Device Support

Summary: This is a Request for Information (RFI) (SOURCES SOUGHT) as outlined in FAR 15.201(c)(3). The purpose of this RFI is to accomplish market research regarding a Clinical Engineering Medical Device Support for the Indian Health Service (IHS). The anticipated system will be a commercial-off-the-shelf (COTS) software in support of the IHS Clinical Engineering Program. The objective of this resulting contract is for the Vendor to provide a software based service through which Clinical Engineering Program members can access medical device information, standardize medical equipment classification, and receive medical device recall alerts. Market Research is being performed pursuant to Federal Acquisition Regulation (FAR) Part 10 to identify businesses capable of performing the functions described herein. The Government is requesting information regarding the availability of Small and Large Business firms who meet the capability requirements identified in this notice. Firms are requested to reply to this announcement with a response to the specialized qualifications below. Based upon the responses received from small businesses, consideration will be given to determine if this acquisition can be set-aside for small business competition. The type of work to be performed is described below. The applicable North American Industry Classification System (NAICS) code is 511210, Software Publishers, with a size standard of $38.5 million. The resultant contract is anticipated to be awarded for a period of five years which will include a base period of one year plus four optional one-year periods. The incumbent contract is 75H70121P00015, with Emergency Care Research Institute (ECRI Institute). The incumbent order is set to expire on January 28, 2022. This notice is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a commitment on the part of the government to conduct a solicitation for the stated services in the future. Responders are advised that the government will not pay for information submitted in response to this sources sought, nor will it compensate responders for any costs incurred in the development/furnishing of a response. Please note that a decision not to submit a response will not preclude a vendor from participating in any future solicitation. RESPONSES – SUBMITTAL Responses must be limited to ten (10) letter-size pages or less, in Microsoft Word or Portable Document format (PDF). Include the following: 1. Cover letter/sheet that includes: a. Your firm’s Data Universal Numbering System (DUNS) number, b. CAGE code (if applicable), c. Company point of contact (POC) and d. Socioeconomic status under the NAICS code listed above (i.e., 8(a), SDB, SDVOSB, Native American Owned, etc.), and any other relevant/appropriate data. 2. General Business Information: Provide general information about your business, to include any relevant information to the instant requirement. 3. Questions to Address: Please provide a direct response to each of the following questions: a) Demonstrate you can provide a software system; must show evidence of technical experience or competency in the fields of software based medical device support. Examples: – Standardized, global naming convention that can be used for classification and categorization of: Manufacturers and suppliers Repair/service providers Specific medical device models Specific types of devices (asset types) and/or services of medical devices, medical device systems, and related items. – Periodic and on-demand review of inventory information submitted by the IHS in order to provide data ‘normalization’ and ‘standardization’ – Medical device product comparison, evaluation, and guidance information showing comparative ratings on medical devices, products and technologies. – Market research information, sources and tools showing those medical devices, products and technologies that are most frequently purchased, price range(s) expected/paid, available suppliers, etc.. – Provide medical device safety recalls and alerts that have been aggregated across several sources such as the Food and Drug Administration (FDA), manufacturers, vendors, end users (hospitals, health facilities, etc.). b) Please note that the performances under this contract shall meet the Federal IT/Security/Accessibility requirements. As such, please respond to the following: – Is COTS software able to be hosted on IHS servers? Restrictions on Response Questions regarding this RFI shall be emailed to Matthew Phelps, Contracting Officer at matthew.phelps@ihs.gov. Telephone solicitations and questions will not be entertained. This sources sought is for informational and planning purposes ONLY and is not to be construed as a commitment by the Government nor will the Government pay for any information solicited. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. How to Respond Please submit your response no later than September 20, 2021 at 2:00PM Pacific Time to matthew.phelps@ihs.gov. Please enter “IHS Clinical Engineering Medical Device Software Sources Sought Response E-Buy” into the email subject field.

Vehicle: IT 70

RFP release date: 8/30/2021

Proposal due date: 9/13/2021

Related Attachments:

Read more

DMEA Enterprise Architecture Implementation Support

Summary: Description: The Defense Microelectronics Activity (DMEA) is looking for an experienced contractor to establish an Enterprise Architecture (EA) and implementing enterprise-wide systems and solutions, enabling DMEA to better accomplish its mission. This acquisition is conducted under Federal Acquisition Regulation Subpart 8.4 Federal Supply Schedules. The RFQ is available only to certified Women Owned Small Business (WOSB) contract holders under GSA’s Multiple Award Schedule (MAS), SIN 54151S Information Technology Professional Services, which includes NAICS Codes: 541511 (Custom Computer Programming Services), 541512 (Computer Systems Design Services), 541519 (Other Computer Related Services), 541513 Computer Systems Design Services. The Small Business size standard for NAICS 54151S is if prospective contractor’s earnings did not exceed $30.5 million. The Product Service Code (PSC) is DF10, IT and Telecom- IT Management As a Service. SBs must be certified WOSBs in SBAs Dynamic Small Business (DSBS) database in order to be awarded. The contractor shall have previous experience with EA implementation for a small engineering enterprise of 200-300 employees, preferably using Erwin Evolve software. Contractors having the ability to provide services are encouraged to respond to this RFQ providing sufficient detail limited to 10 pages. Responses will be evaluated as per the attached Evaluation Criteria. See the attached DD254 for the security requirements, awaredee must be able to meet the security classification therein.

Vehicle: IT 70

RFP release date: 8/30/2021

Proposal due date: 9/20/2021

Related Attachments:

Read more

Correctional Tablets with Infrastructure and Content Services

Summary: The Federal Bureau of Prisons (Bureau) National Acquisitions Section (NAS), Washington, DC intends to make an indefinite-delivery, type task order with options (TOWO) with firm-fixed unit prices according to the schedule of items for Correctional Tablets with Infrastructure and Content Services. The Correctional Tablets with Infrastructure and Content Services shall provide and shall result in an educational correctional tablet solution to deliver programming content to inmates to include programs provided by the vendor and Bureau in accordance with the First Step Act of 2018 (FSA) requirements. Such materials will include interactive lessons, presentations, and fillable PDF worksheets and assignments that supplement existing BOP programming. The inmates shall have the ability to complete these documents using the tablet outside of classroom instruction. The vendor shall describe the model of delivery for their solution, for example: institution-owned tablets that are issued to a single inmate for educational purposes or institution-owned tablets that are checked out temporarily to any inmate for educational purposes. The goal of this solicitation is to identify and secure for purchase correctional tablets to deliver education and programming content to the user during the base period of the contract. Content related to leisure activities shall not be solicited. As well, the tablets shall not be used to purchase or deliver Trust Fund services. For the contract option years, the Bureau shall expect that the correctional tablets have the ability to stream video, including from a Bureau instructor providing lessons to inmates via tablets and from and to an approved visitor. Delivery and performance requirements consist of correctional tablets that will deliver programming content to inmates to include programs provided by the vendor and Bureau. Materials shall include interactive lessons, presentations, and fillable PDF worksheets and assignments that supplement existing Bureau programming. The correctional tablet is appropriate and caters to the needs of adult learners in a corrections setting, including those with special learning needs. The solution shall include a secure network infrastructure with programming and options for Bureau to add additional applications and content. The solution, which shall be incorporated during an option period, shall be capable of streaming Bureau lessons, programs, and services for institution departments to include but not limited to: Education, Recreation, Psychology, Religious Services, Reentry, and Unit Management from the device. The Government may award up to two TOWOs with this solicitation for the separate base year and option year line item requirements within the boundaries noted above. This solicitation may be fulfilled with multiple TOWO awards. The Government reserves the right to make award without discussions and to award up to two TOWOs; some or all line items; any combination of single or multiple offerors; and any combination of single or multiple locations within the geographical restrictions, which is deemed to be in the best interest of the Government. This is a request for proposal (RFP) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This notice constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is being issued as Request for Proposal (RFP) 15BNAS21RRCA00106. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06. The North American Industry Classification System Code (NAICS) is 541519 which has a size standard of $30,000,000.00. The Schedule of Supplies/Services (Section 2 – Commodity or Services Schedule found on the SF-1449 RFP) and the Statement of Work (SOW) (Attachment VIII) provides and lists descriptions of the required items with quantity estimates. The contractor shall commence full performance of services under this TOWO upon the effective date of the TOWO. In accordance with FAR 46.503 and 46.403(a)(6), the place of acceptance for services under this contract is at the destination. The periods of performance of the resulting contract shall be as follows: Base Year: Date of Award to 12 Months Option One: 13 Months to 24 Months Option Two: 25 Months to 36 Months Option Three: 37 Months to 48 Months Option Four: 49 Months to 60 Months Attachments: Business Management Questionnaire Attachment I Past Performance Questionnaire Attachment II Bank notification Letter Attachment III Subcontracting Plan Attachment IV Whistleblower Information Attachment V Acquisition Risk Questions (ARQ) and KMPL Attachment VI Bureau Contractor Travel Guide Attachment VII Statement of Work Attachment VIII Evaluation Criteria Attachment IX Submission of Offers Attachment X Offerors are advised to mark each individual item within their offer considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA. SUBMISSION OF OFFERS: On letterhead or business stationary, the following information is required: 1) The RFQ/RFP solicitation number; 2) The time specified in the RFP solicitation for receipt of offers; 3) The name, address, and telephone number of the offeror including contractor’s DUNS number; 4) A technical description of the items/services being offered in detail to evaluate compliance with the requirements in the RFQ/RFP solicitation; 5) Terms of any express warranty; 6) Price and any discount terms, contractor should submit pricing using the Schedule of Supplies/Services in Section 2 of the RFQ/RFP, according to the offerors GSA MAS/FSS contract and the GSA eBuy website solicitation requirements; 7) “Remit to” address, if different than mailing address; 8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offer shall complete electronically); Also FAR 52.209-7 Information Regarding Responsibility Matters (FEB 2012) needs completed as applicable; 9) Acknowledge of RFQ/RFP Solicitation Amendments, if any; 10) Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Quotes/Proposals shall be submitted according to RFQ/RFP, offerors GSA MAS/FSS contract, and the GSA eBuy website solicitation requirements All Questions concerning this RFQ/RFP solicitation must be submitted according to RFQ/RFP, offerors GSA MAS/FSS contract, and the GSA eBuy website solicitation requirements. All answers shall be posted in writing on GSA eBuy through a solicitation amendment. Questions shall not be answered verbally or individually.

Vehicle: IT 70

RFP release date: 8/24/2021

Proposal due date: 9/3/2021

Related Attachments:

Read more

GLS ACQUISITION SUPPORT SERVICES

Summary: GENERAL DESCRIPTION The contractor shall perform the effort required by this Task Order on a Time and Materials basis. This work shall be performed in accordance with all sections of this Task Order and the offerors’ BPA awarded under Schedule MAS SIN 541611-Acquisition Management Services PURPOSE The purpose of this BPA Task Order is to obtain acquisition support services to provide a total of one-to-two (1-2) senior procurement analyst to perform a wide range of professional acquisition and contract support related services for the Office of Acquisition, GLS as stated in the Statement of Work. SCOPE The scope of this requirement is to provide acquisition support services to the Financial Management, Contracting and Supply Division which is responsible for the conduct of the GLS’ acquisition programs (both contracts, simplified acquisitions and financial assistance). Acquisitions are processed under both negotiated, Simplified Acquisition Procedures, and sealed bidding procedures. The procurement office utilizes a wide variety of complex fixed priced and cost-reimbursement type contract instruments. Most procurements involve engineering, facility management, construction and architect and engineering type efforts. GLS executes its acquisitions in compliance with the Federal Acquisition Regulation (FAR), and DOT’s Transportation Acquisition Regulations (TAR) and Transportation Acquisition Manual (TAM). Independently, and not as an agent/representative of the Government, the contractor shall furnish the necessary personnel to perform the tasks outlined below and work in collaboration with GLS contracting and program staff on an as needed basis. Evaluation Criteria Award will be made upon the basis of best value, utilizing trade-offs of non-price factors and price. The TO will be awarded to the Vendor whose quotation represents the overall best value to the Government. The non-price factors are listed in descending order of importance and when combined are equally important to price. Past Experience: The Government will evaluate the extent to which the Contractor’s previous experience with projects of a similar size, scope and complexity demonstrate its capability to successfully perform the requirements of this task order. o Corporate Experience Sample 1 Submission Instructions: The contractor shall submit a detailed descriptive listing of no more than three (3) projects performed within the past five (5) years that are similar in nature to the one described in this solicitation. “Similar” is defined as projects comparable in terms of such factors as duration, dollar value, types of services performed or level of Contractor responsibility and authority. The detailed description submitted for each project shall include, at a minimum, the following information: i. Contract number ii. Estimated annual dollar value of contract iii. Description of services (including location) provided and the offeror’s level of responsibility and authority on the project. iv. (If applicable) List of subcontracted services and subcontractors used, along with estimated annual cost of each subcontracted service. v. Type of contract (e.g. cost reimbursable, incentive fee, award fee, time and materials, fixed price, etc.). vi. Date of contract start and completion, including options. vii. Name, title, address, phone number, and email of customer contact. It is incumbent on the offeror to ensure the customer information is current and accurate. Technical Capability: The offeror’s quote will be evaluated on the extent to which its approaches and plans to complete the work demonstrate that the Government’s requirements will be met. The Government will also evaluate how the offeror plans to assess difficulties and risks it may encounter, and how the offeror plans to deal with them while still successfully performing the work. o The offering contractor shall provide information to facilitate the Government’s consideration. The Government is most interested in substantive and meaningful discussion of how the offering contractor will approach the work requested. The Government is also interested in the offering contractor’s assessment of the difficulties and risks it may encounter, and its approach to dealing with them while still successfully performing the work. Personnel Experience: This Factor considers the Key Personnel proposed by the quoter; consideration will be given to the demonstrated experience and qualifications of the proposed Key Personnel on relevant projects of similar nature to the project in this solicitation. Proposed Key Personnel will be evaluated as to qualifications and experience in all areas necessary to effectively perform the required work. It is expected that the proposed key Personnel will be the individuals who perform work under this contract. Any changes to the proposed Key Personnel after award MUST be approved by the Contracting Officer and shall only be approved upon demonstration of as-good or better qualifications when the new individual is compared to the qualifications and experience of the original proposed individual. Key Personnel, and the requisite minimum qualifications and experience, for this project shall include the following: Senior Procurement Analyst-minimum 12 years’ experience and previous FAC level III certification. o Personnel Experience: For this evaluation factor, the contractor shall provide the names and qualifications of the Key Personnel proposed for this project in the form of resumes. Resumes for each individual must include educational qualifications, if applicable. The contractor must clearly present the separate credentials of each proposed key team member, and must provide a concise summary of each individual’s separate duties and responsibilities as proposed for this project. The contractor shall describe up to three (3) project examples demonstrating the experience of each individual designated as key personnel. Projects should be relevant examples of similar size, scope, and complexity. Additional information regarding Tasks, Deliverables and Evaluation Criteria can be found in GLS Acquisition Support Services-RFQ Final that is provided as an attachment along with the Statement of Work and Sample Non-Disclosure Statement.

Vehicle: PSS

RFP release date: 8/19/2021

Proposal due date: 9/3/2021

Related Attachments:

Read more

ACE Basic Code Base

Summary: This contract action is for the acquisition of supplies for which the Government intends to solicit and negotiate with only one source under the authority of Federal Acquisition Regulation (FAR) Subpart 8.4 through the General Services Administration. The National Institute of Environmental Health Sciences (NIEHS), Office of Acquisitions (OA) intends to award a sole source purchase order to Acquia Government at Carahsoft, 11493 Sunset Hills Road, Suite 100, Reston, VA 20190 for ACE Basic Code Base 1, Acquia Cloud Enterprise additional Codebase (2-9), Acquia Cloud Enterprise HA DB SSD Storage and annual 500 GB Acquia Cloud Enterprise HA File System SSD Storage and DR. The applicable North American Industry Classification System (NAICS) code for this acquisition is 541519 Other Electronic and Precision Equipment and Maintenance (except Diagnostic) Manufacturing and a size standard of 150. NIEHS will solicit and negotiate directly with Acquia Government at Carashoft and no solicitation will be issued. This notice of intent is not a request for competitive proposals or quotations; however, if an interested party believes they can meet the above requirement, it may submit a statement of capabilities. The statement of capabilities must be submitted in writing and must contain material in sufficient detail to allow the Government to determine if the party can perform the requirement. A determination by the Government not to compete this proposed requirement based on responses to this notice is solely within the discretion of the Government. All interested parties must express their interest and capabilities in writing via email To Brian D. Moyer, Contract Specialist at moyerbr@niehs.nih.gov within five (5) days after the date of publication of this notice. No faxed documents will be accepted. If no responsive statements are received within ten (10) days, an award will be made to Acquia Government at Carashoft.

Vehicle: IT 70

RFP release date: 8/17/2021

Proposal due date: 8/27/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com