FFP

Case Management Services for California National Guard

Summary: Quoters must follow the instructions contained herein. Quoters are cautioned that any noncompliance with the terms and conditions of the Request for Quote (RFQ) may cause their quote to be determined not eligible for award. Quotes must be received by the United States Property and Fiscal- California Manuel Jimenez manuel.a.jimenez12.civ@mail.mil no later than the date and time specified in Block 8 on the face page of the attached RFQ. To facilitate uniform handling and evaluation, submission of quote packages via electronic mail to manuel.a.jimenez12.civ@mail.mil is required with the Subject Line: W912LA21Q0016, Long Term Case Management, in addition to posting to GSA. Successful offeror will need to provide Medical and Dental Non-clinical Case Management (CM) in support of Individual Medical Readiness (IMR). This requirement is designed to be flexible, responsive, and meets the ever-evolving needs of the government. Department of Defense Instruction (DoDI) 6025.19 establishes aggressive quarterly and annual metric goals for the separate IMR elements and for the overall IMR category of Fully Medically Read (FMR) Soldiers. The service will primarily be performed in Sacramento, California with occasional travel to support Periodic Health Assessment (PHA), Soldier Readiness Processing (SRP) and Post Deployment Health Related Assessment (PDHRA) events. This procurement will be a one-year contract with two option years. This requirement is anticipated to result in a Firm Fixed-Price (FFP) contract.

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 9/24/2021

Related Attachments:
No Bid

Read more

Program Manager Services

Summary: FY22 Program Manager Navy Medicine Operational Forces Medical Liaison FFP Contractor shall provide program management and support services, liaison and coordination, training, data analytics and system support services for the Naval Medical Center Portsmouth, Operational Forces Medical Liaison Department in accordance with Section C, Performance Work Statement. A 95% fill rate is required for this FTE. Contractor’s quoted monthly price shall be fully burdened and inclusive of all costs, i.e., labor, material, per diem, travel, and any other associated cost to provide the required services. Period of performance, Base Year: 01 October 2021 through 30 September 2022 Options for FY23, FY24, FY25, FY26 **SEE ATTACHED RFQ FOR FULL DETAILS OF THIS REQUIREMENT**

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 9/20/2021

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

FEMA EMMIE to FAC-TRAX Data Cleaning (Public Assistance)

Summary: INTRODUCTION: The Federal Emergency Management Agency (FEMA) intends to award a Blanket Purchase Agreement (BPA) for Data Cleaning Services, resulting from this solicitation using the FAR Subpart 8, GSA Federal Supply Schedule. The solicitation number is 70FA4021Q00000012 and is issued as a Request for Quotation (RFQ) prepared in accordance with the format in FAR Part 8.405 to current GSA schedule holders under Schedule MAS/54151S “Information Technology Professional Services. DESCRIPTION: The purpose of this requirement is to acquire resources to support three (3) primary objectives of the cleaning phase required for the migration of legacy data from the Emergency Management Mission Integration Environment (EMMIE) to the Grants Manager and Grants Portal tool (FAC-TRAX) within the Public Assistance (PA) Program. The three (3) primary objectives are: 1. Structure unstructured, migrated [EMMIE] legacy data to render it searchable within the new system infrastructure. 2. Reconcile empty fields within EMMIE projects already migrated to FAC-TRAX, where data was not previously collected. 3. Document the cleaning of historical insurance data to meet the recommendations made in the OIG-12-18: “Office of Inspector General (OIG) Report FEMA’s Process for Tracking Public Assistance Insurance Requirements FEMA intends to procure a services contract, to include personnel who will conduct the cleaning of transferred data within FAC-TRAX. TWO-PHASED COMPETITION (THERE ARE SEPERATE DUE DATES FOR EACH PHASE (PLEASE SEE ATTACHED RFQ): This competition will be conducted in two phases. In Phase 1, the Government will evaluate the offerors Relevant Experience (Evaluation Factor 1) to determine if the offeror possess the experience needed for this requirement. After the offeror’s Relevant Experience is evaluated, the Offerors will receive an Advisory Notification via email from the Contracting Officer. Offerors who have the most competitive proposals for Factor 1 will be advised to proceed to Phase II. Offerors who were not among the most competitive will be advised that they are unlikely to be viable competitors. Failure to fully participate in Phase I precludes further consideration of an Offeror. In Phase 2, the Government will evaluate the offeror’s Technical and Management approach (Evaluation Factor 2) and Price (Evaluation Factor 3). FEMA intends to award one (1) single award Blanket Purchase Agreement (BPA) against the offeror’s GSA schedule/contract with Time and Material (T&M), Firm-Fixed-Price (FFP) labor rates, Travel and ODC CLINs. This requirement will support the issuance of BPA call orders for the required services. The solicitation includes the following attachments: – Attachment 1: Statement of Work (SOW) – Attachment 2: Pricing Template – Attachment 3; Statement of Contract Assurance – Attachment 4: Question / Answer template – Attachment 5: Wage Determination (Washington DC) – Attachment 6: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) (contains fill-ins, to be returned with Phase 2 proposal) – Attachment 7: 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) (contains fill-ins, to be returned with Phase 2 proposal)

Vehicle: IT 70

RFP release date: 8/31/2021

Proposal due date: 9/16/2021

Related Attachments:

Read more

Information Return Burden Survey

Summary: The IRS Office of Research, Applied Analytics, and Statistics (RAAS) has a requirement for an Information Return Burden Survey. The period of performance (PoP) is for a (12) twelve-month base period and a (9) month option period. A firm-fixed price (FFP) contract is contemplated and the tracking number 5000121247.

Vehicle: PSS

RFP release date: 8/27/2021

Proposal due date: 9/8/2021

Related Attachments:

Read more

Transportation Financial Analysis Support Services

Summary: Request for Information (RFI) / Sources Sought Notice Subject to FAR clause 52.215-3 entitled “Request for Information or Solicitation for Planning Purposes,” this announcement constitutes a Sources Sought Notice for information and planning purposes for Transportation Financial Analysis Support Services in support of United States Fleet Forces Command. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. It is not to be construed in any way as a commitment by the Government for any purpose other than to gain the information requested, nor will the Government pay for the information submitted in response. The Government has determined that these supplies and services are commercial items as defined in FAR 2.101. Interested parties are encouraged to respond to this RFI/Sources Sought Notice. Scope The primary objective of this requirement is to provide USFFC with a broad range of detailed transportation analysis, financial analysis, and administrative services to support all Navy and Marine Corps customers for US Fleet Forces Command and Commander Pacific Fleet. Any potential contract resulting from this RFI/Sources Sought Notice is anticipated to be a Firm-Fixed-Price (FFP) task order. See the draft Performance Work Statement (PWS) posted with this notice for additional details. Place of Performance (Site Locations) Primary place of performance is Fleet Forces Command, 1562 Mitscher Ave Suite 250, Norfolk, VA 23551-2487. However, travel in support of PWS is required. NAICS Code The NAICS code for this requirement is anticipated to be 541611, Administrative Management and General Management Consulting Services. The product service code (PSC) is R699, Administrative and Other Services Services. This is a new requirement. Period of Performance Performance is estimated to commence around 05 December 2021. The anticipated period of performance will include a 12-month base period and four 12-month options. Capabilities Statement This is a market research tool. The input provided will help the Navy ascertain the interest, capability, and capacity of potential businesses. If you are an interested business, FLCN appreciates your assistance in providing a capabilities statement addressing the items below. Standard company brochures will not be reviewed. Submissions are not to exceed four standard typewritten pages. All technical questions and inquiries may be submitted within the response. 1. Full business name, address, point of contact, telephone number, and e-mail address 2. Contractor and Government Entity (CAGE) code 3. Size of business: Large Business, Small Business, Small Disadvantaged, 8(a), HubZone, Woman-owned, Service Disabled Veteran-Owned, or other category 4. If the items can be obtained from a GSA or SeaPort-e contract vehicle, provide the applicable contract number. 5. Describe your ability to support the scope of the requirement listed in this notice and in the provided draft PWS. Documentation of technical expertise and qualifications must be presented in sufficient detail for the Government to determine that your company possesses the necessary capabilities contained in this notice. 6. Indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor. If subcontractors are to be used, provide the anticipated percentage of effort to be subcontracted and if a small or large businesses will be used. 7. A draft PWS is provided. Please provide any additional feedback you feel is relevant related to the draft PWS and procurement strategy. Please submit any questions you have regarding this RFI / Sources Sought Notice and the draft PWS to Tito Getalla at tito.getalla@navy.mil. Submission Responses should be limited to no more than four standard typewritten pages. Reponses should reference Transportation Financial Analysis Support services and shall be submitted through the SeaPort NxG portal or by e-mail to Tito Getalla at tito.getalla@navy.mil by 10:00 a.m. Eastern time on 27 August 2021. Again, this is not a request for proposals. Respondents will not be notified of the results. Please note that the information within this RFI/Sources Sought Notice may be updated and/or may change prior to an official solicitation, if any, is issued.

Vehicle: PSS

RFP release date: 8/20/2021

Proposal due date: 8/27/2021

Related Attachments:

Read more

Demand Guru

Summary: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. HQ AMC/A9 requires the purchase of Demand Guru Software manufactured by Coupa Software at Scott AFB, IL 62225. Demand Guru is the only software available that incorporates leading edge machine learning algorithms that are fully compatible with existing USTRANSCOM Supply Guru models. Without fully compatible machine learning algorithms that are 100% compatible with existing USTRANSCOM Supply Chain Guru models, the ability to incorporate causal demand factors would be impossible and force AMC/A9 to use antiquated, time consuming, and less accurate techniques to create forecasts that drive billions of dollars in commercial augmentation, set military augmentation levels, and right-size the C-17, C-5, C-130, KC-46, and KC-135 fleets. This one-of-a-kind software will enable HQ AMC/A9 analysts to apply external influencers (i.e. CENTCOM troop deployment levels and rotational schedules) to existing time-series forecasts to accurately “what-if” future demands for short, medium, and long term horizons. Acquisition History: Contract Number: FA4452-20-C-0022 Contract Type: FFP Incumbent and their size: Llamasoft Inc., (Large) Method of previous acquisition: Sole Source Contract Number: FA4452-19-CA-015 Contract Type: Firm Fixed Price Incumbent and their size: Llamasoft, LLC. Method of previous acquisition: Sole Source Llamasoft has recently been acquired by Coupa Software. Coupa Software’s Cage Code is 66K54 and DUNS 790577006. This previous acquisition was procured with a NAICS code of 511210, Size Standard $41.5 million, and a PSC code of 7030. Prior justification for the sole source acquisition was approved 22 September 2020.

Vehicle: IT 70

RFP release date: 8/19/2021

Proposal due date: 8/27/2021

Related Attachments:

Read more

National Transit Database (NTD) Program Support

Summary: SOURCES SOUGHT/MARKET SURVEY NOTICE FOR THE NATIONAL TRANSIT DATABASE PROGRAM SUPPORT The United States (U.S.) Department of Transportation, Federal Transit Administration (FTA) is seeking vendors to assist FTA’s Office of Budget and Policy in supporting the transit industry in fully implementing the National Transit Database (NTD), as further described in the attached draft Statement of Work (SOW). The NTD was created to help meet the needs of individual public transportation systems, all levels of government, and the public for information on which to base public transportation service planning. This Contracting Opportunities (formerly known as Federal Business Opportunities) notice is an announcement seeking market research information concerning businesses that believe they are technically capable of providing the services in the attached SOW. We strongly encourage small businesses to respond concerning their technical capabilities regarding this notice. The technical capability package response for this “Sources Sought/Market Research Survey” is not expected to be a proposal, nor will any award be made, but rather specific, detailed information regarding the company’s existing experience in relation to the contract line item numbers (CLINs) specified in the SOW for information and planning purposes only. The Government will not accept simply a submission of your firm’s standard brochure of capabilities as a response to this Sources Sought/Market Survey Notice. The Government will not be responsible for any cost incurred by interested parties in responding to this request. There are thirteen CLINs described in the attached SOW. If your firm does not have expertise in all thirteen CLINs, please indicate the CLINs in which you have expertise and provide a technical capability statement response. Technical capability statements should be no more than 6 pages and the complete capability package must not exceed 10 pages. The document can be single or double spaced. Ensure you identify the SOW program area(s) for which you are providing a capabilities package. If a vendor has a recommendation based upon experience, please provide it as a brief response to this notice to the Government. The following questions must be answered and elaborated on as part of the technical capability statement response: (1) Past Performance Does your firm have the relevant past performance within the last three years (include contract number, task order number (if applicable), blanket purchase agreement (BPA) number along with call order number, contract type, total dollar value, technical point of contact (POC) with phone number, email address, name of employer, POC’s role, and a brief description of the work performed; (2) Corporate Experience Does your firm have the work experience similar in nature, scope, complexity, and difficulty of work described in the SOW; and (3) Is your firm providing similar services as stated in our SOW under an existing requirement against your General Services Administration (GSA) Schedule Indefinite Delivery, Indefinite Quantity (IDIQ) contract? If so, please briefly describe the contracted services and provide your GSA Schedule IDIQ contract number for which the services are provided against as an order and the Special Item Numbers (SINs) which the relevant work is being performed in relation; (4) For the GSA Schedule IDIQ contract related work which was provided to another federal government entity (ordering agency), please provide which labor categories your firm used for this type of work under a task or call order awarded; (5) Provide a description of services your firm provides similar in program area scope in the SOW under a currently awarded contract in the commercial industry. If your firm has relevant work with another federal government entity that was not awarded as a GSA Schedule buy, please briefly describe it as well. Please provide your company’s name, POC, address, phone number, cage code and your business size under the North American Industry Classification System (NAICS) code along with your capability statement response. If your firm has a specific NAICS code to recommend for each CLIN, please include it in your response to this RFI/Sources Sought notice. Also, when addressing the five questions stated above, please indicate whether your firm performed the work as a prime or subcontractor. If as a subcontractor, please state the prime contractor firm with your question responses. Complete technical capability statement response packages must be submitted electronically to Ms. Shequesha Evans, Contract Specialist at the email address Shequesha.Evans@dot.gov with a copy to Mrs. Stephanie Cooke-Nwadibia, Senior Contracting Officer via email at Stephanie.Cooke-Nwadibia@dot.gov by 1:00 p.m. Eastern Standard Time (EST) on September 3, 2021. Please note that the Government will not be compiling a bidders list for this Sources Sought/Market Research Survey nor posting one. CONTRACT TYPE The Government anticipates awarding a single Small Business Set-Aside, Firm-Fixed Price (FFP) and Labor-Hour hybrid contract concerning this requirement if determined to be competed among small businesses utilizing the Federal Acquisition Regulation (FAR) Part 15: Contracting by Negotiations procedures with posting to Contract Opportunities. If determined to be procured via GSA eBuy, the Government may award a task order utilizing FAR Subpart 8.4 Federal Supply Schedules (FSS) procedures. PERIOD OF PERFORMANCE The anticipated period of performance will be one 13-month base period and two 12-month option periods. PLACE OF PERFORMANCE The contractor shall furnish necessary facilities to undertake the scope of work and perform the services specific in this requirement.

Vehicle: PSS

RFP release date: 8/17/2021

Proposal due date: 9/3/2021

Related Attachments:

Read more

Help Desk Support, IT Administration and Maintenance BPA

Summary: NPS Cultural Resources requirement for three year single award BPA. FFP, LH, or T&M ordering. Trade off evaluation. POC Casey Winters – casey_winters@nps.gov. Questions due 8/11/21 at close of business. Concurrent BPA/1st BPA Call award.

Vehicle: IT 70

RFP release date: 8/5/2021

Proposal due date: 8/18/2021

Related Attachments:

Read more

Supplemental Nutrition Assistance Program (SNAP) Retailer Store Visits

Summary: 1.0 The United States Department of Agriculture (USDA), Food and Nutrition Service (FNS) is seeking a Vendor to provide non-personal services to include management, labor, supplies, and equipment necessary for Supplemental Nutrition Assistance Program (SNAP) Retailer Store Visits in accordance with the attached Request for Quotation (RFQ) and Statement of Work. 1.2 The Government intends to award a Firm Fixed Price (FFP) Blanket Purchase Agreement (BPA) and a BPA Call Order under GSA Multiple Award Schedule (MAS), Professional Services Business Administration Services, Management and Financial Consulting, Acquisition and Grants Management Support, and Business Program and Project Management Services. This solicitation is issued pursuant to FAR 8.405-3(b)(ii), NAICS 541611 with a small business size standard of $16.5M. In addition, this solicitation is issued as a 100% Small Business Set-Aside. Note: The Vendor’s business size as indicated on its GSA MAS 541611 Schedule will be used to determine eligibility. 1.1 Vendors shall ensure their representations, certifications, and other information on the System for Award Management (SAM) website are accurate and current at the time of quotation submission.

Vehicle: PSS

RFP release date: 7/27/2021

Proposal due date: 8/23/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com