Firm Fixed Price

Qualitative Law Enforcement Unified Edge (QLUE)

Summary: The US Secret Service (USSS) Investigative Division (ISD) has a requirement for 25 Qualitative Law Enforcement Unified Edge (QLUE) forensic licenses. Please provide us with your quote no later than 5:00 PM EST on Wednesday September 29, 2021. The Government intends to award a Firm Fixed Price Task Order based on the Lowest Price Technically Acceptable. The offeror shall provide quotes in accordance with the following format: Part A: The vendor’s quote shall meet the specifications outlined in the attached Statement of Requirements. Part B: Business and Pricing: 1. Provide Company Name, Address, Phone Number, CAGE code, DUNS Number, Tax Identification Number (TIN), System for Award Management (SAM) registration status, and Business Size. 2. The offerors shall provide Firm-Fixed Pricing for the items provided within the Statement of Requirements. Quotes shall be submitted via e-mail to Jose Vasquez at jose.vasquez@usss.dhs.gov. If you have any questions yo may call Jose Vasquez at 202-236-8182.

Vehicle: IT 70

RFP release date: 9/27/2021

Proposal due date: 9/29/2021

Related Attachments:

Read more

Data Specialist II

Summary: The U.S. Department of Justice, National Security intends to issue a firm fixed price professional services contract for a Data Specialist II. The Government intends to determine the Best Value by using a Lowest Price Technically Acceptable (LPTA) analysis to evaluate quotes.

Vehicle: IT 70

RFP release date: 9/27/2021

Proposal due date: 10/4/2021

Related Attachments:

Read more

Volpe PRISM Licenses, Support and Maintenance

Summary: Please provide a quote in accordance with the selected GSA MAS Categories 54151, 5415S and 511210 and the attached specifications. This requirement is being conducted in accordance with FAR Part 13, Simplified Acquisition Procedures (SAP). 1. Quotes shall be submitted via GSA E-Buy. 2. An award will be made to the offeror whose offer is considered to be the best value to the Government based on price. 3. The resulting delivery order award will be issued on a firm fixed price basis. 4. Any quote submitted shall be valid for a minimum of thirty (30) days from the date of submission. 5. Quotes are due by 7:00 PM, EST. on Wednesday, September 28, 2021. 6. Please complete, sign and date the attached Provision FAR 52.204-24 and return with your quote. Please direct all questions regarding this Request For Quote directly to the contracting officer identified below. Thank you, Darcy Hubbard Contracting Officer U.S. DOT/Volpe Center, V222 Cambridge, MA 02142 Tel: 617.494.3816 Email: Darcy.Hubbard@dot.gov

Vehicle: IT 70

RFP release date: 9/27/2021

Proposal due date: 9/29/2021

Related Attachments:

Read more

Panaya Licenses and Maintenance Renewal Support Services

Summary: Good Day, Your organization has been selected to participate in the National Institutes of Health, Request For Quotation (RFQ) number RFQ1523154 Titled: Panaya Licenses and Maintenance Renewal Support Services. The Government anticipates one (1) Firm Fixed Price Delivery Order resulting from this solicitation. Questions should be submitted no later than 5PM EST September 20, 2021 via email to eliza.menchaca@nih.gov. The RFQ will close at 5PM EST on September 22, 2021. Please submit responses via email to eliza.menchaca@nih.gov. Thank you, Eliza Menchaca Contracting Officer NLM, NIH

Vehicle: IT 70

RFP release date: 9/17/2021

Proposal due date: 9/22/2021

Related Attachments:

Read more

MACH Language Services

Summary: Martin Army Community Hospital (BMACH), located at Fort Benning, GA, requires medical records translation and interpretation services. This requirement is to obtain a firm fixed price base period and four option years. BMACH must provide information in a timely manner tailored to the patient’s age, language, and ability to understand. BMACH must provide information to the patient who has vision, speech, hearing, or cognitive impairments that require interpretation services in a manner that meets the patient’s needs. Many BMACH patients speak and/or read languages other than English; or are patients who have limited literacy in any language; or are patients who have visual or hearing impairments; or are patients on ventilators; or are patients with cognitive impairments; and have children. These services must be available to patients 24 hours per day, 7 days per week to include weekends and holidays. Patients often come to BMACH with their medical records written in a foreign language. Written translation of these medical documents into English is required for a complete patient medical record. The translated documents are filed in the patient’s medical records to assist their providers with the best possible healthcare. BMACH anticipates higher usage of virtual appointments in the upcoming fiscal year and will require interpretation services for patients that are contacted via phone for their medical appointments. These services must be available 24 hours a day, 7 days per week to include weekends and holidays. The requirement is an over the phone, written, video teleconferencing and American Sign Language services that provides for language translation and interpretation services 24 hours a day, 365 days a year. The estimated delivery date is 01 NOV 2021. The North American Industry Classification System (NAICS) code is 541930, Electronic Computer Manufacturing, which has a size standard of 1,250 employees. The Government is anticipating a Firm Fixed Price contract. Prospective offers are advised that if tentatively selected for award, they must register with the System for Award Management (SAM) (http://www.sam.gov) and obtain a Commercial and Government Entity (CAGE) code prior to any award being made. This solicitation will close on 20 September 2021 at 1:00 PM EST. Paper copies of this solicitation will not be physically issued, and telephone and faxed requests for the solicitation will not be honored. Submit your offer via email to the RFP with capability statement to cardova.d.hall.civ@mail.mil. Ensure you have all of the necessary information required for the preparation and submission of offers. Participant are urged to visit GSA eBuy frequently for any updates/amendments to any and all documents. Questions Deadline: 17 September 2021 @ 09:00 AM EST. MICC POC for this requirement is Mr. Cardova Hall, cardova.d..hall.civ@mail.mil, 706-545-1064 or Mr. Yewston N. Myers, yewston.n.myers.civ@mail.mil, 706-545-1322.

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 9/20/2021

Related Attachments:

Read more

158 FW Recruiting Social Media Engaugement

Summary: The Vermont Air National Guard has a requirement for Social Media posting and advertising for its Recruiting and Retention Office. See attached Performance Work Statement for additional details. See attached QASP for details on contract performance assessment. Vendors must also complete the attached representation regarding covered telecommunications equipment, FAR 52.204-24. Please identify in quotes the GSA schedule under which the services are being offered, and submit pricing in accordance with the line item structure listed below. The Government will award a firm fixed price contract to a responsible contractor whose quote provides the best value to the government as determined by the Contracting Officer, in terms of the technical proposal for providing the required services, price, and contractor past performance. Please provide at least two past performance references for jobs of similar size and nature within the past 18 months. The Government intends to evaluate offers and award a contract without discussion. Therefore, vendors’ initial offers should contain the best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. For electronic payment instructions, refer to DFARS clauses 252.232-7003 and 252.232-7006

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 9/23/2021

Related Attachments:

Read more

Customer Needs Assessment for NRCS-California

Summary: The United States of America, acting through the United States Department of Agriculture’s Farm Production and Conservation Business Center (FPAC), is seeking to obtain strategic consulting services to engage with The Natural Resources Conservation Service (NRCS) with its Partners, Customers, and Staff to identify NRCS customer needs that are not currently being met by NRCS California office. This RFQ will result in issuance of a single Firm Fixed Price Task Order award issued under the GSA Federal Supply Schedule. This RFQ is a small business set-aside under NAICS 541611. Customer Needs for this requirement are actions, services, options, communications, interaction, clarifications, or anything else NRCS California has authority to create, change, improve, or eliminate.. Please reference the attached Statement of Objectives (Attachment A) for the narrative of the scope for this service.

Vehicle: PSS

RFP release date: 9/10/2021

Proposal due date: 9/17/2021

Related Attachments:

Read more

U.S. EPA – Limited Source – Tech Assist to Expand State Revolving Funds Partners

Summary: EPA intends to award a firm fixed price, sole source GSA task order under a limited sources justification to The Northbridge Group, Inc. for Technical Assistance for Expanding State Revolving Fund Partnerships.

Vehicle: PSS

RFP release date: 9/7/2021

Proposal due date: 9/14/2021

Related Attachments:

Read more

SharePoint Development and Enhancement

Summary: Funds are not presently available for this contract. Currently, the Government anticipates funds will become available prior to but no later than 30 Sep 2021. This action has been identified on the National Guard priority list for awards if funds become available and the prices received are within an awardable range. Provide support with the knowledge, skills and abilities for the successful development / enhancement of the current SharePoint portal to an effective SharePoint Online portal. Further, the development will include the integration of a Knowledge Management architecture within the instance of SharePoint. SharePoint and Knowledge Management will form a Wing Weapons System for Information Management at the 118th Wing and will use Information Rights Management (IRM) for the protection of PII to DOD standards. Questions and Answers due by 13 Sept 2021 10:00AM CST. Evaluation Factors Addendum to FAR 52.212-1 Instructions to Offerors- Commercial Items All quotations must be submitted electronically so that they are received at gregory.allen.8@us.af.mil no later than September 20, 2021 at 10:00 AM Central or GSA eBuy. Facsimile quotations will NOT be accepted. All offerors shall submit their quotations on letterhead paper to the email address stated above or GSA eBuy by the date and time specified above. All quotations shall contain, at a minimum, the information detailed below for each respective volume. If a quotation is missing any of the elements listed below, the quotation may be deemed unacceptable and may not be evaluated further: 1) Price Volume: The price volume shall address the following: Administrative Information: The Administrative Information section of the price quotation shall contain the following: (a) The solicitation number; (b) The name, address, and telephone number of the offeror; (c) A total firm-fixed price in accordance with this solicitation; (d) Any applicable discount terms; (e) A statement that the Offeror agrees to all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (f) A statement that the quotation is valid for a minimum of 30 days from the response deadline of this solicitation. Pricing Information: The Offeror shall propose a total firm-fixed-price in GSA Ebuy as one CLIN for the entire project. The Offeror may also provide supporting documentation such as calculations, price lists, product literature, or any other applicable supporting documentation. 2) Technical Volume: The technical quotation shall clearly demonstrate compliance with the support/maintenance described in the PWS. All fonts shall be at least 10 pitch or larger. Pages shall be 8-1/2 inches by 11 inches. SHALL NOT EXCEED 50 PAGES. EVALUATION FACTORS FOR AWARD: This requirement will be awarded to the offeror who presents a technically acceptable offer at the lowest price. A quotation will only be considered technically acceptable if it clearly demonstrates compliance with the PWS, provides a firm fixed price as a whole, and is an authorized reseller of the required services. Award may be made by the Contracting Officer without discussions.

Vehicle: IT 70

RFP release date: 8/30/2021

Proposal due date: 9/20/2021

Related Attachments:

Read more

Teams Conference Rooms – NPS – Northeast Regional Office

Summary: Firm fixed price solicitation for the following services: Requirement Audio-Visual solutions provider to design, configure and install equipment required to provide for Microsoft Teams room conferencing in 10 conference rooms at our offices located at 1234 Market Street, Philadelphia, PA, 19107. Vendor must be a Crestron authorized reseller.

Vehicle: IT 70

RFP release date: 8/27/2021

Proposal due date: 9/9/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com