FSS

RFI: Information Technology Solution Integrated Services (ITSIS)

Summary: Request for Information Information Technology Solution Integrated Services (ITSIS) THIS REQUEST FOR INFORMATION (RFI) IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). 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. THE INFORMATION REQUESTED BY THIS RFI WILL BE USED BY NSF TO FACILITATE DECISION MAKING AND WILL NOT BE DISCLOSED OUTSIDE THE GOVERNMENT. The National Science Foundation (NSF) is an independent federal agency created by Congress in 1950 “to promote the progress of science; to advance the national health, prosperity, and welfare; to secure the national defense…” NSF is conducting market research to identify qualified, experienced, and interested sources to support the Division of Information Services (DIS) with NSF’s Information Technology Solution Integrated Services (ITSIS). The acquisition strategy for this procurement has not been determined at this time. ITSIS is considered a high-value, mission critical acquisition. The results of this RFI will be used as one of the determining factors in deciding on the acquisition strategy. The NSF encourages all qualified businesses (large and small), including joint ventures, to respond to this RFI. Additionally, small businesses in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns) are encouraged to respond to help make a final small business set-aside determination, if any. The anticipated North American Industry Classification System (NAICS) code for this requirement is 541511- Custom Computer Programming Services, which has a size standard of $30 million. Interested and qualified vendors should submit a response to this Request for Information. Please follow the instructions and include all content requirements below: a) Instructions: 1. Responses should be concise and compliant with the content requirements 2. Responses must not exceed 7 pages (Group 1 only) or 9 pages (Group 1 & 2) including a cover page with corporate information, 1 page for the table of contents, 3 pages demonstrating your capability, 1 page for contract staffing maturity, contract transition management, and recommendations on contract type and pricing methodology, 1 pages identifying items that would prevent you from responding to this potential RFQ/RFP, and 1 page for applicable and relevant references organizational experience, etc. 3. Responses should be provided in 12-point font 4. Generic sales brochures, videos, and other marketing information materials are not solicited and will not be reviewed 5. Do not submit cost or price information with the response 6. A viable interested party shall demonstrate the company’s capability to successfully perform the NSF’s requirements 7. A viable interested party shall provide relevant, applicable references, including references performed under a joint venture, of previous work or solution implementations that relate to the NSF’s requirements b) Content: 1. Corporate Information: i. Company name and address ii. Name of company representative, business title and email iii. Small business socioeconomic status under NAICS 541511 iv. DUNS Number v. Applicable contract vehicles your company has (e.g., Federal Supply Schedules (FSS), Blanket Purchase Agreements (BPAs), Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts) available for use by NSF vi. Identify interest in Group 1, Group 2, or both (refer to SOW). 2. Organizational Experience (within the past 3 years): i. Provide a summary of your company’s relevant experience in providing services of these types to an organization of similar size and complexity of the NSF ITSIS requirement as defined in the attachment. This requirement is expected to be worth approximately $50 million annually. ii. Provide a summary of your company’s experience in supporting legacy/core agency system iii. Description shall include the period of performance, number of years, awarded dollar value, total obligated dollar amount, contract type, the role of your company on that contract (e.g., prime or sub), and scope of the previous effort 3. Contract Staffing Maturity: Provide a summary of your company’s ability to hire and retain qualified staff, assemble high quality staff to fill urgent/emerging requirements, and provide staff with all the necessary support and oversight. 4. Contract Transition Management: Provide a description of your corporate experience transitioning contracts from incumbent support contractors including lessons learned, if any. 5. Recommendations on Contract Type and Pricing Methodology: Based on the tasks included in the attachment, provide a recommendation on contract type (e.g., Indefinite Delivery Vehicle (BPA, IDIQ), Requirements Contract, Task Order) and pricing structure (e.g., Firm-Fixed Price, hybrid, order dependent) and the rationale for those recommendations. If your firm has the potential capability to perform these contract services, please respond to this RFI with your submission by 10/26/2021. Telephone inquiries will not be accepted or acknowledged. Any questions related to the preparation of a response to this RFI shall be submitted in writing to the point of contact listed below. NSF may contact respondents to this RFI for additional information or one-on-one due diligence sessions as the NSF continues to explore the implementation of DLT in support of its mission. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Request for Information by 10/26/2021 at 11:00AM EST. All responses under this Request for Information must be emailed to Katrina Barry, kbarry@nsf.gov . If you have any questions concerning this opportunity, please contact Katrina Barry, kbarry@nsf.gov.

Vehicle: IT 70

RFP release date: 10/5/2021

Proposal due date: 10/26/2021

Related Attachments:

Read more

QA Mechanical Inspections – GSA – Montana Facilities

Summary: MECHANICAL QA INSPECTIONS REQUIRED FOR THE FOLLOWING MONTANA LOCATIONS, FOR THE PERIOD OF NOVEMBER 1, 2021 THROUGH OCTOBER 31, 2022: CLIN 0001 – Chief Mountain Land Port of Entry (LPOE) – Chief Mountain, MT (2 each) CLIN 0002 – Havre Border Patrol Sector Headquarters (BPSHQ) – Havre, MT (6 each) CLIN 0003 – Piegan Land Port of Entry (LPOE) – Piegan, MT (6 each) CLIN 0004 – Raymond Land Port of Entry (LPOE) – Raymond, MT (6 each) CLIN 0005 – Roosville Land Port of Entry (LPOE) – Roosville, MT (6 each) CLIN 0006 – Sweetgrass Land Port of Entry (LPOE) – Sweetgrass, MT (3 each) CLIN 0007 – Turner Land Port of Entry (LPOE) – Turner, MT (6 each) CLIN 0008 – Hourly Rate for Inspections on O&M Performed Service Task Orders (while onsite for QA inspections). CLIN 0009 – Optional – Additional Site Visits, if needed, for Chief Mountain LPOE. Per Site Visit Price. CLIN 0010 – Optional – Additional Site Visits, if needed, for Havre BPSHQ. Per Site Visit Price. CLIN 0011 – Optional – Additional Site Visits, if needed, for Piegan LPOE. Per Site Visit Price. CLIN 0012 – Optional – Additional Site Visits, if needed, for Raymond LPOE. Per Site Visit Price. CLIN 0013 – Optional – Additional Site Visits, if needed, for Roosville LPOE. Per Site Visit Price. CLIN 0014 – Optional – Additional Site Visits, if needed, for Sweetgrass LPOE. Per Site Visit Price. CLIN 0015 – Optional – Additional Site Visits, if needed, for Turner LPOE. Per Site Visit Price. This Procurement is Total Small Business Set-Aside under FSS Contract/MASS: 561210FS w/Complementary SIN: OLM (Order-Level Materials). Please provide a detailed price breakout for each CLIN to include all labor categories, travel, etc. The most current Service Contract Wage Determinations for each location have been attached. The full RFQ1521728 package is attached to this posting, which includes: RFQ Task Order Requirements with Evaluation Factors; Scope; O&M PWS, Mechanical Inspection Form, Equipment Inventory; SCA Wage Determinations; and SBU Form. Quotes are due back by: Monday, September 27, 2021 at 4:00pm MST. Please send Request for Information to Shawna Horvath, CO (shawna.horvath@gsa.gov), NLT 9/21/21, to allow time to prepare and issue responses. Electronic copy of full proposal (via email and/or Ebuy), and mailed hard copies are all acceptable means of submitting proposals.

Vehicle: PSS

RFP release date: 9/12/2021

Proposal due date: 9/27/2021

Related Attachments:

Read more

IT Support Services – Stoneville, MS

Summary: The USDA ARS SEA AAO requires IT Support services for the Southeast Area, we anticipate this need to be one year of full-time, 1,920 hours, support as a base item four additional years of full-time,1,920 hours, support as exercisable options to fulfill this need. The period of performance for the base period is September 29, 2021 September 28, 2022, each option period will be for the four subsequent years that follow. We do not require, and do not anticipate the need for, any travel at this time. The PWS is attached. The place of performance will be Stoneville, MS, this requirement may allow for telework at times but will not be virtual, the Government will provide a laptop, USDA email account and other items deemed necessary for the work. Quotes must include the resume of the proposed contractor that will be providing the support services. Notional resumes will not be accepted as quoters must demonstrate that they can fulfill the requirements at time of award. Quote must also include cost for base and each option, identifying the rate and any discounts provided, and examples of successful past performance. Any additional information the quoter deems necessary to address their technical capability and past performance is welcome. FSS provisions & clauses flow down to this RFQ and subsequent award. The Government will make an award to the firm that it deems provides the best value based on technical capability, past performance, and price.

Vehicle: IT 70

RFP release date: 9/9/2021

Proposal due date: 9/13/2021

Related Attachments:

Read more

20128673RFQ090721 – EIS-TCS SUPPORT SERVICES

Summary: CBP requires services to support the evaluation of the Offerors’ price proposals for the GSA Enterprise Infrastructure Solutions (EIS) EIS-TCS solicitation. The Contractor shall provide IT and Telecom IT management support services specific to pricing evaluation techniques based on EIS models that conform to CBP’s technical task order requirements. Contractor services shall meet the requirements as detailed in this Statement of Work (SOW). CBP will solicit this requirement under the GSA’s FSS Small Business sector.

Vehicle: IT 70

RFP release date: 9/7/2021

Proposal due date: 9/13/2021

Related Attachments:

Read more

MEMS NextGen Operations, Maintenance & Enhancements (OM&E)

Summary: The purpose of this GSA FSS RFQ is to procure IT services to support and enhance the USDA/Food Nutrition Service (FNS) MEMS NextGen application per RFQ 12314421Q0115, Attachment 1- MEMS NG OM & E Instructions to Offerors, and Attachment 2- PWS. This is requested to be a Option Year contract with a Base and two one-year option periods. This is a GSA RFQ and no ‘open market’ quotes will be accepted. This is a Advisory Down Select type solicitation. Please read Attachment 1 in its entirety. ——————————— Questions shall be submitted no later than September 2, 2021 at 1:00 PM Mountain Time Using Attachment 4- Vendors Questions Matrix. Questions with the Government’s responses will be issued via GSA eBuy and email where applicable. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective offerors via email. ———————— Phase 1/Volume I, Non-price Factor Prior Experience. Quotes must be submitted on or prior to September 8, 2021 at 1:00 PM Mountain Time. Phase 2/Volume II submit Technical Package & Phase2/Volume III, Price. Quotes must be submitted on or prior to September 20, 2021 at 1:00 PM Mountain Time.

Vehicle: IT 70

RFP release date: 8/30/2021

Proposal due date: 9/8/2021

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

IT Support Services – MacDill AFB

Summary: The contractor shall provide all personnel, labor, equipment, tools, materials, transportation, supervision, management, and other items and services necessary to perform Information Technology Support Services in support of the 6th Force Support Squadron (6 FSS), MacDill Air Force Base, Florida. See attached PWS for details. Period of Performance 1 Sept 2021-31 Aug 2022

Vehicle: IT 70

RFP release date: 8/17/2021

Proposal due date: 8/25/2021

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

Enterprise Data Analytics Risk Management Services and Tools (EDARMST)

Summary: The Department of Education (ED) intends to award a single Task Order (TO) under the General Service Administration (GSA) Federal Supply Schedule (FSS) for the Enterprise Data Analytics Risk Management Services and Tools (EDARMST). The method of competition is Small Business Set-aside.

Vehicle: IT 70

RFP release date: 7/27/2021

Proposal due date: 8/27/2021

Related Attachments:
Related Attachment
Related Attachment

Read more

Notice of Intent to Sole Source (PL4 & ACD Support Services)

Summary: The Government hereby submits a notice of intent to award a sole source firm fixed price GSA Federal Supply Schedule (FSS) task order for a commercial service to provide and manage the full range of classified IT services, support and infrastructure necessary to support SCOnet and implement the strategic direction and operational objectives (which will evolve over the course of the effort). SCO’s classified IT services consists of standalone systems, local area networks (LANs) and wide area networks (WANs) that are located in SCO and SCO performer locations. It is critical that continuity of operations (COOP) and services be maintained at the current full performance level during the period of transition from the current contract to the new task order. SCO requires the contractor to provide engineering, furnish, install and test, and technical support services for the deployment, operations and maintenance (O&M) of SCO’s next generation multi-level security (MLS) desktop and networks. This is NOT a request for quotes or proposals. See attached notice for additional details.

Vehicle: IT 70

RFP release date: 7/27/2021

Proposal due date: 8/11/2021

Related Attachments:
Related Attachment

Read more
PHP Code Snippets Powered By : XYZScripts.com