FTE

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

1 FTE Data Quality Manager

Summary: Amendment 2 of Solicitation: This is a Combined Synopsis and Solicitation at JOINT BASE MCGUIRE-DIX-LAKEHURST, New Jersey for the Purchase of a Data Quality Manager. This requirement is being solicited as a total small business set aside under SINS 54151S. The Government contemplates the period of performance for this requirement to be as follows: Base Period: 30 September 2021 through 29 September 2022 Option Year 1: 30 September 2022 through 29 September 2023 Option Year 2: 30 September 2023 through 29 September 2024 Option Year 3: 30 September 2024 through 29 September 2025 Option Year 4: 30 September 2025 through 29 September 2026 QUOTES DUE DATE: Question period has closed. All quotes are due by Thursday 16 September 2021, 2:00 pm EST to Joi A. Blackman via at joi.blackman@us.af.mil and Eddie Sherwood at edward.sherwood@us.af.mil. See attached PWS for description of services.

Vehicle: IT 70

RFP release date: 8/31/2021

Proposal due date: 9/16/2021

Related Attachments:

Read more

LINUX/UNIX Infrastructure and Information Technology Support Services

Summary: The objective of this Task Order is to to provide the National Institute on Drug Abuse Intramural Research Program (NIDA IRP) with: Linux/Unix based end user IT support services; Linux/Unix systems operational support services; Linux/Unix based Information System; and Information Assurance Security Operations Support Services necessary to support the Linux/Unix based IT systems excluding Apple systems for the NIDA IRP. Please Refer to the document RFP No. C-87521-SB Instructions to Offerors for additional details on proposal submission instructions, evaluation procedures, and relevant clauses and provisions.Please refer to Attachment 1 ? Statement of Work (SOW) for additional details and descriptions of the requirements and tasks.Please refer to Attachment 2 ? Information and Security Clauses for information security clauses and conditions pertinent to this requirement. This requirement is to establish a contract for non-personal services for 1 FTE of a Systems Engineer Level 1 position. This requirement includes the use of options and option quantities for additional FTEs. Please review and advise if any changes or revisions are necessary, and I will respond right away. If acceptable please release this solicitation to qualified small business contractors at your earliest convenience. Thank you very much for your time and attention. Respectfully, Josh Lazarus

Vehicle: CIO-SP3

RFP release date: 8/11/2021

Proposal due date: 8/20/2021

Related Attachments:

Read more

Sources Sought (Network Administrator II – JB McGuire-Dix-Lakehurst AFB)

Summary: 1. Introduction: THIS IS A REQUEST FOR INFORMATION ONLY for NETWORK ADMINISTRATOR II – This notice is issued solely for information and planning purposes, as a means for the Government to conduct market research, identifying interested parties and their capability to deliver the requirement for a Network Administrator II in accordance with (IAW) the attached draft Performance Work Statement (PWS). Based on preliminary market research the acquisition strategy is to solicit via GSA as a Small Business Set-Aside. Other small business socio-economic categories will be considered to further set-aside. 2. Delivery Location: Joint Base MDL, New Jersey, 08641 3. Disclaimer: This notice does not constitute a Request for Quote (RFQ) or a promise to issue a RFQ in the future. Solicitation information is not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this notice does not preclude participation in any future RFQ, if any is issued. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. 4. Contractor Capability: The contractor shall be responsible for supplying one (1) FTE Network Administrator identified in the attached draft PWS. 5. Responses to Notice: Responses to this notice shall be limited to three pages and submitted on GSA E-Buy or by email to Contract Specialist, Christina Vargas at christina.vargas.1@us.af.mil, and Contracting Officer, Eddie Sherwood at edward.sherwood@us.af.mil. Responses are due no later than Wednesday, 11 AUG 2021 by 2:00 pm Eastern Standard Time. Any questions may be directed to the points of contact listed above. The applicable NAICS code for this requirement is 541513 with a Small Business Size Standard of $30M Dollars. The Product Service Code is DA01. All Small Businesses are encouraged to respond; however, each respondent must clearly identify their socio-economic categories in their response under the applicable NAICS of 541513. Respondents shall not be obligated to provide the services described herein. Responses from interested vendors should address the following items: Confirmation that your company can provide the requested service in the attached Draft PWS. Provide company socio-economic status (i.e. Small, Small Disadvantages Women-Owned, etc.) under identified NAICS and company profile to include, CAGE Code, DUNs number. Also, please provide the GSA contract number and SIN the products are available under.

Vehicle: IT 70

RFP release date: 8/5/2021

Proposal due date: 8/11/2021

Related Attachments:

Read more

RFQ 040ADV-21-R-0025

Summary: US Government Publishing Office (GPO) intends to acquire full-time equivalent (FTE) RMF Engineer to perform the services for GPO IT Security, in accordance with the NIST Risk Management Framework, NIST Special Publication (SP) 800-37, Revision 1, for work starting in FY21 to address an Office of Inspector General (OIG) recommendation in the recent OIG IT Internal Controls audit report.

Vehicle: IT 70

RFP release date: 6/25/2021

Proposal due date: 7/14/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com