guide

PACAF VOIP Tech Refresh

Summary: After the closing date of GSA RFQ 1518799, it was determined that CLINS 0009 and 0010 as broken out in the attached Statement of Objective (SOO), were inadvertently left off of the RFQ quotation document. Further review also showed that shipping and travel costs were not specifically addressed in the solicitation or attachments, though delivery and installation services are the main proponent of this requirement. As such, the attached RFQ document has been updated to reflect these additions as they should be included in the offerors quotes. Actual travel costs will be reimbursed in accordance with GSA Per-Diem and Joint Travel Regulations, but should be quoted as an estimate based on the locations as broken out in the SOO and anticipated level of effort for this requirement. Finally, Open Market items, supplies or services, (that is, required items that do not directly fall under these specific GSA schedules) will be accepted under this requirement, but should be labeled as such in the offerors quotations. All quotations will be due No Later Than Thursday Sept 16th at 1500 HST. Quotations can be emailed to the POC below, but should be submitted on GSA ebuy. Due to limitations under the 2GIT BPAS for services, RFQ1507794 has been moved under these schedules as it was determined to be predominantly a service requirement after consultation with GSA. PACAF A3/6 requires the purchase and delivery of Business 7000 UCS Servers that will serve as tech refreshes for PACAF’s Main Operating Bases. The sites include Misawa AB, Japan; Kunsan AB, South Korea; Andersen AB, Guam; JBER, AK; and Diego Garcia, British Territory. Cisco Business 7000 UCS Servers and Cisco Business 6000 UCS Servers are the standardized network components for the NIPRNET/ SIPRNET infrastructure that supports the Air Force component of PACAF. In order to avoid unnecessary delay in fulfilling the Government’s requirements and experiencing duplication of costs as stated herein, the requested hardware and licenses is of the only brand that will satisfy the Government’s requirements at this time. Ten (10)PACAF VoIP systems and ten (10) PACAF Voice over Secure Internet Protocol (VoSIP) systems currently operate on call management servers (Cisco Unified Communication Manager (CUCM) version 11.5) on their Non-secure Internet Protocol Router Network (NIPRNet) and Secure Internet Protocol Router Network (SIPRNet). The purpose of this project is to upgrade those call management systems and voicemail systems to the latest Defense Information Systems Agency (DISA) Joint Interoperability Test Command (JITC)-certified release (CUCM version 12.5 or equal). The contractor shall migrate the configurations and licenses from the existing systems including the scheduled backups. The upgraded system shall be tested and verified by the contractor and PACAF. Throughout the installation of the VoIP and VoSIP version upgrade, the contractor shall follow the latest version of the Department of Defense Local Session Controller (LSC) Deployment Guide, DISA JITC APL System Under Test (SUT), DISA JITC APL Desktop Review (DTR) documentation, and all applicable DISA VVOIP STIGs. Due to this upgrade being for a Command and Control (C2) system the contractor shall ensure full online redundancy is implemented for the call management servers. VoIP Sites: JBPHH, JBER, Eielson, Andersen, Yokota, Misawa, Kadena, Osan, Kunsan, and Diego Garcia. VoSIP sites: JBPHH, JBER, Eielson, Andersen, Yokota, Kadena, Misawa, Osan, Kunsan, and Diego Garcia. VoIP telephones shall include all applicable Commercial-Off-The-Shelf (COTS) products that comply with AFI 33-200, Information Assurance. Refer to Request for Quote Package for details of the items, the Statement of Objective for technical and delivery requirements, and the Q&A and PLM MFRs for additional information.

Vehicle: IT 70

RFP release date: 9/14/2021

Proposal due date: 9/17/2021

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

GSA R8 Utah Full Facility Maintenance Services

Summary: The purpose of this FBO Notice is to announce Industry Day for upcoming contracts in Region 8 Facilities across Utah. General Services Administration is seeking viable qualified Contractors that have performed or have the capability to perform a Full Facility of Services for a Multitude of Buildings across Utah. Industry Day Information: INDUSTRY DAY PRE-REGISTRATION REQUIRED The General Services Administration (GSA) will hold an industry day event to seek Small Business capable of providing services in Ogden, Provo and Salt Lake City Utah for Full facility Services. GSA will be presenting on Tuesday, August 31, 2021 on upcoming requirements for Utah procurements to include Custodial, Facilities Engineering (Enhanced Operation and Maintenance), Landscaping and Snow Removal. This event will be held virtually via Zoom The purpose of these events is to discuss the possibilities for small business participation, acquisition plans/strategies, answer questions, and receive industry input. NOTE: You MUST submit registration for these events. Limited to 3 attendees per company. Attendance does not guarantee consideration for solicitation or contract award. Follow-Up Questions & Answers (Q&A) and other information may be posted at a later date on the Federal Business Opportunities (www.FBO.gov) website, at the discretion of the Contracting Officer. Information Requested: Contractors capable of performing as a prime contractor that meet the requirements stated below are encouraged to submit a PDF capability statements no more than five pages in length. Capability statements must include the following information. Company Information: Name, address, business size, duns. Company status: *Company size and applicable socioeconomic status Affiliate information: parent company, joint venture partners, and potential teaming partners. Schedule Contract: Schedule contract number, SINS Past Experience: Provide summaries for one to three similar projects (as described) above that demonstrate the small business firm’s past experience. SBU Form: Provide a Signed SBU form with your Capability Statements – Due to the information provided as part of the industry day you will not be admitted to the Industry day Zoom call without a signed SBU form. Questions: Provide any questions prior to the event that GSA will be able to address during the Industry day. Interested firms having the capabilities necessary to meet or exceed the stated requirements are encouraged to submit responses addressing each of the criteria (1-5) as stated above. All responses are due by August 26, 2021 and shall be submitted to R8rspteam@gsa.gov. Description of Contracting Vehicles being discussed Facilities Engineering – Concept requiring contractors to respond to the multidisciplinary demands in a dynamic work environment to achieve joint long and short-term performance using System thinking and Program Strategy objectives in partnership with GSA all while performing services to include, but not limited to: electrical systems and equipment, including high voltage power distribution equipment and systems, power poles; mechanical, plumbing, energy management control systems, and heating, ventilation, and air conditioning systems and equipment; fire protection and life safety systems and equipment; architectural and structural systems, fixtures, and equipment; service call desk operations to include record keeping using a national computerized maintenance management system (NCMMS) as well as other administrative functions; maintenance of dock levelers; domestic water equipment and systems; water treatment equipment and systems; sanitary sewage equipment and systems, storm drainage equipment and systems; reporting of elevator problems and service calls to the elevator contractor and Contracting Officer’s Representative; roofs and roofing systems; additional services may be ordered at the discretion of the Government for work relating to the operations, maintenance and repair or upgrade of federal buildings located in the states listed above. Custodial and Related Services will include complete standard and above standard custodial services that are, but not limited to: general cleaning, pest control, interior/exterior window washing, solid waste management, trash and recycling (commingled/single-stream and paper) services, pandemic cleaning based on current CDC Guidelines, quality control, reporting and service call desk operations to include record keeping using a national computerized maintenance management system (NCMMS) as well as other administrative functions. Additional services may be ordered at the discretion of the Government for custodial and related services work. Landscaping, Waste Management and Recycling and Related Services will include complete standard and above standard landscaping, grounds maintenance and snow removal services that are, but not limited to: general landscaping/exterior services, grounds maintenance, sustainable purchasing, solid waste and recycling management, integrated pest management, service calls, quality control, reporting and service call desk operations to include record keeping using a national computerized maintenance management system (NCMMS) as well as other administrative functions. Additional services may be ordered at the discretion of the Government for landscaping, waste management and recycling and related services work. Blanket Purchase Agreements (BPA) on GSA Schedule is an agreement established by a government buyer with a Schedule contractor to fill repetitive needs for supplies or services (FAR 8.405-3). BPAs make it easier for the contractor and buyer to fill recurring needs with the customer’s specific requirements in mind, while using the buyer’s full buying power by taking advantage of quantity discounts, saving administrative time, and reducing paperwork. Procurement Method GSA anticipates competing this requirement based on the responses gained for industry. If you are interested in learning the requirements to get on GSA MAS Facilities Maintenance and Management – 561210FAC , more information can be found at the Multiple Award Schedule Roadmap. https://www.gsa.gov/buying-selling/purchasing-programs/gsa-schedules/selling-through-schedules/guide-to-preparing-a-schedule-offer The sources sought notice is for informational and planning purposes only. It does not constitute a solicitation and is not to be considered as a commitment by the Government. A Contracting Officer’s determination will be made to set any projects aside, resulting from this notice, for small or disadvantaged businesses from the qualified sources submitted from this request; therefore, all interested firms are encouraged to submit a response. All firms responding to this sources sought notice are advised that their response to this notice will not be considered for award. All interested parties will be required to respond separately to any solicitations posted as a result of the sources sought notice.

Vehicle: PSS

RFP release date: 8/19/2021

Proposal due date: 8/26/2021

Related Attachments:

Read more

Transcription Services

Summary: Transcription Services for a Base Year plus Four 12 Month Option Years. A quote is needed for those time frames. There will be 24 meeting per year, Each 2 hours in length and for 30 + Attendees The NIH Clinical Center requires support in the following service area. The contractor will provide meeting summaries for approximately 24 meetings per year of the Medical Executive Committee (MEC) at the NIH Clinical Center. The Contractor shall: 1. Set-up equipment, audiotape, transcribe, write minutes/summaries and deliver the finished product to NIH Clinical Center personnel. 2. Be able to provide service via videoconferencing and teleconferencing if needed. 3. Meet with NIH Clinical Center staff to define product (transcript versus meeting summaries or meeting minutes), format, delivery mechanism, process for inputting edits and revisions to summaries. 4. Meet specific deadlines as determined in advance by NIH Clinical Center staff for the completion of projects. Deadlines will depend on the nature and complexity of the content, as well as the time sensitivity of the material. 5. Demonstrate extensive experience and skill in providing meeting transcripts and an understanding of complex medical terminology in order to provide intelligible and accurate minutes and summaries of meetings. 6. Correctly identify (a) meeting participants, and (b) individuals and organizations named during meeting discussions. 7. Summaries are delivered within 3 business days from the completion of the meeting. The transcribed product will be delivered as an e-mailed electronic file. The Contractor will be provided with copies of previous minutes, which must be used as templates. Meeting location and times will be provided as they become available. Time requirements per month will vary according to meeting schedules. Following are estimates of the number of each meeting per year, average meeting length, and the usual number of attendees needing to be recorded: Meeting #/year length attendees Medical Executive Committee (MEC) 24 2 hours 30+ Contractor Expectations Contractor should have the following experience under this task: 1. Demonstrated experience writing minutes for formal meetings, including meetings that fall under the Federal Advisory Committee Act. 2. Extensive experience writing and editing about complex medical and health topics. 3. At a minimum, credentials in English studies, writing, journalism, related fields contributing to ability to perform this task. 4. Demonstrated ability to follow plain language guidelines as outlined under “Clear Communications: An NIH Health Literacy Initiative.” http://www.nih.gov/clearcommunication/plainlanguage.htm 5. Demonstrated experience with and ability to handle sensitive information and Personal Identifiable Information (PII) with discretion. a. Demonstrated experience writing minutes for formal meetings, including meetings that fall under the Federal Advisory Committee Act. b. Extensive experience writing and editing about complex medical and health topics. c. At a minimum, credentials in English studies, writing, journalism, related fields contributing to ability to perform this task. d. Demonstrated ability to follow plain language guidelines as outlined under “Clear Communications: An NIH Health Literacy Initiative” http://www.nih.gov/clearcommunication/plainlanguage.htm Contract Administration Independently, and not as an agent of the Government, the contractor shall furnish all necessary services, qualified personnel, materials, equipment, and facilities (except as otherwise specified herein) to perform the work set forth in this statement of work. All work produced under this contract shall remain the property of the Government. The contractor shall provide mail and courier service for pickup and delivery of materials when requested to support the work to be performed under the contract. The contractor shall incorporate new media technologies where requested and applicable to support the Presidential directive to “Build a 21st Century Digital Government (see http://www.whitehouse.gov/digitalgov/about). Examples may include use of new technologies such as Smart TV, e-books and others. Confidential Treatment of Sensitive Information The contractor shall guarantee strict confidentiality of the information/data that is provided by the Government during the performance of this contract. The Government has determined that the information/data that the contractor will be provided during the performance of the contract is of a sensitive nature. Disclosure of the information/data, in whole or in part, by the contractor can only be made after the contractor receives prior written approval from the Contract Officer. Whenever the contractor is uncertain with regard to the proper handling of information/data under the contract, the contractor shall obtain a written determination from the Contract Officer. Inspection and Acceptance Requirements Work will be accepted only if it meets requirements and timelines established in this contract. Subject matter expert will review documents before final distribution. If errors are found on more than three documents a month, this contract may be terminated. General quality measures, as set forth below, will be applied to each work product received from the contractor under this statement of work. Accuracy: Work Products shall be accurate in presentation, technical content, and adherence to accepted elements of style. Clarity: Work Products shall be clear, concise, and relevant. Consistency to Requirements: All work products must satisfy the requirements of this SOW. File Editing: All text and diagrammatic files shall be editable by the Government. Format: Work Products shall be submitted in hard copy (where applicable) and in media mutually agreed upon prior to submission. Hard copy formats shall follow any specified instructions. Timeliness: Work Products shall be submitted on or before the due date specified in this SOW or submitted in accordance with a later scheduled date determined by the Government. The government will review, for completeness, preliminary or draft documentation that Contractor submits, and may return it to Contractor for correction. Absence of any comments by the Contract Officer Representative (COR) will not relieve Contractor of the responsibility for complying with the requirements of this work statement. Contractor shall not construe any letter of acknowledgment of receipt material as a waiver of review, or as an acknowledgment that the material is in conformance with this work statement. Any approval given during preparation of the documentation, or approval for shipment shall not guarantee the final acceptance of the completed documentation. The contractor will: – Provide a list of all products produced, time spent on each product itemized by charges for completion. Receipt is required on the last business day of each month under this contact. – Receive and return work products in the manner specified in this contract. – Produce materials according to timelines established in this contract. Staffing Requirements This is a non-personal service contract; personnel performing work under this contract, onsite at the CC or offsite at the discretion of the contractor, remain your employees and are not employees of the Government. Contract staff are expected to work off-site at the contractor’s facility, however, the contractor during the meeting needs to be on-site at the meeting. The contractor shall make every effort to ensure that personnel will remain assigned to a task until its completion. In addition, contractor should strive to recruit and maintain staff with particular skill sets applicable to performing in a scientific, technical, and research environment. Project Management The contractor shall designate an experienced working project manager and an alternate. Both shall be considered key personnel. Either shall always be accessible during normal work hours ( 8:30 to 5:00 P.M. ) to supervise contractor personnel, to plan and implement work schedules, to train personnel, and to be available to the Government Project Officer. Both should have at least 7 years’ experience in managing projects similar in size and scope of the work described in the SOW. The project manager should maintain regular communication with the PO by email or telephone. The project manager shall meet with the PO at least monthly to discuss ongoing and upcoming tasks. The contractor shall provide meeting notes to the PO within 5 business days of the meeting. The Government reserves the right to judge the technical skill and competence of the individual contract staff and to require the individual’s replacement if the individual’s qualifications or performance are judged deficient at any time, with written notification. Digital Government Section 508 Compliance Requirements All products and deliverables associated with the tasks described within this Statement of Work that are intended for distribution via the Internet or has the potential for access through the Internet must be compliant with requirements specified in Section 508 of the Federal Rehabilitation Act, as amended in 1998. This Act addresses any/all electronic and information technology (EIT). As such, those procured through this effort must meet the applicable accessibility standards at 36 CFR 1194. 36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://www.section508.gov. The contractor is responsible for reviewing this regulation, which can also be reviewed on http://www.access-board.gov/sec508/guide/act.htm. Evidence of full understanding of and capacity to produce deliverables and products compliant with Section 508 of the Federal Rehabilitation Act, must be demonstrated in all responses to this solicitation. Contractors shall also refer to http://www.hhs.gov/web for comprehensive guidance on Government requirements. Place of Perfor

Vehicle: PSS

RFP release date: 8/18/2021

Proposal due date: 8/23/2021

Related Attachments:

Read more

Promoting Resiliency and Equitable Mental Well-being in Schools

Summary: This requirement is Promoting Resiliency and Equitable Mental Well-being in Schools. The purpose of this project is to synthesize the best available research and practice into a guide for K-12 schools to help them identify and prioritize a comprehensive and integrated set of strategies to promote equitable mental health and resilience, and reduce symptoms associated with poor mental health, such as depression and anxiety.

Vehicle: PSS

RFP release date: 8/10/2021

Proposal due date: 8/20/2021

Related Attachments:

Read more

DIABETES DIGITAL COMMUNICATIONS PRODUCTS

Summary: CDC is expanding communications efforts to support diabetes awareness and type 2 diabetes prevention efforts. Through the OPPSC, DDT is developing a number of materials intended to increase awareness among the general audience and clinicians related to prediabetes, diabetes, and associated priority programs. These materials are intended to encourage people to learn their risk of prediabetes and type 2 diabetes, encourage participation in and referrals to the National DPP, promote healthy lifestyle changes to prevent or delay type 2 diabetes, support improved diabetes management and participation in diabetes self-management, education and support services; and reduce complications. The Contractor shall provide proactive, strategic, and creative ideas throughout the contract years. DDT expects that the Contractor will be engaged beyond just the tactical requests. The Contractor is expected to engage at a higher level with big-picture strategy ideas and course corrections, as necessary. Communications activities will include strategic development and implementation of communications materials and digital and social media optimization. The Contractor shall provide similar communications support for activities led by OPPSC and partners at the state and local levels. Activities shall include the development, engagement, and marketing of health communication messages to a variety of audiences, including the public, older Americans, youth, African Americans, Alaska Natives, American Indians, Asian Americans, Hispanic/Latino audiences, Native Hawaiians, or Pacific Islanders. A high degree of cultural competency will be required to develop materials that resonate with these populations and avoid unintentionally stigmatizing those communities or denoting blame. In support of these efforts, the Contractor shall conduct and/or analyze existing formative research to guide their efforts and reinforce their recommendations.

Vehicle: PSS

RFP release date: 8/3/2021

Proposal due date: 8/12/2021

Related Attachments:
Related Attachment

Read more

Upgrade GradeDec.Net s/w & Incorporate New Accident Prediction Severity Model

Summary: General Objectives: Modernize the underlying GradeDec.Net web technology by updating the GradeDec.Net software interface to provide a user experience consistent with modern websites and applications. Incorporate the Alternative Accident Prediction and Severity Model (Alt APS) developed under previous FRA contract into GradeDec.Net. GradeDec.Net users should be able to select three safety model options: US DOT APS, Alt APS, and the Volpe Center High Speed Rail Model (HSR). Review the model and rerun the statistical estimating procedures with the most current data available in GCIS and the FRA Form 57 (highway-rail grade crossing accident reports) databases and use the updated model coefficients (and provide documentation of the updated statistical runs) when implementing Alt APS model in the revised GradeDec.Net software. Provide virtual GradeDec.Net training workshops to the State Department of Transportation (DOT) in two (2) states. State workshops will include examples of all three safety models and both schemas using crossing selected from within the state. Crossings will be selected to address State DOT’s concern that the current APS does not provide sufficient statistical evidence to select the most cost beneficial investments from very similar crossings. The case studies should clearly demonstrate the advantages of using the Alt APS. Each State workshop will include a detailed example of how queueing algorithm can be used to improve highway traffic management to yield highway user travel time savings. Maintain GradeDec.Net as state-of-the-art software in compliance with FRA security requirements throughout the period of performance. Update the GradeDec.Net User’s Manual and Reference Guide.

Vehicle: IT 70

RFP release date: 7/13/2021

Proposal due date: 7/28/2021

Related Attachments:
Related Attachment
Related Attachment
Related Attachment

Read more

Strategic Workforce Planning and Development Services

Summary: In support of the DLA mission, DLA Human Resources (J1) helps build and sustain an exceptional civilian workforce with the capabilities to accomplish DLA’s present and future mission requirements. The customer (DLA J12) is looking to purchase contractor support for development and assessment of Competency Models, Career Mapping Tools, and Workforce Analysis. Project Objectives Purchase support for the development and assessment of new competency models and/or update and assess existing competency models for the DLA mission critical occupations (MCOs) across the DLA Enterprise using the DLA Competency Development process along with determining recommended strategies to mitigate identified competency gaps. MCOs are those occupational job series that set direction, directly impact or execute performance of mission critical functions/services and if not filled will cause mission failure. The DLA Enterprise includes Headquarters (HQ) employees (J Codes and D Codes), and Major Subordinate Commands (MSCs) within the Continental United States (CONUS) and Outside CONUS (OCONUS). Purchase support for the development of new DLA Career Mapping Tools and/or updating of existing DLA Career Mapping Tools for DLA MCOs across the DLA Enterprise and update the existing DLA Strategic Workforce Planning Guide (DLA SWP Guide). Purchase support for conducting comprehensive workforce analysis for the current DLA MCOs across the DLA Enterprise. Workforce analysis includes but not limited to demographics, retirement eligibility, turnover and other workforce management challenges such as recruitment and retention. All questions concerning this RFP shall be submitted to Anthony Gerardi and Kristin Schoeck in writing at Anthony.Gerardi@dla.mil and Kristin.Schoeck@dla.mil no later than Thursday, July 1, 2021 at 12:00PM (noon) EST. The answers to the vendor questions will be posted via amendment shortly thereafter. Offerors shall submit their proposal via E-MAIL. Offerors shall send all email responses to: Kristin Schoeck at Kristin.schoeck@dla.mil by 3:00 PM EST on the closing date of the solicitation. The email needs to have in the subject line: RESPONSE TO RFP SP4702-21-R-0016. If multiple e-mails need to be submitted, offerors shall put in the subject line: Email X of X. NOTE: E-Mails cannot be larger than 15MB in size. If necessary, the proposal shall be separated into multiple emails in order to comply with the e-mail size limitations. The vendor’s complete proposal package must be submitted, which includes the signed SF1449, the completed section B pricing document and pricing spreadsheet, completed clause fill-ins, and acknowledgement of any amendments to the solicitation. Importantly, the vendor must also submit technical information to support the evaluation criteria contained in sections L and M in the solicitation. The evaluation for this requirement will be conducted on a lowest priced technically acceptable basis. See attachments for additional details.

Vehicle: PSS

RFP release date: 6/25/2021

Proposal due date: 7/26/2021

Related Attachments:
Related Attachment
Related Attachment
Related Attachment
Related Attachment
Related Attachment
Related Attachment
Related Attachment
Related Attachment

Read more
PHP Code Snippets Powered By : XYZScripts.com