Headquarters

NCG-1 Public Affairs Support

Summary: This effort is designed to provide Public Affairs Support to Naval Construction Group ONE and 30th NCR Naval Construction Regiment’s Public Affairs Officer. This position is located in the Public Affairs Office at NCG ONE Command Headquarters located in Bldg. 1436 on board Naval Construction Battalion Center Port Hueneme California. The Contractor shall be responsible for providing public affairs support to the Public Affairs Officer (PAO) that include, but are not limited to, the production of photographic, video graphic, and written materials in accordance with Naval Construction Group ONE’s public affairs mission statement. The Contractor shall comply with all applicable laws and regulations, including but not limited to Federal Law, California State Law(s), Occupational Safety and Health Administration (OSHA) regulations, Navy and installation regulations.

Vehicle: PSS

RFP release date: 9/18/2021

Proposal due date: 9/25/2021

Related Attachments:

Read more

Audio Visual Refresh

Summary: The U.S. Equal Employment Opportunity Commission (EEOC) has a critical need to refresh the Agency’s Audio Visual (AV) infrastructure. Modernizing the audio-visual components of EEOC’s Conference Rooms and Headquarters (HQ) Training Center is a priority for the Agency.

Vehicle: IT 70

RFP release date: 9/18/2021

Proposal due date: 9/27/2021

Related Attachments:

Read more

Hewlett Packard Foundation Care Server Maintenance & Support

Summary: OSC’s Headquarters Data Center uses Hewlett Packard (HP) servers as an enterprise solution. OSC is seeking to continue, Hewlett Packard Enterprise (HPE) Foundation Care 24×7 w/ Defective Media Retention (DMR) service which provides post-warranty IT hardware maintenance service for OSC’s HP servers. This service provides expert technical support and flexible hardware coverage. Furthermore, the services include remote diagnosis and support, as well as on-site hardware repair when required to resolve any issue.

Vehicle: IT 70

RFP release date: 9/10/2021

Proposal due date: 9/21/2021

Related Attachments:

Read more

Occupational Safety, Ind Hygiene & Environmental Programs Consulting Services

Summary: The Occupational Safety & Environmental Programs Unit (OSEPU) mission is to provide policy and procedures to Headquarters and Field Office personnel to ensure safe and environmentally-sound workplaces and activities. The objective of this acquisition is to establish a mechanism for providing contractor support, both continual and as needed, for technical research, analysis, and assistance in the continued development and implementation of the FBI’s occupational safety, industrial hygiene, environmental compliance, energy, and sustainability programs in support of the FBI’s mission.

Vehicle: PSS

RFP release date: 9/9/2021

Proposal due date: 9/14/2021

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

A1SAA Financial Literacy Curriculum Development

Summary: The Headquarters United States Air Force Director of Air Force Services, AF/A1S, is responsible for Airman and Family Care, which includes Airman and Family Readiness and Warrior and Survivor Care. The Directorate is also responsible for Child and Youth Program; Morale, Welfare, and Recreational Program Sustainment; Armed Forces Entertainment; Resources Oversight, and Policy and Strategy Integration. This contract will support the Airman and Family Care Division, specifically Personal Financial Readiness. Offerors shall address questions, concerns, or requests for clarification in writing (via e-mail) to the points of contact listed below by no later than 1:00 P.M. EST 7 September 2021. Telephonic inquiries will not be accepted. The Contracting Officer and Contract Specialist assume no responsibility for non-delivery due to technical difficulties. Contracting Officer: Amanda McCray, amanda.mccray@us.af.mil Contract Specialist: Timothy Prymak, timothy.prymak@us.af.mil All offers shall be submitted via GSA to the Contracting Officer and the Contract Specialist no later than 1:00 P.M. Eastern Standard Time (EST) on 09 September 2021.

Vehicle: PSS

RFP release date: 9/3/2021

Proposal due date: 9/9/2021

Related Attachments:

Read more

Master Planning Consultant

Summary: The Consultant will provide services that include Master Planning, drawings maintenance, and Strategic Capital Investment Planning (SCIP) readiness. VISN 7 has a total 9,076,057 gross square feet (GSF) of owned space in 243 buildings, and 1,558,241 net usable square feet (NUSF) of leased space in 89 buildings across the Network (VISN 7 Headquarters (HQ) and 8 facilities (10 sites). Please review Attachment for more information.

Vehicle: PSS

RFP release date: 8/24/2021

Proposal due date: 8/29/2021

Related Attachments:

Read more

Walla Walla Business Intelligence (WWBI) Programs

Summary: The U.S. Army Corps of Engineers, Walla Walla District has a requirement for sole source service of the Line Items listed in the RFQ and described in the attached Performance Work Statement, and services shall be to US Army Corps of Engineers, Walla Walla Headquarters, Walla Walla, WA 99362. This will be an 8(a) Sole Source, small business contract. The NAICS is 541511 and the size standard is $30M. The Government will award one contract resulting from this solicitation in accordance with FAR 13.106 to the responsible offeror meeting or exceeding all solicitation requirements and representing the best value based on price. Submission: All quotes shall include descriptive materials that demonstrate the capabilities of the service or services proposed. The Government reserves the right to make an award based on initial quote submissions. Failure to submit descriptive material which clearly reflects conformance with the specifications may result in your quote being rendered non-responsive and being rejected. No Open Market or other GSA quotes, other than Paragone Solutions Inc., will be accepted or evaluated. All items must be covered under a GSA Contract. All questions will be submitted via ProjNet (instructions included in attached Instructions to Offerors). Period of Performance BS – Base Year: 1 Sep 2021 through 31 Aug 2022 OY1 – Option Year 1: 1 Sep 2022 through 31 Aug 2023 OY2 – Option Year 2: 1 Sep 2023 through 31 Aug 2024 OY3 – Option Year 3: 1 Sep 2024 through 31 Aug 2025 OY4 – Option Year 4: 1 Sep 2025 through 31 Aug 2026 *NOTE: Please quote accordingly below in Line Item, GSA format keeps moving the CLINs around and some are not in the correct order. The following info and Clauses will be added: OPTIONAL PRICING INSTRUCTIONS “PRICING FOR OPTION (applicable if price schedule contains option periods) (a) If the option to extend the term of the contract, FAR Clause No. 52.217-9 is exercised, prices shall be set forth in the schedule for the option year period being exercised. (b) If the option to extend service, Clause No. 52.217-8, Option to Extend Services is exercised, the prices to be paid for such extension shall be the same as those in effect for the contract period being extended. FAR 52.217-8: The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of contract expiration. FAR 52.217-9: (a) The Government may extend the term of this contract by written notice to the Contractor within a least 30 days prior to contract expiration, provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months. (End of clause) See attached for Performance Work Statement, Instructions to Offerors, Wage Determination, and 8a Acceptance Letter.

Vehicle: IT 70

RFP release date: 8/5/2021

Proposal due date: 8/12/2021

Related Attachments:

Read more

Future Training Capabilities Analyst

Summary: Live Training Transformation – Family of Training Systems Initial Capabilities Document (LT2-FTS ICD) is an overarching document that addresses Live training requirements covering eight systems/programs and future/planned requirements. The Army and Joint Requirements Oversight Councils approved the ICD in 2005 (Catalog of Approved Requirements Document (CARDS) # 2522). The Army Collective Training Environment ICD (ACTE ICD, 2018, CARDS # 2554) is the Army’s cornerstone for replicating the Operational Environment (OE) during training events to enable Soldiers to train as it fights. This ICD is designed to address specific gaps in collective training that are not documented in current ICDs (e.g., Network Enabled Mission Command ICD and the Integrated Training Environment ICD) for programmed and potential training capabilities for the future synthetic and/or live training environments. The Integrated Training Environment (ITE) was the Army’s past training environment which addressed Live, Virtual, and Constructive training. The ITE made significant strides providing a training capability, but was a mix of different Non-Systems Training Devices (NSTDs) which were all developed separately over the last 35 years. The Army’s future training capability is the Synthetic Training Environment (STE) which replaces ITE. The STE is the opposite of the ITE. Rather than patching costly, proprietary individually developed systems together, after-the-fact, the STE is deliberately envisioned, from the beginning, to incorporate the Live, Virtual, Constructive, and Gaming environments as one complete training capability. The focus of this contract is on the Live training environment. This contract is required to develop and/or refine Army concepts/requirements to integrate Joint and Services training with the Army training systems in TPO-FoF’s training role as the Department of Army’s Executive Agent. This contract provides support to TPO-FoF for requirements and capability development. This contract assists Capability Developers in articulating and validating future advances in reference to training enablers in a holistic perspective for enhanced realism. This requirement shall enable the development of a comprehensive and manageable approach that spans from broad to specific requirements in a dynamic operational environment. TPO-FoF requires this contract to meet DoD guidance to develop and/or refine Army concepts/requirements (also referred to as capabilities or capability gaps) and integrate Joint/Military Services’ training requirements and systems with Army training systems. The Army and TRADOC support this effort because at full operational capability (FOC) the goal is to link the other Military Services’ training capabilities, ranges, maneuver areas, facilities, command headquarters, and combatant commands. The FOC also supports Joint Interagency Intergovernmental and Multinational (JIIM) training sites, research, development, test, and evaluation sites. Moreover, FOC supports centers of excellence to fully support training, mission rehearsal, and warfighter capability development.

Vehicle: PSS

RFP release date: 7/22/2021

Proposal due date: 7/28/2021

Related Attachments:
Related Attachment

Read more

DAU – Earned Value Management

Summary: The Washington Headquarters Services (WHS) Acquisition Directorate (AD) is conducting market research to locate qualified, experienced and interested small businesses to update the entire EVM101 content to the latest EVM policy, with a special focus on converting the contents from IPMR-centric to IPMDAR-centric for the Defense Acquisition University (DAU). Introduction: WHS/AD is seeking information on behalf of Defense Acquisition University for potential sources to provide personnel, equipment, supplies, facilities, tools, materials, supervision, and other items and non-personal services necessary in support of their Earned Value Management effort. This Sources Sought Notice 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. This notice neither constitutes a Request for Proposal (RFP), nor does it restrict Washington Headquarters Services, Acquisition Directorate (WHS/AD) to the ultimate acquisition approach. No contract will be awarded from this announcement. No reimbursement will be made for any cost associated with providing information in response to this announcement. At this time no solicitation exists. Therefore, please do not request a copy of the solicitation or Performance Work Statement (PWS). Responses in any form are not offers. Background: EVM 101 is an online learning asset that provides the overall, comprehensive coverage of EVM knowledge and concepts needed to help function as EVM analysists. The course introduces EVM policy, analysis, and management processes as they apply to DoD integrated program management. The course length is about 10 hours and utilizes EVM data to discuss performance measurement, analysis, and estimation. Acquisition Data and Analytics (ADA) is a directorate within Acquisition Enablers of the Office of Under Secretary of Defense for Acquisition and Sustainment, OUSD(A&S), who manages the overall EVM policy and implementation for the department. ADA, then Acquisition Analytics and Policy (AAP), released a new Data Item Description (DID) for EVM in June 2020, Integrated Program Management Data and Analysis Report (IPMDAR). IPMDAR superseded all previous EVM DIDs; Integrated Program Management Report (IPMR), Contract Performance Report (CPR), and Integrated Master Schedule (IMS). Objective/Scope: The objective of this effort is to to update the entire EVM101 content to the latest EVM policy, with a special focus on converting the contents from IPMR-centric to IPMDAR-centric. This will also include develop course materials and supporting materials (exercise, examples, test bank, etc.). The contractor shall not include any contractor specific propriety information or software in the course updates. An EVM SME is required with up-to-date knowledge and understanding of all policy and organizational changes relative to DoD EVM. The EVM SME should also possess keen insight into IPMDAR data structure, IPMDAR data analysis with their Integrated Program Management values and benefits, the DID requirements, and the CDRL implementation. The EVM SME shall collaborate with the contractor’s ISD team in the storyboards development phase to ensure the content meets the course objectives and materials communicated clearly to the audience. Specific Tasks Include: Project Management The Contractor shall provide project level management and ensure adequate controls are in place to successfully meet all requirements this task order. Project Management Plan (PMP) The Contractor shall prepare a Project Management Plan describing the technical approach, organizational resources and management controls to be employed to meet the cost, performance, and schedule requirements throughout Task Order execution. The Contractor shall develop and submit a Project Plan for DAU approval, to include: Comprehensive Plan Describe program management processes and procedures, roles/responsibilities, project specific assumptions, identified risks, schedule and project controls. Integrated Schedule Plan and schedule must identify necessary project phases as well as key decision points, draft and final deliverable dates, and other actions requiring government input. A component of the schedule shall be weekly status/progress meetings. The contractor development team shall support (via telecom) weekly meetings during which the contractor will provide schedule/technical status updates for this development effort and address any issues or risks. Design The Contractor shall perform design in accordance with the TO requirements and submit a design document. The design document shall establish detailed design parameters including but not limited to delivery modality/modalities, length, audience, instructional technology needs, learning goals/objectives, assessment methodology and instruments, types and integration of media elements, and detailed course outline that includes order and method of content presentation, activities and learner engagement descriptions, and required supporting GFI lists and references. This will also include TLOs/ELOs development Development The Contractor shall develop and submit learning assets in accordance with the design document and the TO requirements. The Contractor shall submit draft and final deliverables to include but not limited to storyboards, programmed lessons, instructor support package, and student materials, in accordance with the TO requirement The Contractor shall develop assets which may include, but are not limited to the following: – Online Training (OLT) The Contractor shall deliver asynchronous learning assets that enable students to successfully master the course learning objectives in accordance with the course design document and the TO. 1. Utilize DAU approved courseware development tools when designing and developing the student interfaces for the courses. 2. Create criterion referenced exams that provide questions addressing each learning objective within the course in accordance with DAU policy. The Contractor shall develop an interactive online learning asset utilizing approved design and PoC deliverables. The contractor shall use the latest EVM policy, with a special focus on converting the contents from IPMR-centric to IPMDAR-centric. The content shall include updated knowledge and understanding of all policy and organizational changes relative to DoD EVM IPMDAR data structure IPMDAR data analysis with their Integrated Program Management values and benefits DID requirements, CDRL implementation. Storyboards the Contractor shall identify, develop and submit for DAU review and approval, storyboard lessons based on TLOs and ELOs provided by the GFI. The storyboards shall be delivered via the DAU DART tool. All CRs identified during government reviews will be addressed; the contractor will incorporate the government approved changes following the DAU standard courseware development standards. Programmed Lessons – the Contractor shall deliver programmed lessons to include all completed, fully developed elements, as represented in the final 3D, necessary for learners to receive the intended training. The contractor shall develop and deliver all materials as required by the final DD. These materials may include the following: Readings, articles, and reference texts. Case studies, scenarios, and “real world” examples. Surveys, review questions/quizzes, discussion questions, sims. Videos, interactive media, charts, graphs, images. Exams and assessments Learner Assessment – the Contractor shall develop and deliver assessment materials that align to approved performance outcomes and are in accordance with the design document, DAU guidelines, and the TO requirements. Maintenance Plan The Contractor shall deliver a learning asset maintenance plan in accordance with TO requirements. All final materials and resources shall be delivered to DAU in electronic format via the DAU implementation of Blackboard (https://myclass.dau.edu). Source files for all components developed by the Contractor shall be included in this delivery. The Contractor shall provide a Maintenance Plan containing any information or instructions that DAU or another vendor will need to successfully make changes to the course. The Contractor shall verify that all developed materials and files (non-GFI) are suitable for distribution in the Government/public domain and that no infringement of private copyright, trademark, or licensing, or data rights exists. All final products shall be delivered to the Government in electronic media. The contractor shall load all the course-related documents and final Defense Acquisition University (DAU) approved deliverables (editable source files, project plans, design documents, etc.) to Defense Acquisition University (DAU) on to the DAU Blackboard content system upon final acceptance by the Government. The Government will retain rights and license to the use of any and all course materials developed for the Course. Security Clearance: NA Anticipated Period of Performance: One (1) Base Period of 12 months. Place of Performance: The Contractor will perform the work at a location secured by the Contractor. Anticipated Contract Type: Not applicable. NAICS: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541511 “Custom Computer Programming Services” Estimated Dollar Value: Not applicable. Submission Details: Interested businesses having the capabilities necessary to provide the specified services may submit capability statements (no more than eight (8) pages, cover page not included in page limit) demonstrating their ability to perform the specific tasks listed to the following: WHS/AD Contracting Point of Contacts: Mr. Jerome Doe, Contracts Specialist Ms. Darlene V. Ervin, Contracting Officer Email: jerome.n.doe.civ@mail.mil Email: darlene.v.ervin.civ@mail.mil The Subject Line should state the following: So

Vehicle: IT 70

RFP release date: 7/21/2021

Proposal due date: 7/27/2021

Related Attachments:
Related Attachment

Read more
PHP Code Snippets Powered By : XYZScripts.com