HQ

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

HQ USMEPCOM American Sign Language Interpreter (FY22)

Summary: This request for quotes is for market research purposes only. American Sign Language (ASL) Interpreter services are required at HQ USMEPCOM, 2834 Green Bay Road, North Chicago, Illinois 60064.Specific Tasks: Specific Tasks The contractor shall provide ASL Interpreter services in-person, face-to-face and virtually. In-person, face to face sessions are conducted at HQ USMEPCOM, with the interpreter being physically in front of the client. Virtual sessions are conducted using Microsoft TEAMS with the interpreter being at a location of their choosing. Basic Services. The contractor shall provide American Sign Language Interpreter services in a technical environment for events, meetings, educational and training sessions, conferences, ceremonies, and other situations where a conversation in spoken English language can be translated into American Sign Language for a hearing impaired individual, or group of people to understand and participate in the conversation. The service client(s) is an Information Technology professional, participating in technical discussions. The contractor shall provide American Sign Language interpreters who are proficient with translation requirements in technical environments, Information Technology, Telecommunications Networks. The contractor shall be required to provide services in large groups (in front of an auditorium), small groups (20 people or less), classrooms, workspace environment, and one on one meetings. All information conveyed is confidential, and the interpreter is prohibited from discussing any information obtained during the interpretation sessions with anyone lacking a need to know. The contractor shall be evaluated on their ability to be prepared and present at the session designated start times. The contactor shall involve the client(s) in discussions. The contractor shall be prepared for the interpretation session. The contactor shall be present at the start of the interpretation session. Sessions: Standard Session – A standard session is where the interpretation time period is two hours or less. A single interpreter shall be required for standard sessions. The contractor shall provide services for an estimated 24 to 36 standard sessions per contract period of performance. A standard session may result from a Normal Request, Short Notice Request, or Expedited Request. A Standard Session may be in-person, face-to-face or virtual using Microsoft TEAMS or similar product. All Standard Sessions are in-person, except for instances where the government requests a virtual session. Extended Session Interpreter sessions where the time period exceeds two and less than ten hours. Two interpreters shall be required for Extended Session. The contractor shall provide services for an estimated 10 to 20 Extended Session days per contract period of performance. An Extended Session can only occur as a Normal Request. An Extended Session may be in-person, face-to-face or virtual using Microsoft TEAMS or similar product. All Extended Sessions are in-person, except for instances where the government requests a virtual session. Cancellations: The government will provide at least 24 hours (not including weekends) of notice for cancelling Standard Sessions. The government will provide 72 hours (not including weekends) of notice for cancelling Extended Sessions. Tasks: Task 1 – Normal Request In-Person, Face-to-Face, Standard Session: The contractor shall provide one ASL Interpreter for each Normal Request, Standard Session. The government will notify the contractor of the required service session five business days prior to the required service date. Annual estimated hours of interpreter service = 72. Task 2 – Short Notice In-Person, Face-to-Face, Standard Session: The contractor shall provide one ASL Interpreter for each Short Notice Request, Standard Session. The government will notify the contractor of the required service session between two and five business days before the required service date. Annual estimated hours of interpreter service = 10. Task 3 – Expedited Request In-Person, Face-to-Face, Standard Session: The contractor shall provide one ASL Interpreter for each Expedited Request, Standard Session. The government will notify the contractor of the required service session between one and two business days before the required service date. Annual estimated hours of interpreter service = 6. Task 4 – Normal Request In-Person, Face-to-Face, Extended Session. The contractor shall provide two ASL Interpreters for Normal Requests, Extended Sessions. The contractor will be notified of the required service session five business days prior to the required service date. Annual estimated hours of interpreter service = 288, with each interpreter working 144 hours. Task 5 – Normal Request Virtual Interpreter, Standard Session: The contractor shall provide one ASL Interpreter for each Normal Request, Standard Session. The government will notify the contractor of the required service session five business days prior to the required service date. The contactor shall provide services in 15 minute blocks of time, with each session being a minimum of 15 minutes. Annual estimated hours of interpreter service = 60, being 240 fifteen minute blocks of time. Task 6 – Short Notice Virtual Interpreter, Standard Session: The contractor shall provide one ASL Interpreter for each Short Notice Request, Standard Session. The government will notify the contractor of the required service session between two and five business days before the required service date. The contactor shall provide services in 15 minute blocks of time, with each session being a minimum of 15 minutes. Annual estimated hours of interpreter service = 12, being 48 fifteen minute blocks of time. Task 7 – Expedited Request Virtual Interpreter, Standard Session: The contractor shall provide one ASL Interpreter for each Expedited Request, Standard Session. The government will notify the contractor of the required service session between one and two business days before the required service date. The contactor shall provide services in 15 minute blocks of time, with each session being a minimum of 15 minutes. Annual estimated hours of interpreter service = 2, being 8 fifteen minute blocks of time. Normal hours for interpreting services shall be from 8:00 a.m. to 4:30 p.m.

Vehicle: PSS

RFP release date: 9/17/2021

Proposal due date: 9/24/2021

Related Attachments:

Read more

Splunk Professional Services – NAVSEA HQ

Summary: This is a Request for Quote (RFQ) is to current DOD ESI (Enterprise Software Initiative) Blanket Purchase Agreement (BPA) holders. In accordance with DFARS 208.74, only authorized Blanket Purchase Agreement (BPA) holder(s) shall submit a completed RFQ that include prices for all CLIN(s). This is an all-or-none requirement. Partial quotes will be deemed unresponsive and will not be evaluated. The government will award a single purchase order to the responsible offeror whose offer conforms to the requirements as stated in the solicitation and is most advantageous to the government based on lowest price, technically acceptable. Please see the Statement of Work for exact specifications for this requirement. Quotes from any business that is not an ESI/BPA holder will be deemed unacceptable and will not be considered. Offerors must be registered in SAM and all responsible sources may submit a quotation which, if timely received, will be considered by the Agency. Quotes are due no later than the response date in the posting. Responses/offers shall be submitted electronically. Any amendment(s) issued to this RFQ will be published on this website. Therefore, it is the Offeror(s) responsibility to visit this website frequently for updates on this procurement.

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 9/17/2021

Related Attachments:

Read more

Information Technology Research and Advisory Services Subscription Licenses

Summary: Please see the attached B08 – HQ RFQ Gartner 2021 letter for additional information.

Vehicle: IT 70

RFP release date: 9/14/2021

Proposal due date: 9/17/2021

Related Attachments:

Read more

HQ 9th Air Force UPS Engineering & Maintenance – Market Research

Summary: On behalf of the Department of Defense, GSA is conducting market research related to the subject requirement. To see the description of the requirement and any attachments, please copy and paste the below URL into a new browser. Only responses via the URL will be accepted! URL: https://feedback.gsa.gov/jfe/form/SV_81UJ3sEZHMgsiqy Note: If the link does not work, please clear your browser history/cache and then copy and paste URL into a new browser. All inquiries in regards to this RFI should be sent to: rfi@research.gsa.gov Please include the RFQ number. Phone inquiries will not be accepted

Vehicle: IT 70

RFP release date: 9/13/2021

Proposal due date: 9/24/2021

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

Demand Guru

Summary: THIS SOURCES SOUGHT 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. 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. HQ AMC/A9 requires the purchase of Demand Guru Software manufactured by Coupa Software at Scott AFB, IL 62225. Demand Guru is the only software available that incorporates leading edge machine learning algorithms that are fully compatible with existing USTRANSCOM Supply Guru models. Without fully compatible machine learning algorithms that are 100% compatible with existing USTRANSCOM Supply Chain Guru models, the ability to incorporate causal demand factors would be impossible and force AMC/A9 to use antiquated, time consuming, and less accurate techniques to create forecasts that drive billions of dollars in commercial augmentation, set military augmentation levels, and right-size the C-17, C-5, C-130, KC-46, and KC-135 fleets. This one-of-a-kind software will enable HQ AMC/A9 analysts to apply external influencers (i.e. CENTCOM troop deployment levels and rotational schedules) to existing time-series forecasts to accurately “what-if” future demands for short, medium, and long term horizons. Acquisition History: Contract Number: FA4452-20-C-0022 Contract Type: FFP Incumbent and their size: Llamasoft Inc., (Large) Method of previous acquisition: Sole Source Contract Number: FA4452-19-CA-015 Contract Type: Firm Fixed Price Incumbent and their size: Llamasoft, LLC. Method of previous acquisition: Sole Source Llamasoft has recently been acquired by Coupa Software. Coupa Software’s Cage Code is 66K54 and DUNS 790577006. This previous acquisition was procured with a NAICS code of 511210, Size Standard $41.5 million, and a PSC code of 7030. Prior justification for the sole source acquisition was approved 22 September 2020.

Vehicle: IT 70

RFP release date: 8/19/2021

Proposal due date: 8/27/2021

Related Attachments:

Read more

ISO 9001 Certification Maintenance and Support

Summary: An amendment to this RFQ has been posted. See attached 70RDAD21Q00000183 – A00001 for full details. This is the final Request for Quotation that is posted after the initial DRAFT Request for Quotation was posted on Tuesday, July 13, 2021. This is a Request for Quotation for a Labor Hour task order under General Services Administration (GSA) Multiple Award Schedule (MAS) Professional Services Federal Supply Schedule Contract to provide ISO 9001 Certification Maintenance Support Services to the Department of Homeland Security (DHS), Office of the Chief Financial Officer (OCFO) Financial Operations Division (FO). For full details regarding this Request for Quotation, see included attachments. Quotations shall be submitted to the Contracting Officer, Ms. Cynthia Aki at Cynthia.Aki@hq.dhs.gov and the Contract Specialist, Mr. Paul Barrett at Paul.Barrett@hq.dhs.gov. All quotation submissions are due no later than 12:00 pm (ET), July 28, 2021. Late quotations will not be accepted.

Vehicle: PSS

RFP release date: 7/13/2021

Proposal due date: 7/28/2021

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

Read more

HQ USMEPCOM ASL Interpreter Services

Summary: This is a RQF to obtain intermittent ASL Interpreter Services. The contractor shall provide in person interpreter services, translating spoken English to American Sign Language and American Sign Language to spoken English. Translator shall work in a technical environment. Interpreter services are required a HQ USMEPCOM in North Chicago, IL. The RFQ shall specify the hourly rates for a normal request, short notice request, and expedited request.

Vehicle: PSS

RFP release date: 7/6/2021

Proposal due date: 7/13/2021

Related Attachments:
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