In Accordance With

CEC Tier 1 helpdesk

Summary: **Read SF1449 in its entirety**This requirement is for Information Technology Centralized Help Desk ? Tier 1 support for the U.S. Department of Agriculture (USDA) Client Experience Center (CEC). The support shall be provided in close collaboration with CEC?s technical support structure and four divisions of CEC: Governance Support Division (GSD), Infrastructure Operations Division (IOD), Technical Support Division (TSD), and the Business Services Division (BSD). In this environment, the Centralized Help Desk (CHD) is the first point of entry for the Customer contacting one of the support divisions with an IT issue or request. This support shall be in accordance with industry standards (e.g., Information Technology Infrastructure Library (ITIL), Information Technology Service Management (ITSM)).

Vehicle: CIO-SP3

RFP release date: 9/24/2021

Proposal due date: 10/7/2021

Related Attachments:
No Bid

Read more

Business Process Improvement Program

Summary: Establish and maintain a Business Process Improvement (BPI) program to support the Guard and staff in all aspects of operational improvement. Receive and account for all funds and property of the United States Government in the possession of the National Guard of the specified state/territory. Ensure Federal funds are obligated and expended in conformance with applicable statutes and regulations. Make returns and reports on Federal funds and property directed by the CNGB and the appropriate Service Secretary. Advise and assist the units/activities within the state/territory to ensure Federal resources are used in accordance with Department of the Army or Air Force directives and implemented by the CNGB.

Vehicle: PSS

RFP release date: 9/28/2021

Proposal due date: 9/30/2021

Related Attachments:

Read more

Qualitative Law Enforcement Unified Edge (QLUE)

Summary: The US Secret Service (USSS) Investigative Division (ISD) has a requirement for 25 Qualitative Law Enforcement Unified Edge (QLUE) forensic licenses. Please provide us with your quote no later than 5:00 PM EST on Wednesday September 29, 2021. The Government intends to award a Firm Fixed Price Task Order based on the Lowest Price Technically Acceptable. The offeror shall provide quotes in accordance with the following format: Part A: The vendor’s quote shall meet the specifications outlined in the attached Statement of Requirements. Part B: Business and Pricing: 1. Provide Company Name, Address, Phone Number, CAGE code, DUNS Number, Tax Identification Number (TIN), System for Award Management (SAM) registration status, and Business Size. 2. The offerors shall provide Firm-Fixed Pricing for the items provided within the Statement of Requirements. Quotes shall be submitted via e-mail to Jose Vasquez at jose.vasquez@usss.dhs.gov. If you have any questions yo may call Jose Vasquez at 202-236-8182.

Vehicle: IT 70

RFP release date: 9/27/2021

Proposal due date: 9/29/2021

Related Attachments:

Read more

Volpe PRISM Licenses, Support and Maintenance

Summary: Please provide a quote in accordance with the selected GSA MAS Categories 54151, 5415S and 511210 and the attached specifications. This requirement is being conducted in accordance with FAR Part 13, Simplified Acquisition Procedures (SAP). 1. Quotes shall be submitted via GSA E-Buy. 2. An award will be made to the offeror whose offer is considered to be the best value to the Government based on price. 3. The resulting delivery order award will be issued on a firm fixed price basis. 4. Any quote submitted shall be valid for a minimum of thirty (30) days from the date of submission. 5. Quotes are due by 7:00 PM, EST. on Wednesday, September 28, 2021. 6. Please complete, sign and date the attached Provision FAR 52.204-24 and return with your quote. Please direct all questions regarding this Request For Quote directly to the contracting officer identified below. Thank you, Darcy Hubbard Contracting Officer U.S. DOT/Volpe Center, V222 Cambridge, MA 02142 Tel: 617.494.3816 Email: Darcy.Hubbard@dot.gov

Vehicle: IT 70

RFP release date: 9/27/2021

Proposal due date: 9/29/2021

Related Attachments:

Read more

Video Remote Interpreting (VRI) and Relay Conference Captioning (RCC) services

Summary: REQUEST FOR INFORMATION (RFI) #1605-CRC-21-NAT-0020 for VIDEO REMOTE INTERPRETING (VRI) and RELAY CONFERENCE CAPTIONING (RCC) SERVICES US Department of Labor (DOL) Office of the Senior Procurement Executive (OSPE) Office of Acquisition Services (OAS) The US Department of Labor (DOL) Office of the Senior Procurement Executive (OSPE) Office of Acquisition Services (OAS), on behalf of the Office of Assistant Secretary of Administration and Management (OASAM) Civil Rights Center (CRC) is seeking information regarding Video Remote Interpreting (VRI) and Relay Conference Captioning (RCC) services. This Request for Information (RFI) is being issued in accordance with Federal Acquisition Regulation Part 10, Market Research. It is for information, planning, and market research purposes only and shall not be construed as either a solicitation or obligation on the part of the DOL. The purpose of this RFI is to help the DOL understand the industry best practices, technical solutions, and sources capable of meeting the Department’s requirements. Specifically, the Government is seeking to determine if there are any questions about the DOL’s requirements, determine if industry notes any omissions in the requirements, and information about sources available to meet the DOL’s requirements. SOURCES SOUGHT: This notice serves to determine the availability and capability of qualified small businesses (including Small Business Administration Certified 8(a) Companies; firms in Historically Underutilized Business Zones (HUBZone); Service-disabled veteran-owned small businesses; and Women-owned small businesses) to provide VRI and RCC services, under GSA’s Multiple Acquisition Schedule (MAS) Language Interpretation Services Special Item Number (SIN) 541930. BACKGROUND: OASAM CRC has a requirement for a qualified vendor to provide VRI and RCC services to DOL’s Reasonable Accommodation Resource Center (RARC). RARC provides guidance and information about, and facilitates the provision of, reasonable accommodations for DOL employees and applicants for DOL employment who have disabilities. By doing so, RARC supports the Department’s commitment to persons with disabilities and efforts to create and maintain an inclusive, diverse work environment where all employees can reach their potential and maximize their contributions. REQUIREMENTS: The Department of Labor is seeking VRI and RCC services as described in the attached Performance Work Statement (PWS). REQUESTED INFORMATION: The information that CRC is seeking from industry is as follows: 1. A rough order of magnitude or estimate to support VRI and RCC services outlined within PWS. Specifically, from a pricing standpoint, this should be a non-binding estimated budget for the services outlined in the PWS. 2. Capabilities Statement from Vendor/Company Profile. 3. Past Performance history on VRI / RCC related contracts/task orders. 4. Comments and Feedback on PWS. RESPONSES: In addition to the requested information, responses shall also include the following: 1. Company name, mailing address, e-mail address, telephone and website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Company’s GSA Federal Supply Schedules contract number and Special Item Numbers. 3. Customary practices, including warranty, discounts, contract type under which commercial sales of this services are made. 4. Business size and status (i.e. 8(a), Small Disadvantaged Business, Woman-Owned Small Business, HUBZone, and/or Service-Disabled Veteran-Owned Small Business). 5. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the System of Awards Management at www.beta.sam.gov to be considered as potential sources. This Notice is not to be misconstrued as a Request for Quote. There is no solicitation at this time. This request for information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the outcome of the DOL’s review of the information received. The DOL reserves the right to contact one or more of the respondents if additional information is required. Information obtained as a result of this notice may be reflected in the subsequent solicitation if issued. This announcement is Government market research, and may result in revisions to both its requirements and its acquisition strategy based on industry responses. Responses are due on September 28, 2021 at 2pm Eastern Time. Responses shall be sent via email to Emily Pyatigorsky, Contract Specialist, at pyatigorsky.emily@dol.gov. Please indicate in the subject of your email: Request for Information VRI and RCC Services 1605-CRC-21-NAT-0020 Attachments: PWS and Q&A

Vehicle: PSS

RFP release date: 9/23/2021

Proposal due date: 9/29/2021

Related Attachments:

Read more

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

ARNG Incentive Review/Incentive Support Services

Summary: Army National Guard (ARNG) Incentive Review Team/Incentive Support Team (IRT/IST) Support Services: see attached PERFORMANCE WORK STATEMENT (PWS): INCENTIVE SUPPORT TEAM (IST) / INCENTIVE REVIEW TEAM (IRT) SERVICES Updated 13 September 2021. Respond to Procurement Contracting Officer Ms. Patricia Ankney (address below) and Mr. David G. Gruenbaum at david.g.gruenbaum.civ@mail.mil. The anticipated North American Industry Classification System (NAICS) Code for this requirement is 541611: Administrative Management and General Management Consulting Services. Small Business Administration Size Standard: $16.5 Million. The anticipated Product Service Code (PSC) for this requirement is R499: Management Advisory Services; Support Professional; Other Professional Services. Interested vendors shall submit the following: 1. Cover Letter with the following information: a. Company Name b. Company Mailing Address c. Company Primary and Secondary Government Point of Contact (POC) d. POCs’ email and phone number e. Company Commercial and Government Entity (CAGE) Code f. Company Data Universal Numbering System (DUNS) Number g. Business Size Standard and Classification as validated via the System for Award Management (SAM) database (https://sam.gov) 2. Response (White Papers) with the following information: a. Description of company capabilities and nature of the goods/services provided. Include a description of your staff composition and management structure. b. Description of company’s past experience on previous projects similar in scope and complexity of this requirement, as described in the attached SOO. More specifically, does your organization have a history of providing these services? Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact for customer (Contracting Officer or Program Manager). c. Describe capabilities and experience fulfilling the requirements as identified in the SOO. d. Describe you capabilities and experience in managing this type of project, including subcontractor involvement. Include any experience in project planning, work breakdown structures, resource allocations, schedule tracking, risk analysis, and cost management. e. Describe your capabilities and experience in providing these services to military customers, particularly at the joint staff levels. Responses shall be in writing only, submitted electronically via email using PDF, HTML, MSWord, or PowerPoint formats. Responses shall not exceed 10 pages, excluding Cover Letter, 8-1/2″ x 11″ (normal margins), no smaller than 10 pt font. Email file limit size is restricted to 15MB. Files exceeding this threshold shall be submitted over multiple messages, and be identified as “message #x of #x.” Telephone inquiries will not be accepted or acknowledge, and no feedback or evaluation will be provided to companies regarding their submissions. Interested sources should submit the information as identified above to Mr. David Gruenbaum, Contract Specialist, at david.g.gruenbaum.civ@mail.mil, and Ms. Trisha Ankney, Contracting Officer, at patricia.e.ankney.civ@mail.mil, by 1500 EST, 23 September 2021. Note this RFI is issued solely for information and planning purposes only it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, NGB is not seeking proposals at this time, and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does NOT preclude participation in any future RFPs, if issued. If a solicitation is released, it will be synopsized in accordance with federal regulations. Potential responders are solely responsible for monitoring this site for additional information / updates pertaining to this requirement.

Vehicle: PSS

RFP release date: 9/16/2021

Proposal due date: 9/23/2021

Related Attachments:

Read more

RFQ – ORAL SOLICITATION REQUEST MICROSOFT & JUNIPER SUBJECT MATTER EXPERT (SME)

Summary: REQUEST FOR QUOTE (RFQ) – ORAL SOLICITATIONS Thank you for fielding a phone call yesterday for the attached requirement. Please see below additional information for the solicitation of contract FA873021F0228 in accordance with FAR Part 13 Simplified Acquisition Procedures and supplemented by FAR Part 8, Required Sources of Supplies and Services, and FAR Part 19, Small Business programs. Attached is the requirement document for the two Subject Matter Experts (SMEs) that are being requested by the Air Force. A quote for these two (2) SMEs is needed by the date below. This is a competitive 100% Small Business Set aside under NAICS Code 541511. The Government intends to award to the lowest priced offer who meets the requirements in the attached document. Proof of capability to meet the requirements can be in the form of a resume showing a qualified individual (preferred) or a memo from the Contractor stating capable. If submitting a memo of capability, explain how you intend to have a qualified individual in time. If award is made, prices are firm-fixed. Please provide in response to this notice or in email by 22 September at 1500 EST a quote for: 0001 Microsoft SME $_______.___ a. Labor (5 days) b. Travel & Per Diem for F.O.B. (Hanscom AFB, MA) 0002 Juniper SME (Option A) $_______.___ a. Labor (2 days) b. Travel & Per Diem for F.O.B. (Hanscom AFB, MA) 0003 Juniper SME (Option B) $_______.___ a. Labor (5 days) b. Travel & Per Diem for F.O.B. (Hanscom AFB, MA) TOTAL: $_______.__ The Government reserves the right to fund all, some, or none of the above requirement. Reply to this email with any questions. Please include your CAGE number and GSA applicable contract number in your quote response. Quoted prices should include F.O.B. destination. Services are required as soon as possible and SME(s) should be available within 5 days after award/receipt of order (ARO). Please email any questions to the Contracting Officer below at michael.cenedella.1@us.af.mil and Contracting Specialist Victoria Bowley at victoria.bowley@us.af.mil. You are required to be registered and in good standing (Responsible) in the System for Award Management (SAM.gov) to receive an award, and your Taxpayer Identification Number must be in SAM or provided upon award. Legal effect of quotations per FAR 13.004, applies. Thank you for your consideration and we look forward to receiving your quote! Very Respectfully, MICHAEL CENEDELLA Contracting Officer

Vehicle: IT 70

RFP release date: 9/17/2021

Proposal due date: 9/22/2021

Related Attachments:

Read more

EIS Consulting Services

Summary: This is a Request for Proposal for Consulting Services in accordance with the attached Performance Work Statement (PWS). A Labor-Hour (LH) Task Order (TO) is anticipated as a result of this solicitation. If the contractor exceeds the ceiling price identified on the CLIN(s) within the order, the contractor does so at its own risk. See attached solicitation for all requirements, terms and conditions, and evaluation criteria. Offeror will fill out attached Pricing Worksheet and return it with the proposal.

Vehicle: PSS

RFP release date: 9/16/2021

Proposal due date: 9/22/2021

Related Attachments:

Read more

TopVue Renewal for PEO AVN

Summary: TopVue Software Renewal: U.S Army Program Executive Office Aviation (PEO AVN) CONTRACTING ACTIVITY: United States Army Contracting Command-Redstone, Space, Missile Defense& Special Programs (SMD/SP) Directorate, Operations and Weapon Services Division, Information Technologies Solutions Branch CCAM-CAD-B Attn: Adrian Pritchett, Building 5303, Martin Road, Redstone Arsenal, AL 35898 CONTRACT TYPE: Firm-Fixed-Price SET-ASIDE: None REQUIREMENT: TopVue Renewal Software. RFQ INSTRUCTIONS AND EVALUATION CRITERIA: In accordance with the terms of your GSA Federal Supply Schedule contract, you are requested to submit a firm-fixed price quote to provide the U.S Army Program Executive Office Aviation (PEO AVN): TopVue Software; TopVue Enterprise Licenses, TopVue Maintenance, TopVue Configuration Services and Training, in accordance with the Performance Work Statement (PWS) for one base year and two option years. The office is located at 5681 Wood Rd., Redstone Arsenal, AL 35898. Redstone Arsenal, AL 35898. The vendor’s quote shall contain a statement confirming that they meet the below listed criteria and are capable of fulfilling all requirements of the PWS. The Government may make award based on initial quotes received, without further interaction with vendors; therefore, the initial quote should contain the vendor’s best terms, including any volume discounts and/or reductions to the established rates or prices. This procurement is conducted in accordance with the procedures at FAR 13.106-1(b)(1). Questions will be accepted through 4:00pm EST, September 21, 2021. Questions submitted after the said date and time are not guaranteed an answer. Quotes shall be submitted via the GSA eBuy no later than 5:00pm EST, September 23, 2021. Quotes received after the required submission date and time will be rejected without further review. It is the vendor’s responsibility to read the RFQ and all related documents carefully and completely and to monitor for any updates to the RFQ on a regular basis. Additionally, it is the vendor’s responsibility to ensure/verify the Government receives its submission on or before the date/time specified. “No-bid” replies shall be submitted via the GSA eBuy and should include a brief statement as to why your company chose not to submit a quote on the subject requirement. Submission of “No-bid” replies are requested by no later than 5:00pm EST, September 21, 2021. A complete quote shall consist of the following: Quotes shall include all items, including brand name items, as specified in the Performance Work Statement and in the quantities specified. Quotes shall include delivery terms and conditions. Quotes shall include a unit price, quantity, and extended price for each item listed in the Performance Work Statement and a total price for all items. Quotes should identify any discounts and/or reductions to established rates or prices. BASIS OF AWARD: The Government intends to place an order with the schedule contractor representing the best value to the Government. Best value is the lowest price technically acceptable quote. The vendor shall be capable of meeting all requirements of the Performance Work Statement (PWS) labeled PEO AVN PWS for TopVue (attached). The Contractor shall guarantee total Government customer satisfaction. Adjectival Rating Description Acceptable Quote meets the requirements of the solicitation, including the minimum technical requirements. Unacceptable Quote does not meet the requirements of the solicitation, including the minimum technical requirements.

Vehicle: IT 70

RFP release date: 9/16/2021

Proposal due date: 9/23/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com