Information Technology

RFI: Information Technology Solution Integrated Services (ITSIS)

Summary: Request for Information Information Technology Solution Integrated Services (ITSIS) THIS REQUEST FOR INFORMATION (RFI) IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). 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. THE INFORMATION REQUESTED BY THIS RFI WILL BE USED BY NSF TO FACILITATE DECISION MAKING AND WILL NOT BE DISCLOSED OUTSIDE THE GOVERNMENT. The National Science Foundation (NSF) is an independent federal agency created by Congress in 1950 “to promote the progress of science; to advance the national health, prosperity, and welfare; to secure the national defense…” NSF is conducting market research to identify qualified, experienced, and interested sources to support the Division of Information Services (DIS) with NSF’s Information Technology Solution Integrated Services (ITSIS). The acquisition strategy for this procurement has not been determined at this time. ITSIS is considered a high-value, mission critical acquisition. The results of this RFI will be used as one of the determining factors in deciding on the acquisition strategy. The NSF encourages all qualified businesses (large and small), including joint ventures, to respond to this RFI. Additionally, small businesses in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns) are encouraged to respond to help make a final small business set-aside determination, if any. The anticipated North American Industry Classification System (NAICS) code for this requirement is 541511- Custom Computer Programming Services, which has a size standard of $30 million. Interested and qualified vendors should submit a response to this Request for Information. Please follow the instructions and include all content requirements below: a) Instructions: 1. Responses should be concise and compliant with the content requirements 2. Responses must not exceed 7 pages (Group 1 only) or 9 pages (Group 1 & 2) including a cover page with corporate information, 1 page for the table of contents, 3 pages demonstrating your capability, 1 page for contract staffing maturity, contract transition management, and recommendations on contract type and pricing methodology, 1 pages identifying items that would prevent you from responding to this potential RFQ/RFP, and 1 page for applicable and relevant references organizational experience, etc. 3. Responses should be provided in 12-point font 4. Generic sales brochures, videos, and other marketing information materials are not solicited and will not be reviewed 5. Do not submit cost or price information with the response 6. A viable interested party shall demonstrate the company’s capability to successfully perform the NSF’s requirements 7. A viable interested party shall provide relevant, applicable references, including references performed under a joint venture, of previous work or solution implementations that relate to the NSF’s requirements b) Content: 1. Corporate Information: i. Company name and address ii. Name of company representative, business title and email iii. Small business socioeconomic status under NAICS 541511 iv. DUNS Number v. Applicable contract vehicles your company has (e.g., Federal Supply Schedules (FSS), Blanket Purchase Agreements (BPAs), Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts) available for use by NSF vi. Identify interest in Group 1, Group 2, or both (refer to SOW). 2. Organizational Experience (within the past 3 years): i. Provide a summary of your company’s relevant experience in providing services of these types to an organization of similar size and complexity of the NSF ITSIS requirement as defined in the attachment. This requirement is expected to be worth approximately $50 million annually. ii. Provide a summary of your company’s experience in supporting legacy/core agency system iii. Description shall include the period of performance, number of years, awarded dollar value, total obligated dollar amount, contract type, the role of your company on that contract (e.g., prime or sub), and scope of the previous effort 3. Contract Staffing Maturity: Provide a summary of your company’s ability to hire and retain qualified staff, assemble high quality staff to fill urgent/emerging requirements, and provide staff with all the necessary support and oversight. 4. Contract Transition Management: Provide a description of your corporate experience transitioning contracts from incumbent support contractors including lessons learned, if any. 5. Recommendations on Contract Type and Pricing Methodology: Based on the tasks included in the attachment, provide a recommendation on contract type (e.g., Indefinite Delivery Vehicle (BPA, IDIQ), Requirements Contract, Task Order) and pricing structure (e.g., Firm-Fixed Price, hybrid, order dependent) and the rationale for those recommendations. If your firm has the potential capability to perform these contract services, please respond to this RFI with your submission by 10/26/2021. Telephone inquiries will not be accepted or acknowledged. Any questions related to the preparation of a response to this RFI shall be submitted in writing to the point of contact listed below. NSF may contact respondents to this RFI for additional information or one-on-one due diligence sessions as the NSF continues to explore the implementation of DLT in support of its mission. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Request for Information by 10/26/2021 at 11:00AM EST. All responses under this Request for Information must be emailed to Katrina Barry, kbarry@nsf.gov . If you have any questions concerning this opportunity, please contact Katrina Barry, kbarry@nsf.gov.

Vehicle: IT 70

RFP release date: 10/5/2021

Proposal due date: 10/26/2021

Related Attachments:

Read more

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

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

HR Data Strategy, Governance Framework and Operating Model

Summary: Federal Supply Schedule Category 54151S Information Technology Professional Services – HR Data Strategy, Governance Framework and Operating Model – SOLE SOURCE AWARD – Period: Sept 30, 2021 – Dec 29, 2021 – Location: GSA 1800 F Street Washington, DC

Vehicle: IT 70

RFP release date: 9/15/2021

Proposal due date: 9/22/2021

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

Information Technology Service Management (ITSM) software

Summary: USAGM is looking for an integrated Information Technology Service Management (ITSM) system. USAGM must identify, establish, and implement some fundamental ITIL processes, procedures, and governance frameworks around service asset management and configuration management (SACM) and associated ITSM and/or ITIL processes affiliated with service strategy, design, transition, and operations. USAGM is seeking to sound the market for new modern state of the art system that can respond to new developments in the IT world and to fast evolving system and supported users’ needs.

Vehicle: IT 70

RFP release date: 9/10/2021

Proposal due date: 9/13/2021

Related Attachments:

Read more

RFI: REAL ESTATE AIS AND BUSINESS SUPPORT SERVICES

Summary: THIS IS FOR MARKET RESEARCH AND INFORMATION ONLY: The support is to provide support to the real estate division for Real Estate Business Support Services (REBUS), Real Estate Information System Operations and Support Services (REMIS) Rental Facilities Management Information System Operations and Support Services (RFMIS). REMIS and RFMIS operations, maintenance, and enhancement to meet the requirements of public laws, regulations, policies, stakeholders, and best business practices. The Contractor shall work on the acquisition of Real Estate technical, advisory, and consultative services for REBUS, REMIS and RFMIS, herein referred to “Systems” or “automated information system (AIS),” in executing, monitoring, and managing the system Information Technology (IT) priorities as well as services meeting its Software Development Lifecycle (SDLC), Configuration Management Process (CMP) and Risk Management Framework (RMF) requirements. Requirements for REBUS may entail migrating software and hardware to a more robust infrastructure using current technology and products, providing enhanced reporting capabilities, integrating geospatial information into the Real Estate Systems, SharePoint Maintenance and modifying architecture and application software to operate in a future cloud environment and support to fulfill internal business requirements.

Vehicle: IT 70

RFP release date: 9/8/2021

Proposal due date: 9/17/2021

Related Attachments:

Read more

TSA?s SYSTEMS INTEGRATION FACILITY (TSIF) SYSTEMS INVENTORY & INTEGRATION (TSII)

Summary: The Contractor shall support TSA?s needs for TSIF inventory, equipment management, Information Technology (IT) systems administration, logistics, and integration services. TSII services apply to Test and Evaluation (T&E) onsite property, support equipment, IT systems specific to T&E, and test object provisioning. Additionally, TSII services apply to TSIF building modifications specific to TSE installations and the management, operation, and maintenance of local conveyance equipment, e.g., the resident Baggage Handling System, baggage rollers, and forklifts.

Vehicle: CIO-SP3

RFP release date: 9/3/2021

Proposal due date: 9/10/2021

Related Attachments:
No Bid

Read more

PROJECT MANAGEMENT SERVICES – 2021

Summary: PLEASE BE ADVISED THAT THIS RFQ IS BEING RE-ISSUED DUE TO THE FACT THAT WE WERE UNABLE TO GET THE TECHNICAL QUESTIONS ANSWERED AND POSTED BEFORE THE RFQ END DATE THAT WAS ORIGINALLY STATED. IF YOU ALREADY SUBMITTED A PROPOSAL UNDER RFQ# RFQ1505992S, PLEASE RE-SUBMIT THAT PROPOSAL UNDER THIS POSTING. THE END DATE TO THIS RFQ IS 9/8/21 AND NO FURTHER QUESTIONS WILL BE ACCEPTED. SEE THE ATTACHED Q AND A FOR MORE. SEE THE ATTACHED DETAILED SOW AND RESPOND ACCORDINGLY The Department of Information Technology (DoIT) is working with multiple departments within the County to implement large enterprise software solutions. These solutions include health software implementation from Omnicell, eZmar, Nextgen and Welligent as well as expansion of our Salesforce citizen relationship management (CRM) system within Human Services, the Department of Labor, and the Department of Public Works. The County is in the process of modernizing our overall software technology environment and these projects are key initiatives within this modernization effort. 2. OBJECTIVE To ensure our projects are completed in a timely fashion within budget and base upon our business requirements, Suffolk County is soliciting responses from the GSA Technology Contracted vendors. The objective of this statement of work is to obtain a contract to provide project management services based upon requirements described within this Statement of Work (SOW).

Vehicle: IT 70

RFP release date: 9/1/2021

Proposal due date: 9/8/2021

Related Attachments:

Read more

Microsoft Premier Support Services (MSPSS)

Summary: The United States Coast Guard (USCG) Command, Control, Communication, Computers, Cyber, and Intelligence Service Center (C5ISC) and the Coast Guard Cyber (CGCYBER) Technical Management Branch (TMB) have a requirement to procure Microsoft Premier Support Services. Microsoft Premier Support Services will provide a direct, priority route to Microsoft technical experts. The goal provided by the services in this Task Order is to provide lower risk to the USCG?s Information Technology (IT) infrastructure, proactively identify operational concerns, minimize disruptions and provide IT higher productivity.

Vehicle: IT 70

RFP release date: 8/31/2021

Proposal due date: 9/14/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com