Level of Effort

Independent Verification and Validation (IV&V) of the Immunization Gateway

Summary: This task order provides for an independent review and assessment of the Immunization Gateway requirements, specifications, design decisions, system architecture, hardware/software technology decisions, and other development life cycle decisions used to establish, operate, and maintain the existing Immunization Gateway infrastructure. Attached, please find: – RFQ 75D301-21-Q-74202 (Word and PDF) – Attachment 1, Performance Work Statement (Word and PDF) – Attachment 2, Estimated Level of Effort (Excel) – Attachment 3, Q&A for RFQ 75D301-21-Q-73690 (Word and PDF) Substantively the same requirement was previously solicited by CDC earlier this year under RFQ 75D301-21-Q-73690, but no award was made from that solicitation. A modified questions and answers document from that RFQ is provided here in Attachment 3 for reference. Please submit questions to pkf5@cdc.gov no later than October 7, 2021. The Government intends to answer questions as they are received. Please submit quotes either through GSA eBuy or by e-mail to pkf5@cdc.gov no later than November 3, 2021, at 5pm Eastern time.

Vehicle: IT 70

RFP release date: 9/24/2021

Proposal due date: 11/3/2021

Related Attachments:

Read more

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

Land Use and Economic Development Oversight

Summary: INSTRUCTIONS TO QUOTING OFFERORS 1. Quote Submission: Offerors will be tasked with providing a technical, past performance and price quote for the period of performance of one (1) 12-month base period and (4) one-year option periods. Contractors are requested to submit prices to provide the services outlined in the Statement of Work (SOW). The price extended to the Government shall be based on the prices negotiated under the contractor’s current General Services Administration (GSA) Multiple Award Schedule (MAS) Contract under Professional Services Category subcategory Business Administration Special Item Number (SIN) 541611 and shall consider the mix of labor categories and level of effort required to perform the services described in the SOW. *Note: Additional discounts concerning your firm’s price proposal to the ordering agency is greatly encouraged and welcomed. The prices proposed should also include any travel costs or Other Direct Costs (ODCs) charges related to performance of the services ordered, unless the order provides for reimbursement of travel costs at the rates provided in the federal travel or joint travel regulations. 2. Instructions for quote preparation: The offeror’s proposal must be submitted electronically via email only by the due date of 1:00PM Eastern Standard Time (EST) on Tuesday, September 14, 2021 to Ms. Alveatta Palmer, Contract Specialist at alveatta.palmer.ctr@dot.gov with a copy to Mrs. Stephanie Cooke-Nwadibia, Senior Contracting Officer, via email atstephanie.cooke-nwadibia@dot.gov. You can submit your firm’s proposal also through GSA eBuy as a backup method. The technical, past performance and price proposal volumes must be separate electronic files. *NOTE: For this requirement, your company’s quote must be sent electronically only to the email addresses listed above. Hand carried or mailed proposals WILL NOT be accepted by the Government in response to the RFQ. Thus, please ensure that your company allows adequate time to submit a quote response by the due date and time via email. 3. Questions: Questions regarding this RFQ must be submitted electronically by 1:00PM Eastern Standard Time (EST) on Tuesday, August 24, 2021to allow for research and dissemination of the answers. Please send your written questions for response to the assigned Contract Specialist, Ms. Alveatta Palmer via email at alveatta.palmer.ctr@dot.gov and the Senior Contracting Officer, Mrs. Stephanie Cooke-Nwadibia via email at stephanie.cooke-nwadibia@dot.gov. *Note: The Government will not provide verbal nor written responses to telephone calls from the prospective offeror prior to an email message sent to the respective parties previously mentioned. The offeror’s quote response must be received by 1:00PM (EST) Eastern Standard Time (EST) on Tuesday, September 14, 2021. The quote response must be submitted with the Standard Form (SF) -18 form signed which we provided with this solicitation concerning the respective blocks noted on the form signed by an authorized individual from your company, or as otherwise specified in the RFQ. Additionally, the Offeror must fill out (Attachment 0001) Loaded Rate Matrix and (Attachment 0002) Resume Template (Attachment 0003) Past Performance Questionnaire. As a minimum, the quote must show the following in the cover page: Submission requirements: A. RFQ Title and number B. Tax Identification Number C. Data Universal Numbering System (DUNS) Number D. Name of persons having authority to enter into Government contracts E. Contact Names F. Contact Email Address G. Contact Phone H. Contact Fax Number I. Complete Business Mailing Address 4. Electronic Submission of Quote By submission of a quote electronically, the offeror must ensure that the submission is readable, in the format specified in the solicitation, and has been verified as free of computer viruses. Prior to any evaluation, the Government will check all files for viruses and ensure that all information is readable. In the event that any files are defective (unreadable), the Government may only evaluate the readable electronic files. Further, if defective (unreadable) electronic files renders a significant deficiency in the offeror’s quote, the Government may consider the quote incomplete and not consider such a quote for further evaluation. 5. Restriction of Disclosure/Proprietary Information – If the offeror wishes to restrict the disclosure or use of its quote, use the legend permitted by the Federal Acquisition Regulation (FAR) 52.215-1(e). Individual subcontractor/vendor proprietary information may be submitted via separate marked electronic files. The information contained in these electronic files must be referenced (by volume title, page and section number as appropriate) within the main proposal where the information would have been included if it were not subcontractor/vendor proprietary. The information in these separate electronic files is subject to all other requirements of the RFQ and must be well-marked to clearly indicate any special handling instructions. 6. Cross Referencing – Each volume, other than the Volume III Price, shall be written to the greatest extent possible on a stand-alone basis so that its content may be evaluated with a minimum of cross-referencing to other volumes of the proposal. Cross-referencing within a proposal volume is permitted where its use would conserve space without impairing clarity. Hyper linking of cross-references is permissible. Information required for proposal evaluation, which is not found in its designated volume or cross-referenced, is assumed omitted from the proposal. *Note: FACSIMILE PROPOSALS WILL NOT BE ACCEPTED BY THE GOVERNMENT.

Vehicle: PSS

RFP release date: 8/16/2021

Proposal due date: 9/14/2021

Related Attachments:

Read more

C5ISC Requirements and Enterprise Architecture Services (CREAS)

Summary: The United States Coast Guards Command, Control, Communications, Computers, Cyber, and Intelligence (C5I) Service Center (C5ISC) is tasked with maintaining and developing the Coast Guards C5I products and services. The Enterprise Architecture (EA) Division (CG-671) is tasked with maintaining and developing the Coast Guards Enterprise and Target Architectures, the EA Practice, and the EA Repository. SCOPE. To provide Requirements and EA development, analysis, management, and documentation in support of Chief Information Officer (CIO), CG-671, and C5ISC developed and supported C5I products and services. Services may require CONUS travel. See Requirements Section (PWS 2.0) for historical and forecasted level of effort (includes the forecasted baseline and ceiling levels of effort: the baseline forecasts the minimum level of effort for the base year and the ceiling forecasts the level of effort in future (options/modifications). Originally Posted as C-87151-SB I forgot to add Task Area 6 on C-87151-SB. I will cancel that requirement telling Task Area 2 vendors that C-87151-SB will now be C-87205-SB

Vehicle: CIO-SP3

RFP release date: 7/19/2021

Proposal due date: 8/16/2021

Related Attachments:

Read more

Construction Cost Data Special Location Factors Update

Summary: This is a sole source RFQ to CoreLogic for use of their Marshall & Swift Valuation Service. Contractor to provide accurate Construction Cost Data Special Location Factors for use in the Indian Health Service (IHS) Facility Budget Estimating System (FBES) in FY 2022. Develop Special Location Factors for the lower 48 states by conducting market research for each location identified in the Statement of Work. CoreLogic shall provide a detailed description of the market research methodology they will use. In accordance with FAR 8.405-2(d), the evaluation for this award will be based on level of effort, the mix of labor proposed to perform the task being ordered, and if the total price is reasonable. See attached Statement of Work. For questions, please contact the Contracting Officer, Matt Sanders at matt.sanders@ihs.gov or 206-374-7302.

Vehicle: PSS

RFP release date: 7/8/2021

Proposal due date: 8/13/2021

Related Attachments:
Related Attachment
Related Attachment
Related Attachment
Related Attachment

Read more
PHP Code Snippets Powered By : XYZScripts.com