NAICS

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

Request for INFORMATION: English-Dari and Dari-English Interpretation Services

Summary: REQUEST FOR INFORMATION This is not a solicitation. The Government is issuing this Request for Information to determine a competitive basis. This questionnaire is for market research purposes only. Only contractors capable of performing this type of work should respond to this Request for Information. Your response to this survey is requested by 1300 Mountain Time Thursday, 23 September 2021. Please send by email with responses to the questions below to: – Susan.Hashemi@spaceforce.mil, Contracting Officer, and – Rebecca.Graham@spaceforce.mil, Contracting Officer. ANTICIPATED REQUIREMENT The North American Aerospace Defense Command (NORAD) and United States Norther Command (USNORTHCOM) (NNC) anticipates a requirement for a firm fixed-price service contract for Afghanistan Interpretation Services at eight (8) different locations within the continental United States. The anticipated NAICS code is 541930, Translation and Interpretation Services, with a small business size standard of $8 million. The anticipated SIC code is 7389. To satisfy the Government’s anticipated requirement, contractor support will be required to: – Perform simultaneous and consecutive English-Dari and Dari-English interpretation with translation capability for written summarization as necessary. Ability to interpret Dari is required. Desirable but not mandatory if they also have Pashto proficiency: Simultaneous and Consecutive English-Pashto and Pashto-English Interpretation required. – Must be able to appropriately engage with female Afghan Evacuees, children, and other vulnerable populations. – Personnel providing services must be fully vaccinated against measles, mumps and rubella, as well as the corona virus 2019. – Must dress conservatively with a deep understanding of appropriate customs. – Currently, the contractor will be required to book travel arrangements accommodations; however this may change. – Work schedule will be 40 hours per week with federal holidays off. The duration is anticipated to be 4 weeks for the initial phase, with potential for expansion/extension. – Contractor personnel will provide 8 hours of interpretation per day, per location. – The contractor personnel will accompany the Gender Advisory Support Personnel and will facilitate the Gender Advisor’s interactions with, and collection of information from, Afghan Evacuees, with a primary focus on women and girls. The government estimates the eight (8) Gender Advisory Support Personnel teams will operate concurrently. – Contractor personnel will primarily focus on conversations; however, translation of written material may be necessary. – Contractor personnel shall have a current certification by the American Literary Translators Association (ALTA) or equivalent; a minimum performance level of 12 on the ALTA scoring protocol or equivalent certification is required. – Must be able to begin immediately ideally before 27 September. Travel and onsite interpretation to begin ASAP. REQUESTED RESPONSES 1. Name of your firm: 2. CAGE Code: 3. Point of contact, phone number and email address: 4. Are you able to meet all the above requirements within the timeframe specified? 5. Are you a Small Business classified under the above NAICS code? a. If so, do you fall into a sub-category (e.g. HubZone, 8(a), SDVOSB, WOSB, etc.)? b. Per FAR clause 52.219-14, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Can your firm be expected to do this, given your current employee situation? (Please respond yes or no.) 6. Please provide any additional information you feel is necessary:

Vehicle: PSS

RFP release date: 9/21/2021

Proposal due date: 9/27/2021

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

AMILS – Asset Management & Integrated Logistics Support Services

Summary: The Bureau of Alcohol, Tobacco, Firearms & Explosives (ATF) requires asset management & integrated logistics support services per the attached Statement of Objectives (SOO). This procurement is set-aside for Women-Owned Small Businesses (WOSB) – The associated North American Industrial Classification System (NAICS) code is 541614 with a size standard of $16.5M. ATF will issue a Single Award to the responsible WOSB whose GSA quote meets or exceeds the stated evaluation criteria. Questions [were] due by 1:00pm Eastern Standard Time (EST) Friday, 9/17/2021, in order to be addressed timely. QUOTATION INSTRUCTIONS: The contractor shall submit a complete response/quotation to this RFQ via eBuy, to include a Performance Work Statement, Quality Assurance Surveillance Plan, applicable Resumes, [three (3) past-performance references/executed contracts,] fill-ins for FAR clause, #52.209-7(b), & for ATF clause, #ATF-50, [a pricing narrative, the completed Pricing Table] and all-applicable price discounts/reductions. Submissions can be in Microsoft Word, Adobe or Excel (as applicable). Submissions shall not exceed 30 pages and shall be 8″ x 11″ with: 1″ margins; font style Arial, Bookman Old Style, Calibri, Garamond, Georgia, Mont, or Times New Roman; font colors Black and/or Blue; and font size 10-14. Illustrations (e.g., graphic figures, graphs, and tables) can be in font colors other than black or blue, and font sizes 6-12 acceptable, provided the information is legible via the computer. Headers, footers and title/cover pages are not bound by the font-style/color/size requirements and may be outside the page margins. NOTE: Information contained outside of these limitations may not be evaluated. Contractor does not need to submit multiple volumes if it clearly labels the sections and organizes the sections, to include cross referencing to the SOO where applicable. While resumes do not count against the aforestated page limit, they shall not exceed two (2) pages per person. [Additionally, only the resumes for the Program Managers are required with the vendor’s submission prior to award. Resumes for the remaining contracted Logistics Support (CLS) staff are required prior to the background investigation. Lastly, the Pricing Table does not count against the page limit either.] EVALUATION CRITERIA: The evaluation of quotations will be based on the below evaluation criteria, in order of importance. FACTOR 1: Technical-Management Approach The Government will evaluate the degree to which the Vendor effectively demonstrates knowledge, understanding and technical ability to successfully perform and manage the requirements of the Statement of Objectives (SOO) and Performance Work Statement (PWS). Additionally, the Government will evaluate appropriateness, soundness and reasonableness of the Vendor’s problem resolution, logistic considerations, corporate commitment to achieve the overall project objectives and methodology for providing resource support. Personnel Qualifications: The Government will evaluate the degree to which the resumes of the Vendor’s proposed personnel (Program Manager [and CLS staff]) demonstrate the individual’s ability to execute SOO [requirements] and [resulting] PWS based on the strength of relevant education and training, as well as depth and breadth of relevant experience. All qualifications must be IAW the SOO and [resulting] PWS. ATF will use the following adjectival ratings for Factor 1: Very Good, Satisfactory, Marginal, and Unsatisfactory. FACTOR 2: Past Performance [The vendor shall submit three (3) past-performance references/executed contracts for this Factor.] It shall also provide a detailed summary of the work performed for each past-performance reference submitted. Where possible, ATF intends to interview each reference provided to verify project scope and dollar value and to obtain additional past-performance information. The Vendor shall provide [the] telephone number, fax number, and email address for the technical and[/or] contractual points of contact with each referenced project, as well as a description for each referenced contract/task order[; this applies to past performance it submits for proposed] significant subcontractors that will perform major (> 25%) or critical aspects of the requirement. The government may consider the past performance of other companies when they are team members, affiliates, or significant subcontractors[]as such information would be relevant to the acquisition; however, the vendor must clearly explain how these other companies will be significantly involved in the proposed contract. The Government will evaluate the firm’s quotation to determine the extent to which its recent (no more than three, 3, years) and relevant (similar in size, scope and complexity) performance demonstrates the likelihood of successful performance in fulfilling the requirements of this solicitation. The Government may choose to evaluate publicly-available reports[] and/or data from the Contractor Performance Assessment Reporting System (CPARS). The Government may use present and/or past-performance data obtained from a variety of sources, not just those contracts identified by vendor. The information gathered for past performance may also be used in the responsibility determination. ATF will use the following adjectival ratings for Factor 2: Very Good, Satisfactory, Marginal, Unsatisfactory, and Neutral. FACTOR 3: Price (Non-Technical, Non-Rated) The Vendor’s price quotation will not receive an Adjectival Rating. Instead, it will be evaluated in accordance with FAR subpart 8.405-2. This process involves verifying figures are calculated correctly, prices are reasonable and presented in an adequate format, and prices and/or discounts are included for all SOO [requirements] and [resulting] PWS. The Vendor shall present all information in an organized fashion so ATF will understand the price of the work to be performed. It shall also fully price out its solution [using the Pricing Table], ensuring it considers and addresses all of the requirements. The price quotation must contain sufficient and detailed information/material [including a narrative, the labor categories, rates, and hours] to allow the CO to perform an analysis of the proposed price of the work and determine price reasonableness. The Vendor shall also submit pricing for the [Additional/Ad-Hoc Support described in Section 3.2.2 of the SOO] using the Pricing Table]. ATF will evaluate all of the pricing but may not fund the optional CLINs or optional tasks and/or deliverables (if applicable) due to budgetary constraints and changing mission needs. [Vendors shall use the attached Pricing Table and include it with its submission.] While the Government will consider the option at FAR clause #52.217-8 to have been evaluated through the evaluation of rates proposed for the last ordering/option period, said evaluation shall not obligate the Government to exercise the option(s). Factors 1 and 2, when combined, are significantly-more important than Factor 3. The Government reserves the right to: award without revisions to quotations and limit the competitive range, if any, for purposes of efficiency. TERMS AND CONDITIONS: To be considered for award, the Contractor must be either the manufacturer or a manufacturer/Federally-authorized distributors of the equipment/services it’s offering with a demonstrated capability of delivering the entire order within the time frames specified by the Buyer within this RFQ and on the award. Sellers may be required to provide documentation as proof of authorization prior to Award. Items, if applicable, must be NEW and covered by the manufacturer’s warranty. Shipping must be Free-On-Board (FOB) Destination Continental United States (CONUS), meaning the seller delivers the goods on its conveyance at destination and is responsible for the cost of shipping and risk of loss. NO PARTIAL SHIPMENTS are permitted unless specifically authorized at the time of award.

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 9/22/2021

Related Attachments:

Read more

MACH Language Services

Summary: Martin Army Community Hospital (BMACH), located at Fort Benning, GA, requires medical records translation and interpretation services. This requirement is to obtain a firm fixed price base period and four option years. BMACH must provide information in a timely manner tailored to the patient’s age, language, and ability to understand. BMACH must provide information to the patient who has vision, speech, hearing, or cognitive impairments that require interpretation services in a manner that meets the patient’s needs. Many BMACH patients speak and/or read languages other than English; or are patients who have limited literacy in any language; or are patients who have visual or hearing impairments; or are patients on ventilators; or are patients with cognitive impairments; and have children. These services must be available to patients 24 hours per day, 7 days per week to include weekends and holidays. Patients often come to BMACH with their medical records written in a foreign language. Written translation of these medical documents into English is required for a complete patient medical record. The translated documents are filed in the patient’s medical records to assist their providers with the best possible healthcare. BMACH anticipates higher usage of virtual appointments in the upcoming fiscal year and will require interpretation services for patients that are contacted via phone for their medical appointments. These services must be available 24 hours a day, 7 days per week to include weekends and holidays. The requirement is an over the phone, written, video teleconferencing and American Sign Language services that provides for language translation and interpretation services 24 hours a day, 365 days a year. The estimated delivery date is 01 NOV 2021. The North American Industry Classification System (NAICS) code is 541930, Electronic Computer Manufacturing, which has a size standard of 1,250 employees. The Government is anticipating a Firm Fixed Price contract. Prospective offers are advised that if tentatively selected for award, they must register with the System for Award Management (SAM) (http://www.sam.gov) and obtain a Commercial and Government Entity (CAGE) code prior to any award being made. This solicitation will close on 20 September 2021 at 1:00 PM EST. Paper copies of this solicitation will not be physically issued, and telephone and faxed requests for the solicitation will not be honored. Submit your offer via email to the RFP with capability statement to cardova.d.hall.civ@mail.mil. Ensure you have all of the necessary information required for the preparation and submission of offers. Participant are urged to visit GSA eBuy frequently for any updates/amendments to any and all documents. Questions Deadline: 17 September 2021 @ 09:00 AM EST. MICC POC for this requirement is Mr. Cardova Hall, cardova.d..hall.civ@mail.mil, 706-545-1064 or Mr. Yewston N. Myers, yewston.n.myers.civ@mail.mil, 706-545-1322.

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 9/20/2021

Related Attachments:

Read more

DMEA Trusted Access Program Office (TAPO) Technology Needs Assessment

Summary: The Defense Microelectronics Activity (DMEA) is looking for an experienced contractor to provide technology needs assessment to DMEA’s Trusted Access Program Office (TAPO) in order to analyze the current technologies available that meet TAPO customer demands. This acquisition is conducted under Federal Acquisition Regulation Subpart 8.4 Federal Supply Schedules. The RFQ is available to contract holders under GSA’s Multiple Award Schedule (MAS), NAICS 541611, Management and Financial Consulting, Acquisition and Grants Management Support, and Business Program and Project Management Services. The Product Service Code (PSC) is B544, Special Studies/Analysis – Technology. The contractor shall have previous experience with providing technical studies, needs assessments or strategic analysis to an engineering enterprise of 200-300 employees for projects similar to the scope described in the Performance Work Statement (PWS) 21-1H6. Contractors having the ability to provide services are encouraged to respond to this RFQ providing sufficient detail limited to 10 pages. Responses will be evaluated as per the attached Evaluation Criteria. DFARS clauses included herein will result in any awarded orders.

Vehicle: PSS

RFP release date: 9/10/2021

Proposal due date: 9/20/2021

Related Attachments:

Read more

Customer Needs Assessment for NRCS-California

Summary: The United States of America, acting through the United States Department of Agriculture’s Farm Production and Conservation Business Center (FPAC), is seeking to obtain strategic consulting services to engage with The Natural Resources Conservation Service (NRCS) with its Partners, Customers, and Staff to identify NRCS customer needs that are not currently being met by NRCS California office. This RFQ will result in issuance of a single Firm Fixed Price Task Order award issued under the GSA Federal Supply Schedule. This RFQ is a small business set-aside under NAICS 541611. Customer Needs for this requirement are actions, services, options, communications, interaction, clarifications, or anything else NRCS California has authority to create, change, improve, or eliminate.. Please reference the attached Statement of Objectives (Attachment A) for the narrative of the scope for this service.

Vehicle: PSS

RFP release date: 9/10/2021

Proposal due date: 9/17/2021

Related Attachments:

Read more

PSCR Program Management Support

Summary: See Amendment 1. RFQ Title PSCR General Project Management Support Description: ******SOURCES SOUGHT ONLY****** National Institute of Standards and Technology (NIST) Acquisition Management Division Sources Sought for Commercial Item Purchase THIS SOURCES SOUGHT IS NOT A REQUEST FOR QUOTATION. It is a market research tool being used to determine potential and eligible business firms that are capable to provide the services described herein prior to determining the method of acquisition. The National Institute of Standards & Technology (NIST) seeks information on vendors that are capable to provide Public Safety Communications Research (PSCR) General Project Management Support. This announcement is not a Request for Quotation (RFQ) and does not commit the Government to award a contract now or in the future. No solicitation is available currently. Additionally, The Government is not obligated to and will not pay for any information received from potential sources because of this sources-sought announcement. The results of this Sources Sought will be utilized to determine if any Small Business Set-aside opportunities exist. All Small Business Set-aside categories will be considered. In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. As a result of this Sources Sought announcement, NIST shall conduct a competitive procurement on GSA and subsequently award a GSA Task Order pursuant to FAR 8.405. NIST anticipates awarding a base year with four one-year-options task order. If at least two qualified small businesses are identified during this market research stage that can fulfill the requirement, in accordance with the requirement descriptions and technical specifications indicated in the DRAFT Performance Work Statement (PWS), then this acquisition shall be solicited as a small business set aside. However, NIST is seeking responses from all responsible sources, including large and small businesses (SB, SDB, WOSB, HUBZone, SDVOSB and VOSB). This requirement is assigned a NAICS code of 541611 for Administrative Management and General Management Consulting Services with a small business size standard of $15 M. The specific purpose of this Sources Sought Announcement is to determine if there are small businesses, within the parameters identified above, that are capable to provide the Services identified in the DRAFT PWS. Interested business organizations that believe they are capable to meet the requirement should submit electronic copies of their capability statement. Please limit responses to five (5) pages or less. Responses should include the following information: 1. Name of company that will provide the service and GSA contract number. 2. Identification and verification of the company’s small business status. 3. Company Profile to include number of employees, office location(s), DUNS number and Cage Code. 4. Relevant experience within the last five years, including any contract number, and Government/Agency or firm point of contact (POC) and current telephone number for the POC. 5. Identify if you were a subcontractor and the work performed as the sub-contractor. 6. Any other relevant information that is not listed above which the Government should consider in developing our service requirement and finalizing our market research. (Company sales brochures or marketing packages will not be considered). REQUIREMENTS OVERVIEW: See the attached DRAFT PWS.

Vehicle: PSS

RFP release date: 9/10/2021

Proposal due date: 10/15/2021

Related Attachments:

Read more

Federal Financial Bank Loan Study

Summary: The National Geospatial-Intelligence Agency (NGA) is seeking sources under the U.S. General Services Administration (GSA) Multiple Award Schedules (MAS), Special Item Numbers (SIN) that have corresponding North American Industry Classification System (NAICS) 541611 to provide expert consulting and professional services as part of an exploratory study to determine NGA’s capability to sponsor a Geospatial Infrastructure Loan Program (GILP) in accordance with the attached Draft Performance Work Statement (PWS). The required expertise will be undertaking an exploratory study for a Federal Finance Bank (FFB) loan program similar to that carried out by the Treasury Department FFB CARES Act Loans Program (2020): Airline Loans and Loans of National Security. The expert consulting assistance shall make an informed recommendation and decision for a GILP. This study will be guided by OMB Circulars A-129 & A-11, which describes the Office of Management & Budget’s guidance for establishing new loan programs and shall include a review of a draft authorizing statute. Please answer the following questions: 1. Does your company have specific experience with the Federal Finance Bank (FFB) loan program to meet the requirements in the attached PWS? 2. Are you a small business under the SIN/NAICS code? If so, do you represent as any other type of small businesses? 3. Please send up to a maximum of a 7 page document that provides your company’s capabilities to include examples of previous government contract(s) for similar work performed.

Vehicle: PSS

RFP release date: 9/8/2021

Proposal due date: 9/15/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com