NIST

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

Fire Alerting System and Installation

Summary: This acquisition is utilizing procedures in FAR Part 13, Simplified Acquisition Procedures and is issued as a Request for Quote (RFQ) from the 166 MSG/MSC, New Castle, DE 19720. This acquisition is currently being set aside for a small business, however, in the event there are not enough responses from responsible, capable small businesses, and then large business responses will be considered. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular (FAC) 2021-06 and DPN 20210709. Award will be made based on overall best value to the government. The selected vendor shall provide all materials, labor, transportation, installation and technical expertise necessary to complete this award. An offer which requires the Government to execute a separate agreement with a third party shall be deemed technically unacceptable. The Government intends to place a Single, Firm-Fixed Price order without discussions. Therefore, offerors should submit their best offer up front. Do not assume you will be able to revise your offer. The descriptions of the commercial items are: CLIN 0001 FIRE STATION ALERTING SYSTEM TO INCLUDE BUT NOT LIMITED TO ALL ITEMS IDENTIFIED IN THE PWS (ATTACHMENT 1) QTY: 1 Date: NTP- 120 DAYS Place of delivery: Delaware Air National Guard, New Castle, DE 19720-1615 from 7am to 4:30 pm, Monday thru Friday. CLIN 0002 DESIGN OF THE SYSTEM, INSTALLATION OF EQUIPMENT, PROGRAM MANAGEMENT AND TESTING IDENTIFIED IN THE PWS (ATTACHMENT 1) QTY: 1 DATE: NTP-120 DAYS Place of performance: Delaware Air National Guard, New Castle, DE 19720-1615 from 7am to 4:30 pm, Monday thru Friday. SUBMISSION GUIDELINES: Submitted quote shall be uploaded to the GSA eBuy portal under the associated RFQ. The Contracting Officer will evaluate equal products and services on the basis of information furnished by the quote or identified in the quote and reasonably available to the Contracting Officer. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and Far DFARS clauses and provisions are available at the following internet site: http://acquisition.gov . This contract is subject to the Service Contract Act of 1965. The applicable wage determination in effect at the time of award will be incorporated into the subsequent contract. Current rates can be found at the following site: www.dol.gov (See attachment #2 WDOL) The following provisions are included for the purposes of this solicitation: 252.203-7005 Representation Relating to Compensation of Former DoD Officials; 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls; 252.204-7016 Covered Defense Telecommunications Equipment or Services Representation; 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Representation; 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements; 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information retrieval System; 252.225-7031 Secondary Arab Boycott of Israel; The following clauses are included for the purposes of this solicitation and most current versions will be incorporated into any resulting order: 252.203-7000 Requirements relating to Compensation of Former DoD Officials; 252.203-7002 Requirements to Inform Employees of Whistleblower Rights; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 DoD Antiterrorism Awareness Training for Contractors; 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; 252.204-7015 Disclosure of Information to Litigation Support Contractors; 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services; 252.204-7020 NIST SP 800-171 DoD Assessment Requirements; 252.204-7021 Contractor Compliance with the Cybersecurity Maturity Model Certification Level Requirement; 252.211-7003 Item Unique Identification and Valuation; 252.223-7008 Prohibition of Hexavalent Chromium; 252.225-7048 Export-Controlled Items; 252.227-7015 Technical Data–Commercial Items; 252.227-7037 Validation of Restrictive Markings on Technical Data; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006 Wide Area Workflow Payment Instructions; 252.232-7010 Levies on Contract Payments; 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; 252.244-7000 Subcontracts for Commercial Items; 252.246-7008 Sources of Electronic Parts; 252.247-7023 Transportation of Supplies by Sea;

Vehicle: IT 70

RFP release date: 9/10/2021

Proposal due date: 9/18/2021

Related Attachments:

Read more

Senior Leader Strategic Communication

Summary: This requirement is for services to provide a series of customized engagements with the United States Indo-Pacific Command (USINDCOM) subject matter experts to improve the synchronization and effect of strategic communications and information operation campaigns. (see attached PWS for the topics of interest and other details). In addition to the quote ensure to provide documentation that supports the attached PWS’ Section 6: Contractor’s qualifications. The deadline for answering question regarding this requirement will be 07 September 2021 : 1800 hrs. EST APPLICABLE DFARS PROVISIONS AND CLAUSES: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7003 Control of Government Personnel Work Product APR 1992 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016 252.204-7012 Safeguarding Covered Defense Info. and Cyber Incident Reporting DEC 2019 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.204-7016 Covered Defense Telecommunications Equipment or Services Representation DEC 2019 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Representation MAY 2021 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2021 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements. NOV 2020 252.204-7020 NIST SP 800-171 DoD Assessment Requirements NOV 2020 252.225-7048 Export-Controlled Items JUNE 2013 252.225-7974 Representation Regarding Persons that have Business Operations with the Maduro FEB 2020 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7006 Wide Area WorkFlow Payment Instructions DEC 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.244-7000 Subcontracts for Commercial Items JAN 2021 252.232-7017 Accelerating Payments to Small Business Subcontractors–Prohibition on Fees and Consideration APR 2020

Vehicle: PSS

RFP release date: 9/3/2021

Proposal due date: 9/12/2021

Related Attachments:

Read more

DevOps Engineer Services

Summary: The National Institute of Standards and Technology (NIST) Office of Information Systems Management (OISM) Application Systems Division (ASD) develops, maintains, and supports numerous information systems and applications using multiple toolchains and processes and a few common platforms. The attached performance work statement (PWS) aims to enhance application lifecycle management (ALM) by enabling new capabilities for continuous integration (CI), continuous deployment (CD), containers, Docker, Amazon Web Services (AWS) Elastic Kubernetes Service (EKS), AWS Elastic Container Registry (ECR), and Ansible in the AWS environment, while also taking opportunities to consolidate existing software configuration management (SCM) subsystems and components. The primary focus of the work will be on ASD-hosted applications. ASD hosted applications include Java-based and .NET-based applications.

Vehicle: IT 70

RFP release date: 8/17/2021

Proposal due date: 8/27/2021

Related Attachments:

Read more

Risk Management Framework (RMF) 4

Summary: The Government is seeking a firm fixed priced GSA Quote in order to obtain contract support for Assessment and Authorization (A&A) of ERS system and applications using the NIST Risk Management Framework (RMF) Step 4 (Formerly Phase 2), assessing compliance with applicable National Institute of Technology (NIST) Special Publication (SP) 800-53, Rev 4 Security Control requirements and documenting the results of the assessment into the USDA Cyber Security Assessment Management (CSAM) tool in accordance with the attached PWS. The basis for award will be based upon evaluation factors attached in the instructions to offerors.

Vehicle: IT 70

RFP release date: 8/16/2021

Proposal due date: 8/24/2021

Related Attachments:

Read more

Risk Management Framework (RMF) 4, (Formerly A&A Phase 2) and Annual Assessments

Summary: The Government is seeking a firm fixed priced GSA Quote in order to obtain contract support for Assessment and Authorization (A&A) of ERS system and applications using the NIST Risk Management Framework (RMF) Step 4 (Formerly Phase 2), assessing compliance with applicable National Institute of Technology (NIST) Special Publication (SP) 800-53, Rev 4 Security Control requirements and documenting the results of the assessment into the USDA Cyber Security Assessment Management (CSAM) tool in accordance with the attached PWS. The basis for award will be Lowest Priced Technically Acceptable (LPTA) evaluation method.

Vehicle: IT 70

RFP release date: 8/3/2021

Proposal due date: 8/11/2021

Related Attachments:
Related Attachment

Read more

RFQ 040ADV-21-R-0025

Summary: US Government Publishing Office (GPO) intends to acquire full-time equivalent (FTE) RMF Engineer to perform the services for GPO IT Security, in accordance with the NIST Risk Management Framework, NIST Special Publication (SP) 800-37, Revision 1, for work starting in FY21 to address an Office of Inspector General (OIG) recommendation in the recent OIG IT Internal Controls audit report.

Vehicle: IT 70

RFP release date: 6/25/2021

Proposal due date: 7/14/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com