No Later Than

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

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

Ohio National Guard OMK Youth Specialist and Warrior Fitness Coordinator

Summary: This is a notice that this contract is a total set aside for a Small Business. Only quotes submitted by a Small Business will be accepted by the Government. Any quote that is submitted by a contractor that is not a Small Business will not be considered for award. ***THIS NOT A NEW SOLICITATION FOR NEW POSITIONS*** This a re-issue of RFQ 1515535 OMK Youth Specialist and Warrior Fitness Coordinator for the Ohio Army National Guard that closed on 16 SEPT 2021. There are minor changes to the PWS that include travel as a reimbursable item. This contract will have a 12 month base year and four (4)12 month option periods. The Service Contract Act applies to this solicitation. Wage Determination WDOL 2015-4729 Revision No. 13 is attached and can be found at www.wdol.gov (Ohio-Franklin County). It is not the intent of the Government to enter into negotiations or discussions. It is incumbent upon the offeror to submit sufficient information for the Government to determine capability, satisfactory past performance, and price reasonableness. Failure to submit sufficient information may result in the rejection of your proposal. IAW FAR 52.212-2(a), the basis for award will be to the proposal that is determined to be the most advantageous to the Government based on the following criteria in order of importance: 1. Past Performance 2. Price Options will be evaluated IAW FAR 52.212(b). A total evaluated price will be calculated for each Offeror by adding the price for the base year, all option years. If the Government determines that adequate price competition was not obtained and/or if the total evaluated price cannot be deemed fair and reasonable, the Government reserves the right to request other than certified cost or pricing data to evaluate such data utilizing the proposal analysis techniques delineated in FAR 15.404-1 as deemed appropriate. IAW FAR 8.405-4, we request any discounts or applicable price reductions available based on the offerors schedule or MAS. Please see evaluation criteria attached to this RFQ. If you are not registered in SAM, an award cannot be made to your company. You may register electronically at http://www.sam.gov. Registering electronically will expedite the registration process. Questions are due no later than 4:00 pm EST 22 SEPT 2021. Clarifications must be in writing via email to paul.s.robinson.civ@mail.mil. No questions will be accepted by phone. A question/answer document will be posted in response to all timely questions asked by offerors. Proposals are due by 4:00 PM, EST, 24 SEPT 2021. Proposals should be submitted via GSA Ebuy. You may also email your proposals to paul.s.robinson6.civ@mail.mil. Faxed proposals will not be accepted. Offerors are encouraged to check the GSA Ebuy site often for changes and/or amendments to this RFQ.

Vehicle: PSS

RFP release date: 9/21/2021

Proposal due date: 9/24/2021

Related Attachments:

Read more

Virtual Event Website

Summary: This service will increase job seeker traffic and enable FEMA to engage, educate, and recruit qualified professionals in support of our mission. Questions are due no later than Tuesday, September 21, 2021.

Vehicle: IT 70

RFP release date: 9/16/2021

Proposal due date: 9/24/2021

Related Attachments:

Read more

Panaya Licenses and Maintenance Renewal Support Services

Summary: Good Day, Your organization has been selected to participate in the National Institutes of Health, Request For Quotation (RFQ) number RFQ1523154 Titled: Panaya Licenses and Maintenance Renewal Support Services. The Government anticipates one (1) Firm Fixed Price Delivery Order resulting from this solicitation. Questions should be submitted no later than 5PM EST September 20, 2021 via email to eliza.menchaca@nih.gov. The RFQ will close at 5PM EST on September 22, 2021. Please submit responses via email to eliza.menchaca@nih.gov. Thank you, Eliza Menchaca Contracting Officer NLM, NIH

Vehicle: IT 70

RFP release date: 9/17/2021

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

Case Management Services for California National Guard

Summary: Quoters must follow the instructions contained herein. Quoters are cautioned that any noncompliance with the terms and conditions of the Request for Quote (RFQ) may cause their quote to be determined not eligible for award. Quotes must be received by the United States Property and Fiscal- California Manuel Jimenez manuel.a.jimenez12.civ@mail.mil no later than the date and time specified in Block 8 on the face page of the attached RFQ. To facilitate uniform handling and evaluation, submission of quote packages via electronic mail to manuel.a.jimenez12.civ@mail.mil is required with the Subject Line: W912LA21Q0016, Long Term Case Management, in addition to posting to GSA. Successful offeror will need to provide Medical and Dental Non-clinical Case Management (CM) in support of Individual Medical Readiness (IMR). This requirement is designed to be flexible, responsive, and meets the ever-evolving needs of the government. Department of Defense Instruction (DoDI) 6025.19 establishes aggressive quarterly and annual metric goals for the separate IMR elements and for the overall IMR category of Fully Medically Read (FMR) Soldiers. The service will primarily be performed in Sacramento, California with occasional travel to support Periodic Health Assessment (PHA), Soldier Readiness Processing (SRP) and Post Deployment Health Related Assessment (PDHRA) events. This procurement will be a one-year contract with two option years. This requirement is anticipated to result in a Firm Fixed-Price (FFP) contract.

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 9/24/2021

Related Attachments:
No Bid

Read more

Splunk Professional Services – NAVSEA HQ

Summary: This is a Request for Quote (RFQ) is to current DOD ESI (Enterprise Software Initiative) Blanket Purchase Agreement (BPA) holders. In accordance with DFARS 208.74, only authorized Blanket Purchase Agreement (BPA) holder(s) shall submit a completed RFQ that include prices for all CLIN(s). This is an all-or-none requirement. Partial quotes will be deemed unresponsive and will not be evaluated. The government will award a single purchase order to the responsible offeror whose offer conforms to the requirements as stated in the solicitation and is most advantageous to the government based on lowest price, technically acceptable. Please see the Statement of Work for exact specifications for this requirement. Quotes from any business that is not an ESI/BPA holder will be deemed unacceptable and will not be considered. Offerors must be registered in SAM and all responsible sources may submit a quotation which, if timely received, will be considered by the Agency. Quotes are due no later than the response date in the posting. Responses/offers shall be submitted electronically. Any amendment(s) issued to this RFQ will be published on this website. Therefore, it is the Offeror(s) responsibility to visit this website frequently for updates on this procurement.

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 9/17/2021

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

Economic Statecraft in the Pacific Region

Summary: This Request for Quote (RFQ) is for Economic Statecraft in the Pacific Region support services, in support of the United States Indo-Pacific Command (USINDOPACOM). NAVSUP Fleet Logistics Center (FLC) Pearl Harbor Regional Contracting Office is issuing a competitive, unrestricted action amongst GSA schedule holders for the purpose of entering into a Firm-Fixed Priced (FFP) Task Order (TO). NAVSUP Fleet Logistics Center, Pearl Harbor Regional Contracting Office requests responses from qualified sources capable of providing the services as outlined in the Performance Work Statement (PWS), Attachment 1. See attached “RFQ Detailed Description” PDF for instructions to quoters and all pertinent information i.e. Basis of Award, Submission Requirements, Evaluation, Period of Performance and applicable Defense Federal Acquisition Regulation Supplement (DFARS) Provisions and Clauses in regards to this RFQ. *Questions: Questions shall be submitted to lenin.a.moreira.civ@us.navy.mil no later than 5:00 PM EST on Wednesday, 15 September 2021. Emails sent to this address shall clearly reference the RFQ1521269 in the subject line. Questions submitted after this date and time will not be accepted. *Quote submissions may be directly emailed to lenin.a.moreira.civ@us.navy.mil. ————————————————————————————————————————————————————————————————————————- ** Question: If a Contractor’s GSA MAS Schedule is based on commercial rates and not the result of a cost build up and the Contractor does have fully burdened labor rates that have been deemed reasonable by the GSA. For this RFQ, can the government please confirm that Contractor’s do no need to provide GSA labor categories and rates as well as unburdened and burdened labor rates? ** Response: Refer to Revised RFQ Detailed Description, removing requirement to detail price build up, and replaced with GSA Labor Category, GSA Labor Rate and Labor Hours.

Vehicle: PSS

RFP release date: 9/9/2021

Proposal due date: 9/22/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com