North American Industry Classification System

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

USDA RD Single Family Housing Appraisal Services (RFI only)

Summary: The United States Department of Agriculture (USDA) Rural Development (RD) is issuing this request for information (RFI) to solicit feedback from industry and potential sources related to USDA RD’s Single Family Housing Appraisal Services Nationwide and is for market research purposes. The applicable North American Industry Classification System is 531320, Offices of Real Estate Appraisers, and the Small Business Size Standard is $8.0 million. THIS IS A SOURCES SOUGHT NOTICE, REQUEST FOR INFORMATION (RFI). This is not a Request for Proposal (RFP) or Request for Quote (RFQ). This request for capability information does not constitute a RFP or RFQ and does not commit the Government to contract for any supply or service, whatsoever. Further, the USDA, RD is not at this time seeking proposals or quotes and will not accept unsolicited proposals or quotations. Submission of any information in response to this market survey is purely voluntary. However, responses received will assist the Government, in part, with a setaside decision, if a Solicitation should be issued in the future. The government assumes no financial responsibility for any costs incurred associated to this request for capability information. Not responding to this source sought does not preclude participation in any future RFP or RFQ, if any is issued. Potential offerors are responsible for monitoring government websites such as GSA or SAM for any potential opportunities. Responses do not guarantee award nor exclude/include your company in any potential acquisition process. No feedback or evaluations will be provided to companies regarding their submissions. This RFI is being used as a Market Research tool for informational purposes and for preliminary planning purposes to: identify potential sources that may possess the expertise, capabilities, and/or experience to perform the anticipated requirements and to obtain current market information in response to the RFI questions. Small and large businesses are encouraged to respond.

Vehicle: PSS

RFP release date: 9/21/2021

Proposal due date: 9/30/2021

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

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

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

Clinical Engineering Medical Device Support

Summary: This is a Request for Information (RFI) (SOURCES SOUGHT) as outlined in FAR 15.201(c)(3). The purpose of this RFI is to accomplish market research regarding a Clinical Engineering Medical Device Support for the Indian Health Service (IHS). The anticipated system will be a commercial-off-the-shelf (COTS) software in support of the IHS Clinical Engineering Program. The objective of this resulting contract is for the Vendor to provide a software based service through which Clinical Engineering Program members can access medical device information, standardize medical equipment classification, and receive medical device recall alerts. Market Research is being performed pursuant to Federal Acquisition Regulation (FAR) Part 10 to identify businesses capable of performing the functions described herein. The Government is requesting information regarding the availability of Small and Large Business firms who meet the capability requirements identified in this notice. Firms are requested to reply to this announcement with a response to the specialized qualifications below. Based upon the responses received from small businesses, consideration will be given to determine if this acquisition can be set-aside for small business competition. The type of work to be performed is described below. The applicable North American Industry Classification System (NAICS) code is 511210, Software Publishers, with a size standard of $38.5 million. The resultant contract is anticipated to be awarded for a period of five years which will include a base period of one year plus four optional one-year periods. The incumbent contract is 75H70121P00015, with Emergency Care Research Institute (ECRI Institute). The incumbent order is set to expire on January 28, 2022. This notice is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a commitment on the part of the government to conduct a solicitation for the stated services in the future. Responders are advised that the government will not pay for information submitted in response to this sources sought, nor will it compensate responders for any costs incurred in the development/furnishing of a response. Please note that a decision not to submit a response will not preclude a vendor from participating in any future solicitation. RESPONSES – SUBMITTAL Responses must be limited to ten (10) letter-size pages or less, in Microsoft Word or Portable Document format (PDF). Include the following: 1. Cover letter/sheet that includes: a. Your firm’s Data Universal Numbering System (DUNS) number, b. CAGE code (if applicable), c. Company point of contact (POC) and d. Socioeconomic status under the NAICS code listed above (i.e., 8(a), SDB, SDVOSB, Native American Owned, etc.), and any other relevant/appropriate data. 2. General Business Information: Provide general information about your business, to include any relevant information to the instant requirement. 3. Questions to Address: Please provide a direct response to each of the following questions: a) Demonstrate you can provide a software system; must show evidence of technical experience or competency in the fields of software based medical device support. Examples: – Standardized, global naming convention that can be used for classification and categorization of: Manufacturers and suppliers Repair/service providers Specific medical device models Specific types of devices (asset types) and/or services of medical devices, medical device systems, and related items. – Periodic and on-demand review of inventory information submitted by the IHS in order to provide data ‘normalization’ and ‘standardization’ – Medical device product comparison, evaluation, and guidance information showing comparative ratings on medical devices, products and technologies. – Market research information, sources and tools showing those medical devices, products and technologies that are most frequently purchased, price range(s) expected/paid, available suppliers, etc.. – Provide medical device safety recalls and alerts that have been aggregated across several sources such as the Food and Drug Administration (FDA), manufacturers, vendors, end users (hospitals, health facilities, etc.). b) Please note that the performances under this contract shall meet the Federal IT/Security/Accessibility requirements. As such, please respond to the following: – Is COTS software able to be hosted on IHS servers? Restrictions on Response Questions regarding this RFI shall be emailed to Matthew Phelps, Contracting Officer at matthew.phelps@ihs.gov. Telephone solicitations and questions will not be entertained. This sources sought is for informational and planning purposes ONLY and is not to be construed as a commitment by the Government nor will the Government pay for any information solicited. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. How to Respond Please submit your response no later than September 20, 2021 at 2:00PM Pacific Time to matthew.phelps@ihs.gov. Please enter “IHS Clinical Engineering Medical Device Software Sources Sought Response E-Buy” into the email subject field.

Vehicle: IT 70

RFP release date: 8/30/2021

Proposal due date: 9/13/2021

Related Attachments:

Read more

Correctional Tablets with Infrastructure and Content Services

Summary: The Federal Bureau of Prisons (Bureau) National Acquisitions Section (NAS), Washington, DC intends to make an indefinite-delivery, type task order with options (TOWO) with firm-fixed unit prices according to the schedule of items for Correctional Tablets with Infrastructure and Content Services. The Correctional Tablets with Infrastructure and Content Services shall provide and shall result in an educational correctional tablet solution to deliver programming content to inmates to include programs provided by the vendor and Bureau in accordance with the First Step Act of 2018 (FSA) requirements. Such materials will include interactive lessons, presentations, and fillable PDF worksheets and assignments that supplement existing BOP programming. The inmates shall have the ability to complete these documents using the tablet outside of classroom instruction. The vendor shall describe the model of delivery for their solution, for example: institution-owned tablets that are issued to a single inmate for educational purposes or institution-owned tablets that are checked out temporarily to any inmate for educational purposes. The goal of this solicitation is to identify and secure for purchase correctional tablets to deliver education and programming content to the user during the base period of the contract. Content related to leisure activities shall not be solicited. As well, the tablets shall not be used to purchase or deliver Trust Fund services. For the contract option years, the Bureau shall expect that the correctional tablets have the ability to stream video, including from a Bureau instructor providing lessons to inmates via tablets and from and to an approved visitor. Delivery and performance requirements consist of correctional tablets that will deliver programming content to inmates to include programs provided by the vendor and Bureau. Materials shall include interactive lessons, presentations, and fillable PDF worksheets and assignments that supplement existing Bureau programming. The correctional tablet is appropriate and caters to the needs of adult learners in a corrections setting, including those with special learning needs. The solution shall include a secure network infrastructure with programming and options for Bureau to add additional applications and content. The solution, which shall be incorporated during an option period, shall be capable of streaming Bureau lessons, programs, and services for institution departments to include but not limited to: Education, Recreation, Psychology, Religious Services, Reentry, and Unit Management from the device. The Government may award up to two TOWOs with this solicitation for the separate base year and option year line item requirements within the boundaries noted above. This solicitation may be fulfilled with multiple TOWO awards. The Government reserves the right to make award without discussions and to award up to two TOWOs; some or all line items; any combination of single or multiple offerors; and any combination of single or multiple locations within the geographical restrictions, which is deemed to be in the best interest of the Government. This is a request for proposal (RFP) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This notice constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is being issued as Request for Proposal (RFP) 15BNAS21RRCA00106. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06. The North American Industry Classification System Code (NAICS) is 541519 which has a size standard of $30,000,000.00. The Schedule of Supplies/Services (Section 2 – Commodity or Services Schedule found on the SF-1449 RFP) and the Statement of Work (SOW) (Attachment VIII) provides and lists descriptions of the required items with quantity estimates. The contractor shall commence full performance of services under this TOWO upon the effective date of the TOWO. In accordance with FAR 46.503 and 46.403(a)(6), the place of acceptance for services under this contract is at the destination. The periods of performance of the resulting contract shall be as follows: Base Year: Date of Award to 12 Months Option One: 13 Months to 24 Months Option Two: 25 Months to 36 Months Option Three: 37 Months to 48 Months Option Four: 49 Months to 60 Months Attachments: Business Management Questionnaire Attachment I Past Performance Questionnaire Attachment II Bank notification Letter Attachment III Subcontracting Plan Attachment IV Whistleblower Information Attachment V Acquisition Risk Questions (ARQ) and KMPL Attachment VI Bureau Contractor Travel Guide Attachment VII Statement of Work Attachment VIII Evaluation Criteria Attachment IX Submission of Offers Attachment X Offerors are advised to mark each individual item within their offer considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA. SUBMISSION OF OFFERS: On letterhead or business stationary, the following information is required: 1) The RFQ/RFP solicitation number; 2) The time specified in the RFP solicitation for receipt of offers; 3) The name, address, and telephone number of the offeror including contractor’s DUNS number; 4) A technical description of the items/services being offered in detail to evaluate compliance with the requirements in the RFQ/RFP solicitation; 5) Terms of any express warranty; 6) Price and any discount terms, contractor should submit pricing using the Schedule of Supplies/Services in Section 2 of the RFQ/RFP, according to the offerors GSA MAS/FSS contract and the GSA eBuy website solicitation requirements; 7) “Remit to” address, if different than mailing address; 8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offer shall complete electronically); Also FAR 52.209-7 Information Regarding Responsibility Matters (FEB 2012) needs completed as applicable; 9) Acknowledge of RFQ/RFP Solicitation Amendments, if any; 10) Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Quotes/Proposals shall be submitted according to RFQ/RFP, offerors GSA MAS/FSS contract, and the GSA eBuy website solicitation requirements All Questions concerning this RFQ/RFP solicitation must be submitted according to RFQ/RFP, offerors GSA MAS/FSS contract, and the GSA eBuy website solicitation requirements. All answers shall be posted in writing on GSA eBuy through a solicitation amendment. Questions shall not be answered verbally or individually.

Vehicle: IT 70

RFP release date: 8/24/2021

Proposal due date: 9/3/2021

Related Attachments:

Read more

Solicitation

Summary: Irwin Army Community Hospital (IACH), located at Fort Riley, Kansas, submitted a requirement to obtain firm fixed price. 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 OCT 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. The solicitation will be available on/about 20 August 2021 at BetaSAM (https://beta.sam.gov). Prospective offerors 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. The solicitation will close on or about 27 August 2021. Paper copies of this solicitation will not be physically issued, and telephone and faxed requests for the solicitation will not be honored. The solicitation will have all of the necessary information required for the preparation and submission of offers. Once the solicitation is posted, interested parties are urged to visit BetaSAM frequently for any updates/amendments to any and all documents.

Vehicle: PSS

RFP release date: 8/20/2021

Proposal due date: 8/27/2021

Related Attachments:

Read more

ACE Basic Code Base

Summary: This contract action is for the acquisition of supplies for which the Government intends to solicit and negotiate with only one source under the authority of Federal Acquisition Regulation (FAR) Subpart 8.4 through the General Services Administration. The National Institute of Environmental Health Sciences (NIEHS), Office of Acquisitions (OA) intends to award a sole source purchase order to Acquia Government at Carahsoft, 11493 Sunset Hills Road, Suite 100, Reston, VA 20190 for ACE Basic Code Base 1, Acquia Cloud Enterprise additional Codebase (2-9), Acquia Cloud Enterprise HA DB SSD Storage and annual 500 GB Acquia Cloud Enterprise HA File System SSD Storage and DR. The applicable North American Industry Classification System (NAICS) code for this acquisition is 541519 Other Electronic and Precision Equipment and Maintenance (except Diagnostic) Manufacturing and a size standard of 150. NIEHS will solicit and negotiate directly with Acquia Government at Carashoft and no solicitation will be issued. This notice of intent is not a request for competitive proposals or quotations; however, if an interested party believes they can meet the above requirement, it may submit a statement of capabilities. The statement of capabilities must be submitted in writing and must contain material in sufficient detail to allow the Government to determine if the party can perform the requirement. A determination by the Government not to compete this proposed requirement based on responses to this notice is solely within the discretion of the Government. All interested parties must express their interest and capabilities in writing via email To Brian D. Moyer, Contract Specialist at moyerbr@niehs.nih.gov within five (5) days after the date of publication of this notice. No faxed documents will be accepted. If no responsive statements are received within ten (10) days, an award will be made to Acquia Government at Carashoft.

Vehicle: IT 70

RFP release date: 8/17/2021

Proposal due date: 8/27/2021

Related Attachments:

Read more

National Transit Database (NTD) Program Support

Summary: SOURCES SOUGHT/MARKET SURVEY NOTICE FOR THE NATIONAL TRANSIT DATABASE PROGRAM SUPPORT The United States (U.S.) Department of Transportation, Federal Transit Administration (FTA) is seeking vendors to assist FTA’s Office of Budget and Policy in supporting the transit industry in fully implementing the National Transit Database (NTD), as further described in the attached draft Statement of Work (SOW). The NTD was created to help meet the needs of individual public transportation systems, all levels of government, and the public for information on which to base public transportation service planning. This Contracting Opportunities (formerly known as Federal Business Opportunities) notice is an announcement seeking market research information concerning businesses that believe they are technically capable of providing the services in the attached SOW. We strongly encourage small businesses to respond concerning their technical capabilities regarding this notice. The technical capability package response for this “Sources Sought/Market Research Survey” is not expected to be a proposal, nor will any award be made, but rather specific, detailed information regarding the company’s existing experience in relation to the contract line item numbers (CLINs) specified in the SOW for information and planning purposes only. The Government will not accept simply a submission of your firm’s standard brochure of capabilities as a response to this Sources Sought/Market Survey Notice. The Government will not be responsible for any cost incurred by interested parties in responding to this request. There are thirteen CLINs described in the attached SOW. If your firm does not have expertise in all thirteen CLINs, please indicate the CLINs in which you have expertise and provide a technical capability statement response. Technical capability statements should be no more than 6 pages and the complete capability package must not exceed 10 pages. The document can be single or double spaced. Ensure you identify the SOW program area(s) for which you are providing a capabilities package. If a vendor has a recommendation based upon experience, please provide it as a brief response to this notice to the Government. The following questions must be answered and elaborated on as part of the technical capability statement response: (1) Past Performance Does your firm have the relevant past performance within the last three years (include contract number, task order number (if applicable), blanket purchase agreement (BPA) number along with call order number, contract type, total dollar value, technical point of contact (POC) with phone number, email address, name of employer, POC’s role, and a brief description of the work performed; (2) Corporate Experience Does your firm have the work experience similar in nature, scope, complexity, and difficulty of work described in the SOW; and (3) Is your firm providing similar services as stated in our SOW under an existing requirement against your General Services Administration (GSA) Schedule Indefinite Delivery, Indefinite Quantity (IDIQ) contract? If so, please briefly describe the contracted services and provide your GSA Schedule IDIQ contract number for which the services are provided against as an order and the Special Item Numbers (SINs) which the relevant work is being performed in relation; (4) For the GSA Schedule IDIQ contract related work which was provided to another federal government entity (ordering agency), please provide which labor categories your firm used for this type of work under a task or call order awarded; (5) Provide a description of services your firm provides similar in program area scope in the SOW under a currently awarded contract in the commercial industry. If your firm has relevant work with another federal government entity that was not awarded as a GSA Schedule buy, please briefly describe it as well. Please provide your company’s name, POC, address, phone number, cage code and your business size under the North American Industry Classification System (NAICS) code along with your capability statement response. If your firm has a specific NAICS code to recommend for each CLIN, please include it in your response to this RFI/Sources Sought notice. Also, when addressing the five questions stated above, please indicate whether your firm performed the work as a prime or subcontractor. If as a subcontractor, please state the prime contractor firm with your question responses. Complete technical capability statement response packages must be submitted electronically to Ms. Shequesha Evans, Contract Specialist at the email address Shequesha.Evans@dot.gov with a copy to Mrs. Stephanie Cooke-Nwadibia, Senior Contracting Officer via email at Stephanie.Cooke-Nwadibia@dot.gov by 1:00 p.m. Eastern Standard Time (EST) on September 3, 2021. Please note that the Government will not be compiling a bidders list for this Sources Sought/Market Research Survey nor posting one. CONTRACT TYPE The Government anticipates awarding a single Small Business Set-Aside, Firm-Fixed Price (FFP) and Labor-Hour hybrid contract concerning this requirement if determined to be competed among small businesses utilizing the Federal Acquisition Regulation (FAR) Part 15: Contracting by Negotiations procedures with posting to Contract Opportunities. If determined to be procured via GSA eBuy, the Government may award a task order utilizing FAR Subpart 8.4 Federal Supply Schedules (FSS) procedures. PERIOD OF PERFORMANCE The anticipated period of performance will be one 13-month base period and two 12-month option periods. PLACE OF PERFORMANCE The contractor shall furnish necessary facilities to undertake the scope of work and perform the services specific in this requirement.

Vehicle: PSS

RFP release date: 8/17/2021

Proposal due date: 9/3/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com