Not to Exceed

Patrick SFB Ethernet Upgrade

Summary: Patrick SFB ethernet speed upgrade for the EISP MPLS secure network. AVPN – E – 10m, Shared, Optical Access Interface, 10m Access Speed, PTABFLAK Site Code, 1225 Jupiter St, Patrick AFB, FL, CCBHFLMA LEC SWC, COCOFLCC POP. Service not to exceed one year

Vehicle: IT 70

RFP release date: 8/31/2021

Proposal due date: 9/2/2021

Related Attachments:

Read more

Transportation Financial Analysis Support Services

Summary: Request for Information (RFI) / Sources Sought Notice Subject to FAR clause 52.215-3 entitled “Request for Information or Solicitation for Planning Purposes,” this announcement constitutes a Sources Sought Notice for information and planning purposes for Transportation Financial Analysis Support Services in support of United States Fleet Forces Command. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. It is not to be construed in any way as a commitment by the Government for any purpose other than to gain the information requested, nor will the Government pay for the information submitted in response. The Government has determined that these supplies and services are commercial items as defined in FAR 2.101. Interested parties are encouraged to respond to this RFI/Sources Sought Notice. Scope The primary objective of this requirement is to provide USFFC with a broad range of detailed transportation analysis, financial analysis, and administrative services to support all Navy and Marine Corps customers for US Fleet Forces Command and Commander Pacific Fleet. Any potential contract resulting from this RFI/Sources Sought Notice is anticipated to be a Firm-Fixed-Price (FFP) task order. See the draft Performance Work Statement (PWS) posted with this notice for additional details. Place of Performance (Site Locations) Primary place of performance is Fleet Forces Command, 1562 Mitscher Ave Suite 250, Norfolk, VA 23551-2487. However, travel in support of PWS is required. NAICS Code The NAICS code for this requirement is anticipated to be 541611, Administrative Management and General Management Consulting Services. The product service code (PSC) is R699, Administrative and Other Services Services. This is a new requirement. Period of Performance Performance is estimated to commence around 05 December 2021. The anticipated period of performance will include a 12-month base period and four 12-month options. Capabilities Statement This is a market research tool. The input provided will help the Navy ascertain the interest, capability, and capacity of potential businesses. If you are an interested business, FLCN appreciates your assistance in providing a capabilities statement addressing the items below. Standard company brochures will not be reviewed. Submissions are not to exceed four standard typewritten pages. All technical questions and inquiries may be submitted within the response. 1. Full business name, address, point of contact, telephone number, and e-mail address 2. Contractor and Government Entity (CAGE) code 3. Size of business: Large Business, Small Business, Small Disadvantaged, 8(a), HubZone, Woman-owned, Service Disabled Veteran-Owned, or other category 4. If the items can be obtained from a GSA or SeaPort-e contract vehicle, provide the applicable contract number. 5. Describe your ability to support the scope of the requirement listed in this notice and in the provided draft PWS. Documentation of technical expertise and qualifications must be presented in sufficient detail for the Government to determine that your company possesses the necessary capabilities contained in this notice. 6. Indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor. If subcontractors are to be used, provide the anticipated percentage of effort to be subcontracted and if a small or large businesses will be used. 7. A draft PWS is provided. Please provide any additional feedback you feel is relevant related to the draft PWS and procurement strategy. Please submit any questions you have regarding this RFI / Sources Sought Notice and the draft PWS to Tito Getalla at tito.getalla@navy.mil. Submission Responses should be limited to no more than four standard typewritten pages. Reponses should reference Transportation Financial Analysis Support services and shall be submitted through the SeaPort NxG portal or by e-mail to Tito Getalla at tito.getalla@navy.mil by 10:00 a.m. Eastern time on 27 August 2021. Again, this is not a request for proposals. Respondents will not be notified of the results. Please note that the information within this RFI/Sources Sought Notice may be updated and/or may change prior to an official solicitation, if any, is issued.

Vehicle: PSS

RFP release date: 8/20/2021

Proposal due date: 8/27/2021

Related Attachments:

Read more

Clean by Power-Washing the exterior of the Waesche Hall Bridge Wall

Summary: SCOPE OF WORK: The Contractor shall furnish all equipment; labor, materials, supervision and transportation to clean by power-washing the exterior of the Waesche Hall Bridge Wall (Approximately 4,775). – LOCATION: The specified work shall be performed at the above locations at the U.S. Coast Guard Academy located at 15 Mohegan Ave, New London, CT 06320. – CONTRACT OFFICER’S REPRESENTATIVE: The term COR is an abbreviation for “Contracting Officer’s Representative”. The COR is appointed by the Contract Officer (KO). The COR ensures that all the technical requirements are met by the Contractor. The COR cannot make contract changes or amendments. Only the KO can make contract changes if he or she approves. – SITE VISIT: Bidders are expected to visit the project site to make a survey of the conditions to be encountered which may affect the cost of the performance of the work. An awarded Contractor that fails to familiarize themselves with the existing conditions shall not be relieved from the responsibility of full completion of the project. Interested Contractors are encouraged to contact Brian Boss, Asst. Public Works Officer at Brian.R.Boss@uscg.mil (preferred) or by phone at 860-444-8554 to schedule a site visit. The Contractor shall verify dimensions, linear footages, square footages, and site conditions and advise the COR of any discrepancies found prior to bidding on this project. – SECURITY: The Contractor shall provide a list of all on-site personnel, including Sub-Contractors to the COR or KO. The Contractor shall update this list when changes occur. Contractor personnel not listed may be denied access to the Coast Guard facility. Contractor personnel will be restricted to designated working areas. Any personnel violating this policy may lose access to the Coast Guard facility. Contractor personnel shall have photo identification at all times while working on Coast Guard facilities. – PERIOD OF PERFORMANCE: The Contractor shall proceed with work on the negotiated start date determined between the Contractor and COR. Targeted period of performance is from date of award, not to exceed September 17, 2021.

Vehicle: PSS

RFP release date: 7/27/2021

Proposal due date: 8/13/2021

Related Attachments:

Read more

Travel Operations Management Support Services

Summary: The Defense Human Resources Activity (DHRA) on behalf of the Defense Travel Management Office (DTMO), requests vendors under the GSA Multiple Award Schedule, Professional Services Category, Business Administrative Services, SIN 541611 Management and Financial Consulting, Acquisition and Grants Management Support, and Business Program and Project Management Services, submit a quote in response to the Performance Work Statement (PWS) provided as an enclosure to the Government’s Request for Quote documents attached herein. This requirement is set aside for small businesses. The NIACS Code is 541611 Administrative Management and General Management Consulting Services with a small business size standard of $16.5 million. This acquisition utilizes the procedures under Federal Acquisition Regulation (FAR) Part 8.4 which outlines the ordering procedures for Federal Supply Schedules. The Government intends to issue a Firm-Fixed-Price (FFP) Task Order which will include Time and Materials (T&M) Contract Line Item Numbers (CLINs), for a base period (includes an 30 day transition period and 11 months of service) and four, 12-month option periods. This solicitation includes a requirement for contractor travel. The Government will use the T&M CLINs to provide a Not to Exceed estimated cost for travel. Payments will be made through the Wide Area Workflow (WAWF) application in accordance with DFARS clause 252.232-7006, Wide Area Workflow Payment Instructions. This is an all-or-none requirement. A partial quote and any “assumptions” will be considered unresponsive and will not be evaluated. The vendor (s) agrees to hold the prices in its quote for a period of 120 calendar days from the date specified for receipt of quotes, unless another time is specified. Vendors may submit questions in response to this Request for Quote (RFQ). The deadline for questions is: 2 PM, ET, July 16, 2021. Please review the Government’s RFQ document, attached, for all information relating to this RFQ.

Vehicle: PSS

RFP release date: 7/6/2021

Proposal due date: 8/5/2021

Related Attachments:
Related Attachment
Related Attachment
Related Attachment
Related Attachment
Related Attachment

Read more
PHP Code Snippets Powered By : XYZScripts.com