Package

Maintenance Service for Agilent Products.

Summary: The United States Department of Agriculture (USDA), Agriculture Research Service, Eastern Regional Research Center, Wyndmoor, PA., requires recurring maintenance service for Agilent products: GCMS Triple Quad Instrument Package that consists of: Agilent 7890A Series GC; and Agilent 7010 MS/MS. The primary objective of issuing this Solicitation is to seek information from vendors with the capability of providing maintenance services for GCMS Triple Quad instrument package. The service must be preformed by a certified Agilent Technician. Please read the attached Solicitation in its entirety. Quotes should be uploaded in a pdf format to GSA Ebuy. Thank you.

Vehicle: PSS

RFP release date: 9/22/2021

Proposal due date: 9/27/2021

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

Budget & Program Analyst (Contract Support)

Summary: The U.S Maritime Administration is an agency of the Department of Transportation that promote the use of waterborne transportation and transportation system programs. The Maritime Administration seeks temporary contract support for the Office of Budget. Please review the attached document and provide a proposal package. Instructions Proposal packages shall include Technical qualifications, resumes and pricing according to the RFQ. The package should not exceed 15 pages. Pricing shall include fixed labor rates for each service category needed. The proposals must be submitted in the English language with a font style and size of Times New Roman 12. Offers received in other than English shall be rejected. Evaluation Criteria Evaluation is based on government’s determination of best qualified and best fit after candidate interviews. The government reserves to the right to not interview all candidates and to make a hiring decision without interview, based on qualifications alone after resume review. Contract Administration ALL QUESTIONS regarding this RFQ must be sent via email to nicole.price@dot.gov and lachelle.johnson@dot.gov. Any questions received after 5:00pm 9/20/2021; the Government will make reasonable attempts to answer. The Government may not extend the RFQ due date because of any questions. Responses to all questions submitted will be posted the RFQ.

Vehicle: PSS

RFP release date: 9/10/2021

Proposal due date: 9/21/2021

Related Attachments:

Read more

Financial Management Analyst (Contractor Support)

Summary: The U.S Maritime Administration is an agency of the Department of Transportation that promote the use of waterborne transportation and transportation system programs. The Maritime Administration seeks temporary contract support for the Office of Budget. Please review the attached document and provide a proposal package. Instructions Proposal packages shall include Technical qualifications, resumes and pricing according to the RFQ. The package should not exceed 15 pages. Pricing shall include fixed labor rates for each service category needed. The proposals must be submitted in the English language with a font style and size of Times New Roman 12. Offers received in other than English shall be rejected. Evaluation Criteria Evaluation is based on government’s determination of best qualified and best fit after candidate interviews. The government reserves to the right to not interview all candidates and to make a hiring decision without interview, based on qualifications alone after resume review. Contract Administration ALL QUESTIONS regarding this RFQ must be sent via email to nicole.price@dot.gov and lachelle.johnson@dot.gov. Any questions received after 5:00pm 9/20/2021; the Government will make reasonable attempts to answer. The Government may not extend the RFQ due date because of any questions. Responses to all questions submitted will be posted the RFQ.

Vehicle: PSS

RFP release date: 9/10/2021

Proposal due date: 9/21/2021

Related Attachments:

Read more

QA Mechanical Inspections – GSA – Montana Facilities

Summary: MECHANICAL QA INSPECTIONS REQUIRED FOR THE FOLLOWING MONTANA LOCATIONS, FOR THE PERIOD OF NOVEMBER 1, 2021 THROUGH OCTOBER 31, 2022: CLIN 0001 – Chief Mountain Land Port of Entry (LPOE) – Chief Mountain, MT (2 each) CLIN 0002 – Havre Border Patrol Sector Headquarters (BPSHQ) – Havre, MT (6 each) CLIN 0003 – Piegan Land Port of Entry (LPOE) – Piegan, MT (6 each) CLIN 0004 – Raymond Land Port of Entry (LPOE) – Raymond, MT (6 each) CLIN 0005 – Roosville Land Port of Entry (LPOE) – Roosville, MT (6 each) CLIN 0006 – Sweetgrass Land Port of Entry (LPOE) – Sweetgrass, MT (3 each) CLIN 0007 – Turner Land Port of Entry (LPOE) – Turner, MT (6 each) CLIN 0008 – Hourly Rate for Inspections on O&M Performed Service Task Orders (while onsite for QA inspections). CLIN 0009 – Optional – Additional Site Visits, if needed, for Chief Mountain LPOE. Per Site Visit Price. CLIN 0010 – Optional – Additional Site Visits, if needed, for Havre BPSHQ. Per Site Visit Price. CLIN 0011 – Optional – Additional Site Visits, if needed, for Piegan LPOE. Per Site Visit Price. CLIN 0012 – Optional – Additional Site Visits, if needed, for Raymond LPOE. Per Site Visit Price. CLIN 0013 – Optional – Additional Site Visits, if needed, for Roosville LPOE. Per Site Visit Price. CLIN 0014 – Optional – Additional Site Visits, if needed, for Sweetgrass LPOE. Per Site Visit Price. CLIN 0015 – Optional – Additional Site Visits, if needed, for Turner LPOE. Per Site Visit Price. This Procurement is Total Small Business Set-Aside under FSS Contract/MASS: 561210FS w/Complementary SIN: OLM (Order-Level Materials). Please provide a detailed price breakout for each CLIN to include all labor categories, travel, etc. The most current Service Contract Wage Determinations for each location have been attached. The full RFQ1521728 package is attached to this posting, which includes: RFQ Task Order Requirements with Evaluation Factors; Scope; O&M PWS, Mechanical Inspection Form, Equipment Inventory; SCA Wage Determinations; and SBU Form. Quotes are due back by: Monday, September 27, 2021 at 4:00pm MST. Please send Request for Information to Shawna Horvath, CO (shawna.horvath@gsa.gov), NLT 9/21/21, to allow time to prepare and issue responses. Electronic copy of full proposal (via email and/or Ebuy), and mailed hard copies are all acceptable means of submitting proposals.

Vehicle: PSS

RFP release date: 9/12/2021

Proposal due date: 9/27/2021

Related Attachments:

Read more

MEMS NextGen Operations, Maintenance & Enhancements (OM&E)

Summary: The purpose of this GSA FSS RFQ is to procure IT services to support and enhance the USDA/Food Nutrition Service (FNS) MEMS NextGen application per RFQ 12314421Q0115, Attachment 1- MEMS NG OM & E Instructions to Offerors, and Attachment 2- PWS. This is requested to be a Option Year contract with a Base and two one-year option periods. This is a GSA RFQ and no ‘open market’ quotes will be accepted. This is a Advisory Down Select type solicitation. Please read Attachment 1 in its entirety. ——————————— Questions shall be submitted no later than September 2, 2021 at 1:00 PM Mountain Time Using Attachment 4- Vendors Questions Matrix. Questions with the Government’s responses will be issued via GSA eBuy and email where applicable. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective offerors via email. ———————— Phase 1/Volume I, Non-price Factor Prior Experience. Quotes must be submitted on or prior to September 8, 2021 at 1:00 PM Mountain Time. Phase 2/Volume II submit Technical Package & Phase2/Volume III, Price. Quotes must be submitted on or prior to September 20, 2021 at 1:00 PM Mountain Time.

Vehicle: IT 70

RFP release date: 8/30/2021

Proposal due date: 9/8/2021

Related Attachments:

Read more

WIC Participants and Characteristics Study 2022

Summary: The United States Department of Agriculture (USDA) Food and Nutrition Service (FNS) seeks a qualified Contractor to collect and compile data generated from WIC State Management Information Systems (MIS), create nationally descriptive data files on a census of participants, and produce summary reports to support the agency’s management, evaluation, and improvement of the Special Supplemental Nutrition Program for Women, Infants, and Children (WIC). The first report will include participant and program characteristics of the population enrolled in WIC by several factors including participant category. The second report will include estimates of pre- and post-rebate average monthly food package costs by participant category and food package type as well as total food costs by WIC-eligible food category.

Vehicle: PSS

RFP release date: 8/25/2021

Proposal due date: 9/8/2021

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

IT Research and Advisory Licenses/Subscriptions

Summary: Amendment #1 – The solicitation is currently under review. Vendors are advised not to submit proposals/quotes at this time and to disregard the original RFQ due date as posted within this solicitation. Additional details to be posted in the near future through amendment. The Bureau of the Fiscal Service, on behalf of the Consumer Financial Protection Bureau (CFPB) is hereby requesting a formal quote for IT Research and Advisory Licenses/Subscriptions in accordance with the Performance Work Statement (PWS) and Attachment B Pricing Sheet included in this solicitation. This is a Best Value Trade-off, unrestricted, solicitation to GSA Schedule vendors referencing Multiple Award Schedule (MAS) 54151S and utilizing NAICS 541519. The Government intends to issue a firm-fixed-price task order with a 12-month base year and four (4) 12-month option years. Please follow instructions for submitting quotations and evaluation criteria located in the PWS and solicitation package. Include any discounts available within your quote to be submitted. Contractors shall describe within their proposal if licenses/subscriptions can be added if needed by the CFPB, at any point within the Period of Performance and confirm if pro-rated pricing would be available. Any questions regarding this solicitation shall be submitted via email to: Purchasing@fiscal.treasury.gov and cc: Braden.Sanner@fiscal.treasury.gov referencing RFQ1512321, IT Research and Advisory, Attn. BS/PW in the subject line. Questions shall be submitted no later than 12:00 pm EST on Thursday, August 19, 2021. Interested offerors shall submit their quotation in writing via email to: Purchasing@fiscal.treasury.gov and cc: Braden.Sanner@fiscal.treasury.gov no later than 4:00 pm EST on Monday, August 23, 2021. Be sure to include RFQ1512321, IT Research and Advisory, Attn. BS/PW in the subject line to ensure prompt and proper distribution.

Vehicle: IT 70

RFP release date: 8/16/2021

Proposal due date: 8/23/2021

Related Attachments:

Read more

DOLD4-21-RFI-0005 Preventative Maintenance Service Agreement

Summary: This requirement is to provide a Preventative Maintenance Service Agreement package for The National Mine Academy security system with service inspections and testing of listed security equipment. This request is for a Base plus (4) Four Option Years. Contractor will provide labor, materials, software updates, technical services, service inspections, and testing on the Lenel OnGuard ADV64 quality Access Control software and equipment. The security system is Common Access Card (CAC) and Personal Identity Verification (PIV) ready, functions on general proximity, and is compliant with Federal Information Processing Standard (FIPS) 201 requirements. Contractor will also inspect, service, and repair Allegion/Schlage wireless door locks for one hundred seventy four (174) dormitory room entrances. Contractor will inspect, service, and repair twenty two (22) FIPS readers. There is a current (1) One year Manufacturer’s warranty in place from the equipment installation.

Vehicle: PSS

RFP release date: 8/6/2021

Proposal due date: 8/13/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com