PM

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

Volpe PRISM Licenses, Support and Maintenance

Summary: Please provide a quote in accordance with the selected GSA MAS Categories 54151, 5415S and 511210 and the attached specifications. This requirement is being conducted in accordance with FAR Part 13, Simplified Acquisition Procedures (SAP). 1. Quotes shall be submitted via GSA E-Buy. 2. An award will be made to the offeror whose offer is considered to be the best value to the Government based on price. 3. The resulting delivery order award will be issued on a firm fixed price basis. 4. Any quote submitted shall be valid for a minimum of thirty (30) days from the date of submission. 5. Quotes are due by 7:00 PM, EST. on Wednesday, September 28, 2021. 6. Please complete, sign and date the attached Provision FAR 52.204-24 and return with your quote. Please direct all questions regarding this Request For Quote directly to the contracting officer identified below. Thank you, Darcy Hubbard Contracting Officer U.S. DOT/Volpe Center, V222 Cambridge, MA 02142 Tel: 617.494.3816 Email: Darcy.Hubbard@dot.gov

Vehicle: IT 70

RFP release date: 9/27/2021

Proposal due date: 9/29/2021

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

RFI for DEAMS FMO Professional Services BPA

Summary: See attached RFI document and draft BPA PWS. THIS IS NOT A REQUEST FOR PROPOSALS (RFP) OR A REQUEST FOR QUOTATION (RFQ). IT IS STRICTLY AN eBUY REQUEST FOR INFORMATION TO IDENTIFY POTENTIAL VENDORS INCLUDING BUT NOT LIMITED TO SMALL BUSINESSES AND LARGE BUSINESSES CAPABLE TO FULFILL THE ATTACHED REQUIREMENT IN AN EFFORT TO DETERMINE IF THERE EXISTS AN ADEQUATE NUMBER OF QUALIFIED GSA SCHEDULE CONTRACTORS CAPABLE AND INTERESTED IN MEETING THE REQUIREMENTS OUTLINED. Response by e-mail is required and should be forwarded to Adam Sawatzke, Contracting Officer, via e-mail at adam.sawatzke@gsa.gov and Megan Knight, Project Manager, via email at megan.knight@gsa.gov. Response is requested on or before 12:00 pm (CDT) October 15, 2021. The total RFI response document shall not exceed eight (8) pages.

Vehicle: PSS

RFP release date: 9/16/2021

Proposal due date: 10/15/2021

Related Attachments:

Read more

Equity Review of FAR Forms

Summary: The General Services Administration (GSA) Office of Governmentwide Policy (OGP), has identified a need for contractor support services for DEIA Review of FAR Forms. As such, this Request for Quotation (RFQ) is being issued to Federal Supply Schedule Contract holders. The RFQ summary is as follows: (1) Statement of Work (SOW) for DEIA Review of FAR Forms (2) Task Order Type: Labor Hour (3) Period of Performance: Total period of performance is 2 years including a 12-month Base Period with one 12-month Option Period. Anticipate period start date is September 30, 2021. (4) Quotations Due By NLT 5:00 PM EST, September 22, 2021 All electronic quotation submissions shall only be made via GSA E-Buy. Any corrupt or unreadable documents shall not be considered for evaluation purposes. Any files not received by the cut-off date and time specified herein shall be deemed late and shall not be considered for evaluation. If you have any questions regarding this RFQ, please contact GSA points of contact listed in the RFQ.

Vehicle: PSS

RFP release date: 9/16/2021

Proposal due date: 9/22/2021

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

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

NAVCIE BORFQ 0021 USAREUR-AF Tony Bass IT Upgrades Phase I

Summary: See the attachments for full details. —– 0.1 DESCRIPTION OF AMENDMENT 0.2 The purpose of Amendment 0001 is to: a. Update the due date for the quote to 21 September 2021 at 2:00 PM Central European Summer Time, as previously agreed by the parties via email. b. Update the CLIN structure as outlined in paragraph 1.5 of this BORFQ letter.

Vehicle: IT 70

RFP release date: 9/10/2021

Proposal due date: 9/21/2021

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

Administrative Support Services

Summary: Please provide quote in accordance with (IAW) Addendum 52.212-1 and Addendum 52.212-2 in attached RFQ N6883621Q0363. The period of performance is for a base year, four (4) one year options, and six (6) month extension IAW 52.217-8 if required. Questions close on 10 September 2021 at 1:00 PM eastern time.

Vehicle: PSS

RFP release date: 9/8/2021

Proposal due date: 9/15/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com