Request for Proposal

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

Traffic Signal and Street Lighting Repair Contract Management System Development

Summary: The New York City Department of Transportation (“DOT” or “Department”), Traffic Operations, is seeking proposals from appropriately qualified vendors1 to provide a complete Repair Contract Management Solution for the Traffic Signals and Street Light electrical systems in the City of New York. DOT anticipates that it will award one contract as a result of this Request for Proposal (“RFP”), but reserves the right not to award a contract in the best interests of the City.

Vehicle: IT 70

RFP release date: 9/28/2021

Proposal due date: 10/14/2021

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

EIS Consulting Services

Summary: This is a Request for Proposal for Consulting Services in accordance with the attached Performance Work Statement (PWS). A Labor-Hour (LH) Task Order (TO) is anticipated as a result of this solicitation. If the contractor exceeds the ceiling price identified on the CLIN(s) within the order, the contractor does so at its own risk. See attached solicitation for all requirements, terms and conditions, and evaluation criteria. Offeror will fill out attached Pricing Worksheet and return it with the proposal.

Vehicle: PSS

RFP release date: 9/16/2021

Proposal due date: 9/22/2021

Related Attachments:

Read more

EAC Program – Application Cybersecurity Enterprise Services BPA

Summary: This announcement is a sources sought/request for information (RFI). This not a request for quote (RFQ)/request for proposal (RFP) and a formal solicitation is not available at this time. Enterprise Applications Cybersecurity (EAC) Program is responsible for ensuring that IT assets under the purview of EBS are in compliance with Federal and Agency policies. As the portfolio of assets continues to grow, EBS must be able to scale its cybersecurity capabilities to meet the needs of its customers. A flexible BPA is needed to provide a full range of cybersecurity services to assist EBS in carrying out its IT security oversight responsibilities. The Contractors will be responsible for providing subject matter expertise support in project management, technical and functional support, data integration and migration management, and upgrade support. The Internal Revenue Service is issuing an Request for Information (RFI)/Sources Sought on behalf of The Department of Treasury, Enterprise Business Solution. Interested contractors may submit a capability statement to demonstrate their ability to fulfill the task areas outlined in the RFI.

Vehicle: IT 70

RFP release date: 9/13/2021

Proposal due date: 9/20/2021

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

HCAHPS patient survey

Summary: The Crownpoint Healthcare Facility, Indian Health Service (IHS) is conducting market research for potential sources from the “Approved HCAHPS Survey Vendors” listing, for Hospital Consumer Assessment and Hospital Provider and Systems (HCAHPS) standardized survey instrument and data collection methodology for measuring patient’s perspective on hospital inpatient care. Scope Contract services are being requested to meet the CMS HCAHPS requirements in developing and implementing a standardized survey instrument and data collection methodology for measuring patient perspective on inpatient care . Specific Education & Certification Requirements for this need may include: The company provider/company must be registered an approved to serve as a vendor for HCAHPS implementation as required by CMS (Centers for Medicaid/Medicare Services). The Crownpoint Healthcare Facility is conducting this Sources Sought to identify two (2) or more businesses or small business contractors who possess the capabilities to provide services as specified above and to determine their availability, capability and adequacy. If your firm may be interested in this requirement, and has performed similar projects, we request the information shown below. If your firm is a qualified small business for the NAICS code 541611 ($16.5 dollars) please indicate as such in accordance with https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf As permitted by FAR Part 10, this is a market research tool being utilized for informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy for a possible Request for Proposal (RFP), to be issued at a later date, and in determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized. This notice shall not be construed as a RFP or as any commitment or obligation on the part of the Government to issue a solicitation. The Government does not intend to award a contract on the basis of this request, so proposals will not be considered. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Response is strictly voluntary – it is not mandatory to submit a response to this notice to participate in any formal RFP process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice. This is strictly market research and the Government will not entertain any questions. Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the Sources Sought. Submission Instructions: Qualified firms shall submit a statement of interest on company letterhead demonstrating the firm’s qualifications to perform the defined work. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, the following: A. Company Profile to include: 1. Company name and address; 2. Affiliate information: parent company, joint venture partners, and potential teaming partners; 3. Year the firm was established and number of employees; 4. Two points of contact (names, titles, phone numbers and email addresses); 5. DUNS number and CAGE Code, as registered in the System for Award Management (SAM) at http://www.sam.gov/: 6. Small Business designation/status (must correlate with SAM registration): _____ Small business _____ HUBZone _____ WOSB _____ 8(a) _____ VOSB _____ SDVOSB _____ Other Than Small Business _____ Small Disadvantaged Business

Vehicle: PSS

RFP release date: 8/20/2021

Proposal due date: 8/30/2021

Related Attachments:

Read more

Demand Guru

Summary: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. 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. HQ AMC/A9 requires the purchase of Demand Guru Software manufactured by Coupa Software at Scott AFB, IL 62225. Demand Guru is the only software available that incorporates leading edge machine learning algorithms that are fully compatible with existing USTRANSCOM Supply Guru models. Without fully compatible machine learning algorithms that are 100% compatible with existing USTRANSCOM Supply Chain Guru models, the ability to incorporate causal demand factors would be impossible and force AMC/A9 to use antiquated, time consuming, and less accurate techniques to create forecasts that drive billions of dollars in commercial augmentation, set military augmentation levels, and right-size the C-17, C-5, C-130, KC-46, and KC-135 fleets. This one-of-a-kind software will enable HQ AMC/A9 analysts to apply external influencers (i.e. CENTCOM troop deployment levels and rotational schedules) to existing time-series forecasts to accurately “what-if” future demands for short, medium, and long term horizons. Acquisition History: Contract Number: FA4452-20-C-0022 Contract Type: FFP Incumbent and their size: Llamasoft Inc., (Large) Method of previous acquisition: Sole Source Contract Number: FA4452-19-CA-015 Contract Type: Firm Fixed Price Incumbent and their size: Llamasoft, LLC. Method of previous acquisition: Sole Source Llamasoft has recently been acquired by Coupa Software. Coupa Software’s Cage Code is 66K54 and DUNS 790577006. This previous acquisition was procured with a NAICS code of 511210, Size Standard $41.5 million, and a PSC code of 7030. Prior justification for the sole source acquisition was approved 22 September 2020.

Vehicle: IT 70

RFP release date: 8/19/2021

Proposal due date: 8/27/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com