Request for Quotation

CDC Microsoft Consulting Services

Summary: This is a request for quotation for a single-award blanket purchase agreement (BPA) for Microsoft consulting services under FAR 8.405-3. The estimated total ceiling value of the BPA is $50M. The ceiling is high to help streamline the issuance of small, manageable task orders for work conducted in an agile environment. However, the Minimum that the Government is obligated to purchase is $0.00. Requirements and funding levels change and there is no guarantee that orders will be placed against the BPA. Instructions to vendors, a pricing schedule, a list of labor category descriptions, and the solicitation document with a description of the work, evaluation criteria, and terms and conditions are all included with this posting.

Vehicle: IT 70

RFP release date: 9/29/2021

Proposal due date: 10/15/2021

Related Attachments:

Read more

Executive Order Support Services (EOSS) BPA

Summary: Request for Quotation (RFQ) to solicit for a five- year BPA and initial call order.

Vehicle: IT 70

RFP release date: 9/23/2021

Proposal due date: 10/14/2021

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

Panaya Licenses and Maintenance Renewal Support Services

Summary: Good Day, Your organization has been selected to participate in the National Institutes of Health, Request For Quotation (RFQ) number RFQ1523154 Titled: Panaya Licenses and Maintenance Renewal Support Services. The Government anticipates one (1) Firm Fixed Price Delivery Order resulting from this solicitation. Questions should be submitted no later than 5PM EST September 20, 2021 via email to eliza.menchaca@nih.gov. The RFQ will close at 5PM EST on September 22, 2021. Please submit responses via email to eliza.menchaca@nih.gov. Thank you, Eliza Menchaca Contracting Officer NLM, NIH

Vehicle: IT 70

RFP release date: 9/17/2021

Proposal due date: 9/22/2021

Related Attachments:

Read more

Sales Center Support Services

Summary: This is a Request for Quotation (RFQ) for Sales Center Support Staff (one position) for the Federal Acquisition Service (FAS), Region 7 GSA’s Office of Personal Property Management The principal place of performance is on-site at the Denver Federal Center located at One Denver Federal Center, Building 41, Denver, CO 80225. The period of performance will be from Date of Award through 12-months with four, 1-year option periods that may be exercised at the Government’s discretion. This acquisition is being conducted under FAR 8.4, the Federal Supply Schedules program. The Ordering procedures at FAR 8.405-2, Services requiring a Statement of Work, apply. This acquisition will be awarded as a single, Firm-Fixed Price Task Order. For this requirement the contractor shall hold a GSA Multiple Award Schedule (MAS) contract under the Special Item Numbers (SIN), 541611, Management and Financial Consulting, Acquisition and Grants Management Support, and Business Program and Project Management Services OR 561210FS, Facilities Support Services. NO Open Market services shall be quoted. In accordance with Section 1331 of Public Law 111-240, GSA at its discretion is conducting this procurement as a total set-aside for Small Businesses. Vendors submitting quotes must be designated as Small Businesses in accordance with their MAS contract. Only Small Business firms will be considered for award. See FAR Clause 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020), in Section D of the RFQ for more information. Respondents shall quote a Firm-Fixed pricing structure for this requirement. Additionally, all vendors are required to include with their quote, a copy of their current GSA Price List. Your GSA Price List must include the itemized labor categories being quoted. Please read the RFQ attachment and respond electronically via eBuy by the stated deadline of Thursday, September 30, 2021 @ 4PM Central Time.

Vehicle: PSS

RFP release date: 9/14/2021

Proposal due date: 9/30/2021

Related Attachments:

Read more

PSCR Program Management Support

Summary: See Amendment 1. RFQ Title PSCR General Project Management Support Description: ******SOURCES SOUGHT ONLY****** National Institute of Standards and Technology (NIST) Acquisition Management Division Sources Sought for Commercial Item Purchase THIS SOURCES SOUGHT IS NOT A REQUEST FOR QUOTATION. It is a market research tool being used to determine potential and eligible business firms that are capable to provide the services described herein prior to determining the method of acquisition. The National Institute of Standards & Technology (NIST) seeks information on vendors that are capable to provide Public Safety Communications Research (PSCR) General Project Management Support. This announcement is not a Request for Quotation (RFQ) and does not commit the Government to award a contract now or in the future. No solicitation is available currently. Additionally, The Government is not obligated to and will not pay for any information received from potential sources because of this sources-sought announcement. The results of this Sources Sought will be utilized to determine if any Small Business Set-aside opportunities exist. All Small Business Set-aside categories will be considered. In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. As a result of this Sources Sought announcement, NIST shall conduct a competitive procurement on GSA and subsequently award a GSA Task Order pursuant to FAR 8.405. NIST anticipates awarding a base year with four one-year-options task order. If at least two qualified small businesses are identified during this market research stage that can fulfill the requirement, in accordance with the requirement descriptions and technical specifications indicated in the DRAFT Performance Work Statement (PWS), then this acquisition shall be solicited as a small business set aside. However, NIST is seeking responses from all responsible sources, including large and small businesses (SB, SDB, WOSB, HUBZone, SDVOSB and VOSB). This requirement is assigned a NAICS code of 541611 for Administrative Management and General Management Consulting Services with a small business size standard of $15 M. The specific purpose of this Sources Sought Announcement is to determine if there are small businesses, within the parameters identified above, that are capable to provide the Services identified in the DRAFT PWS. Interested business organizations that believe they are capable to meet the requirement should submit electronic copies of their capability statement. Please limit responses to five (5) pages or less. Responses should include the following information: 1. Name of company that will provide the service and GSA contract number. 2. Identification and verification of the company’s small business status. 3. Company Profile to include number of employees, office location(s), DUNS number and Cage Code. 4. Relevant experience within the last five years, including any contract number, and Government/Agency or firm point of contact (POC) and current telephone number for the POC. 5. Identify if you were a subcontractor and the work performed as the sub-contractor. 6. Any other relevant information that is not listed above which the Government should consider in developing our service requirement and finalizing our market research. (Company sales brochures or marketing packages will not be considered). REQUIREMENTS OVERVIEW: See the attached DRAFT PWS.

Vehicle: PSS

RFP release date: 9/10/2021

Proposal due date: 10/15/2021

Related Attachments:

Read more

Contractor Support for FAS OPC Training Governance

Summary: The General Services Administration (GSA), FAS Office of Compliance and Guidance, has identified a need for Training Governance Development to obtain contractor support services for the development of FAS-wide training governance. 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 Contractor Support for FAS Training Governance Development (2) Task Order Type: Labor Hour (3) Period of Performance: Total period of performance is 12 months including a 7-month Base Period with one 5-month Option Period. (4) Quotations Due By NLT 5:00 PM EST, September 10, 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.

Vehicle: PSS

RFP release date: 9/1/2021

Proposal due date: 9/10/2021

Related Attachments:

Read more

FEMA EMMIE to FAC-TRAX Data Cleaning (Public Assistance)

Summary: INTRODUCTION: The Federal Emergency Management Agency (FEMA) intends to award a Blanket Purchase Agreement (BPA) for Data Cleaning Services, resulting from this solicitation using the FAR Subpart 8, GSA Federal Supply Schedule. The solicitation number is 70FA4021Q00000012 and is issued as a Request for Quotation (RFQ) prepared in accordance with the format in FAR Part 8.405 to current GSA schedule holders under Schedule MAS/54151S “Information Technology Professional Services. DESCRIPTION: The purpose of this requirement is to acquire resources to support three (3) primary objectives of the cleaning phase required for the migration of legacy data from the Emergency Management Mission Integration Environment (EMMIE) to the Grants Manager and Grants Portal tool (FAC-TRAX) within the Public Assistance (PA) Program. The three (3) primary objectives are: 1. Structure unstructured, migrated [EMMIE] legacy data to render it searchable within the new system infrastructure. 2. Reconcile empty fields within EMMIE projects already migrated to FAC-TRAX, where data was not previously collected. 3. Document the cleaning of historical insurance data to meet the recommendations made in the OIG-12-18: “Office of Inspector General (OIG) Report FEMA’s Process for Tracking Public Assistance Insurance Requirements FEMA intends to procure a services contract, to include personnel who will conduct the cleaning of transferred data within FAC-TRAX. TWO-PHASED COMPETITION (THERE ARE SEPERATE DUE DATES FOR EACH PHASE (PLEASE SEE ATTACHED RFQ): This competition will be conducted in two phases. In Phase 1, the Government will evaluate the offerors Relevant Experience (Evaluation Factor 1) to determine if the offeror possess the experience needed for this requirement. After the offeror’s Relevant Experience is evaluated, the Offerors will receive an Advisory Notification via email from the Contracting Officer. Offerors who have the most competitive proposals for Factor 1 will be advised to proceed to Phase II. Offerors who were not among the most competitive will be advised that they are unlikely to be viable competitors. Failure to fully participate in Phase I precludes further consideration of an Offeror. In Phase 2, the Government will evaluate the offeror’s Technical and Management approach (Evaluation Factor 2) and Price (Evaluation Factor 3). FEMA intends to award one (1) single award Blanket Purchase Agreement (BPA) against the offeror’s GSA schedule/contract with Time and Material (T&M), Firm-Fixed-Price (FFP) labor rates, Travel and ODC CLINs. This requirement will support the issuance of BPA call orders for the required services. The solicitation includes the following attachments: – Attachment 1: Statement of Work (SOW) – Attachment 2: Pricing Template – Attachment 3; Statement of Contract Assurance – Attachment 4: Question / Answer template – Attachment 5: Wage Determination (Washington DC) – Attachment 6: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) (contains fill-ins, to be returned with Phase 2 proposal) – Attachment 7: 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) (contains fill-ins, to be returned with Phase 2 proposal)

Vehicle: IT 70

RFP release date: 8/31/2021

Proposal due date: 9/16/2021

Related Attachments:

Read more

ISO 9001, AS 9110, ISO 14001, and ISO 45001 Registrations for COMFRC (US Navy)

Summary: To MAS Vendors under 541611: Please find the attached Request for Quotation for 1512099 – Commander, Fleet Readiness Centers (US Navy) ISO 9001, AS 9110, ISO 14001, and ISO 45001 Registrations. The services to be provided under this contract are to register and maintain registration of the Industrial Depot Sites of Fleet Readiness Center Southeast, Jacksonville, FL (FRCSE), Fleet Readiness Center East, Cherry Point, NC (FRCE), Fleet Readiness Center Southwest, North Island, CA (FRCSW) as ISO 9001, AS9110, ISO 14001, and ISO 45001, (FRCs MA, NW, and W are registered to AS9110 only) to include follow-up Surveillance/Maintenance Audits as required through the end of the contract. The contractor shall honor previous certifications by other agencies to include their re-certification schedules (See Attachment, C.3 Scope for detailed Facility Size and Audit Information). NAICS Code: 541611 – Management and Financial Consulting, Acquisition and Grants Management Support, and Business Program and Project Management Services Period of Performance: (Start date upon award) 1 Base Year, plus 4 Option Years, to include a six (6) month option extension IAW FAR 52.217-8. Attachments in this correspondence are as follows: 1. Request for Quote Document (RFQ1521099_ISO Audit.pdf) 2. Attachment A – Standard Form 1449 3. Attachment B – Key Personnel Qualifications Matrix 4. Attachment C – Project Staffing Plan Table 5. Attachment D – Quality Assurance Surveillance Plan QASP 6. Attachment F – COR Appointment Letter (to be sent upon award) 7. Attachment G – Travel Request Form 8. Attachment H – Organizational Conflict of Interest (OCI) 9. Attachment I – Non-Disclosure Agreement (to be filled upon award) 10. Attachment J – Price Proposal Template ***essential document to calculate your offer for Section B of the RFQ*** FOR QUESTIONS: Contractors will submit any questions directly to the given Google Form Questionnaire for this solicitation on or before 19 August 2021, Thursday at 4:00 PM (EDT). Solicitation Questionnaire Link: https://forms.gle/D6YWADJ25tsLbiZm SUBMISSION OF OFFER 1. Submit proposals through GSA eBuy 2. Selected awardee must register in ITSS. 3. No paper (hard copy) offer will be accepted. THE DUE DATE FOR THE SUBMISSION OF THE OFFER IS 23 August 2021, Monday at 5:00 PM (EDT).

Vehicle: PSS

RFP release date: 8/11/2021

Proposal due date: 8/23/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com