SAM

Special Notice – Enterprise Platform for Integrated Citizen-Development (EPIC)

Summary: Please see the Request for Information (RFI) published at SAM.gov. The SAM.gov notice ID is EPIC_FY22. The following IP address may also take you directly to the RFI: https://sam.gov/opp/c55b5005c67c4365899e909ea07134d3/view. Please also submit your response via the eGOS system.

Vehicle: CIO-SP3

RFP release date: 10/6/2021

Proposal due date: 10/19/2021

Related Attachments:

Read more

AS9100

Summary: Internal audit support: three (3) full time employees for four (4) working days to provide two (2) internal audits in FY22 on site at NAWCAD. Surveillance audit support: two (2) full time employees for four (4) working days to provide support for two (2) surveillance audits in FY22 on site at NAWCAD. Quality Management System (QMS) development support: two (2) full time employees for a minimum of five (5) two (2) working day trips to provide QMS development support in FY22 on site at NAWCAD. Labor category for employees: auditor. Qualification level for employees: senior level Quote all items or none. Please ensure items are on your GSA schedule and identify if any items are open market as this is a GSA procurement. Request is set-aside for Total Small Business under the authority of FAR Part 52.219-6. Offerors must be registered in the System for Award Management (SAM) database prior to submission of an offer to be considered for award of any DoD contract. This may be accomplished electronically at https://www.sam.gov/portal/public/SAM/. Invoicing and payment will be made thru Wide Area Workflow (WAWF), TERMS: NET 30 Vendor will perform 3rd party audits to verify AS9100D compliance and certification. .

Vehicle: PSS

RFP release date: 9/30/2021

Proposal due date: 10/19/2021

Related Attachments:

Read more

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

Video Remote Interpreting (VRI) and Relay Conference Captioning (RCC) services

Summary: REQUEST FOR INFORMATION (RFI) #1605-CRC-21-NAT-0020 for VIDEO REMOTE INTERPRETING (VRI) and RELAY CONFERENCE CAPTIONING (RCC) SERVICES US Department of Labor (DOL) Office of the Senior Procurement Executive (OSPE) Office of Acquisition Services (OAS) The US Department of Labor (DOL) Office of the Senior Procurement Executive (OSPE) Office of Acquisition Services (OAS), on behalf of the Office of Assistant Secretary of Administration and Management (OASAM) Civil Rights Center (CRC) is seeking information regarding Video Remote Interpreting (VRI) and Relay Conference Captioning (RCC) services. This Request for Information (RFI) is being issued in accordance with Federal Acquisition Regulation Part 10, Market Research. It is for information, planning, and market research purposes only and shall not be construed as either a solicitation or obligation on the part of the DOL. The purpose of this RFI is to help the DOL understand the industry best practices, technical solutions, and sources capable of meeting the Department’s requirements. Specifically, the Government is seeking to determine if there are any questions about the DOL’s requirements, determine if industry notes any omissions in the requirements, and information about sources available to meet the DOL’s requirements. SOURCES SOUGHT: This notice serves to determine the availability and capability of qualified small businesses (including Small Business Administration Certified 8(a) Companies; firms in Historically Underutilized Business Zones (HUBZone); Service-disabled veteran-owned small businesses; and Women-owned small businesses) to provide VRI and RCC services, under GSA’s Multiple Acquisition Schedule (MAS) Language Interpretation Services Special Item Number (SIN) 541930. BACKGROUND: OASAM CRC has a requirement for a qualified vendor to provide VRI and RCC services to DOL’s Reasonable Accommodation Resource Center (RARC). RARC provides guidance and information about, and facilitates the provision of, reasonable accommodations for DOL employees and applicants for DOL employment who have disabilities. By doing so, RARC supports the Department’s commitment to persons with disabilities and efforts to create and maintain an inclusive, diverse work environment where all employees can reach their potential and maximize their contributions. REQUIREMENTS: The Department of Labor is seeking VRI and RCC services as described in the attached Performance Work Statement (PWS). REQUESTED INFORMATION: The information that CRC is seeking from industry is as follows: 1. A rough order of magnitude or estimate to support VRI and RCC services outlined within PWS. Specifically, from a pricing standpoint, this should be a non-binding estimated budget for the services outlined in the PWS. 2. Capabilities Statement from Vendor/Company Profile. 3. Past Performance history on VRI / RCC related contracts/task orders. 4. Comments and Feedback on PWS. RESPONSES: In addition to the requested information, responses shall also include the following: 1. Company name, mailing address, e-mail address, telephone and website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Company’s GSA Federal Supply Schedules contract number and Special Item Numbers. 3. Customary practices, including warranty, discounts, contract type under which commercial sales of this services are made. 4. Business size and status (i.e. 8(a), Small Disadvantaged Business, Woman-Owned Small Business, HUBZone, and/or Service-Disabled Veteran-Owned Small Business). 5. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the System of Awards Management at www.beta.sam.gov to be considered as potential sources. This Notice is not to be misconstrued as a Request for Quote. There is no solicitation at this time. This request for information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the outcome of the DOL’s review of the information received. The DOL reserves the right to contact one or more of the respondents if additional information is required. Information obtained as a result of this notice may be reflected in the subsequent solicitation if issued. This announcement is Government market research, and may result in revisions to both its requirements and its acquisition strategy based on industry responses. Responses are due on September 28, 2021 at 2pm Eastern Time. Responses shall be sent via email to Emily Pyatigorsky, Contract Specialist, at pyatigorsky.emily@dol.gov. Please indicate in the subject of your email: Request for Information VRI and RCC Services 1605-CRC-21-NAT-0020 Attachments: PWS and Q&A

Vehicle: PSS

RFP release date: 9/23/2021

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

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

RFQ – ORAL SOLICITATION REQUEST MICROSOFT & JUNIPER SUBJECT MATTER EXPERT (SME)

Summary: REQUEST FOR QUOTE (RFQ) – ORAL SOLICITATIONS Thank you for fielding a phone call yesterday for the attached requirement. Please see below additional information for the solicitation of contract FA873021F0228 in accordance with FAR Part 13 Simplified Acquisition Procedures and supplemented by FAR Part 8, Required Sources of Supplies and Services, and FAR Part 19, Small Business programs. Attached is the requirement document for the two Subject Matter Experts (SMEs) that are being requested by the Air Force. A quote for these two (2) SMEs is needed by the date below. This is a competitive 100% Small Business Set aside under NAICS Code 541511. The Government intends to award to the lowest priced offer who meets the requirements in the attached document. Proof of capability to meet the requirements can be in the form of a resume showing a qualified individual (preferred) or a memo from the Contractor stating capable. If submitting a memo of capability, explain how you intend to have a qualified individual in time. If award is made, prices are firm-fixed. Please provide in response to this notice or in email by 22 September at 1500 EST a quote for: 0001 Microsoft SME $_______.___ a. Labor (5 days) b. Travel & Per Diem for F.O.B. (Hanscom AFB, MA) 0002 Juniper SME (Option A) $_______.___ a. Labor (2 days) b. Travel & Per Diem for F.O.B. (Hanscom AFB, MA) 0003 Juniper SME (Option B) $_______.___ a. Labor (5 days) b. Travel & Per Diem for F.O.B. (Hanscom AFB, MA) TOTAL: $_______.__ The Government reserves the right to fund all, some, or none of the above requirement. Reply to this email with any questions. Please include your CAGE number and GSA applicable contract number in your quote response. Quoted prices should include F.O.B. destination. Services are required as soon as possible and SME(s) should be available within 5 days after award/receipt of order (ARO). Please email any questions to the Contracting Officer below at michael.cenedella.1@us.af.mil and Contracting Specialist Victoria Bowley at victoria.bowley@us.af.mil. You are required to be registered and in good standing (Responsible) in the System for Award Management (SAM.gov) to receive an award, and your Taxpayer Identification Number must be in SAM or provided upon award. Legal effect of quotations per FAR 13.004, applies. Thank you for your consideration and we look forward to receiving your quote! Very Respectfully, MICHAEL CENEDELLA Contracting Officer

Vehicle: IT 70

RFP release date: 9/17/2021

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

Splunk Professional Services – NAVSEA HQ

Summary: This is a Request for Quote (RFQ) is to current DOD ESI (Enterprise Software Initiative) Blanket Purchase Agreement (BPA) holders. In accordance with DFARS 208.74, only authorized Blanket Purchase Agreement (BPA) holder(s) shall submit a completed RFQ that include prices for all CLIN(s). This is an all-or-none requirement. Partial quotes will be deemed unresponsive and will not be evaluated. The government will award a single purchase order to the responsible offeror whose offer conforms to the requirements as stated in the solicitation and is most advantageous to the government based on lowest price, technically acceptable. Please see the Statement of Work for exact specifications for this requirement. Quotes from any business that is not an ESI/BPA holder will be deemed unacceptable and will not be considered. Offerors must be registered in SAM and all responsible sources may submit a quotation which, if timely received, will be considered by the Agency. Quotes are due no later than the response date in the posting. Responses/offers shall be submitted electronically. Any amendment(s) issued to this RFQ will be published on this website. Therefore, it is the Offeror(s) responsibility to visit this website frequently for updates on this procurement.

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 9/17/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com