SB

CDC Federal Relay Services

Summary: CDC has a need for Relay Conference Captioning (RCC) and Video Remote Interpretation (VRI) services for a one-year base with four one-year options. The intent of this posting is to gauge the interest and capabilities of Small Businesses (SB) and other Small Disadvantaged Businesses (SDB) to perform the work. The CDC’s requirement will be released as a set-aside, and interested parties within a disadvantage group should respond in order to narrow the set-aside to the appropriate category of responsive vendors. CDC requires responses from at least three vendors in order to narrow the set-aside to a specific category. If no responses are received, the requirement will be released for full and open competition on GSA eBuy SIN 541930. At this time, the only response requested is an interest in and capability to perform the work described in the Draft Statement of Work (Attached) via attestation and eBuy Response. Please do not respond with a quote or other financial or technical information. A further requirement shall be released soliciting responses for technical and financial information. No award shall result from this posting.

Vehicle: PSS

RFP release date: 10/5/2021

Proposal due date: 10/11/2021

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

LINUX/UNIX Infrastructure and Information Technology Support Services

Summary: The objective of this Task Order is to to provide the National Institute on Drug Abuse Intramural Research Program (NIDA IRP) with: Linux/Unix based end user IT support services; Linux/Unix systems operational support services; Linux/Unix based Information System; and Information Assurance Security Operations Support Services necessary to support the Linux/Unix based IT systems excluding Apple systems for the NIDA IRP. Please Refer to the document RFP No. C-87521-SB Instructions to Offerors for additional details on proposal submission instructions, evaluation procedures, and relevant clauses and provisions.Please refer to Attachment 1 ? Statement of Work (SOW) for additional details and descriptions of the requirements and tasks.Please refer to Attachment 2 ? Information and Security Clauses for information security clauses and conditions pertinent to this requirement. This requirement is to establish a contract for non-personal services for 1 FTE of a Systems Engineer Level 1 position. This requirement includes the use of options and option quantities for additional FTEs. Please review and advise if any changes or revisions are necessary, and I will respond right away. If acceptable please release this solicitation to qualified small business contractors at your earliest convenience. Thank you very much for your time and attention. Respectfully, Josh Lazarus

Vehicle: CIO-SP3

RFP release date: 8/11/2021

Proposal due date: 8/20/2021

Related Attachments:

Read more

Brand Name or Equal to Acquire Century Link Internet Service-Base plus 4 Option

Summary: SB Set Aside – Brand Name or Equal to Acquire Century Link Internet Service Per the attached Statement of Work and Redacted Justification. Also please see the clauses for this procurement. Please quote for Base year plus 4 option Years. Base year will be date of Award to 31 May 2022

Vehicle: IT 70

RFP release date: 8/10/2021

Proposal due date: 8/19/2021

Related Attachments:

Read more

Draft RFP – HSI Division 4 Unit 4 Continued Automation and Enhancements Recompet

Summary: This announcement is a follow up to DRFP-86574-SB and is only available to the vendors that “Opted-In” to Phase I(a) of the HSI Division 4 Unit 4 Continued Automation and Enhancements Recompete. This requirement is for each vendor to provide up to six (6) Non Disclosure Agreements (NDAs) for the individuals that will have access to the Performance Work Statement (PWS) for the purpose of responding to the Phase II Solicitation Release.

Vehicle: CIO-SP3

RFP release date: 7/28/2021

Proposal due date: 8/2/2021

Related Attachments:
Related Attachment
Related Attachment
Related Attachment

Read more

Ceiling Tile Maintenance

Summary: This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Place of Performance: Sheridan VAMC 1898 Fort Road Sheridan, Wyoming 82801 This will be a Firm Fixed Price Base plus Four option years contract as a Set-Aside for Small Businesses (SB). REQUEST RESPONSES FROM SB THAT WOULD BE INTERESTED IN PROVIDING SERVICES AS INDICATED BELOW ALSO REQUEST SUGGESTIONS FROM POTENTIAL PROVIDERS ON HOW THE PRICING STRUCTURE SHOULD BE. SEND RESPONSES TO Christina.Beeler-Blackburn@va.gov

Vehicle: PSS

RFP release date: 7/23/2021

Proposal due date: 8/6/2021

Related Attachments:
Related Attachment
Related Attachment

Read more

C5ISC Requirements and Enterprise Architecture Services (CREAS)

Summary: The United States Coast Guards Command, Control, Communications, Computers, Cyber, and Intelligence (C5I) Service Center (C5ISC) is tasked with maintaining and developing the Coast Guards C5I products and services. The Enterprise Architecture (EA) Division (CG-671) is tasked with maintaining and developing the Coast Guards Enterprise and Target Architectures, the EA Practice, and the EA Repository. SCOPE. To provide Requirements and EA development, analysis, management, and documentation in support of Chief Information Officer (CIO), CG-671, and C5ISC developed and supported C5I products and services. Services may require CONUS travel. See Requirements Section (PWS 2.0) for historical and forecasted level of effort (includes the forecasted baseline and ceiling levels of effort: the baseline forecasts the minimum level of effort for the base year and the ceiling forecasts the level of effort in future (options/modifications). Originally Posted as C-87151-SB I forgot to add Task Area 6 on C-87151-SB. I will cancel that requirement telling Task Area 2 vendors that C-87151-SB will now be C-87205-SB

Vehicle: CIO-SP3

RFP release date: 7/19/2021

Proposal due date: 8/16/2021

Related Attachments:

Read more

RFP – The Enterprise Architecture Management System

Summary: The scope of work includes the implementation and support services of a Commercial off theShelf (COTS) portfolio management and enterprise architecture platform for the USCG that will monitorand report the IT investment portfolio and the Enterprise Architecture (EA) strategy as one unifiedsolution. The pricing matrix already included sections for each option period (scroll right). SOW was updated to include: contract type (FFP), CAF reference at 0.55% for SB; and transition out plan. The implementation plan description was revised to include transition.

Vehicle: CIO-SP3

RFP release date: 7/16/2021

Proposal due date: 8/5/2021

Read more

The Enterprise Architecture Management System

Summary: The scope of work includes the implementation and support services of a Commercial off theShelf (COTS) portfolio management and enterprise architecture platform for the USCG that will monitorand report the IT investment portfolio and the Enterprise Architecture (EA) strategy as one unifiedsolution. The pricing matrix already included sections for each option period (scroll right). SOW was updated to include: contract type (FFP), CAF reference at 0.55% for SB; and transition out plan. The implementation plan description was revised to include transition.

Vehicle: CIO-SP3

RFP release date: 7/16/2021

Proposal due date: 8/5/2021

Related Attachments:
No Bid

Read more

Website Re-Design and Web Hosting Services

Summary: The Bureau of the Fiscal Service on behalf of the Chemical Safety and Hazard Investigation Board is soliciting CIO-SP3 SB Task Area 8 Small Business vendors for Website Re-design and Web Hosting Services as described in the (PWS) and Attachment 5 Pricing Sheet. The Government anticipates award of a Firm-Fixed Price task order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. This requirement will be a 100% Small Business Set-Aside through NITAAC CIO-SP3 SB ? Task Area 8 in accordance with your NITAAC CIO-SP3 SB contract. In addition to the quotation for the specifications, all information required on the clause package, including any instructions to vendors, must be completed and included with your quote. Please see the attached PWS, as well as the clauses and provisions for complete terms, conditions, and details. This is a re-release of solicitation # RFP C-86692-DV. That SDVOSB set aside requirement closed without any responses. This solicitation broadens the vendor pool to include ALL Task Area 8 Small Businesses. Aside from the cover letter, the solicitation documents have not changed.

Vehicle: CIO-SP3

RFP release date: 7/1/2021

Proposal due date: 7/19/2021

Related Attachments:
Related Attachment
Related Attachment
Related Attachment
Related Attachment
Related Attachment
Related Attachment
Related Attachment
Related Attachment

Read more
PHP Code Snippets Powered By : XYZScripts.com