SBA

Records Management, Section 508, CPIC & Business Analysis Support

Summary: The purpose of this acquisition is to provide support services that maintain, govern and continually improve HRSA OIT DCPAPM programs in the following areas: (1) Records Management; (2) 508 Compliance; (3) Capital Planning and Investment Control (CPIC); and (4) Business Analysis. This acquisition has been approved by the SBA for an 8(a) sole source set-aside to Sehmi Enterprise, Inc. dba Audley Consulting Group.

Vehicle: IT 70

RFP release date: 9/9/2021

Proposal due date: 9/14/2021

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

Credit Risk Scoring and Portfolio Analysis Services

Summary: The Small Business Administration (SBA), Office of Disaster Assistance (ODA) is issuing solicitation 73351021Q0055 as a Request for Quote (RFQ) for Credit Risk Scoring and Portfolio Analysis Services. This requirement is to put a Blanket Purchase Agreement (BPA) and to place BPA Calls against it for Non-COVID Credit Risk Scoring and Portfolio Analysis Services and one for COVID Credit Risk Scoring and Portfolio Analysis Services. This RFQ is pursuant to Federal Acquisition Regulation (FAR) Part 12 Commercial Items and FAR Part 8 GSA Federal Supply Schedule, SIN 522310 Financial Advising, Loan Servicing and Asset Management Services. This is a notice that the resultant contract is for a Total Small Business Set-Aside requirement. Only quotations submitted by Small Businesses will be accepted by the Government. Any quotation that is submitted by an Offeror that is NOT a Small Business will not be accepted. If your firm is interested in this acquisition, you may participate by submitting your response in accordance with the requirements and instructions contained herein. The Government anticipates the majority of this effort to be performed under NAICS Code 541611 Management and Financial Consulting, Acquisition and Grants Management Support, and Business Program and Project Management Services and Product Service Code B547 Accounting/Financial Management Studies. **SEE ALL REFERENCED ATTACHMENTS Please reference Section 5 – EVALUATION OF QUOTATIONS AND BASIS FOR AWARD of the attached RFQ (73351021Q0055) for all applicable evaluation criteria. Quotations are due on or before August 30, 2021 at 1:00 PM Easter Time (ET). The Government reserves the right but is not required to consider quotes received after the submission deadline at the Contracting Officer’s discretion. Questions shall be submitted in writing via email to Contracting Officer, Krystal Bourlier at krystal.bourlier@sba.gov, no later than August 23, 2021 before 1:00 PM Eastern Time (ET).

Vehicle: PSS

RFP release date: 8/16/2021

Proposal due date: 8/30/2021

Related Attachments:

Read more

Parking Garage Management & Administration – ONLY Request for Information (RFI)

Summary: *******THIS IS A RFI ONLY******* The Department of Defense (DoD) Defense Advanced Research Projects Agency (DARPA) seeks information for contractor support in the area of garage management and administration in the following general task areas: 1. Parking Garage Management & Administration, specifically initiate new parking contracts and maintain current contracts for monthly parking of private vehicles belonging to DARPA on-site employees 2. Parking Garage Cleaning, specifically provide general cleaning (e.g., trash pick-up) at least 3 times a week and deep cleaning (e.g. power washing) bi-annually. The DARPA garage is an on-site, underground parking garage for DARPA employees, located at 675 N. Randolph Street, Arlington, VA 22203. The parking garage has 515 parking spaces on 3 floors. The garage is open for use 24/7, 365 days per year. The garage is not intended to be a profit generating enterprise. DARPA will compensate the contractor for managing the garage, all fees collected from individual parking tenants will be submitted to the Government. The Government intends to award a Firm-Fixed-Price contract consisting of a one-year base period and four (4) one-year option periods. The Government anticipates an award in December 2021, with work starting in February 2022. Information submitted in response to this RFI will be used confidentially by the Government to improve its understanding of market capabilities and identify qualified vendors that are capable of supporting and executing the requirements of under the North American Industry Classification System 812930 entitled “Parking Lots and Garages.” All interested and qualified businesses are encouraged to respond to this notice in accordance with the instructions addressed herein. This RFI is for market research purposes only and is not a request for proposal nor does it restrict the Government as to the final acquisition strategy. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Respondents will not be notified of the result of this RFI. Due Date to submit a response to this Notice is Friday, 27 August 2021 before 3:00 PM Eastern Time via ebuy or email (Subject Line: DARPA Parking Garage Management Sources Sought Response – [Company Name]) to Ms. Hillary Dean, Contracting Officer, at hillary.dean@darpa.mil. Submission Requirements There is a maximum page limit of three (3) typed pages using Times New Roman 12 pt font within an 8.5 x 11 page size. Cover letters and extraneous materials (brochures, general capability statements, etc.) need not be submitted and may not be read. Interested firms should submit their response to include the following (in this order): 1. Complete business name, included Data Universal Numbering System (DUNS) number and Commercial and Government Entity (CAGE) code 2. Contact information (POC’s name, title, address, telephone and email) 3. Business size and classification (e.g. large, small, small disadvantaged, SBA Certified 8(a), HUBZone, service disabled veteran-owned, etc.) under NAICS code 812930 4. Government contract vehicles for parking garage management, if any 5. Parking management and administration experience and capability a. Statement on business’s capability to provide garage management and cleaning services b. Evidence of successful performance within the past 5 years of work similar in type, size and scope c. Examples should include contract numbers, project titles, scope of work, dollar amounts, periods of performance and customer/government points of contact (telephone numbers or email addresses) 6. Probability (high, medium, or low) of submitting a proposal for this work Place of Contract Performance: 675 N. Randolph St. Arlington, Virginia 22203 United States

Vehicle: PSS

RFP release date: 8/9/2021

Proposal due date: 8/27/2021

Related Attachments:

Read more

IT Research and Advisory Subscription Services.

Summary: Subscription platform service that will focus on providing best practice research to the SBA’s CIO and DCIO across applications, infrastructure & operations, security, project and portfolio management, data and business intelligence, enterprise architecture and vendor management.

Vehicle: IT 70

RFP release date: 8/2/2021

Proposal due date: 8/9/2021

Related Attachments:
Related Attachment

Read more

Microsoft Premier Support Services

Summary: To: GSA Schedule Contractors From: Acquisition Services Directorate/Interior Business Center/Department of the Interior Subject: Request for Quotation (RFQ) AQD RFQ/Solicitation No. 140D0421Q0457 The U.S. Department of the Interior, through its Franchise Fund activity, Acquisition Services Directorate (AQD or “Government”) is issuing this competitive Request for Quotations (RFQ) for the purpose of entering into a Task Order under the General Services Administration (GSA) Federal Supply Schedule (FSS) Multiple Award Schedule (MAS) 54151S – Information Technology Professional Services IT Professional Services and/or labor categories for database planning and design; systems analysis, integration, and design; programming, conversion and implementation support; network services, data/records management, and testing. AQD will conduct this acquisition using Subpart 8.4 of the Federal Acquisition Regulation (FAR). The requirement identified herein is to secure a contractor to provide Premier Microsoft Support Services provided by Microsoft personnel. The Government contemplates the award of a firm fixed-price task order resulting from this Request for Quote (RFQ) for Premier Microsoft Support Services provided by Microsoft personnel. This RFQ is an SBA Certified Small Disadvantaged Business set-aside. The due date for your response to this solicitation, both technical and price quotations, is on or before 10:00 AM Eastern Time (ET), July 30, 2021. All responses must be posted in GSA eBuy. If you have questions regarding this solicitation, please submit your inquiries to the Contracting Officer, David Boyd at david_boyd@ibc.doi.gov no later than 10:00 AM ET, July 9, 2021 Questions submitted via telephone or facsimile will not be addressed.

Vehicle: IT 70

RFP release date: 6/28/2021

Proposal due date: 7/30/2021

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

Read more

Data Scientist Support Services

Summary: Office of Inspector General (OIG) is an independent and objective oversight office created by the Inspector General Act of 1978, as amended. OIG provides auditing, investigative, and other services to support and assist SBA in achieving its statutory mission to maintain and strengthen the Nation’s economy by protecting the interests of, and assisting, small businesses, helping families and businesses to recover from disasters. OIG utilizes large volumes of data to perform its auditing and investigative mission sourced from within SBA, other federal agencies, and private sector indices. The primary purpose of this requirement is to have the data analysts perform functions such as new features of data and unlock its value and perform data cleansing and processing by making the use of programming languages, and to occasionally require the services of a data scientist to perform data mining through APIs, or by building extracting, transforming, and loading (ETL) pipelines. All efforts are contractually owned by SBA and performed on SBA’s IT Platforms. Reference Attachment 3-BPA Statement of Work for the entire scope.

Vehicle: IT 70

RFP release date: 6/29/2021

Proposal due date: 7/29/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com