SDVOSB

Request for INFORMATION: English-Dari and Dari-English Interpretation Services

Summary: REQUEST FOR INFORMATION This is not a solicitation. The Government is issuing this Request for Information to determine a competitive basis. This questionnaire is for market research purposes only. Only contractors capable of performing this type of work should respond to this Request for Information. Your response to this survey is requested by 1300 Mountain Time Thursday, 23 September 2021. Please send by email with responses to the questions below to: – Susan.Hashemi@spaceforce.mil, Contracting Officer, and – Rebecca.Graham@spaceforce.mil, Contracting Officer. ANTICIPATED REQUIREMENT The North American Aerospace Defense Command (NORAD) and United States Norther Command (USNORTHCOM) (NNC) anticipates a requirement for a firm fixed-price service contract for Afghanistan Interpretation Services at eight (8) different locations within the continental United States. The anticipated NAICS code is 541930, Translation and Interpretation Services, with a small business size standard of $8 million. The anticipated SIC code is 7389. To satisfy the Government’s anticipated requirement, contractor support will be required to: – Perform simultaneous and consecutive English-Dari and Dari-English interpretation with translation capability for written summarization as necessary. Ability to interpret Dari is required. Desirable but not mandatory if they also have Pashto proficiency: Simultaneous and Consecutive English-Pashto and Pashto-English Interpretation required. – Must be able to appropriately engage with female Afghan Evacuees, children, and other vulnerable populations. – Personnel providing services must be fully vaccinated against measles, mumps and rubella, as well as the corona virus 2019. – Must dress conservatively with a deep understanding of appropriate customs. – Currently, the contractor will be required to book travel arrangements accommodations; however this may change. – Work schedule will be 40 hours per week with federal holidays off. The duration is anticipated to be 4 weeks for the initial phase, with potential for expansion/extension. – Contractor personnel will provide 8 hours of interpretation per day, per location. – The contractor personnel will accompany the Gender Advisory Support Personnel and will facilitate the Gender Advisor’s interactions with, and collection of information from, Afghan Evacuees, with a primary focus on women and girls. The government estimates the eight (8) Gender Advisory Support Personnel teams will operate concurrently. – Contractor personnel will primarily focus on conversations; however, translation of written material may be necessary. – Contractor personnel shall have a current certification by the American Literary Translators Association (ALTA) or equivalent; a minimum performance level of 12 on the ALTA scoring protocol or equivalent certification is required. – Must be able to begin immediately ideally before 27 September. Travel and onsite interpretation to begin ASAP. REQUESTED RESPONSES 1. Name of your firm: 2. CAGE Code: 3. Point of contact, phone number and email address: 4. Are you able to meet all the above requirements within the timeframe specified? 5. Are you a Small Business classified under the above NAICS code? a. If so, do you fall into a sub-category (e.g. HubZone, 8(a), SDVOSB, WOSB, etc.)? b. Per FAR clause 52.219-14, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Can your firm be expected to do this, given your current employee situation? (Please respond yes or no.) 6. Please provide any additional information you feel is necessary:

Vehicle: PSS

RFP release date: 9/21/2021

Proposal due date: 9/27/2021

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

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

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

Material Management Team (MMT)

Summary: SOURCES SOUGHT SYNOPSIS THIS IS A SOURCES SOUGHT NOTICE ONLY. Mission and Installation Contracting Command Fort Bragg (MICC-FB) has a requirement to procure a non-personal services contract to support the Material Management Team (MMT). The required service commands include but are not limited to the United States Army Reserve Command (USARC). USARC provides support to the Army Reserve Modular Army Reserve Command and Control Unit (ARC2). All logistic support services include but are not limited to Material Management Teams and Intermediate Supply requirements. This support will focus primarily on the following areas: material management, accountability, asset visibility, equipment divestiture, and redistribution and support team series (all classes of supply, and the associated logistics analysis and management functions). This will be a small business set-aside provided that two (2) or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. We encourage all 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), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participated in any future RFQ, IFB or RFP, if any is issued. It is the responsibility of potential offerors to monitor the Government wide Point of Entry (GPE) for additional information pertaining to this requirement. The NAICS code selected for this acquisition is 561210, Facilities Support Services. The size standard for this NAICS code is $41.5M. Attached is the draft Performance Work Statement In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certification(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursed, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (including size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the Material Management Team (MMT) requirements is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonable restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from GSA notice or as stated below. Provide the specific aspects that unreasonable restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS to acquiring the identified MMT services. Responses to this notice will assist the government in identifying potential sources and determine if a set-aside of the solicitation is appropriate. Statement of Capability should be submitted no later than 4:00 P.M. EST on 23 August 2021. The response information should be electronically mailed to Contract Specialist Casey N. Cambrin at casey.n.cambrin.civ@mail.mil and Contracting Officer Heather D. Clifton at heather.d.clifton.civ@mail.mil.

Vehicle: PSS

RFP release date: 8/16/2021

Proposal due date: 8/26/2021

Related Attachments:

Read more

Engineering Consulting Services

Summary: The Department of Veterans Affairs Network Contracting Office 2 is issuing this source sought synopsis as a means of conducting market research to identify parties having an interest in and the resources providing Engineering Consulting Services at the Veterans Health Administration (VHA), James J. Peters VA Medical Center. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541618. The contractor will provide consultant services as required to aid in fulfilling the mission. These comprehensive project management and construction management services may include, but are not limited to, recommending program/project execution strategies, performing market surveys, providing studies, evaluations certifications, reviews and reports, reviewing construction and contract documents. See attached Statement of work. THERE IS NO SOLICITATION AT THIS TIME. This request for capability 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. If your organization has the potential capacity to perform these contract services, please provide the following information: Organization name, DUNS number, address, email address, Web site address, telephone number, and socioeconomic status of the organization. Service-Disabled Veteran-Owned Small Business (SDVOSB) and Veteran-Owned Small Business (VOSB) must be verified at https://www.vip.vetbiz.gov. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance; cost containment; meeting and tracking performance; and risk mitigation; and 4) provide services under a performance based service acquisition contract. Submission Instructions: interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by July 21, 2021 at 5:00 PM EST. All responses under this Sources Sought Notice must be emailed to safa.shleiwet@va.gov

Vehicle: PSS

RFP release date: 7/14/2021

Proposal due date: 7/21/2021

Related Attachments:
Related Attachment

Read more

Wisconsin Admin Services

Summary: Wisconsin Natural Resources Conservation Service (NRCS) continues to incur critical workload associated with the agency mission to support the Conservation Streamlining Initiatives. Administrative support is required to properly and efficiently process Farm Bill (FB) Conservation Streamlining Initiatives and administrative support to manage the FB initiatives during the period of performance. ***Please refer to the attached RFQ document for information on how to submit a quote*** Questions are due by COB, 5pm EST, on July 16th. (Do Not Call, only accepting emails) This requirement is set aside for vendors who have GSA schedules and are SDVOSB vendors only. This is also noted in the attached RFQ.

Vehicle: PSS

RFP release date: 7/9/2021

Proposal due date: 7/30/2021

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

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