SF

BPA for Janitorial and Related Services, Pierre, SD

Summary: Janitorial and Related Services to obtain the services of a qualified janitorial services contractor to perform building custodial, trash removal and minor grounds maintenance services associated with maintaining the hygienic cleanliness for the Federal Building/Post Office/Courthouse, 225 S Pierre St, Pierre, South Dakota. The contractor is to provide all management, supervision, manpower, labor, equipment, and supplies necessary to provide these services in approximately 80,000 of cleanable SF of office, courtroom, and Postal space.

Vehicle: PSS

RFP release date: 9/3/2021

Proposal due date: 10/6/2021

Related Attachments:

Read more

Correctional Tablets with Infrastructure and Content Services

Summary: The Federal Bureau of Prisons (Bureau) National Acquisitions Section (NAS), Washington, DC intends to make an indefinite-delivery, type task order with options (TOWO) with firm-fixed unit prices according to the schedule of items for Correctional Tablets with Infrastructure and Content Services. The Correctional Tablets with Infrastructure and Content Services shall provide and shall result in an educational correctional tablet solution to deliver programming content to inmates to include programs provided by the vendor and Bureau in accordance with the First Step Act of 2018 (FSA) requirements. Such materials will include interactive lessons, presentations, and fillable PDF worksheets and assignments that supplement existing BOP programming. The inmates shall have the ability to complete these documents using the tablet outside of classroom instruction. The vendor shall describe the model of delivery for their solution, for example: institution-owned tablets that are issued to a single inmate for educational purposes or institution-owned tablets that are checked out temporarily to any inmate for educational purposes. The goal of this solicitation is to identify and secure for purchase correctional tablets to deliver education and programming content to the user during the base period of the contract. Content related to leisure activities shall not be solicited. As well, the tablets shall not be used to purchase or deliver Trust Fund services. For the contract option years, the Bureau shall expect that the correctional tablets have the ability to stream video, including from a Bureau instructor providing lessons to inmates via tablets and from and to an approved visitor. Delivery and performance requirements consist of correctional tablets that will deliver programming content to inmates to include programs provided by the vendor and Bureau. Materials shall include interactive lessons, presentations, and fillable PDF worksheets and assignments that supplement existing Bureau programming. The correctional tablet is appropriate and caters to the needs of adult learners in a corrections setting, including those with special learning needs. The solution shall include a secure network infrastructure with programming and options for Bureau to add additional applications and content. The solution, which shall be incorporated during an option period, shall be capable of streaming Bureau lessons, programs, and services for institution departments to include but not limited to: Education, Recreation, Psychology, Religious Services, Reentry, and Unit Management from the device. The Government may award up to two TOWOs with this solicitation for the separate base year and option year line item requirements within the boundaries noted above. This solicitation may be fulfilled with multiple TOWO awards. The Government reserves the right to make award without discussions and to award up to two TOWOs; some or all line items; any combination of single or multiple offerors; and any combination of single or multiple locations within the geographical restrictions, which is deemed to be in the best interest of the Government. This is a request for proposal (RFP) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This notice constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is being issued as Request for Proposal (RFP) 15BNAS21RRCA00106. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06. The North American Industry Classification System Code (NAICS) is 541519 which has a size standard of $30,000,000.00. The Schedule of Supplies/Services (Section 2 – Commodity or Services Schedule found on the SF-1449 RFP) and the Statement of Work (SOW) (Attachment VIII) provides and lists descriptions of the required items with quantity estimates. The contractor shall commence full performance of services under this TOWO upon the effective date of the TOWO. In accordance with FAR 46.503 and 46.403(a)(6), the place of acceptance for services under this contract is at the destination. The periods of performance of the resulting contract shall be as follows: Base Year: Date of Award to 12 Months Option One: 13 Months to 24 Months Option Two: 25 Months to 36 Months Option Three: 37 Months to 48 Months Option Four: 49 Months to 60 Months Attachments: Business Management Questionnaire Attachment I Past Performance Questionnaire Attachment II Bank notification Letter Attachment III Subcontracting Plan Attachment IV Whistleblower Information Attachment V Acquisition Risk Questions (ARQ) and KMPL Attachment VI Bureau Contractor Travel Guide Attachment VII Statement of Work Attachment VIII Evaluation Criteria Attachment IX Submission of Offers Attachment X Offerors are advised to mark each individual item within their offer considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA. SUBMISSION OF OFFERS: On letterhead or business stationary, the following information is required: 1) The RFQ/RFP solicitation number; 2) The time specified in the RFP solicitation for receipt of offers; 3) The name, address, and telephone number of the offeror including contractor’s DUNS number; 4) A technical description of the items/services being offered in detail to evaluate compliance with the requirements in the RFQ/RFP solicitation; 5) Terms of any express warranty; 6) Price and any discount terms, contractor should submit pricing using the Schedule of Supplies/Services in Section 2 of the RFQ/RFP, according to the offerors GSA MAS/FSS contract and the GSA eBuy website solicitation requirements; 7) “Remit to” address, if different than mailing address; 8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offer shall complete electronically); Also FAR 52.209-7 Information Regarding Responsibility Matters (FEB 2012) needs completed as applicable; 9) Acknowledge of RFQ/RFP Solicitation Amendments, if any; 10) Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Quotes/Proposals shall be submitted according to RFQ/RFP, offerors GSA MAS/FSS contract, and the GSA eBuy website solicitation requirements All Questions concerning this RFQ/RFP solicitation must be submitted according to RFQ/RFP, offerors GSA MAS/FSS contract, and the GSA eBuy website solicitation requirements. All answers shall be posted in writing on GSA eBuy through a solicitation amendment. Questions shall not be answered verbally or individually.

Vehicle: IT 70

RFP release date: 8/24/2021

Proposal due date: 9/3/2021

Related Attachments:

Read more

Land Use and Economic Development Oversight

Summary: INSTRUCTIONS TO QUOTING OFFERORS 1. Quote Submission: Offerors will be tasked with providing a technical, past performance and price quote for the period of performance of one (1) 12-month base period and (4) one-year option periods. Contractors are requested to submit prices to provide the services outlined in the Statement of Work (SOW). The price extended to the Government shall be based on the prices negotiated under the contractor’s current General Services Administration (GSA) Multiple Award Schedule (MAS) Contract under Professional Services Category subcategory Business Administration Special Item Number (SIN) 541611 and shall consider the mix of labor categories and level of effort required to perform the services described in the SOW. *Note: Additional discounts concerning your firm’s price proposal to the ordering agency is greatly encouraged and welcomed. The prices proposed should also include any travel costs or Other Direct Costs (ODCs) charges related to performance of the services ordered, unless the order provides for reimbursement of travel costs at the rates provided in the federal travel or joint travel regulations. 2. Instructions for quote preparation: The offeror’s proposal must be submitted electronically via email only by the due date of 1:00PM Eastern Standard Time (EST) on Tuesday, September 14, 2021 to Ms. Alveatta Palmer, Contract Specialist at alveatta.palmer.ctr@dot.gov with a copy to Mrs. Stephanie Cooke-Nwadibia, Senior Contracting Officer, via email atstephanie.cooke-nwadibia@dot.gov. You can submit your firm’s proposal also through GSA eBuy as a backup method. The technical, past performance and price proposal volumes must be separate electronic files. *NOTE: For this requirement, your company’s quote must be sent electronically only to the email addresses listed above. Hand carried or mailed proposals WILL NOT be accepted by the Government in response to the RFQ. Thus, please ensure that your company allows adequate time to submit a quote response by the due date and time via email. 3. Questions: Questions regarding this RFQ must be submitted electronically by 1:00PM Eastern Standard Time (EST) on Tuesday, August 24, 2021to allow for research and dissemination of the answers. Please send your written questions for response to the assigned Contract Specialist, Ms. Alveatta Palmer via email at alveatta.palmer.ctr@dot.gov and the Senior Contracting Officer, Mrs. Stephanie Cooke-Nwadibia via email at stephanie.cooke-nwadibia@dot.gov. *Note: The Government will not provide verbal nor written responses to telephone calls from the prospective offeror prior to an email message sent to the respective parties previously mentioned. The offeror’s quote response must be received by 1:00PM (EST) Eastern Standard Time (EST) on Tuesday, September 14, 2021. The quote response must be submitted with the Standard Form (SF) -18 form signed which we provided with this solicitation concerning the respective blocks noted on the form signed by an authorized individual from your company, or as otherwise specified in the RFQ. Additionally, the Offeror must fill out (Attachment 0001) Loaded Rate Matrix and (Attachment 0002) Resume Template (Attachment 0003) Past Performance Questionnaire. As a minimum, the quote must show the following in the cover page: Submission requirements: A. RFQ Title and number B. Tax Identification Number C. Data Universal Numbering System (DUNS) Number D. Name of persons having authority to enter into Government contracts E. Contact Names F. Contact Email Address G. Contact Phone H. Contact Fax Number I. Complete Business Mailing Address 4. Electronic Submission of Quote By submission of a quote electronically, the offeror must ensure that the submission is readable, in the format specified in the solicitation, and has been verified as free of computer viruses. Prior to any evaluation, the Government will check all files for viruses and ensure that all information is readable. In the event that any files are defective (unreadable), the Government may only evaluate the readable electronic files. Further, if defective (unreadable) electronic files renders a significant deficiency in the offeror’s quote, the Government may consider the quote incomplete and not consider such a quote for further evaluation. 5. Restriction of Disclosure/Proprietary Information – If the offeror wishes to restrict the disclosure or use of its quote, use the legend permitted by the Federal Acquisition Regulation (FAR) 52.215-1(e). Individual subcontractor/vendor proprietary information may be submitted via separate marked electronic files. The information contained in these electronic files must be referenced (by volume title, page and section number as appropriate) within the main proposal where the information would have been included if it were not subcontractor/vendor proprietary. The information in these separate electronic files is subject to all other requirements of the RFQ and must be well-marked to clearly indicate any special handling instructions. 6. Cross Referencing – Each volume, other than the Volume III Price, shall be written to the greatest extent possible on a stand-alone basis so that its content may be evaluated with a minimum of cross-referencing to other volumes of the proposal. Cross-referencing within a proposal volume is permitted where its use would conserve space without impairing clarity. Hyper linking of cross-references is permissible. Information required for proposal evaluation, which is not found in its designated volume or cross-referenced, is assumed omitted from the proposal. *Note: FACSIMILE PROPOSALS WILL NOT BE ACCEPTED BY THE GOVERNMENT.

Vehicle: PSS

RFP release date: 8/16/2021

Proposal due date: 9/14/2021

Related Attachments:

Read more

Electronic Training Management System

Summary: In order to effectively manage, operate and maintain agency training initiatives, ABMC requires an electronic Training Management Platform with a user-friendly interface which will manage the business process flow of the SF-182 training request, manage the data for program evaluation (gathered from the user’s input in the SF-182), and provide a permanent training record accessible by users across the ABMC network.

Vehicle: IT 70

RFP release date: 8/5/2021

Proposal due date: 8/12/2021

Related Attachments:

Read more

Translations into Spanish for NOAA Fisheries Education Products

Summary: Attached is the RFQ: Performance Period: Date of Award to October 1, 2021 Translate “An Incredible Journey” and “Southern Resident Killer Whale” curricula from English to Spanish. Retain meaning and intent of the original English as close as possible. Translation should be done directly in the provided InDesign files and saved and delivered as new Spanish InDesign files. Have translation reviewed by at least one native Spanish speaker and incorporate recommended edits. Ensure 508 compliance elements are incorporated. Submit drafts to government for review. Incorporate any edits from government review and submit final, 508 compliant InDesign packages. An Incredible Journey curriculum (199 pages & 45,426 words, sample pages are provided) Description: This unit is designed for fourth and fifth grade classrooms. It introduces students to the salmon life cycle, the human-made issues affecting salmon, and what individuals can do to become salmon stewards. Southern Resident Killer Whale curriculum (~150 pages & 33,533 words, sample pages are provided) Description: This unit is designed for middle school classrooms. It introduces students to the cultural, economic, and environmental importance of Southern Resident killer whales, the human-made threats to this critically-endangered species, and how groups can collaborate to make a difference for the whales. Offerors must submit all questions concerning this solicitation in writing to Raynier B. Camerino (Contracting Officer) by email to raynier.camerino@noaa.gov. Questions should be received no later than 6 calendar days after the issuance date of this solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. Provide a response to the technical FAR 52.212-2 Evaluation-Commercial Items: (i) Technical Capability to translate text into the original InDesign files and make 508 compliant to create translated final files. Experience translating educational materials designed for the middle school level from English to Spanish. The experience shall include projects of a minimum of 5,000 words and multiple files including charts, tables, images, handouts, teacher’s guides, etc. (ii) Successful Past Performance in completion and delivery of translated documents from English to Spanish within the established delivery date and of acceptable translation quality to the customer. Provide at least one reference for this past performance. At least one reference will be contacted and must be available to provide a response to the following reference questions: a. Were translated documents of acceptable translation quality? b. Were translated documents submitted to the customer on time and met the minimum requirement specified by the customer, including Section 508 compliance, if applicable? c. Were services and deliverables satisfactory? (iii) Firm-fixed price all or nothing. Award will be made based on best value to the Government in consideration of price and other factors as listed. A Firm-fixed price Purchase Order will be awarded to the selected offeror based on best value to the Government. The evaluation criteria (i) to (iii) are listed in descending order of importance. Criteria (i) to (iii) will be scored based on completeness of the response received from the offeror in meeting the need for the services with the highest score attainable of 100%: (i) 50% (ii) 30% (iii) 20% NOTICE TO OFFERORS: Instructions for submitting quotations under this Request for Quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offerors that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. 1. Quotes shall be fully executed and returned on the Standard Form (SF) 18 and any acknowledgements of solicitation amendments on the SF 30. 2. Submit quotations to the office specified in this solicitation on or before the time specified in the solicitation. Email to raynier.camerino@noaa.gov for this Request for Quote. 3. The contractor shall provide the following information with their quote submission: a) Point of contact name, telephone and E-mail address. b) DUNS Number c) GSA Contract Number 4. Provide a response to the following in this package: a) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) (d) Representation b) 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) (c) Representation c) 52.212-2 Evaluation Commercial Items (Oct 2014) (a) (i), (ii), and (iii) The quotes are required to be received in the contracting office no later than 4:00pm PST on 08/03/2021. The Quote shall be emailed to the attention of Raynier Camerino at raynier.camerino@noaa.gov for this Request for Quote. Any questions regarding this solicitation shall be directed to Raynier Camerino by e-mail to raynier.camerino@noaa.gov.

Vehicle: PSS

RFP release date: 7/24/2021

Proposal due date: 8/5/2021

Related Attachments:
Related Attachment
Related Attachment

Read more

SOURCES SOUGHT – Custodial Services, Pierre, SD

Summary: This sources sought is for market research only. NO QUESTIONS ARE PERMITTED. This proposed acquisition is to obtain the services of a qualified janitorial services contractor to perform building custodial, trash removal and minor grounds maintenance services associated with maintaining the hygienic cleanliness for the Federal Building/Post Office/Courthouse, 225 S Pierre St, Pierre, South Dakota. The contractor is to provide all management, supervision, manpower, labor, equipment, and supplies necessary to provide these services in approximately 80,000 of cleanable SF of office, courtroom, and Postal space. Please see attached for further information.

Vehicle: PSS

RFP release date: 7/9/2021

Proposal due date: 7/23/2021

Related Attachments:
Related Attachment

Read more
PHP Code Snippets Powered By : XYZScripts.com