Small Business Set Aside

WRTCT LMS

Summary: 100% small business set aside. Please see attached PWS for you to reference requirements. Please attach product information as it regards this requirement. Important: Please not that this Request for Quote (RFQ) must conform to all requirements outlined in PWS and will be evaluated based upon the Best value to the Government. CLIN 1: Base Year: 24 September 2021 to 23 September 2022: Total_____

Vehicle: IT 70

RFP release date: 9/20/2021

Proposal due date: 9/22/2021

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

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

CLOUD ARCHITECT AND CLOUD ENGINEERING SUPPORT SERVICES

Summary: BUREAU OF ECONOMIC ANALYSIS (BEA) is seeking a Contractor to provide CACE Support Services to assist BEA with their Cloud Migration Acceleration Project; services provided shall be based on business and technical needs as defined in the SOW. Ultimately, the provided Contractor services shall assist BEA with enterprise transition to the cloud. BEA anticipates project migration for each task to be completed prior to the end of the base period, 12 months from date of award. Optional periods of performance are included to ensure successful project execution and completion. This is a re-solicitation to broaden the vendor pool to a small business set aside

Vehicle: CIO-SP3

RFP release date: 9/10/2021

Proposal due date: 10/18/2021

Related Attachments:
No Bid

Read more

1 FTE Data Quality Manager

Summary: Amendment 2 of Solicitation: This is a Combined Synopsis and Solicitation at JOINT BASE MCGUIRE-DIX-LAKEHURST, New Jersey for the Purchase of a Data Quality Manager. This requirement is being solicited as a total small business set aside under SINS 54151S. The Government contemplates the period of performance for this requirement to be as follows: Base Period: 30 September 2021 through 29 September 2022 Option Year 1: 30 September 2022 through 29 September 2023 Option Year 2: 30 September 2023 through 29 September 2024 Option Year 3: 30 September 2024 through 29 September 2025 Option Year 4: 30 September 2025 through 29 September 2026 QUOTES DUE DATE: Question period has closed. All quotes are due by Thursday 16 September 2021, 2:00 pm EST to Joi A. Blackman via at joi.blackman@us.af.mil and Eddie Sherwood at edward.sherwood@us.af.mil. See attached PWS for description of services.

Vehicle: IT 70

RFP release date: 8/31/2021

Proposal due date: 9/16/2021

Related Attachments:

Read more

SNOW BPA

Summary: The Centers for Medicare & Medicaid Services (CMS) plans to establish a Single Award Blanket Purchase Agreement (BPA) that will allow for the award of Firm Fixed Price, Time and Material, and labor hour call orders. This BPA is being competed under the GSA MAS schedule 54151S, and is an 8(a) small business set aside. This BPA is intended to identify a single awardee to receive the ServiceNow (SNOW) Blanket Purchase Agreement (BPA). The work required is set forth in the attached Performance Work Statement (PWS) entitled “SNOW BPA – Performance Work Statement (PWS).” You are invited to submit a quote in response to this RFQ to meet all functional and technical requirements set forth in the attached Performance Work Statement (PWS). If you choose to submit a quote in response to this RFQ, your submission must be in accordance with the MAS schedule 54151S and the requirements set forth in the attached detailed instructions, which describe the contents and limitations of the quote. Responses to this solicitation are required to be submitted electronically via e-mail to the following address: DQCS_Proposal_Submission@cms.hhs.gov . Please be advised that this RFQ does not commit the Government to pay any cost for the preparation and submission of a quote. In addition, you are reminded that the Contracting Officer is the only person who can legally commit the Government to the expenditure of funds in connection with this proposed procurement.

Vehicle: IT 70

RFP release date: 7/15/2021

Proposal due date: 8/5/2021

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

Read more

Enterprise Geographic Information Systems (EGIS) System Admin

Summary: This is a 100% Small business set aside. Only responses from small businesses will be evaluated. The award will be made as a Firm Fixed Price contract for the services listed in the Performance work statement (PWS). Please provide your quote priced in accordance with the GSA Bid Schedule. Please address all questions to Richard_burns@nps.gov. All quotes are due no later than 14:00 ET on July 22, 2021 via GSA eBuy. Responses to this solicitation will be evaluated using the method listed in the Evaluation Criteria. Please provide your firm’s DUNS# with your quote so we may search for your firm in sam.gov. You are encouraged to offer any discounts from your schedule rates as part of your quote.

Vehicle: IT 70

RFP release date: 7/12/2021

Proposal due date: 7/29/2021

Related Attachments:
Related Attachment
Related Attachment
Related Attachment
Related Attachment

Read more

Video Support Services

Summary: THIS IS A TRADEOFF, FIRM FIXED PRICE REQUEST FOR QUOTE 100% SMALL BUSINESS SET ASIDE ANY QUESTIONS ARE TO BE SENT DIRECTLY TO MY EMAIL PROVIDED IN THE GSA POSTING. GARFO’s CIA Team is seeking non-personal services to support its stakeholder communication and outreach efforts. Services include graphics and video support to help develop effective outreach and communication materials and products. See attached full Statement of Work with all terms and conditions which all vendors must be in compliance with to be eligible for award. Incumbent award EA133F16NC0804 with Safety Research Corp of America.

Vehicle: PSS

RFP release date: 7/1/2021

Proposal due date: 7/14/2021

Related Attachments:
Related Attachment
Related Attachment
Related Attachment

Read more
PHP Code Snippets Powered By : XYZScripts.com