Software

Staff Scheduling Software/Labor Management

Summary: Sources Sought Only – Staff Scheduling Software/Labor Management

Vehicle: IT 70

RFP release date: 10/6/2021

Proposal due date: 10/13/2021

Related Attachments:

Read more

DEFSMAC Integration

Summary: Objective: Adapt the STRAYLIGHT analytical tool in support of DEFSMAC integration, to include external applications, and to obtain licenses for analytical tools for the operation of DEFSMAC., Requirements: The contractor shall: a. Provide Flight Control server and client licenses required for ongoing integration efforts; b. Integrate the STRAYLIGHT analysis tool with other analysis tools for analyzing, predicting and visualizing activities within the DEFSMAC environment; c. Modify and enhance STRAYLIGHT for scalability, allowing for increased system performance for additional volume, data types and system users; d. Correct software bugs in the STRAYLIGHT tool, when discovered, and provide the adapted tools and all related software to meet 24/7 operations; e. Provide user’s manuals to document operation of the enhanced STRAYLIGHT tool and all related software f. Provide on-site analyst support, as needed, for maintenance, implementation and training on completed capabilities; and, g. Provide a monthly Performance and Cost Report.

Vehicle: IT 70

RFP release date: 10/5/2021

Proposal due date: 10/11/2021

Related Attachments:

Read more

Independent Verification and Validation (IV&V) of the Immunization Gateway

Summary: This task order provides for an independent review and assessment of the Immunization Gateway requirements, specifications, design decisions, system architecture, hardware/software technology decisions, and other development life cycle decisions used to establish, operate, and maintain the existing Immunization Gateway infrastructure. Attached, please find: – RFQ 75D301-21-Q-74202 (Word and PDF) – Attachment 1, Performance Work Statement (Word and PDF) – Attachment 2, Estimated Level of Effort (Excel) – Attachment 3, Q&A for RFQ 75D301-21-Q-73690 (Word and PDF) Substantively the same requirement was previously solicited by CDC earlier this year under RFQ 75D301-21-Q-73690, but no award was made from that solicitation. A modified questions and answers document from that RFQ is provided here in Attachment 3 for reference. Please submit questions to pkf5@cdc.gov no later than October 7, 2021. The Government intends to answer questions as they are received. Please submit quotes either through GSA eBuy or by e-mail to pkf5@cdc.gov no later than November 3, 2021, at 5pm Eastern time.

Vehicle: IT 70

RFP release date: 9/24/2021

Proposal due date: 11/3/2021

Related Attachments:

Read more

Cloud-Based Video Editing

Summary: The United States Agency for Global Media (USAGM) has a requirement to migrate to a virtual capability for cloud-based video editing. The system will be a combination of Microsoft Azure storage, Terradicci remote video access software and Adobe editing suite software configured for USAGM content creators. USAGM must identify, establish, and implement some fundamental IT processes, procedures, and governance frameworks around service asset management and configuration management (SACM) and associated ITSM and/or ITIL processes affiliated with service strategy, design, transition, and operations. With the advances in cloud computing, editing videos in the cloud, shifting from on-site work to leveraging talent globally, facilitated by collaboration tools available for video and film post-production workflows, content creators can work together efficiently. USAGM is seeking new modern state of the art systems that can respond to new developments in integrated workflow technology for media organizations.

Vehicle: IT 70

RFP release date: 9/21/2021

Proposal due date: 9/24/2021

Related Attachments:

Read more

Statistical Analysis Software(SAS) Professional Services

Summary: Please see attached documents. Please complete Attachment 2 Pricing Worksheet along with your Technical Response. In review of the Statement of Work in your Technical Response, acknowledge your understanding and compliance with the Tasks as stated in the Statement of Work and provide resumes.

Vehicle: IT 70

RFP release date: 9/21/2021

Proposal due date: 9/24/2021

Related Attachments:

Read more

Inbound ePrescribing Clearing House Transaction Services

Summary: The VA Pharmacy Re-engineering (PRE) Inbound ePrescribing (eRX) (PRE IEP) component provides the ability to receive inbound electronic prescriptions (e-prescriptions) from an external provider (e.g. a doctor not associated with VA; medical staff at a Department of Defense military and treatment facilities; etc.) with the ability to process, fill and dispense them in the Veterans Health Information Systems & Technology Architecture (VistA), and VA Electronic Health Records Modernization (EHRM) (Cerner Millennium), Outpatient Pharmacy (OP) modules. Clearing House Transaction Services provides connectivity for inbound prescription electronic transactions and transfer transactions for the eRx software (i.e. connects external prescribers or dispensers with VistA, EHRM, OP modules).

Vehicle: IT 70

RFP release date: 9/20/2021

Proposal due date: 10/1/2021

Related Attachments:

Read more

Elemental Service Support

Summary: Elemental Support Contract for existing Army Television owned Web Streaming encoder system, hardware and software. Items Listed as such: – 2x Enhanced AE Support for Elemental Live – 1x Premier AE Support for Elemental Conductor

Vehicle: IT 70

RFP release date: 9/18/2021

Proposal due date: 9/23/2021

Related Attachments:

Read more

TSA VIPR Web-based Emergency Operations Center (WebEOC) enhancements requirement

Summary: The Transportation Security Administration (TSA), Law Enforcement/ Federal Air Marshal (LE/FAMS), Visible Intermodal Prevention and Response team (VIPR) Program has a Reseller requirement for Juvare Brand Name Only Software and Dedicated Services to develop WebEOC boards, reports, and provide analysis in support of the VIPR program. Services will be competitively procured from participating in the NITAAC CIO-SP3 Small Business GWAC that can Resell the Juvare Brand Name Only Software and Dedicated Services. I added a sentence under the POP section in the SOW to state no Transition In/Transition Out plan is required. And as instructed by the former Reviewer, I included in the RFQ the following in RED: “**All Contract Holders shall identify and list the NIH Contract Access Fee (NCAF) as a separate line item in their submitted quotes or proposals as detailed in Article G.8 (NIH Contract Access Fee Remittance) of the CIO-SP3 Small Business conformed contracts.**” The quote we received for the exact solicitation posted on 8/31 resulted in a quote with a separate line item for the NCAF. This is a mission critical procurement, and we need to get released today to meet deadlines.

Vehicle: CIO-SP3

RFP release date: 9/17/2021

Proposal due date: 9/20/2021

Related Attachments:

Read more

Advanced Cicil Model Conversion

Summary: The procurement of the USACE Advanced Civil Mod Conversion develop a “Best Practice Method” for translation of civil engineering design model information between Bentley InRoads SELECTseries software and Autodesk Civil 3D 2020 software using the LandXML format for exchange. See attached Statement of Work. ***This action is for DoD ESI Holders Only***

Vehicle: IT 70

RFP release date: 9/16/2021

Proposal due date: 9/21/2021

Related Attachments:

Read more

TopVue Renewal for PEO AVN

Summary: TopVue Software Renewal: U.S Army Program Executive Office Aviation (PEO AVN) CONTRACTING ACTIVITY: United States Army Contracting Command-Redstone, Space, Missile Defense& Special Programs (SMD/SP) Directorate, Operations and Weapon Services Division, Information Technologies Solutions Branch CCAM-CAD-B Attn: Adrian Pritchett, Building 5303, Martin Road, Redstone Arsenal, AL 35898 CONTRACT TYPE: Firm-Fixed-Price SET-ASIDE: None REQUIREMENT: TopVue Renewal Software. RFQ INSTRUCTIONS AND EVALUATION CRITERIA: In accordance with the terms of your GSA Federal Supply Schedule contract, you are requested to submit a firm-fixed price quote to provide the U.S Army Program Executive Office Aviation (PEO AVN): TopVue Software; TopVue Enterprise Licenses, TopVue Maintenance, TopVue Configuration Services and Training, in accordance with the Performance Work Statement (PWS) for one base year and two option years. The office is located at 5681 Wood Rd., Redstone Arsenal, AL 35898. Redstone Arsenal, AL 35898. The vendor’s quote shall contain a statement confirming that they meet the below listed criteria and are capable of fulfilling all requirements of the PWS. The Government may make award based on initial quotes received, without further interaction with vendors; therefore, the initial quote should contain the vendor’s best terms, including any volume discounts and/or reductions to the established rates or prices. This procurement is conducted in accordance with the procedures at FAR 13.106-1(b)(1). Questions will be accepted through 4:00pm EST, September 21, 2021. Questions submitted after the said date and time are not guaranteed an answer. Quotes shall be submitted via the GSA eBuy no later than 5:00pm EST, September 23, 2021. Quotes received after the required submission date and time will be rejected without further review. It is the vendor’s responsibility to read the RFQ and all related documents carefully and completely and to monitor for any updates to the RFQ on a regular basis. Additionally, it is the vendor’s responsibility to ensure/verify the Government receives its submission on or before the date/time specified. “No-bid” replies shall be submitted via the GSA eBuy and should include a brief statement as to why your company chose not to submit a quote on the subject requirement. Submission of “No-bid” replies are requested by no later than 5:00pm EST, September 21, 2021. A complete quote shall consist of the following: Quotes shall include all items, including brand name items, as specified in the Performance Work Statement and in the quantities specified. Quotes shall include delivery terms and conditions. Quotes shall include a unit price, quantity, and extended price for each item listed in the Performance Work Statement and a total price for all items. Quotes should identify any discounts and/or reductions to established rates or prices. BASIS OF AWARD: The Government intends to place an order with the schedule contractor representing the best value to the Government. Best value is the lowest price technically acceptable quote. The vendor shall be capable of meeting all requirements of the Performance Work Statement (PWS) labeled PEO AVN PWS for TopVue (attached). The Contractor shall guarantee total Government customer satisfaction. Adjectival Rating Description Acceptable Quote meets the requirements of the solicitation, including the minimum technical requirements. Unacceptable Quote does not meet the requirements of the solicitation, including the minimum technical requirements.

Vehicle: IT 70

RFP release date: 9/16/2021

Proposal due date: 9/23/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com