SOW

BEACON Finance and HR

Summary: See attached SOW

Vehicle: IT 70

RFP release date: 10/6/2021

Proposal due date: 10/9/2021

Related Attachments:

Read more

RFI: Information Technology Solution Integrated Services (ITSIS)

Summary: Request for Information Information Technology Solution Integrated Services (ITSIS) THIS REQUEST FOR INFORMATION (RFI) IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. THE INFORMATION REQUESTED BY THIS RFI WILL BE USED BY NSF TO FACILITATE DECISION MAKING AND WILL NOT BE DISCLOSED OUTSIDE THE GOVERNMENT. The National Science Foundation (NSF) is an independent federal agency created by Congress in 1950 “to promote the progress of science; to advance the national health, prosperity, and welfare; to secure the national defense…” NSF is conducting market research to identify qualified, experienced, and interested sources to support the Division of Information Services (DIS) with NSF’s Information Technology Solution Integrated Services (ITSIS). The acquisition strategy for this procurement has not been determined at this time. ITSIS is considered a high-value, mission critical acquisition. The results of this RFI will be used as one of the determining factors in deciding on the acquisition strategy. The NSF encourages all qualified businesses (large and small), including joint ventures, to respond to this RFI. Additionally, 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) are encouraged to respond to help make a final small business set-aside determination, if any. The anticipated North American Industry Classification System (NAICS) code for this requirement is 541511- Custom Computer Programming Services, which has a size standard of $30 million. Interested and qualified vendors should submit a response to this Request for Information. Please follow the instructions and include all content requirements below: a) Instructions: 1. Responses should be concise and compliant with the content requirements 2. Responses must not exceed 7 pages (Group 1 only) or 9 pages (Group 1 & 2) including a cover page with corporate information, 1 page for the table of contents, 3 pages demonstrating your capability, 1 page for contract staffing maturity, contract transition management, and recommendations on contract type and pricing methodology, 1 pages identifying items that would prevent you from responding to this potential RFQ/RFP, and 1 page for applicable and relevant references organizational experience, etc. 3. Responses should be provided in 12-point font 4. Generic sales brochures, videos, and other marketing information materials are not solicited and will not be reviewed 5. Do not submit cost or price information with the response 6. A viable interested party shall demonstrate the company’s capability to successfully perform the NSF’s requirements 7. A viable interested party shall provide relevant, applicable references, including references performed under a joint venture, of previous work or solution implementations that relate to the NSF’s requirements b) Content: 1. Corporate Information: i. Company name and address ii. Name of company representative, business title and email iii. Small business socioeconomic status under NAICS 541511 iv. DUNS Number v. Applicable contract vehicles your company has (e.g., Federal Supply Schedules (FSS), Blanket Purchase Agreements (BPAs), Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts) available for use by NSF vi. Identify interest in Group 1, Group 2, or both (refer to SOW). 2. Organizational Experience (within the past 3 years): i. Provide a summary of your company’s relevant experience in providing services of these types to an organization of similar size and complexity of the NSF ITSIS requirement as defined in the attachment. This requirement is expected to be worth approximately $50 million annually. ii. Provide a summary of your company’s experience in supporting legacy/core agency system iii. Description shall include the period of performance, number of years, awarded dollar value, total obligated dollar amount, contract type, the role of your company on that contract (e.g., prime or sub), and scope of the previous effort 3. Contract Staffing Maturity: Provide a summary of your company’s ability to hire and retain qualified staff, assemble high quality staff to fill urgent/emerging requirements, and provide staff with all the necessary support and oversight. 4. Contract Transition Management: Provide a description of your corporate experience transitioning contracts from incumbent support contractors including lessons learned, if any. 5. Recommendations on Contract Type and Pricing Methodology: Based on the tasks included in the attachment, provide a recommendation on contract type (e.g., Indefinite Delivery Vehicle (BPA, IDIQ), Requirements Contract, Task Order) and pricing structure (e.g., Firm-Fixed Price, hybrid, order dependent) and the rationale for those recommendations. If your firm has the potential capability to perform these contract services, please respond to this RFI with your submission by 10/26/2021. Telephone inquiries will not be accepted or acknowledged. Any questions related to the preparation of a response to this RFI shall be submitted in writing to the point of contact listed below. NSF may contact respondents to this RFI for additional information or one-on-one due diligence sessions as the NSF continues to explore the implementation of DLT in support of its mission. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Request for Information by 10/26/2021 at 11:00AM EST. All responses under this Request for Information must be emailed to Katrina Barry, kbarry@nsf.gov . If you have any questions concerning this opportunity, please contact Katrina Barry, kbarry@nsf.gov.

Vehicle: IT 70

RFP release date: 10/5/2021

Proposal due date: 10/26/2021

Related Attachments:

Read more

Administrative Management and General Management Consulting Services

Summary: The objective of this Statement of Work (SOW) is to provide to professional Program Management support to US Department of Transportation, Federal Transit Administration’s Office of Transit Safety and Oversight (TSO).

Vehicle: PSS

RFP release date: 9/28/2021

Proposal due date: 10/13/2021

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

Equity Review of FAR Forms

Summary: The General Services Administration (GSA) Office of Governmentwide Policy (OGP), has identified a need for contractor support services for DEIA Review of FAR Forms. As such, this Request for Quotation (RFQ) is being issued to Federal Supply Schedule Contract holders. The RFQ summary is as follows: (1) Statement of Work (SOW) for DEIA Review of FAR Forms (2) Task Order Type: Labor Hour (3) Period of Performance: Total period of performance is 2 years including a 12-month Base Period with one 12-month Option Period. Anticipate period start date is September 30, 2021. (4) Quotations Due By NLT 5:00 PM EST, September 22, 2021 All electronic quotation submissions shall only be made via GSA E-Buy. Any corrupt or unreadable documents shall not be considered for evaluation purposes. Any files not received by the cut-off date and time specified herein shall be deemed late and shall not be considered for evaluation. If you have any questions regarding this RFQ, please contact GSA points of contact listed in the RFQ.

Vehicle: PSS

RFP release date: 9/16/2021

Proposal due date: 9/22/2021

Related Attachments:

Read more

National Aging Program Information System Continuation (NAPIS-C)

Summary: This contract provides the Department of Health and Human Services (HHS), Administration for Community Living’s Administration on Aging (AoA) with ongoing operation and maintenance of AoA’s State Reporting Tool (SRT), technical assistance to stakeholders, and decommissioning the SRT. Please review the attached documents for the SOW and Instructions.

Vehicle: IT 70

RFP release date: 9/17/2021

Proposal due date: 9/23/2021

Related Attachments:

Read more

Oversight Activities of MA, PDPs, PACE, and other related Health Care Org

Summary: The Contractor shall provide the Centers for Medicare & Medicaid Services’ (CMS’) Medicare Parts C and D Oversight and Enforcement Group (MOEG) with technical program area expertise that is applied to performance audits, audit support services, and other oversight and enforcement activities of Medicare private plan organizations such as: Medicare Advantage Organizations (MAOs), Medicare Prescription Drug Plans (PDPs), Medicare-Medicaid Plans (MMP), and Programs of All-Inclusive Care for the Elderly (PACE) plans (collectively “health care organizations”). The Contractor will perform audit and oversight activities that evaluate health care organizations’ compliance with regulatory requirements, as well as provide technical assistance to sponsors in all functional areas outlined in this Statement of Work (SOW). Routine performance audits are necessary to identify non-compliance with regulations, validate self-reported data and to help administer and oversee Medicare programs. Performance audits and oversight activities provide CMS with necessary information to help facilitate improvements to health care organization performance and operations.

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 10/6/2021

Related Attachments:

Read more

DEQ PHASE 2 – CORRECTED

Summary: PLEASE SEE ATTACHED DETAILED SOW: Suffolk County is soliciting responses from GSA (MAS: IT PROFESSIONAL SERVICES) contracted vendors to implement new and enhance existing Accela Cloud based services to the public for the multiple programs offered by DEQ’s main four offices: a- Pollution Control (OPC) b- Water Resources (OWR) c- Wastewater Management (OWM or sometimes referenced as WWM) d- Ecology (OE) 2. Objective The DEQ would like to fully utilize the investment already made to migrate service offerings to Accela’s SAAS model by adding additional capabilities services that were not implemented in Phase 1 which was completed on April 25th, 2021. As detailed below; new online services such as Complaints and Enforcements will further expand the County’s services to the public by adding the convenience of online processing for those additional transactions and reduce the current manual backend effort involving most offered services.

Vehicle: IT 70

RFP release date: 9/13/2021

Proposal due date: 9/24/2021

Related Attachments:

Read more

Assessment and Reporting Management System (ARMS)

Summary: See RFQ dated September 10, 2021 for instructions and general information. See SOW dated May 19, 2021

Vehicle: IT 70

RFP release date: 9/10/2021

Proposal due date: 9/15/2021

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
PHP Code Snippets Powered By : XYZScripts.com