Time and Materials

GLS ACQUISITION SUPPORT SERVICES

Summary: GENERAL DESCRIPTION The contractor shall perform the effort required by this Task Order on a Time and Materials basis. This work shall be performed in accordance with all sections of this Task Order and the offerors’ BPA awarded under Schedule MAS SIN 541611-Acquisition Management Services PURPOSE The purpose of this BPA Task Order is to obtain acquisition support services to provide a total of one-to-two (1-2) senior procurement analyst to perform a wide range of professional acquisition and contract support related services for the Office of Acquisition, GLS as stated in the Statement of Work. SCOPE The scope of this requirement is to provide acquisition support services to the Financial Management, Contracting and Supply Division which is responsible for the conduct of the GLS’ acquisition programs (both contracts, simplified acquisitions and financial assistance). Acquisitions are processed under both negotiated, Simplified Acquisition Procedures, and sealed bidding procedures. The procurement office utilizes a wide variety of complex fixed priced and cost-reimbursement type contract instruments. Most procurements involve engineering, facility management, construction and architect and engineering type efforts. GLS executes its acquisitions in compliance with the Federal Acquisition Regulation (FAR), and DOT’s Transportation Acquisition Regulations (TAR) and Transportation Acquisition Manual (TAM). Independently, and not as an agent/representative of the Government, the contractor shall furnish the necessary personnel to perform the tasks outlined below and work in collaboration with GLS contracting and program staff on an as needed basis. Evaluation Criteria Award will be made upon the basis of best value, utilizing trade-offs of non-price factors and price. The TO will be awarded to the Vendor whose quotation represents the overall best value to the Government. The non-price factors are listed in descending order of importance and when combined are equally important to price. Past Experience: The Government will evaluate the extent to which the Contractor’s previous experience with projects of a similar size, scope and complexity demonstrate its capability to successfully perform the requirements of this task order. o Corporate Experience Sample 1 Submission Instructions: The contractor shall submit a detailed descriptive listing of no more than three (3) projects performed within the past five (5) years that are similar in nature to the one described in this solicitation. “Similar” is defined as projects comparable in terms of such factors as duration, dollar value, types of services performed or level of Contractor responsibility and authority. The detailed description submitted for each project shall include, at a minimum, the following information: i. Contract number ii. Estimated annual dollar value of contract iii. Description of services (including location) provided and the offeror’s level of responsibility and authority on the project. iv. (If applicable) List of subcontracted services and subcontractors used, along with estimated annual cost of each subcontracted service. v. Type of contract (e.g. cost reimbursable, incentive fee, award fee, time and materials, fixed price, etc.). vi. Date of contract start and completion, including options. vii. Name, title, address, phone number, and email of customer contact. It is incumbent on the offeror to ensure the customer information is current and accurate. Technical Capability: The offeror’s quote will be evaluated on the extent to which its approaches and plans to complete the work demonstrate that the Government’s requirements will be met. The Government will also evaluate how the offeror plans to assess difficulties and risks it may encounter, and how the offeror plans to deal with them while still successfully performing the work. o The offering contractor shall provide information to facilitate the Government’s consideration. The Government is most interested in substantive and meaningful discussion of how the offering contractor will approach the work requested. The Government is also interested in the offering contractor’s assessment of the difficulties and risks it may encounter, and its approach to dealing with them while still successfully performing the work. Personnel Experience: This Factor considers the Key Personnel proposed by the quoter; consideration will be given to the demonstrated experience and qualifications of the proposed Key Personnel on relevant projects of similar nature to the project in this solicitation. Proposed Key Personnel will be evaluated as to qualifications and experience in all areas necessary to effectively perform the required work. It is expected that the proposed key Personnel will be the individuals who perform work under this contract. Any changes to the proposed Key Personnel after award MUST be approved by the Contracting Officer and shall only be approved upon demonstration of as-good or better qualifications when the new individual is compared to the qualifications and experience of the original proposed individual. Key Personnel, and the requisite minimum qualifications and experience, for this project shall include the following: Senior Procurement Analyst-minimum 12 years’ experience and previous FAC level III certification. o Personnel Experience: For this evaluation factor, the contractor shall provide the names and qualifications of the Key Personnel proposed for this project in the form of resumes. Resumes for each individual must include educational qualifications, if applicable. The contractor must clearly present the separate credentials of each proposed key team member, and must provide a concise summary of each individual’s separate duties and responsibilities as proposed for this project. The contractor shall describe up to three (3) project examples demonstrating the experience of each individual designated as key personnel. Projects should be relevant examples of similar size, scope, and complexity. Additional information regarding Tasks, Deliverables and Evaluation Criteria can be found in GLS Acquisition Support Services-RFQ Final that is provided as an attachment along with the Statement of Work and Sample Non-Disclosure Statement.

Vehicle: PSS

RFP release date: 8/19/2021

Proposal due date: 9/3/2021

Related Attachments:

Read more

EPA OECA IT Support and Services

Summary: The U.S. Environmental Protection Agency’s (EPA) Office of Mission Support (OMS), Office of Acquisition Solutions (OAS), IT Acquisition Division (ITAD), requests a quote for the award of a Blanket Purchase Agreement (BPA) issued under GSA’s Information Technology’s (IT) Professional Services Special Item Number (SIN 54151S). For this requirement, it is EPA’s intent to establish a single award BPA. The BPA will be for six (6) years (1 base year, 4 option periods, and 1 option to extend for 6 months under Federal Acquisition Regulation (FAR) 52.217-8 Option to Extend Services (NOV 1999) in duration. Individual task orders will be issued off the awarded contractor’s BPA. The task orders anticipated will be either Firm Fixed Price (FFP), Time and Materials (T&M) (with ceiling price), or a hybrid of these types. The contractor shall be responsible for meeting the requirements in the Performance Work Statement (PWS) and future Task Orders (TOs) to be issued and modified by the Contracting Office. Applicable clauses and terms and conditions of the appropriate GSA Schedule will be incorporated by reference, by citing the applicable GSA Schedule number in the resulting award document. The Vendor shall provide a copy of their GSA Schedule IT Professional Services, SIN 54151S, contract to include pricing schedule, as part of their response to this RFQ. This RFQ also contains additional provisions and clauses that are unique to this Agency that must be included to supplement Agency specified terms and conditions. A ceiling will be established for this BPA; however, the ceiling is not a guarantee. Offerors must submit all technical questions concerning this solicitation, in writing, using RFQ Attachment 5 Question and Answers Template. EPA must receive all questions no later than July 29, 2021 at 12 PM Eastern Time (ET). See attached RFQ and attachments for complete details regarding this solicitation.

Vehicle: IT 70

RFP release date: 7/23/2021

Proposal due date: 8/23/2021

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

Read more

DFC-CDO Townhall Project Development, Market Analysis, Events & Translation

Summary: GENERAL INFORMATION: 1.0 Background: The US International Development Finance Corporation (DFC), Office of the Chief Development Officer (CDO) is preparing development impact initiatives, managing global Townhalls and Roundtables preparing interagency training programs and establishing portfolio evaluation plans that require the use of regional and sectoral experts with experience in project development and program management. To ensure that CDO can draw from expert resources appropriate to a particular region, sector or tasks required for each planned activity, CDO is interested in developing an BPA. This will allow various Consultants to be selected upfront as participants in this effort, with the appropriate entities/individuals contracted for each activity as the need arises. DFC intends to award a Multiple-Award Blanket Purchase Agreement (BPA) pursuant to FAR 8.405-3(5), to acquire Professional Consultant to provide Townhall Project Development Services to include Translator/Interpreter services, Market Assessment in Emerging Markets and Event Planner for Townhalls & Training Sessions in Emerging Markets The vendor, hereafter referred to as “the contractor(s)”, selected for a BPA shall be a current holder of a General Services Administration Federal Supply Schedule (GSA/FSS) 2.0 Objectives: DFC is seeking qualified Contractors to perform services within the specified areas of expertise listed below. Once DFC/CDO has determined a need for a specific type of expertise that is covered in this document, DFC may solicit BPA Call Order requests from any of the Contractors awarded on the BPA. The Contractor selected by DFC based on competitive criteria will be awarded Call Orders to perform the services required. 3.0 Description of Required Contractors/Services: 1. Translator/Interpreter Services for Townhall Events, Roundtables, Conferences & Training Sessions: Contractor shall provide translation services for written presentations, documents, emails, invitations in Spanish, Portuguese, French, Arabic, Asian languages, and Interpreters for consecutive interpreting during events in Spanish, Portuguese, French, Arabic, Asian languages. It is estimated that translators will be needed for a maximum of 4 hours ten times per year and interpreters will be needed for a maximum of 5 hours ten times per year. 2. Market Assessment in Emerging Markets, Determining Market Potential & Evaluating Opportunities: The type of contractors expected to be selected for Market Assessment in Emerging markets will consist of the following: Market/Business Specialist, Trade Specialist, and Industry Specialist. Market/Business Specialist shall develop market analyses of priority business sectors and establish related development impacts in emerging markets. Trade Specialist to develop assessments of export potential and anticipated US impacts for priority business sectors. Industry Specialist to provide recommendations on specific technologies or project structures that would be appropriate for a DFC focus in emerging markets. 3. Event Planner for Townhalls, Roundtables and Training Sessions in Emerging Markets: The estimated type of contractors to be selected for Event planning and training services consist of the following: Program Manager, Communications/Outreach Specialist. Contractor shall schedule, organize, and identify potential attendees. Issue invitations, run virtual events with support of DFC IT team, and develop follow-up to evaluate results of events. Contractor shall identify appropriate USG officials, local business leaders, financial institutions, and local government officials for collaboration in developing events and creating appropriate mechanisms for initial and on-going communications. Contractor shall develop plans for outreach to public, preparation of suitable remarks for key officials speaking at events, arrange post-event public relations, and prepare reports recapping event results. 4.0 Definitions: – CDO is the Office of the Chief Development Officer in the US International Development Finance Corporation (DFC) – Townhalls are the CDO-organized virtual or in-person meetings held primarily in or for the benefit of emerging markets with the goal of educating eligible companies on how they can work with DFC CONTRACTOR REQUIREMENTS 5.0 Tasks: The BPA should provide a set of qualified Contractors with differing areas of geographic, sectoral and project management expertise that CDO can draw from for various purposes as needed included the following: – Assist CDO in efforts to plan and implement DFC virtual Townhalls for Emerging Markets, with the goal of identifying local companies, U.S.-based diaspora investors, and other strategic sector investors that meet DFC eligibility criteria; – Meet with companies that participated in townhalls and evaluate projects for potential DFC eligibility when DFC representatives are not available; – Provide CDO with sectoral, 2X and other data relevant to companies that participated in townhalls to help DFC develop assessments of townhall impacts over time; – Provide assistance to CDO in its planning and implementation of interagency training sessions overseas; – Support CDO in its planning and implementation of portfolio impact evaluations through relevant meeting with existing DFC clients overseas; – Assist CDO with data collection and data analysis that will reveal factors impacting development impacts of DFC projects in various sectors. – Prepare reports on lessons learned related to development impacts, goal setting and project structuring requirements in collaboration with CDO. – Provide Translator/Interpreter services shall be provided for the DFC Townhalls in francophone Africa, Latin America, Asia and the Middle East which ensure that local businesses fully comprehend the eligibility criteria, DFC services, project structuring and contact information provided in the presentations. – Translation/Interpretation company shall participate in a practice session preceding the event in which they will learn the specific business terms that will be used in the presentation and the technical aspects of the townhall. – Translation/Interpretation company shall provide professional translation/interpretation services during the event to ensure that all participants have a full understanding of materials presented. 6.0 Deliverables: – Tasks and Associated Deliverables: Timely submission of deliverables is essential to successfully completing all work specified in Sections 5.0 and 6.0. Specific timing will be established as is appropriate for each townhall, training session, evaluation or other activity required under this contract. In general, plans for any event developed by a contractor shall be complete and participants shall be formally invited no later than ten working days prior to the event. For evaluations requiring meetings with DFC clients overseas, all plans shall be finalized, and approval received from all companies that will be interviewed and/or visited no later than 10 working days prior to those meetings. All reports due to CDO shall be received in draft form to allow for review and revisions no later than 5 business days before the final report is due. – Reporting Requirements: A contractor is required to provide written progress reports bi-weekly for the period in which they are working on particular tasks outlined in Section 5.0 and 6.0. for the period during which the contractor is actively working on a specific DFC assignment. The progress report can be submitted electronically to the appropriate CDO POC. The progress report shall cover all work completed during the specified period and shall present the work to be accomplished during the subsequent period. This report shall also identify any problems that arose and a statement explaining how the problem was resolved. This report shall also identify any problems that have arisen but have not been completely resolved and provide an explanation. Key Deliverables: 1) Event Planning and Training 2) Market Analysis in Emerging Markets 3) Translator/Interpreter 4) BPA Level See attached PWS for exact key deliverables. 7.0 Period of Performance: The BPA shall have a total period of three years. Contractors selected under the BPA will have a Base year of 12 months, renewable each year for a maximum of three years total. Individual Call orders will have varying periods of performance. The Period of Performance reads as follows: Base Year – October 1, 2021 – September 30, 2022 Option Year 1 – October 1, 2022 – September 30, 2023 Option Year 2 – October 1, 2023 – September 30, 2024 The Government reserves the right to extend the term of this contract at the prices set forth in accordance with the terms and conditions contained in clause 52.217-9 entitled, “Option to Extend the Term of the Contact”. 8.0 Type of Order: The government anticipates an award of a Multiple Award-BPA Time and Materials/Labor Hours contract based upon the requirements of individual task orders. 9.0 Hours of Operation/Place of Performance: The contractor is responsible for performing between the hours of 9 am – 5 pm local time, Monday through Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The contractor must at all times maintain an adequate work force for the uninterrupted performance of all tasks defined within this statement of work when the Government facility is not closed for the above reasons. When hiring personnel, the contractor shall keep in mind that the stability and continuity of the work force are essential. 10.0 Government Furnished: As appropriate to the task order assigned, DFC will provide limited access to relevant databases, Webex systems, etc. as acceptable to the USG based on security and other reasonable concerns. 11.0 Travel: Task orders may require travel to specific emerging markets. C

Vehicle: PSS

RFP release date: 7/23/2021

Proposal due date: 8/13/2021

Related Attachments:

Read more

FIC IT Application & Sharepoint Server Support

Summary: SEEKING SOURCES: THIS REQUEST IS FOR INFORMATION ONLY. The Fogarty International Center (FIC), National Institutes of Health (NIH), contemplates a requirement for a Time and Materials (T&M) type of contract to provide IT application, web site development and maintenance, web application development and security document services. The contractor will be required to provide technical expertise for creation, development, maintenance, operation, and support of an FIC web application infrastructure hosted at the Center of Information Technology (CIT). Please provide a quote and Capability Statement of your expertise in SharePoint enhancement/redesign, operations and maintenance, document security and other IT application and development activities. As this effort will necessitate use of existing systems, as well as the implementation of new systems, the work performed under a resulting contract shall be FISMA compliant and comply with Section 508 of the Rehabilitation Act. It is anticipated this effort will be set aside for small businesses.

Vehicle: IT 70

RFP release date: 7/7/2021

Proposal due date: 7/30/2021

Related Attachments:
Related Attachment

Read more

Travel Operations Management Support Services

Summary: The Defense Human Resources Activity (DHRA) on behalf of the Defense Travel Management Office (DTMO), requests vendors under the GSA Multiple Award Schedule, Professional Services Category, Business Administrative Services, SIN 541611 Management and Financial Consulting, Acquisition and Grants Management Support, and Business Program and Project Management Services, submit a quote in response to the Performance Work Statement (PWS) provided as an enclosure to the Government’s Request for Quote documents attached herein. This requirement is set aside for small businesses. The NIACS Code is 541611 Administrative Management and General Management Consulting Services with a small business size standard of $16.5 million. This acquisition utilizes the procedures under Federal Acquisition Regulation (FAR) Part 8.4 which outlines the ordering procedures for Federal Supply Schedules. The Government intends to issue a Firm-Fixed-Price (FFP) Task Order which will include Time and Materials (T&M) Contract Line Item Numbers (CLINs), for a base period (includes an 30 day transition period and 11 months of service) and four, 12-month option periods. This solicitation includes a requirement for contractor travel. The Government will use the T&M CLINs to provide a Not to Exceed estimated cost for travel. Payments will be made through the Wide Area Workflow (WAWF) application in accordance with DFARS clause 252.232-7006, Wide Area Workflow Payment Instructions. This is an all-or-none requirement. A partial quote and any “assumptions” will be considered unresponsive and will not be evaluated. The vendor (s) agrees to hold the prices in its quote for a period of 120 calendar days from the date specified for receipt of quotes, unless another time is specified. Vendors may submit questions in response to this Request for Quote (RFQ). The deadline for questions is: 2 PM, ET, July 16, 2021. Please review the Government’s RFQ document, attached, for all information relating to this RFQ.

Vehicle: PSS

RFP release date: 7/6/2021

Proposal due date: 8/5/2021

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

Read more
PHP Code Snippets Powered By : XYZScripts.com